HomeMy WebLinkAboutPaperless Packet for BPW Meeting 12-04-24Board of Public Works and Safety Meeting
Agenda
Wednesday, December 4, 2024 – 10:00 a.m.
Council Chambers City Hall, One Civic Square
MEETING CALLED TO ORDER
1.MINUTES
a.Minutes from the November 20, 2024, Regular Meeting
2.BID OPENINGS AND AWARDS
a.Bid Opening for 24-STR-09 Street Department Building Upgrades; Matt
Higginbotham, Street Commissioner
b.Bid Opening for 24-STR-07 106th St Bridge Repair; Matt Higginbotham, Street
Commissioner
c.Bid Opening for 24-STR-08 Tarkington and Palladium Surface Replacement; Matt
Higginbotham, Street Commissioner
d.Bid Opening for Well 29; John Duffy, Director of Utilities
e.Bid Opening for West Ground Storage Tank Booster Pump Station; John Duffy,
Director of Utilities
f.Bid Opening for West Ground Storage Tank; John Duffy, Director of Utilities
g.Quote Award for Carmel Police Vehicles Purchase; Chief Drake Sterling, Carmel Police
Department
h.Bid Award for 2025 Rock Salt Bid; John Duffy, Director of Utilities
3.TABLED ITEMS
a.Request for Revocation of Consent to Encroach; 41 North Rangeline; Lot One Partners,
LLC TABLED 11-06-24
4.CONTRACTS
a.Request for Purchase of Goods and Services; Impact Rescue LLC; ($180,517.10);
Rescue Tools; Chief Joel Thacker, Carmel Fire Department
b.Request for Purchase of Goods and Services; Macqueen Equipment, LLC;
($3,495,715.00); Pierce Enforcer Pumper; Chief Joel Thacker, Carmel Fire Department
c. Request for Purchase of Goods and Services; Macqueen Equipment, LLC;
($2,405,400.00); Two Pierce Enforcer Pumpers; Additional Services Amendment;
Chief Joel Thacker, Carmel Fire Department
d. Request for Purchase of Goods and Services; Penn Care, Inc; ($265,577.00);
Refurbishment/Re-Chassis of an Ambulance; Additional Services Amendment; Chief
Joel Thacker, Carmel Fire Department
e. Request for Purchase of Goods and Services; Pro-Tech Security Sales; ($64,510.00);
Gas Mask Kits; Chief Drake Sterling, Carmel Police Department
f. Request for Purchase of Goods and Services; Eby Ford Sales, Inc.; ($280,288.00); Six
2025 F-150 Police Responder Trucks; Chief Drake Sterling, Carmel Police Department
g. Request for Agreement of Professional Services; CrossRoad Engineers, P.C.;
($208,000.00); 106TH Street and Westfield Boulevard Roundabout; Additional Services
Amendment; Brad Pease, Director of Engineering
5. REQUEST TO USE CITY STREETS/PROPERTY
a. Request to Use Carter Green; Special Request to Use Electricity; Food Truck;
December 26 through December 31, 2024; 9:00 AM to 10:00 PM; Kenna Dishmond,
City of Carmel
b. Request to Use City Streets and Sidewalks; Festival of Ice; January 17, 2025; 1:00 PM
to 9:00 PM; Kenna Dishmond, City of Carmel
c. Request to Use Carter Green; Special Request to Use Electricity and Restrooms;
Festival of Ice Sculpting Event; January 18 through January 19, 2025; 7:00 AM to
7:00 PM; Kenna Dishmond, City of Carmel
d. Request to Use Carter Green; Special Request to Use Electricity and Restrooms;
Carmel Winter Games; January 24 through January 25, 2025; 7:00 AM to 7:00 AM
(January 25, 2025); Kenna Dishmond, City of Carmel
e. Request to Use Civic Square Gazebo and Lawn; Special Request to Use Electricity
and Restrooms; Indianapolis-Carmel Children’s Festival; April 26, 2025; 7:00 AM to
4:00 PM; Greg Yoakam, Kids and Family Growth Foundation
6. OTHER
a. Request for Consent to Encroach; 1337 Ironwood Drive W; William Schenher, Property
Owners
b. Request for Secondary Plat; Singh Subdivision; Adam DeHart, Keeler-Webb Associates
c. Request for Replat; Block 3 of Grand and Main Subdivision; Mike Smith,
Structurepoint
7. ADD-ONS
8. ADJOURNMENT
Board of Public Works and Safety Meeting 1
Minutes 2
Wednesday, November 20, 2024 – 10:00 a.m. 3
Council Chambers City Hall, One Civic Square 4
5 6 7
MEETING CALLED TO ORDER 8
Chairwoman Campbell called the meeting to order at 10:01 AM 9
10
MEMBERS PRESENT 11
12 Chairwoman Laura Campbell, Board Members James Barlow and Alan Potasnik, and City Clerks Jacob 13
