Loading...
HomeMy WebLinkAbout8.c. Public Works / Parks Equipment PurchasesCITY OF ROSEMOUNT EXECUTIVE SUMMARY FOR ACTION CITY COUNCIL MEETING DATE: February 19, 1991 AGENDA ITEM: AGENDA SECTION: EQUIPMENT PURCHASE REQUEST New Business PREPARED BY: DAVID 7. BECHTOLD / DIR. P & R AGENITU # 8c ATTACHMENTS: AP D DETAILS RELATING TO PURCHASES The following is a joint request of Public Wor4s & Parks. TANDEM DUMP TRUCK CIP #18 (540) $ 102,000 NOTE: Was scheduled to be an add to fleet with a "pup" (trailer) included. Change is to purchase a new tandem with no "pup" and to trade in the present tandem dump truck New projected funding sources and breakdown: CIP #18 (540) $ 102,000 / TRADE IN $ 20,000 = $ 122,000 CHANGE IN FUNDS BUDGETED AND REQUEST: 1. TANDEM DUMP TRUCK $ 92,000 2. TRACTOR (SAME AS WE RECENTLY PURCHASED) 23,500 3. REAR FLAIL MOWER FOR TRACTOR 3,250 4. V - PLOW FOR 1 TON TRUCK 3,250 MULIT-PURPOSE TRACTOR CIP #26 $ 65,000 NOTE: Intent of this item was to obtain a piece or pieces of equipment that would mow parks in the summer, be set up to blow and plow snow in the winter for trails and rinks, and be to operate in a fashion like that of a regular tractor or skidster. EQUIPMENT COMBINATION REQUESTED TO BE PURCHASED: 1. MULTI -DECK MOWER FOR PARKS $ 46,000 2. FRONT MOUNTED SNOW BLOWER FOR TRACTOR 4,500 NOTE: By working to make these requests come to you as a joint department package it allows for a balance of approximately $14,500 to be remain in the CIP reserve fund. An ad will be published in the legal paper for bids. The deadline for accepting bids will be 10:00 A. M. March 5, 1991. RECOMMENDED ACTION: Accept specification and authorize Public Works Supervisor to advertise for and receive sealed bids for vehicles listed above. COUNCIL ACTION: Approved. STEVE JILK - .JANUARY 24, 3.991 TO COUNCIL -- FEBRUARY 13, 1991 THIS IS A VERY BRIEF SUMMARY OF A POSSIBLE PACKAGE THAT THE "SUPERVISORS" AND I FEEL COULD BE USED AS AN ALTERNATE TO HOW THE CIP ITEMS WERE SCHEDULED FOR 1991 ON VARIOUS ITEMS. I. ITEMS INVOLVED FROM TANDEM TRUCK PURCHASE # 18 OF 1991 CIP A. ADDITIONAL TANDEM DUMP TRUCK 1. should now use a trade in of old tandem used to off set costs 2. the "pup" for hauling gravel and sand should not be purchased B. SAVINGS AND/OR DOLLARS OF THIS PROCESS 1, trade in value of present tandem - $20,000 2. not purchasing a "pup" - 10,000 C. NEW USE OF $102,000 BUDGETED FOR TANDEM & "PUP" 1, $92,000 for new tandem 2. $30,000 from Item B to be used for a. $23,500 for tractor (same as Ford recently purchased) `�. $ 3,250 for rear flail mower for tractor c• $ 3,250 for V - Plow for 1 ton truck II. ITEMS INVOLVED WITH MULTI PURPOSE TRACTOR # 26 1991 CIP A. Combination mower multi use articulated tractor 1. should be considered for all types of mowing 2. tractor should be for use in fashion much like a skidster B. NEW USE OF $65.000 BUDGETED FOR "COMBINATION MOWER/TRACTOR 1.. $46,000 FOR 18' MOWER WITH 4 X 4 DRIVE AND CAB 2. $ 4,500 FOR FRONT MOUNT SNOT,.! BLOWER FOR TRACTOR 3. $ 15,000 FOR CIP RESERVE IMPORTANT NOTE: The tandem purchase was listed in the CIP budget th rough the 1989 budget for a planned purchase in 1991. The multi Purpose tractor was listed in that same budget for planned purchase in 1991 under the heading of "articulated tractor". There were many hours of deliberation on the budget cuts, possible priority changes in purchases, and ways in which the departments could best utilize the dollars budgeted to meet the departments' needs of the present and future.. The combination of purchases will allow for increasing the quality of maintenance to turf areas of parks, the maintenance of trails, maintenance and mowing of ditches, etc.. CITY OF ROSEMOUNT ADVERTISEMENT OF BID P.O. BOX 510 2875 -145TH ST. W. ROSEMOUNT. MINNESOTA 55068 612-423-4411 Notice is hereby given that sealed bids will be received by the City of Rosemount until 10:00 a.m., March 5, 1991 and will then be publicly opened and read aloud. Bids are being requested for the purchase of the following equipment: One (1) Tandem Dump Truck LT9000 or equal One (1) Tandem Axle Dump Body, Hoist & Hydraulics One (1) Tractor/Mower with (3) Rotary Decks One (1) Four -Wheel Drive Utility Tractor with Cab, Front Mount Snowblower and Rear Mower One (1) Snowplow for One Ton Pickup Specifications may be obtained through the office of the City Clerk, City of Rosemount, 2875 145th Street West, Rosemount, Minnesota 55068. All bids shall be on forms on file in the office of the City Clerk which will be furnished free to each bidder upon his request. All bids must be sealed, marked "Bids for Purchase of 1991 Vehicles and Equipment" and addressed to the City Clerk. Each bid shall be accompanied by a certified check, cashier's check, or bid bond in the amount of five percent (50) of the total bid price, made payable to the City of Rosemount. The City of Rosemount reserves the right to reject any and all bids and to accept the bid it feels is in the best interest of the community. BY ORDER OF THE CITY COUNCIL Susan M. Jo'hn,46n City Clerk City of Rosemount Dakota County, Minnesota CITY OF ROSEMOUNT BID SPECIFICATIONS This invitation is issued for the purpose of establishing a vendor to supply equipment to the City of Rosemount in accordance with these specifications. Specifications for: Tandem Dump Truck LT9000 or equal Purchasing Agent: Stephan Jilk, Administrator Buyer: City of Rosemount Contact Person: Mike Widstrom, Public Works Supervisor Telephone Number: (612)423-4411 The following refers to the bid specification requirements: Sealed Bids received until: Sealed Bids received at: Bid Deposit: Performance Bond: Notes: March 5, 1991, 10:00 a.m. C.S.T. Rosemount City Hall 2875 145th Street West Rosemount, MN 55068 None Required None Required All standard terms and conditions apply as stated within instructions to Bidders. Special terms and conditions apply as specified within product specifications. A. B. C. CITY OF ROSEMOUNT SPECIFICATIONS FOR TANDEM DUMP TRUCK GENERAL The tandem dump truck shall be a currently advertised model complete and ready for service. The successful prime bidder shall deliver, to the City Maintenance Shop, 14455 Brazil Avenue, Rosemount, Minnesota, one tandem dump truck. The unit