Quinn and Jessica Dieckman are present. 14
15
MINUTES 16
Minutes from the November 06, 2024, Regular Meeting. Board Member Barlow moved to approve. 17
Board Member Potasnik seconded. Minutes approved 3-0. 18
19
BID OPENINGS, QUOTES, AND AWARDS 20
21
Quote Opening for Carmel Police Vehicles Purchase 22 Board Member Potasnik opened the bid, and Board Member Potasnik read them aloud: 23 24
Contractor Bid 25
Capitol City Ford $201,024.00 26
Eby Ford Sales, Inc $280,288.00 27
Bloomington Ford, Inc $288,577.50 28 Kelley Automotive Group, LLC $291,682.40 29 Ed Martin Scatterfield, Inc. $293,770.00 30
Pearson Ford, Inc. $309,992.50 31
32 Bid Opening for 2025 Rock Salt Bid; 33
Board Member Potasnik opened the bid, and Board Member Potasnik read them aloud: 34 35
Contractor Bid 36
Compass Minerals $133 per ton 37
Morton Salt $113.30 per ton 38
Mid-American Salt $137 per ton 39
Midwest Salt $120.68 per ton 40
41 42
43
Bid Award for 2024 Water Main Improvements; Mike Hendricks, Assistant Utilities Director, 44 recommended awarding the bid to TPI Utility Construction, LLC for $705,675.00 as they were the 45 lowest bid and most responsive. Board Member Barlow moved to approve. Board Member Potasnik 46
seconded. Award approved 3-0. 47 48
Bid Award for River Road Water Main Extensions; Mike Hendricks, Assistant Utilities Director, 49 recommended awarding the bid to TPI Utility Construction, LLC for $917,450.00 as they were the 50
lowest bid and most responsive. Board Member Potasnik moved to approve. Board Member Barlow 51
seconded. Award approved 3-0. 52
TABLED ITEMS 53
54
Request for Revocation of Consent to Encroach; 41 North Rangeline; Lot One Partners, LLC TABLED 55
11-06-24 REMAINS TABLED 56
CONTRACTS 57
Resolution BPW 11-20-24-01; A Resolution of the City of Carmel Setting the Meeting for the Elections 58 of the Two Elected Carmel Police Merit Board Commissioners; Meeting Notice Monday, December 16, 59
2024; 3:00 PM to 5:00 PM; Board Member Barlow moved to approve. Board Member Potasnik 60
seconded. Request approved 3-0. 61 62
Request for Purchase of Goods and Services; United Construction Services, LLC; ($5,112.94); 20 63
ENG-06 Haverstick Road Multi-Use Path-Pipe Connection; CO #2; Board Member Potasnik moved to 64
approve. Board Member Barlow seconded. Request approved 3-0. 65 66
REQUEST TO USE CITY STREETS/PROPERTY 67
68
Request to Use Civic Square Gazebo and Lawn; School of Rock Spring Performances; May 17 through 69
May 18, 2025; 11:00 AM to 7:00 PM; Board Member Barlow moved to approve. Board Member 70 Potasnik seconded. Request approved 3-0. 71 72
Request to Use Midtown Plaza; Shred415 Free Workout; May 21, June 18, July 16, August 20, and 73
September 17, 2025; 5:00 PM to 7:00 PM; Board Member Barlow moved to approve. Board Member 74
Potasnik seconded. Request approved 3-0. 75 76
Request to Use Midtown Plaza; Chanukah Menorah Lighting; December 24, 2024; 4:00 PM to 8:00 77 PM; Board Member Potasnik moved to approve. Board Member Barlow seconded. Request approved 78
3-0. 79
80
OTHER 81
Request for Stormwater Technical Standards Waiver; Carmel Civic Square Condos Development; 82
Board Member Barlow moved to approve. Board Member Potasnik seconded. Request approved 3-0. 83 84
ADD-ONS 85
86
ADJOURNMENT 87
Chairwoman Campbell adjourned the meeting at 10:14 AM. 88 89
APPROVED: ____________________________________ 90 Jacob Quinn – City Clerk 91 92
93
_____________________________________ 94 Chairwoman Laura Campbell 95 96
97
ATTEST: 98
__________________________________ 99
Jacob Quinn – City Clerk 100 101
October 29, 2024
Board of Public Works and Safety
One Civic Square
Carmel, Indiana 46032
RE: REVOCATION OF CONSENT TO ENCROACH AGREEMENT- 41 NORTH RANGELINE - LOT ONE
PARTNERS, LLC
Dear Board Members:
The Department of Engineering is recommending revocation of the existing consent to encroach
agreement between the City and Lot One Partners, LLC, approved by the Board on September 6, 2023.
The agreement allowed a 2.5’ encroachment into the east/west alley accessed via 1st AVE NE to install a
curb and handrail along the pedestrian access walkway. This encroachment has been found to limit
vehicular access through the alley, causing vehicles to drive onto the private property south of the alley
to access a loading zone.
The Department of Engineering has confirmed the removal of the encroachment will not create any
code violations or other safety hazards and therefore requests the board revoke the consent to
encroach agreement and require removal of the encroachment to restore unobstructed vehicular
access through the alley.
Sincerely,
Bradley Pease, P.E.
City Engineer
ATTACHMENTS: CONSENT TO ENCROACH AGREEMENT
.
November 19, 2024
Statement and Request for Approval of Special Purchase
City of Carmel Fire Department (“CFD”) respectfully requests the Board of Public Works and
Safety to approve a special purchase of specialized emergency hydraulic rescue tools used by CFD
to extract persons and/or animals trapped in vehicles, buildings, or other small spaces after accidents
or natural disasters (“Emergency Equipment”). This special purchase is authorized by Ind. Code §
5-22-10-5 (Savings to governmental body) and Ind. Code § 5-22-10-12 (Governmental discount
available) because Impact Rescue LLC, 3029 Marquette Ct, Indianapolis, IN, 46268 (“Impact
Rescue”), offered CFD the Emergency Equipment with a government discount of Nine Thousand
Five Hundred Dollars and Ninety Cents ($9,500.90). Please see attached Exhibit A of the proposed
Contract submitted contemporaneously with this Statement.
Respectfully submitted,
Chief Joel Thacker
Carmel Fire Chief
Macqueen Equipment, LLC
Fire Department - 2024
Original Appropriation #1120 0 44-650.02 Capital Lease Fund; P.O. #110953
Original Contract Not To Exceed $3,495,715.00
AMENDMENT TO AGREEMENT FOR PURCHASE OF GOODS AND SERVICES
This Amendment to Agreement for Purchase of Goods and Services (“Amendment”) 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 Macqueen Equipment, LLC an entity duly authorized to do business in the State of
Indiana (“Vendor”) pursuant to the Agreement for Purchase of Goods and Services between the City and
Vendor, dated April 17, 2024.
The Parties agree that Exhibit A of the April 17, 2024 Agreement for Purchase of Goods and Services,
setting forth the scope of work, is hereby amended and replaced with the attached Exhibit A, which is
incorporated herein by this reference. This Amendment does not change the original contract amount of
the April 17, 2024 Agreement for Purchase of Goods and Services.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment and it is effective
immediately.
CITY OF CARMEL, INDIANA MACQUEEN EQUIPMENT, LLC
by and through its Board of Public
Works and Safety
By: By:
Laura Campbell, Presiding Officer Authorized Signature
Date:
Printed Name
James Barlow, Member
Date:
Title
Alan Potasnik, Member FID/TIN:
Date:
ATTEST: Date:
Jacob Quinn, Clerk
Date:
Brian Young
Director of Sales
41-0845185
11/21/2024
Macqueen Equipment, LLC
Fire Department - 2024
Appropriation #1120 44-650.02 Fund; P.O. #112882
Contract Not To Exceed $2,405,400.00
ADDITIONAL SERVICES AMENDMENT TO
AGREEMENT FOR GOODS AND SERVICES
This ADDITIONAL SERVICES AMENDMENT TO AGREEMENT FOR GOODS AND SERVICES (“Additional
Services Amendment”) shall amend the terms of the Agreement for Purchase of Goods and Services entered into by
and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety (“City”), and
Macqueen Equipment, LLC aka Macqueen Emergency Group (the “Vendor”) as City Contract dated April 17, 2024 (the
“Agreement”) by adding the additional services to be provided by Vendor consistent with the Scope of Work attached
hereto and incorporated herein as Exhibit “A”. The terms and conditions of the Agreement shall not otherwise be
affected by this Additional Services Amendment and shall remain in full force and effect.