shall be equipped with all standard equipment, as currently advertised by the manufacturer whether or not specifically mentioned in these specifications, in addition to all other equipment called for in these specifications. Operating data, engine specifications shall conform or exceed SAE (Society of Automotive Engineers). The unit shall conform in all ways with the current requirements for the Occupational Safety and Health Act of 1973 (State of Minnesota). The required bidder will be required to certify compliance with aforementioned acts. All equipment must equal or exceed the listed items. CONTRACTUAL AGREEMENT The City shall issue a signed purchase order as acceptance of the successful bidders proposal. The purchase order shall state the price and items to be purchased. All terms and conditions stated on the purchase order as well as the BID FORM and these specifications will constitute the entire and integrated agreement between parties and hereto supersede all negotiations or agreements either written or oral made prior by any party having any interest in this purchase. Delivery of the unit shall be on or before the date entered on the BID FORM. Failure to meet the delivery date will result in the assessment of liquidated damages in the amount of Fifty Dollars L�.50.00 per calendar day. The liquidated damages shall not be considered a penalty. Trade will not be released until new truck is delivered with box complete for use. Payment shall be made no later than 30 days after delivery, start-up, operation and acceptance of the complete unit. SPECIFIC REQUIREMENTS ENGINE: N14-330 at 1950 RPM's Serien's Cummings or equal CHASSIS EQUIPMENT: Bumper Front - Full Width Tow Hooks - Front MEETS SPEC'S/FAILS SPEC'S PRODUCT SPECIFICATIONS TANDEM DUMP TRUCK PAGE 2 MEETS SPECISIFAILS SPEC'S AXLES• 16,000 lb. Front Axle 40,000 lb. Rockwell RT -40-145, or equal 15 Rear Axle, Axle Ratio 3.91, or equal Wheelseals Rear C.R. Scotseal Plus, or equal Magnetic Traps Drain Plug Magnetic Traps Fill Plug Drag Link & Tie Rods, Greaseable U -Joint Spicer 1710, or equal Power steering, Dual Ross TAS -65, or equal Differential, lockout, Main Full locking Shock Absorbers Front Dbl Act Telescopic Wheel Seals Frt Stemco Unitized Guardian, or equal SUSPENSION: 16,000 lb. Front suspension w/ 16,000 lb. FA 40,000 lb Hend RT400 52" Axle Spacing FRAME• 30.0 SM 110,000 PSI Double Channel Bolted Extended Frame Front Integral 24" TRANSMISSION: Allison HT750, 5 speed automatic with cooler or equal TIRES: Front - G 159, tubeless- 11R225 steel radials, or equal Rear - T. D.'s, tubeless- 11R225, steel radials, or equal One (1) Spare tire and wheel - Front One (1) Spare tire and wheel - Rear WHEELBASE• WB=196" CA=120" AF=75" OAL=277" BPC=106" PRODUCT SPECIFICATIONS TANDEM DUMP TRUCK PAGE 3 MEETS SPEC'S/FAILS SPEC'S To handle 14' gravel box FUEL TANK & CAPACITY: "D" Type Steel Tanks Fuel Heater Midco in Line Type, or equal 75 Gallon LH "D" BATTERY• 2-4D's and 1-8D, or equal ALTERNATOR• 105 Amp Motorcraft Non -Integral or equal BRAKES & EQUIPMENT• Air Brakes Rear Cam 16.5" x 7" Air Brakes Front Cam 16.5" x 6" Type 20 Front Air Brake Chambers Manual Slack Adjustors -Front & Rear Parking Brakes MAXI II Spring Set RA, or equal Air Compress 15.5 CFM Bendix Tu -Flo 550, or equal Slack Adj, Gunite 5.511, Front Manual, or equal Slack Adj, Gunite 5.511, Rear Manual, or equal Moisture Ejectors Non-Htd Bendix Auto, or equal Air Dryer Bendix AD -9 or equal TRACTOR EQUIPMENT: CAB• Tractor Pkg w/Lines extended Standard Interior Trim Charcoal Custom cab over standard Dual sunvisors Armrests on doors Meets current Federal Safety Standards Noise insulation package Seats shall be cloth with folding armrest on both seats Seat Belts: Lap & Shoulder Driver Indiv National Hi -back PRODUCT SPECIFICATIONS TANDEM DUMP TRUCK PAGE 4 Cush -N -Aire, or equal Passenger Fixed Base Hi -Back Heater -Fresh Air w/ All Weather Steering Wheel -20" Diameter Til Telescope MEETS SPEC'S/FAILS SPEC'S Ventilate t & Clock Radio -Electronic AM -FM Stereo Monaural EXTERIOR CAB EQUIPMENT• Split Chrome Grill -Bright and Black Anod Aluminum Horn -Single Electric Windshield -Tinted Laminated Glass Windshield Wipers -Two speed electric Butterfly Hood -Fiberglass with full tilt option Horns Dual - Air Single Base Mirrors -Dual Western Delbar Stainless, or equal Tinted Glass All Around Sight rod's GAUGES: Direct Read-Air/Oil Pressure Parking Brake Control -Dash mounted Speedometer Electric-MPH/KMH Tachometer Electric Warning Light -Water in Fuel Warning Light Buzzer -Low Air Pressure and Low Oil Pressure Electric, Volt, Cool Temp., Fuel Turn Signal Switch, Self Cancelling Instrument Panel -City Delivery Hobbs Engine Hour Meter, Oil Pres Activated, or equal Air Cleaner Restriction Gauge Motorcraft Temperature Gauge, Main Transmission Oil ELECTRICAL: Flasher Emergency Lights -Cab Marker Trucklite 5 lites Lights -Head -Two Rectangular Halogen Lights -Tail -Two Turn Signals & Side Marker Comb Lamp Frt Turn Signal Switch Auto circuit breakers in Lieu of Fuses One Amber & One Blue Beacon - Not Installed ENGINE EQUIPMENT' Air Cleaner -Donaldson Single -Stage, or equal PRODUCT SPECIFICATIONS TANDEM DUMP TRUCK PAGE 5 MEETS SPEC'S/FAILS SPEC'S Fan Clutch, Eaton 660, or equal Coolant Filter, Cummins Fleetguard, or equal Fuel Water Separator -Ford Engine Mtd, or equal Oil Filter -Two 1 1/2 Qt Fuel Pump Mechanical Governor Mechanical Starter, Delco 12 Volt, or equal Throttle Locking T -Handle Power Take -Off Avail w/Ext Frame Block Heater, Phillips 1500W 110V Single, or equal Hose Package Silicone Engine Air Intake, Inside/Outside Air Conditioning Cold Weather Starting Aid Radiator Shutters Luberfiner with steel case All Service & Parts Manuals (Engine, Transmission & Chassis) TRAILER BRAKE PACKAGE: Glade Hands -Supply All Valves, required to operate Trailer wiring COLOR: PTO• Orange Manufacturer must make provision for front mounted hydraulic pump to be driven by shaft attached to engine crankshaft, and radiator height must be sufficient to allow shaft to pass under it. Cored radiator not acceptable. WARRANTY• Shall be maximum available. TRADE-IN The unit proposed as a trade is a 1980 Ford L900/300 Tandem Dump Truck. This unit would not be turned over