IN WITNESS WHEREOF, the parties hereto have made and executed this Additional Services Amendment as follows:
CITY OF CARMEL, INDIANA Macqueen Equipment, LLC
by and through its Board of Public
Works and Safety
By: By:
Laura Campbell, Presiding Officer Authorized Signature
Date:
Printed Name
James Barlow, Member
Date:
Title
Alan Potasnik, Member FID/TIN:
Date:
ATTEST: Date:
Jacob Quinn, Clerk
Date:
Bill Young
11/21/2024
Director of Sales
41-0845185
ILLINOIS INDIANA MINNESOTA MISSOURI NEBRASKA NORTH DAKOTA SOUTH DAKOTA
EM-102
November 4, 2024
Chief Joel Thacker
City of Carmel Fire Department
210 Veterans Way
Carmel, IN 46032
Subject: Proposal for Two (2) Pierce Enforcer Pumpers
Proposal / Bid 1553
Dear Chief Thacker,
With regard to the above subject, please find attached our completed proposal.
Pricing Summary:
Sale Price – $2,405,400.00 - $1,202,700.00 Each
*Sourcewell Consortium Pricing, Member ID 2141.
100% Performance Bond:
Included in the above sale price.
Terms and Conditions:
Taxes – Not Applicable
Freight – F.O.B. – Appleton, WI / Shipping to Carmel, IN
Terms – Net due prior to vehicle(s) release at the Pierce Manufacturing Plant
(Appleton, WI).
Delivery* – 35 - 38 months from receipt and acceptance of contract.
*Due to global supply chain constraints, any delivery date contained herein is a good faith estimate as of the
date of this order/contract, and merely an approximation based on current information. Delivery updates will be
made available, and a final firm delivery date will be provided as soon as possible.
EXHIBIT A Page 1 of 15
ILLINOIS INDIANA MINNESOTA MISSOURI NEBRASKA NORTH DAKOTA SOUTH DAKOTA
Said apparatus and equipment are to be built and shipped in accordance with the specifications
hereto attached, delays due to strikes, war, or international conflicts, or other causes beyond
our control not preventing, could alter the delivery schedule.
The specifications herein contained, shall form a part of the final contract, and are subject to
changes as desired by the purchaser, provided such changes are acknowledged and agreed to
in writing by the purchaser.
Various state or federal regulation agencies (e.g., NFPA, DOT, EPA) may require changes to
the Specifications and/or the Product and in any such event any resulting cost increases
incurred to comply therewith will be added to the Purchase Price to be paid by the
Customer. Any future drive train upgrades (engine, transmission, axles, etc.) or any other
specification changes have not been calculated into our annual increases and will be provided
at additional cost. The Company reserves the right to update pricing in response to
manufacturer-imposed increases as a result of PPI inflation. The Company will document and
itemize any such price increase for the Customer’s review and approval before
proceeding. Should the customer choose not to accept the pricing update, the customer has
the ability to cancel without penalty.
This proposal for fire apparatus conforms with all Federal Department of Transportation (DOT)
rules and regulations in effect at the time of bid, and with all National Fire Protection Association
(NFPA) Guidelines for Automotive Fire Apparatus as published at the time of bid, except as
modified by customer specifications.
The attached proposal is valid for thirty (30) days.
We trust the above and the enclosed to be full and complete at this time; however, should you
have any questions or require additional information, please do not hesitate to contact me at
317-557-2727 or garry.davis@macqueengroup.com .
We wish to thank the City of Carmel Fire Department for the opportunity to submit our proposal.