until we've taken possession of the new truck and everything has been installed and operating properly. VENDOR'S NAME - BID FORM - FOR ONE (1) 1991 TANDEM DUMP TRUCK Public Works Director City of Rosemount 2875 145th Street West P. 0. Box 510 Rosemount, MN 55068 We submit for your consideration the following bid in accordance with specifications on file in the office of the Public Works Director in the City of Rosemount. BASE BID ONE NEW 1991 TANDEM DUMP TRUCK LESS TRADE-IN ALLOWANCE FOR 1980 FORD L9000 NET BID NOTE: Any deviation from the specifications shall be attached as per Section B.1.3. Failure to do so may be reason for rejection of the bid. DELIVERY DATE• SERVICE:Location of Parts and Service Company Name: Address: City: State: BID FORM TANDEM DUMP TRUCK PAGE BF -2 Telephone Number: Bid enclosure requirements: 1. Bid Proposal - 3 pages 2. Authorized Signature - (Within bid proposal form) 3. Statement of any deviations - (Attached to proposal form) 4. Manufacturer literature & specifications sheets 5. Manufacturer warranty statement Sealed bids will be received and publicly opened and read by two officials of the City of Rosemount on March 5, 1991, at 10:00 a.m. C.S.T., at the Rosemount City Hall, located at 2875 145th Street West, Rosemount, MN 55068. Enclosed herewith is a certified check, cashier's check, bid bond, money order, made payable to the City of Rosemount in the amount of $ (equal to at least 5% of the bid) to guarantee that the bidder, should his bid be accepted, enter promptly into a contract. NON -COLLUSION STATEMENT: (Required for submission of bid) I hereby swear (or affirm) under the penalty for perjury: 1. That I am the bidder, a partner of the bidder, or an officer or employee of the bidding corporation having authority to sign on it's behalf; 2. That this bid or bids have been arrived at by the bidder independently and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with any other vendor of materials, supplies, equipment or services which maybe designed to limit independent bidding or competition; 3. That the contents of the bid or bids have not been communicated by the bidder or its employees or, agents to any person not employee or agent of the bidder or its surety on any bond furnished with the bid or bids and will not be communicated to any such person prior to the official opening of the bid or bids; and 4. That I have fully informed myself fegarding the accuracy of the statements made in this statement. BID FORM TANDEM DUMP TRUCK PAGE BF -3 In submitting this bid, the bidder understands that the City reserves the right to reject any or all bids, to waive informalities, to award the bid in the best interest of the City, and to accept trades on any or all units to be traded, or to accept the base bid without trade. Date of Bid: SUBMITTED BY: NAME OF BIDDER ADDRESS TELEPHONE NUMBER STATE OF INCORPORATION AUTHORIZED SIGNATURE i CITY OF ROSEMOUNT BID SPECIFICATIONS This invitation is issued for the purpose of establishing a vendor to supply equipment to the City of Rosemount in accordance with these specifications. Specifications for: Tandem Axle Dump Body, Hoist & Hydraulics Purchasing Agent: Stephan Jilk, Administrator Buyer: City of Rosemount Contact Person: Mike Widstrom, Public Works Supervisor Telephone Number: (612)423-4411 The following refers to the bid specification requirements: Sealed Bids received until: Sealed Bids received at: Bid Deposit: Performance Bond: Notes: March 5, 1991, 10:00 a.m. C.S.T. Rosemount City Hall 2875 145th Street West Rosemount, MN 55068 None Required None Required All standard terms and conditions apply as stated within instructions to Bidders. Special terms and conditions apply as specified within product specifications. TANDEM AXLE DUMP BODY, HYDRAULIC CONTROLS AND HOIST SPECIFICATIONS: TANDEM AXLE DUMP BODY A. GENERAL: These specifications describe a tandem axle dump body, hydraulic controls and hoist to be fitted on a 1991 Ford Cab/Chassis.- B. CONTRACTUAL AGREEMENT: The City shall issue a purchase order as an acceptance to the successful bidders proposal. The purchase order shall state the price and items to be purchased. All terms and conditions stated on either side of the purchase order as well as these specifications will constitute the entire and integrated agreement between parties and hereto supercede all negotiations or agreements either written or oral made prior by any party having any interest in this purchase. Payment shall be made no later than 30 days after delivery, start- up and operation of the complete unit. C. SPECIFIC REQUIREMENTS MEETS SPEC'S / FAILS SPEC'S 1. BODY DIMENSIONS: 14' long x 86" wide inside. 10 - 12 cubic yard capacity. 2. FLOORS, SIDES AND ENDS: Floor constructed of 7 gauge hi -tensile steel & sides of 10 gauge hi -tensile steel, extra wide full depth rear corner post and bolster, 9" side to floor radius. One piece boxed top rails. Formed horizontal side bracing. Sides and floor will be plywood lined 3/411. Cab shield shall be provided 3. TAILGATE: Fully boxed 10 gauge hi -ten steel with two vertical and one horizontal sloping reinforcement. Air tailgate feature to be installed. PRODUCT SPECIFICATIONS TANDEM AXLE DUMP BODY, HYDRAULICS & HOIST PAGE 2 MEETS SPEC'S/FAILS SPEC'S 4. TAILGATE HARDWARE: 1-1/4" diameter hinge pin. 1-1/4" plate top gate hinge. 5/16" spreader chain. 1-1/4" diameter bottom gate pin. Forged steel gate hook. 3/8" banjo eyes. 3/8" outer latch plates. Will have air operated tailgate and air valves. 5. UNDER -STRUCTURE: 4" structural channel cross members and long beams with spaces filled between cross members. Under structure gusseted and welded to body. Electric dump body vibrator to be installed. Dump Body shall include ALL removable snow side boards. SPECIFICATIONS: HYDRAULIC CONTROLS 1. PUMP AND HYDRAULIC SYSTEM: The pump shall be an engine crank shaft driven type, PTO style, continuous operation. Pump shall be capable of delivering 33 gpm at 2,000 rpm at 1,500 psi. The manufacturer must pay special attention so that the pump and components are compatible with the amount of equipment specified for the truck. The system shall be protected by a relief valve so as not to exceed rated PSI per manufacturer specifications. All components of the pump must be easily accessible for service. 