Respectfully,
Garry Davis
Garry Davis
Apparatus Sales
MacQueen Equipment LLC
DBA MacQueen Emergency Group
EXHIBIT A Page 2 of 15
Option List
Line Option Type Option Description Qty
1 0766611 Boiler Plates, Pumper 1
Fire Department/Customer - City of Carmel Fire Department
Operating/In conjunction W-Service Center - Operating
Miles - 25 Miles
Number of Fire Dept/Municipalities - 15
Bidder/Sales Organization - MacQueen Emergency Group
Delivery - Delivery representative
Dealership/Sales Organization, Service - MacQueen Emergency Group
2 0661794 Single Source Compliance 1
3 0584456 Manufacture Location, Appleton, Wisconsin 1
4 0584452 RFP Location: Appleton, Wisconsin 1
5 0588609 Vehicle Destination, US 1
6 0791096 SP Build My Pierce™ Truck 1
Fill in Blank - Booked with 468 options and 14 sps
7 0670275 Unit to be Similar in some Aspects, Excluding Pump Panel 1
Fill in Blank - A duplicate of 34169 & 36745 - Photo's of this unit located
within the stage 7 E-folder.
8 0816491 Comply NFPA 1900 Changes Effective Jan 1, 2024, With Exceptions 1
9 0533347 Pumper/Pumper with Aerial Device Fire Apparatus 1
10 0588611 Vehicle Certification, Pumper 1
11 0661778 Agency, Apparatus Certification, Pumper/Tanker, U.L.1
12 0816495 Certification, Vehicle Inspection Program, NFPA 1900 1
13 0000114 Inspection Trip(s)2
Qty, - 02
Fill in Blank - six (6)
14 0000113 Table of Contents 1
15 0766110 Consortium, Sourcewell 1
16 0537375 Unit of Measure, US Gallons 1
17 0030006 Bid Bond Not Requested 1
18 0816574 Performance Bond, 100% with Warranty Bond, 1 Yr, and Payment Bond, PPI Terms 1
Percentage, Contract - 100
19 0000007 Approval Drawing 1
20 0002928 Electrical Diagrams 1
21 0649754 Enforcer Chassis 1
22 0000110 Wheelbase 1
Wheelbase - 222.00"
23 0000070 GVW Rating 1
GVW rating - 43,500#
24 0729280 Frame Rails, 13.38 x 3.50 x .375, Enforcer 1
25 0889469 Frame Liner, "C/Inv L" 12.50" x 3.00" x .25", AXT/Vel/Imp/Enf, 56" QVal 1
26 0629940 Axle, Front, Oshkosh TAK-4, Non Drive, 22,800 lb, Enforcer 1
27 0010427 Suspension, Front TAK-4, 22,800 lb, Qtm/AXT/Imp/Vel/Enf/SFR 1
28 0087572 Shock Absorbers, KONI, TAK-4, Qtm/AXT/Imp/Vel/DCF/Enf 1
29 0000322 Oil Seals, Front Axle 1
30 0899438 Tires, Front, Goodyear, Armor MAX MSA, 425/65R22.50, 20 ply 1
31 0019611 Wheels, Front, Alcoa, 22.50" x 12.25", Aluminum, Hub Pilot 1
32 0530457 Axle, Rear, Meritor RS23-186, 24,000 lb Saber/Enforcer 1
33 0544253 Top Speed of Vehicle, 68 MPH /109 KPH 1
34 0565379 Suspen, Rear, Single Slipper Spring, 24,000 lb, Saber/Enforcer 1
35 0000485 Oil Seals, Rear Axle 1
36 0782805 Tires, Rear, Goodyear, Armor Max MSD, 12R22.50, LRH, Single 1
Customer:City of Carmel Fire Department Bid Number: 1553
Representative Davis, Garry Job Number:
Organization:MacQueen Emergency Group Number of Units:2
Requirements Manager: Bid Date:10/31/2024
Description: Sourcewell 789 - Pumper - 1250GPM - 152" 2nd Gen Same Stock Number:
Body: Pumper, Medium, Aluminum, 2nd Gen Price Level:51 (Current: 51)
Chassis:Enforcer Chassis Lane:Lane 1
11/4/2024
11/4/2024 1:00 PM Page 11553Bid #:
EXHIBIT A Page 3 of 15
Line Option Type Option Description Qty