2. VALVES: The valves shall be mounted on the chassis frame with hydraulic tank & valves to be enclosed. Valves shall be compatible with pump and the demand of the system. Valves shall be opened PRODUCT SPECIFICATIONS TANDEM AXLE DUMP BODY, HYDRAULICS & HOIST PAGE 3 MEETS SPECIS/FAILS SPEC'S centers. De -dent position shall be supplied for sander. Manufacturer shall state the number of valves to be installed. Hoist valve shall have 500 P.S.I. relief valve on down side. Valve shall be Gresen V20LS multi - section with combined flow or equal. There shall be valves for dump body, plow lift, plow reversing, heal and toe of wing and sander. 3. HYDRAULIC RESERVOIR: No less than 30 gallon tank frames mounted, return line filter tank mounted with 10 micron element with indicator gauge and cap. Tank must have magnetic drain plug, removable wire mess suction strainer and five P.S.I. pressure fill cap. Tank to be properly baffled to prevent cavitation and surge. Mount on the left side of truck frame. All hose lines shall be bracketed and/or shielded where points of harm exist. Quick couplers are to be installed for removal of the front plow, wing and sanding equipment, location to be determined at the time of assembly. Hydraulic system to be filled by Dextron II fluid. Systems shall be designed to allow filling the reservoir without raising the box. 4. CAB CONTROLS: Morse remote valve control system. Morse mounting hardware to permit individual handle and cable access. Handle shall be spaced far enough apart to provide proper hand clearance. Control to be mounted between seats and with easy reach of the driver. Contact City before mounting. All are to have cushioned/comfortable handle grips. Five (5) levers. PRODUCT SPECIFICATIONS TANDEM AXLE DUMP BODY, HYDRAULICS & HOIST PAGE 4 MEETS SPEC S/FAILS SPEC'S S. SERVICE & PARTS INFORMATION: City of Rosemount shall be supplied with all service and parts manuals for sander, dump box and lift, hydraulic pump and system. 6. WARRANTY: Shall be maximum available for all components on parts and service. SPECIFICATIONS: HOIST 1. HOIST• Roller - combo hoist or equivalent Under body, dual acting, twin arm, class 50 of same manufacturer of dump body. 2. LIFTING CAPACITY: 43.2 Ton 3. SUBFRAME: 1/4" steel channel. 4. PIVOT SHAFT: Full length single pin. S. DUMP ANGLE: 50 degrees. SPECIFICATIONS: SAFETY EQUIPMENT I. BODY SUPPORT PROP: Shall be furnished. PRODUCT SPECIFICATIONS TANDEM AXLE DUMP BODY, HYDRAULICS & HOIST PAGE 5 MEETS SPECIS/FAILS SPEC'S 2. BACK-UP ALARM• Electric type. 3. MUD FLAPS: In front and rear of duals. 4. BODY RAISED LIGHT: Shall be furnished. Steps on outside of box for easy access. 5. LIGHTS• Federal 108 marker lights. Box up warning light with in cab indicator. Rear post taillights to be counter sunk in rear posts. One (1) Amber Strobe Light (supplied) One (1) Blue Strobe Light (supplied) 6. REAR TRAILER HITCH: Capable of pulling 20 Ton trails and tandem pup trailers Mount glade hands and safety hooks Mount eletrical connections VENDOR'S NAME - PROPOSAL FORM - FOR TANDEM AXLE DUMP BODY, HOIST, HYDRAULICS Public Works Director City of Rosemount 2875 145th Street West P. 0. Box 510 Rosemount, MN 55068 We submit for your consideration the following bid in accordance with specifications on file in the office of the Public Works Director in the City of Rosemount. BASE BID FURNISH & INSTALL DUMP BODY, HOIST AND HYDRAULICS FOR TANDEM AXLE TRUCK NOTE: Any deviation from the specifications for this dump body, hoist and hydraulics shall be attached as per Section B. 1. 3. Failure to do so may be reason for rejection of the bid. DELIVERY DATE: SERVICE:Location of Parts and Service Company Name: Address: City: Telephone Number: Bid enclosure requirements: State: 1. Bid Proposal - 3 pages 2. Authorized Signature - (Within bid proposal form) BID FORM SINGLE AXLE DUMP BODY, HOIST, HYDRAULICS PAGE 2 3. Statement of any deviations - (Attached to proposal form) 4. Manufacturer literature & specifications sheets 5. Manufacturer warranty statement Sealed bids will be received and publicly opened and read by two officials of the City of Rosemount on March 5, 1991, at 10:00 a.m. C.S.T., at the Rosemount City Hall, located at 2875 145th Street West, Rosemount, MN 55068. Enclosed herewith money order, made of $ that the bidder, a contract. is a certified check, cashier's check, bid bond, payable to the City of Rosemount in the amount (equal to at least 5% of the bid) to guarantee should his bid be accepted, enter promptly into NON -COLLUSION STATEMENT: (Required for submission of bid) I hereby swear (or affirm) under the penalty for perjury: 1. That I am the bidder, a partner of the bidder, or an officer or employee of the bidding corporation having authority to sign on it's behalf; 2. That this bid or bids have been arrived at by the bidder independently and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with any other vendor of materials, supplies, equipment or services which maybe designed to limit independent bidding or competition; 3. That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not employee or agent of the bidder or its surety on any bond furnished with, the bid or bids and will not be communicated to any such person prior to the official opening of the bid or bids; and 4. That I have fully informed myself regarding the accuracy of the statements made in this statement. In submitting this bid, the bidder understands that the City reserves the right to reject any or all bids, to waive informalities, to award the bid in the best interest of the City, and to accept trades on any or all units to be traded, or to accept the base bid without trade. BID FORM SINGLE AXLE DUMP BODY, HOIST, HYDRAULICS PAGE 3 Date of Bid: SUBMITTED BY: NAME OF BIDDER ADDRESS TELEPHONE NUMBER STATE OF INCORPORATION AUTHORIZED SIGNATURE CITY OF ROSEMOUNT BID SPECIFICATIONS This invitation is issued for the purpose of establishing a vendor to supply equipment to the City of Rosemount in accordance with these specifications. Specifications for: One 1991 Snowplow for One Ton Pickup Purchasing Agent: Steve Jilk, City Administrator Buyer: City of Rosemount Telephone Number: (612)423-4411 The following refers to the bid specification requirements: Sealed Bids received until: Sealed Bids received at: Bid Deposit: Performance Bond: Notes: March 5, 1991, 10:00 a.m. C.S.T. Rosemount City Hall 2875 145th Street West Rosemount, MN 55068 None Required None Required All standard terms and conditions apply as stated within instructions to Bidders. Special terms and conditions apply as specified within product specifications. CITY OF ROSEMOUNT SPECIFICATIONS FOR SNOWPLOW A. GENERAL• The snowplow will mount on a one ton pickup with the ability to form a "V" blade or straight blade and shall be a currently advertised model complete and ready for service. The unit shall be equipped with all standard equipment, as currently advertised by the manufacturer whether or not specifically mentioned in these specifications, in addition to all other equipment called for in these specifications. Operating data shall conform or exceed SAE (Society of Automotive Engineers). The unit shall conform in all ways with the current requirements for the Occupational Safety and Health Act of 1973 (State of Minnesota). The required bidder will be required to certify compliance with aforementioned acts. All equipment must equal or exceed the listed items. B. CONTRACTUAL AGREEMENT The City shall issue a signed purchase order as acceptance of the successful bidders proposal. The purchase order shall state the price and items to be purchased. All terms and conditions stated on the purchase order as well as the BID FORM and these specifications will constitute the entire and integrated agreement between parties and hereto supersede all negotiations or agreements either written or oral made prior by any party having any interest in this purchase. Delivery of the unit shall be on or before the date entered on the BID FORM. Failure to meet the delivery date will result in the assessment of liquidated damages in the amount of Fifty Dollars ($50.00) per calendar day. The liquidated damages shall not be considered a penalty. Payment shall be made no later than 30 days after delivery, start-up, and operation of the complete unit. PRODUCT SPECIFICATIONS SNOWPLOW FOR ONE TON PICKUP PAGE 2 MEETS SPEC'S/FAILS SPEC'S C. SPECIFIC REQUIREMENTS MOLDBOARD• Width - 812" wide Width as "V" - 717" Plowing width of full 30 degree angle - 6110" Moldboard to hinge in center to form "V" straight blade, scoop or any position in between Moldboard height - 29 1/2" of 11 ga. steel with box type reinforcements and 6 vertical ribs TRIP MECHANISM: PUMP• The trip mechanism to allow for tripping of moldboard shall incorporate 3 trip springs. In addition, the hydraulic control valve shall have pressure relief valves for added protection. Hydraulic pump shall be Bornes Electric Hydraulic Pump with integral oil reservoir and mounted in engine compartment, or equivalent. VALVE• The control valve shall be a 3 section solenoid operated valve mounted in the engine compartment. Internal pressure relief valves to protect all hydraulic components of excessive pressure. PRODUCT SPECIFICATIONS SNOWPLOW FOR ONE TON PICKUP PAGE 3 MEETS SPEC'S/FAILS SPEC'S CONTROLS• The controls are 3 rocker switch to control each blade function separately. This control box can be either pendant mounted or permanently mounted in the cab. A -FRAME: The "A Frame" assembly is of super strong tube steel of patented "T -Frame" for dependability and superior strength. HITCH• The hitch shall be "Rapid -Tach" with locking pins controlled for either the cab or the lift tower. Custom designed hitch to suit individual trucks and applications. LIGHTS: The lights are to be Halogen low profile with integral turn signals and selector switch in cab for either plow lights or chassis lights. VENDOR'S NAME - BID FORM - FOR ONE (1) 1991 SNOWPLOW Public Works Director City of Rosemount 2875 145th Street West P. 0. Box 510 Rosemount, MN 55068 We submit for your consideration the following bid in accordance with specifications on file in the office of the Public Works Director in the City of Rosemount. BASE BID ONE NEW 1991 SNOWPLOW S MOUNTED ON ONE TON PICKUP fi NET BID NOTE: Any deviation from specifications for this snowplow shall be attached as per Section B.1.3. Failure to do so may be reason for rejection of the bid. DELIVERY DATE• SERVICE:Location of Parts and Service Company Name: Address: City: State: BID FORM SNOWPLOW PAGE BF -2 Telephone Number: Bid enclosure requirements: 1. Bid Proposal - 3 pages 2. Authorized Signature - (Within bid proposal form) 3. Statement of any deviations - (Attached to proposal form) 4. Manufacturer literature & specifications sheets 5. Manufacturer warranty statement Sealed bids will be received and publicly opened and read by two officials of the City of Rosemount on March 5, 1991, at 10:00 a.m. C.S.T., at the Rosemount City Hall, located at 2875 145th Street West, Rosemount, MN 55068. Enclosed herewith is a certified check, cashier's check, bid bond, money order, made payable to the City of Rosemount in the amount of $ (equal to at least 5% of the bid) to guarantee that the bidder, should his bid be accepted, enter promptly into a contract. NON -COLLUSION STATEMENT: (Required for submission of bid) I hereby swear (or affirm) under the penalty for perjury: 1. That I am the bidder, a partner of the bidder, or an officer or employee of the bidding corporation having authority to sign on it's behalf; 2. That this bid or bids have been arrived at by the bidder independently and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with any other vendor of materials, supplies, equipment or services which maybe designed to limit independent bidding or competition; 3. That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not employee or agent of the bidder or its surety on any bond furnished with the bid or bids and will not be communicated to any such person prior to the official opening of the bid or bids; and 4. That I have fully informed myself regarding the accuracy of the statements made in this statement. In submitting this bid, the bidder understands that the City reserves the right to reject any or all bids, to waive informalities, to award the bid in the best interest of the City, and to accept trades on