37 0654750 Wheels, Rear, Alcoa-Accuride, 22.50" x 9.00", Aluminum-Steel, Hub Pilot, Single 1
38 0589368 Tire Balancing, All, Single Axle 1
39 0606653 Tire PSI and Temp Monitoring System, Bendix Smartire, CZIII 1
Qty, Tire Pressure Sensor - 6
40 0801909 Lug Nut, Covers, Chrome 1
41 0003245 Axle Hub Covers w/center hole, S/S, Front Axle 1
42 0001960 Axle Hub Covers, Rear, S/S, High Hat (Pair)1
43 0002045 Mud Flap, Front and Rear, Pierce Logo 1
44 0544802 Chocks, Wheel, SAC-44-E, Folding, (Up to 44" Diameter Tires)1
Qty, Pair - 01
45 0544806 Mounting Brackets, Chocks, SAC-44-E, Folding, Horizontal 1
Qty, Pair - 01
Location, Wheel Chocks - Left Side Rear Tire, Forward and Rearward
46 0820509 ESC/ABS/ATC Wabco Brake System, Single Rear Axle, NFPA 1900/ULC 1
47 0030185 Brakes, Knorr/Bendix 17", Disc, Front, TAK-4 1
48 0509206 Brakes, Meritor, EX225, Disc Plus, Rear, Single Axle 1
49 0020784 Air Compressor, Brake, Cummins/Wabco 18.7 CFM 1
50 0644232 Brake Reservoirs, 4,272 Cubic Inch Minimum Capacity, Saber FR/Enforcer 1
Paint Color, Air Tanks - Black #98
51 0568012 Air Dryer, Wabco System Saver 1200, Heater, 2010 1
52 0000790 Brake Lines, Nylon 1
53 0000854 Air Inlet, w/Disconnect Coupling 1
Location, Air Coupling(s) - a) DS Step Well, Forward
Qty, Air Coupling (s) - 1
54 0685501 Outlet, Air, with shut off valve, Milton 715 and 727 1
Location, Air Coupling(s) - h) DS Pump Panel
Qty, Air Coupling (s) - 1
55 0000853 Compressor, Air, Kussmaul 091-9 12V Brake System 1
Location - behind driver seat
56 0615609 Fittings, Compression Type, Entire Apparatus, Single Rear Axle 1
57 0812267 Engine, Cummins X15, 525 hp, 1850 lb-ft, W/OBD, EPA 2027, Enforcer 1
58 0811409 Not Required, Engine Contingency Adjustment 1
59 0730808 Filters, Remote Mounted, Oil, Fuel, X15, VEL/AXT/Enf 1
60 0001244 High Idle w/Electronic Engine, Custom 1
61 0681846 SP Retarder, Telma Driveline Focal Mt, Single Axle, 1st/2nd Stage w/Accel,No Switch 1
62 0622035 Clutch, Fan, Air Actuated, Fan Clutch Disengaged Switch, Enforcer MUX 1
63 0644573 Air Intake, Water & Ember Screen, Saber FR/Enforcer 1
64 0814375 Exhaust System, Horizontal, Right Side 1
Exhaust, Diffuser - Aluminized Steel (Standard)
Exhaust, Material/Finish - Aluminized Steel (Standard)
Location, Diffuser Termination - 2.00" Past Rub Rail (Standard)
Tip, Exhaust - Straight Tip (Standard)
65 0788765 Radiator, Saber FR/Enforcer 1
66 0722490 Cooling Hoses, Gates Silicone and Rubber Combination - Custom 1
67 0603200 SP Fuel Tank, 75 Gallon, Left Side Fill, Aluminum, Qtm/AXT/Vel/Imp/DCF/SFR/Enf 1
Finish - Painted lower body color
Finish, Fuel Tank - Painted
68 0001129 Lines, Fuel 1
69 0595087 DEF Tank, 4.5 Gallon, LS Fill, Forward of Rear Axle 1
Door, Material & Finish, DEF Tank - Polished Stainless
70 0723716 Fuel Priming Pump, Electronic, Automatic, Cummins, No Swt Req'd 1
71 0582243 Shutoff Valves, Fuel Line @ Primary Filter, Cummins 1
72 0699437 Cooler, Chassis Fuel, Not Req'd.1
73 0578959 Fuel/Water Separator, Racor Inline 1
74 0887546 Trans, Allison 6th Gen, 4000 EVS P, w/Prognostics, Imp/Vel/SFR/Enf 1
75 0625331 Transmission, Shifter, 6-Spd, Push Button, 4000 EVS 1
76 0684459 Transmission Oil Cooler, Modine, External 1