any or all units to be traded, or to accept the base bid without trade. BID FORM SNOWPLOW PAGE BF -3 Date of Bid: SUBMITTED BY: NAME OF BIDDER ADDRESS TELEPHONE NUMBER STATE OF INCORPORATION AUTHORIZED SIGNATURE CITY OF ROSEMOUNT BID SPECIFICATIONS This invitation is issued for the purpose of establishing a vendor to supply equipment to the City of Rosemount in accordance with these specifications. Specifications for: Tractor/Mower with (3) Rotary Decks Purchasing Agent: Steve Jilk, City Administrator Buyer: City of Rosemount Telephone Number: (612)423-4411 The following refers to the bid specification requirements: Sealed Bids received until: Sealed Bids received at: Bid Deposit: Performance Bond: Notes: March 5, 1991, 10:00 a.m. C.S.T. Rosemount City Hall 2875 145th Street West Rosemount, MN 55068 None Required None Required All standard terms and conditions apply as stated within instructions to Bidders. Special terms and conditions apply as specified within product specifications. CITY OF ROSEMOUNT SPECIFICATIONS FOR TRACTOR/MOWER WITH (3) ROTARY DECKS A. GENERAL• The bidder shall deliver to the City Maintenance Garage, 14455 Brazil Avenue, Rosemount, Minnesota, one (1) new large capacity rotary/mower with three (3) rotary decks and optional attachments as specified, including all items necessary for proper operation whether specifically mentioned or not. All specified equipment shall be installed and guaranteed by the bidder. The successful bidder in all ways shall be responsible for supplying equipment to the City of Rosemount which is in full compliance with all Federal and State safety laws governing such items. All standard equipment advertised in manufacturer's literature shall be furnished, whether specifically called for herein, except where specifications exceeds the standard or conflicting equipment specified. Operating data, engine specifications shall conform or exceed SAE (Society of Automotive Engineers). The unit shall conform in all ways with the current requirements for the Occupational Safety and Health Act of 1973 (State of Minnesota). The required bidder will be required to certify compliance with aforementioned acts. All equipment must equal or exceed the listed items. B. INTENT• It is the City's intent to purchase a new current production Howard Price, Prime Mover Model H-180, or Toro Groundmaster Model 580D or equivalent. Other manufacturer's are encouraged to submit bid proposals on their vehicles or models, but specification compliance must be substantiated. The City's staff shall reserve the right and be the sole judge in determining whether or not the equipment may be considered acceptable and meets the specifications. C. CONTRACTUAL AGREEMENT The City shall issue a signed purchase order as acceptance of the successful bidders proposal. The purchase order shall state the price and items to be purchased. All terms and conditions stated on the purchase order as well as the BID FORM and these specifications will constitute the entire and integrated agreement between parties and hereto supersede all PRODUCT SPECIFICATIONS TRACTOR/MOWER W/ (3) ROTARY DECKS PAGE 2 negotiations or agreements either written or oral made prior by any party having any interest in this purchase. Delivery of the unit shall be on or before the date entered on the BID FORM. Failure to meet the delivery date will result in the assessment of liquidated damages in the amount of Fifty Dollars ($50.00Z per calendar day. The liquidated damages shall not be considered a penalty. Payment shall be made no later than 30 days after delivery, start-up, and operation of the complete unit. D. SPECIFIC REQUIREMENTS MEETS SPECIS/FAIL SPEC'S ENGINE• 76 H.P., or larger diesel engine Four cylinder, water-cooled FUEL CAPACITY• Diesel, 15 gallon minimum TRANSMISSION• Servo -controlled with integral acceleration valves for smooth effortless speed control. Infinitely variable ground speed from 9-20 mph forward and 10 mph reverse. TIRE/WHEELS• Two (2) rear steering tires, 4 -ply high flotation. Two (2) front drive tires, 4 -ply high flotation. One (1) Front spare, mounted One (1) Rear spare, mounted ROPS• Welded ROPS system, certified per OSHA 1928.52, tested to gross vehicle weight of the unit. PRODUCT SPECIFICATIONS TRACTOR/MOWER W/(3) ROTARY DECKS PAGE 3 MEETS SPEC'S/FAILED SPEC'S BRAKES: Hydraulic drum/shoe brakes and parking brake. STEERING• Full power steering 15" steering wheel TURNING RADIUS• 10' turning radius 5' uncut circle CONTROLS: Hand operated throttle Attached safety locks Three (3) independent P.T.O. controls Foot operated ground speed control Automatic shut-off on side P.T.O.'s when raised above 30 degrees, independent automatic pressure relief controls on each hydraulic circuit. GAUGES: Tachometer Hour meter Water temperature Fuel Level Hydraulic fluid temperature Engine oil pressure warning light Hydraulic fluid temperature warning light All gauges fully luminated. SEAT: Deluxe cushion adjustable suspension Seat belts Safety seat interlock switch PRODUCT SPECIFICATIONS TRACTOR/MOWER W/(3) ROTARY DECKS PAGE 4 MEETS SPEC'S/FAILED SPEC'S ELECTRICAL: 12 volt Maintenance free battery 35 amp minimum Alternator Sealed beam headlights (front & rear) Tail light Amber flashing hazard lights Turn signals Strobe light Electronic back-up alarm ATTACHMENT DRIVE: Three (3) independent hydraulic P.T.O. Circuits, each capable of 20 G.P.M. at 2400 R.P.M. at 2000 P.S.I. DECKS• Total cut width 15' rotary minimum 11 acres p/h Adjustable height from 1" to 5" Center deck and right and left side decks D. OPTIONS 1. Four Wheel Drive 2. Engine Turbo Charged 100 H.P. 3. 6 Foot Wing Decks VENDOR'S NAME - BID FORM - FOR ONE (1) 1991 TRACTOR/MOWER W/(3) ROTARY DECKS Public Works Director City of Rosemount 2875 145th Street West P. O. Box 510 Rosemount, MN 55068 We submit for your consideration the following bid in accordance with specifications on file in the office of the Public Works Director in the City of Rosemount. BASE BID ONE NEW 1991 TRACTOR/MOWER W/ (3) ROTARY DECKS $ OPTIONS FOUR WHEEL DRIVE P9 ENGINE TURBO CHARGED 100 H.P. $ 6 FOOT WING DECKS ;I NET BID ***************************** 11s NOTE: Any deviation from specifications for this tractor/mower w/3 rotary decks shall be attached as per Section B.1.3. Failure to do so may be reason for rejection of the bid. DELIVERY DATE: BID FORM SNOWPLOW PAGE BF -2 SERVICE:Location of Parts and Service Company Name: Address: City: Telephone Number: Bid enclosure requirements: State: 1. Bid Proposal - 3 pages 2. Authorized Signature - (Within bid proposal form) 3. Statement of any deviations - (Attached to proposal form) 4. Manufacturer literature & specifications sheets 5. Manufacturer warranty statement Sealed bids will be received and publicly opened and read by two officials of the City of Rosemount on March 5, 1991, at 10:00 a.m. C.S.T., at the Rosemount City Hall, located at 2875 145th Street West, Rosemount, MN 55068. Enclosed herewith is a certified check, cashier's check, bid bond, money order, made payable to the City of Rosemount in the amount of $ (equal to at least 5% of the bid) to guarantee that the bidder, should his bid be accepted, enter promptly into a contract. NON -COLLUSION STATEMENT: (Required for submission of bid) I hereby swear (or affirm) under the penalty for perjury• 1. That I am the bidder, a partner of the bidder, or an officer or employee of the bidding corporation having authority to sign on it's behalf; 2. That this bid or bids have been arrived at by the bidder independently and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with any other vendor of materials, supplies, equipment or services which maybe designed to limit independent bidding or competition; 3. That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person BID FORM SNOWPLOW PAGE BF -3 not employee or agent of the bidder or its surety on any bond furnished with the bid or bids and will not be communicated to any such person prior to the official opening of the bid or bids; and 4. That I have fully informed myself regarding the accuracy of the statements made in this statement. In submitting this bid, the bidder understands that the City reserves the right to reject any or all bids, to waive informalities, to award the bid in the best interest of the City, and to accept trades on any or all units to be traded, or to accept the base bid without trade. Date of Bid: SUBMITTED BY: NAME OF BIDDER ADDRESS TELEPHONE NUMBER STATE OF INCORPORATION AUTHORIZED SIGNATURE CITY OF ROSEMOUNT BID SPECIFICATIONS This invitation is issued for the purpose of establishing a vendor to supply equipment to the City of Rosemount in accordance with these specifications. Specifications for: Four -Wheel Drive Utility Tractor with Cab, Front Mount Snowblower and Rear Mower Purchasing Agent: Steve Jilk, City Administrator Buyer: City of Rosemount Telephone Number: (612)423-4411 The following refers to the bid specification requirements: Sealed Bids received until: Sealed Bids received at: Bid Deposit: Performance Bond: Notes: March 5, 1991, 10:00 a.m. C.S.T. Rosemount City Hall 2875 145th Street West Rosemount, MN 55068 None Required None Required All standard terms and conditions apply as stated within instructions to Bidders. Special terms and conditions apply as specified within product specifications. CITY OF ROSEMOUNT SPECIFICATIONS FOR FOUR-WHEEL DRIVE UTILITY TRACTOR WITH CAB, FRONT MOUNT SNOWBLOWER AND REAR MOWER A. GENERAL: The four-wheel drive utility tractor with cab, front mount snowblower, and rear mounted mower shall be a currently advertised model complete and ready for service. The unit shall be equipped with all standard equipment, as currently advertised by the manufacturer whether or not specifically mentioned in these specifications, in addition to all other equipment called for in these specifications. Operating data, engine specifications shall conform or exceed SAE (Society of Automotive Engineers). The unit shall conform in all ways with the current requirements for the Occupational Safety and Health Act of 1973 (State of Minnesota). The required bidder will be required to certify compliance with aforementioned acts. All equipment must equal or exceed the listed items. B. INTENT It is the City's intent to purchase a new current production Ford 4630, John Deere 2355 or equivalent. Other manufacturer's are encouraged to submit bid proposals on their vehicles or models, but specification compliance must be substantiated. The City's staff shall reserve the right and be the sole judge in determining whether or not the equipment may be considered acceptable and meets the specifications. C. CONTRACTUAL AGREEMENT The City shall issue a signed purchase order as acceptance of the successful bidders proposal. The purchase order shall state the price and items to be purchased. All terms and conditions stated on the purchase order as well as the BID FORM and these specifications will constitute the entire and integrated agreement between parties and hereto supersede all negotiations or agreements either written or oral made prior by any party having any interest in this purchase. Delivery of the unit shall be on or before the date entered on the BID FORM. Failure to meet the delivery date will result in the assessment of liquidated damages in the amount of Fifty Dollars _($50.00) per calendar day. The liquidated damages shall not be considered a penalty. Payment shall be made no later than 30 days after delivery, start-up, and operation of the complete unit. PRODUCT SPECIFICATIONS TRACTOR PAGE 2 D. SPECIFIC REQUIREMENTS ENGINE: Diesel 3 or 4 Cylinder 55.O P.T.O. Horsepower 201 cubic inch displacement Water cooled with thermostat freeze to 30 degrees F Dry type air filter Pressurized lubrication with oil filter Cool weather starting system Vertical exhaust Fuel filter and anti - full -flow Block type engine coolant heater TRANSMISSION• Top shaft synchronized hi -lo transmission with eight forward and four reverse speeds. Must allow on -the -go full load operation with no clutch shifting, differential lock. P.T.O.: Independent 540 R.P.M. rear HYDRAULICS: Live, Two (2) complete remote cylinder controls with two-way control valves with two sets of breakaway couplers each. Pump displacement, 13 gpm minimum ELECTRICAL• Two (2) 12 volt, 66 ampere batteries or equal 70 Amp alternator Starter Complete lighting equipment including headlights, taillights rear work lights, directional signals, front & rear