77 0801876 Fluid, 4000 Series Trans, Allison Approved TES-668 Synthetic, IPOS, Custom 1
78 0001375 Driveline, Spicer 1810 1
79 0669988 Steering, Sheppard M110 w/Tilt, TAK-4, Eaton Pump, w/Cooler 1
80 0605356 Steering Wheel, 4 Spoke without Controls, Saber FR/Enforcer 1
81 0681841 Logo/Emblem, Not Required 1
11/4/2024 1:00 PM Page 21553Bid #:
EXHIBIT A Page 4 of 15
Line Option Type Option Description Qty
82 0012245 Bumper, 19" Extended, Polished S/S, Saber FR/Enforcer 1
83 0637817 Tray, Hose, Center, 19" Bumper, Inside Air Horns, 16" Deep, 13" Below/3" Above 1
Grating, Bumper extension - Grating, Rubber
Capacity, Bumper Tray - 21) 150' of 1.75"
84 0633479 Hose Restraint, Bumper Tray, Velcro Straps, Pair 1
Qty, Pair - 01
85 0637790 Tray, (1) Hose Right Side of Bumper, 16" Deep, 13" Below & 3" Above 1
Grating, Bumper extension - Grating, Rubber
Capacity, Bumper Tray - 26) 15' of 5.00"
86 0633453 Hose Restraint, Bumper Tray, Velcro Straps, Pair 1
Qty, Pair - 01
87 0778092 Lift & Tow Package, Enforcer 1
88 0002270 Tow Hooks, Chrome 1
89 0648332 Cab, Enforcer, 7010 1
90 0727969 Engine Tunnel, X15, Foil Insulation w/Mech Fasteners, Enforcer 1
91 0887601 Cab Insulation, Enforcer/Saber FR 1
92 0610508 Rear Wall, Interior, Adjustable Seating, Not Available 1
93 0632103 Rear Wall, Exterior, Cab, Saber FR/Enforcer 1
Material, Exterior Rear Wall - Aluminum Treadplate
94 0639727 Cab Lift, Elec/Hyd, Manual Override, Saber FR/Enforcer 1
95 0695930 Grille, Bright Finished, Front of Cab, Enforcer 1
96 0002224 Scuffplates, S/S At Cab Door Jambs, 4-Door Cab 1
Material Trim/Scuffplate - c) S/S, Polished
97 0647932 Not Required, Trim, S/S Band, Across Cab Face, AXT/Saber/Enforcer 1
98 0015440 No Chrome Molding, On side of cab 1
99 0521669 Mirrors, Retrac, West Coast Style, Htd/Rmt, w/Htd/Rmt Convex 1
100 0648170 Door, Half-Height, Saber FR/Enforcer 4-Door Cab, Raised Roof 1
Key Model, Cab Doors - 751
Cab, Exterior Door Handle, Finish - 4-Door, Chrome/Black
101 0655544 Door Panel, Painted Aluminum, Saber/Enforcer 4-Door Cab 1
102 0630636 Controls, Electric Roll-Up Windows, 4dr, 4 Driver Controls, Saber FR/Enforcer 1
103 0638310 Steps, 4-Door Cab, Saber FR/Enforcer 1
Step Well Material - Aluminum Treadplate
104 0770194 Handrail, Exterior, Knurled, Alum, 4-Door Cab 1
105 0892638 Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, 6lts 1
Color, Trim - Chrome Housing
106 0583698 Fenders, S/S on cab, Extra Wide, Saber/Enf 1
107 0637984 Window, Side of C/C, Fixed, Saber FR/Enforcer 1
108 0012090 Not Required, Windows, Front/Side of raised roof 1
109 0779033 Not Required, Windows Rear of Crew Cab, Saber FR/Enforcer 1
110 0809941 SP Compt, 16.50 W x 75.50 H x 15/10 D, Ea Side C/C, Dbl Pan, SFR/Enf 1
Light, Tall Transverse Compt - Pierce, Hinged Side
Finish, Cab Compt/Component - Spatter Gray
Door, Cab Exterior Cabinet - Double Pan, (2), Non-Locking
Door, Exterior Stop - 2-Stay Arm
111 0745808 Scuffplate, Inner Door Pan, Aux Cab Compts, Pair 1
Material Trim/Scuffplate - c) S/S, Polished
112 0607899 Scuffplate, Polished S/S, Bottom of Door Frame, Each 2
Qty, - 02
location - Each auxiliary crew cab compartment