HITCH• Category 2, Three-point hitch/hydraulics Telescoping lower links Telescoping linkage stabilizers MEETS SPECIS/FAILS SPEC'S PRODUCT SPECIFICATIONS TRACTOR PAGE 3 MEETS SPEC S/FAILS SPEC'S Swinging draw bars STEERING• Hydrostatic steering or power steering OPERATOR SEAT: Deluxe, designed to provide several adjustments for the operator, including height, weight, armrest, lumbar and tilt Seat shall be cloth TIRES• Shall be turf tires, front & rear BRAKES: Hydraulically actuated - mechanical operated Foot -operated individually or simultaneously Hand -operated parking brake. INSTRUMENTS• Indicator Lights: Alternator Flasher Indicator light Engine Oil Pressure Transmission Oil Pressure Clutch Fluid Level Hand brake (with audible warning signal) Hi -beam Air restriction Gauges: Fuel Engine coolant Electronic Tachometer/Hourmeter Turn signals Dash located dimmer switch OPTIONAL EQUIPMENT: Front fenders Front Crankshaft drive Rear wheel weights, 600 minimum PRODUCT SPECIFICATIONS TRACTOR PAGE 4 MEETS SPEC'S/FAILS SPEC'S TRACTOR CAB: Factory mounted, all weather Construction: Cab shall be of all steel construction four -post, roll guard steel frame for increased operator protection, ,permanently mounted. Roll over protection structures which meet Federal and State of Minnesota regulations must be provided. It shall include large expansive type tinted safety glass. Interior: Inside cab platform shall allow easy entry and exit. All doors, windows, cab to tractor joints and floor arrears shall be completely weatherstripped. Interior shall be sound deadened and covered with heavy vinyl. Other: Cab shall include electric windshield wiper/washer, front and rear, seat belt, heater, air conditioner, working lights, both front and rear. It shall have factory mounted West Coast Mirrors (right and left side), Am/Fm Stereo Radio, full width sun visor. One (1) full set of operational & service manuals Color: Shall match tractor color. FRONT MOUNTED SNOWBLOWER Blower Unit: Width of Cut - 84" Stages - 2 Cutting Height - 36" Auger Diameter - 12" Two Augers Auger Protection - Shear bolt Fan Diameter - 2811, 3 Bladed Fan Protection - Shear bolt Discharge Chute - 180 Degree - Hydraulically operated PRODUCT SPECIFICATIONS TRACTOR PAGE 5 MEETS SPECIS/FAILS SPEC'S Discharge Tip Control - Hydraulically operated PTO RPM - 540 RPM Drive Line - Series 35 Weight - Approximately 1,500 lbs. Erskine Model 840 -2 -FM or Equal REAR MOWER - 88" (Offset right side)• Mower Housing: Unitized cutter housing, 10 gauge with bearing guards. Full-length, replaceable skid shoes. Cuttershaft: 4-1/2" steel, 4 rows of knives. Cuttershaft bearings: self -aligning. 1-15/16" I.D. greasable. Rear roller: full-length, 6" diameter, adjustable (3/4" - 611) greasable 1-11/32" I.D. bearings Cuttershaft speed: 2200 RPM, inherently and dynamically balanced. Lift Chains: allows flexibility to the tractor hitch, provides a greater vertical angular range which the mower can freely move through. Drive Train: PTO: 540 -Cat. 4 with spring-loaded slip clutch. Gearbox: 60 HP continuous, 90 HP intermittent Driveshaft to outboard drive: totally enclosed Drive belt: modified "C" section "V" belt, reverse bend. Belt adjustment: automatic spring - tension. Knives: Coarse cut knives: Dimensions - 1-3/4" x 3-5/1601, 3 oz. each. Mounted to cuttershaft on heat-treated clevis rings. Number of knives: 88 inch, 44 pair. VENDOR'S NAME - BID FORM - bID ONE (1) 1991 FOUR-WHEEL DRIVE UTILITY TRACTOR WITH CAB, FRONT MOUNTING SNOW BLOWER AND REAR MOWER Public Works Director City of Rosemount 2875 145th Street West P. O. Box 510 Rosemount, MN 55068 We submit for your consideration the following bid in accordance with specifications on file in the office of the Public Works Director in the City of Rosemount. BASE BID ONE NEW 1991 FOUR-WHEEL DRIVE UTILITY TRACTOR & CAB S FRONT BLOWER REAR MOWER SUBTOTAL 5 1� �9 NET BID *************************** IL$ 'I NOTE: Any deviation from specifications for this tractor, cab, snowblower & rear mower shall be attached as per Section B.1.3. Failure to do so may be reason for rejection of the bid. DELIVERY DATE: SERVICE:Location of Parts and Service Company Name: BID FORM FOUR WHEEL DRIVE UTILITY TRACTOR & ACCESSORIES PAGE BF -2 Address: City: Telephone Number: Bid enclosure requirements: State: 1. Bid Proposal - 3 pages 2. Authorized Signature - (Within bid proposal form) 3. Statement of any deviations - (Attached to proposal form) 4. Manufacturer literature & specifications sheets 5. Manufacturer warranty statement Sealed bids will be received and publicly opened and read by two officials of the City of Rosemount on March 5, 1991, at 10:00 a.m. C.S.T., at the Rosemount City Hall, located at 2875 145th Street West, Rosemount, MN 55068. Enclosed herewith is a certified check, cashier's check, bid bond, money order, made payable to the City of Rosemount in the amount of $ (equal to at least 5% of the bid) to guarantee that the bidder, should his bid be accepted, enter promptly into a contract. NON -COLLUSION STATEMENT: (Required for submission of bid) I hereby swear (or affirm) under the penalty for perjury: 1. That I am the bidder, a partner of the bidder, or an officer or employee of the bidding corporation having authority to sign on it's behalf; 2. That this bid or bids have been arrived at by the bidder independently and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with any other vendor of materials, supplies, equipment or services which maybe designed to limit independent bidding or competition; 3. That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any person not employee or agent of the bidder or its surety on any bond furnished with the bid or bids and will not be communicated to any such person prior to the official opening of the bid or bids; and 4. That I have fully informed myself regarding the accuracy of the statements made in this statement. BID FORM FOUR WHEEL DRIVE UTILITY TRACTOR & ACCESSORIES PAGE BF -3 informalities, to award the bid in the best interest of the City, and to accept trades on any or all units to be traded, or to accept the base bid without trade. Date of Bid: SUBMITTED BY: NAME OF BIDDER ADDRESS TELEPHONE NUMBER STATE OF INCORPORATION AUTHORIZED SIGNATURE