113 0894089 Dash, Heavy Duty Metal, Enforcer **1
Material Finish, Metal Dash - Match Interior Paint
114 0607217 Mounting Provisions, 3/16" Alum, Full Engine Tunnel, Saber FR/Enforcer 1
Mounting Provision Spacing - 1.00"
Material Finish, Cab Interior - Painted
115 0664351 Pac Trac, Installed in Cab/Crew Cab 2
Location - back wall of crew cab above the forward facing seats, full
width of the wall and height of that area
Qty, - 02
116 0750824 Cab Interior, Vinyl Headliner, Saber FR/Enforcer, CARE 1
Color, Cab Interior Vinyl/Fabric - Endure Vinyl - Silver/Gray
Engine Tunnel Cover - Painted
Cab Interior Rear Wall Material - Painted Aluminum
11/4/2024 1:00 PM Page 31553Bid #:
EXHIBIT A Page 5 of 15
Line Option Type Option Description Qty
117 0753903 Cab Interior, Paint Color, Saber FR/Enforcer 1
Color, Cab Interior Paint - i) fire smoke gray
118 0052100 Floor, Rubber Padded, Cab & Crew Cab, Saber/Enforcer 1
119 0722038 HVAC, Heavy-Duty, Enforcer, w/X15, CARE 1
Paint Color, A/C Condenser - Painted to Match Cab Roof
HVAC System, Filter Access - Removable Panel
Auxiliary Cab Heater - Both
HVAC System, Control Loc. - Panel Position #12
Plenum Cover Material - Metal, Painted
120 0012122 Fans, Window Defrost, One (1) Fan on Each Side 1
121 0639675 Sun Visor, Smoked Lexan, AXT, Imp/Vel, SFR/Enf 1
Sun Visor Retention - No Retention
122 0634328 Grab Handles, Driver and Officer Door Posts, Saber FR/Enforcer 1
123 0583938 Lights, Engine Compt, Custom, Auto Sw, Wln 3SC0CDCR, 3" LED, Trim 1
Qty, - 01
124 0631830 Fluid Check Access, Saber FR/Enforcer, Arrow XT 1
Latch, Door, Storage - Lift and Turn Latch, Flush
125 0002508 Map Box, 3 Bin/30 deg Slant, Custom Chassis 1
Qty, - 1
Location, Map Box/Straps - Shipped Loose
126 0599959 Straps, Velcro, Map Box, Custom Chassis 1
Qty, - 1
Location, Map Box/Straps - Shipped Loose
127 0583042 Side Roll and Frontal Impact Protection 1
128 0622617 Seating Capacity, 6 Belted Seats 1
129 0636955 Seat, Driver, Pierce PSV, Air Ride, High Back, Safety, PRIMARY, SFR/Enf 1
130 0636942 Seat, Officer, Pierce PSV, Fixed, SCBA, Safety, PRIMARY, SFR/Enf 1
131 0620420 Radio Compartment, Below Non-Air Ride Seat, Saber FR/Enforcer 1
Latch, Door, Storage - Lift and Turn Latch, Flush
132 0630152 Seat, Rr Fcng C/C, LS Otbrd, Pierce PSV, SCBA, 17" Btm, Safety, PRIMARY,
SFR/Enf
1
133 0102783 Not Required, Seat, Rr Facing C/C, Center 1
134 0630150 Seat, Rr Fcng C/C, RS Otbrd, Pierce PSV, SCBA, 17" Btm, Safety, PRIMARY,
SFR/Enf
1
135 0108189 Not Required, Seat, Forward Facing C/C, LS Outboard 1
136 0753397 SP Seat, Fwd Fcng C/C, Ctr, (2) PSV, Hi-Back,17",Safety,5.5"
Sp,Riser,SECONDARY,Enf
1
Light, Overhead Compt - Pierce, Horizontal Mounted
Door, Cab Interior Cabinet - Lap, Drop, (2) Latches, Non-Locking
137 0108190 Not Required, Seat, Forward Facing C/C, RS Outboard 1
138 0770603 SP Compt, Storage, (2) Rear Facing, Overhead, 21 W x 9 H x 20 D, Web, SFR/Enf 1
Type of fastener - 1" cam buckle
Restraint Location - Top (towards roof of truck)
Light, Overhead Compt - Pierce, Horizontal Mounted
139 0766467 Upholstery, Seats In Cab, All Vinyl, Seats Inc, CARE 6
Color, Cab Interior Vinyl/Fabric - Endure Vinyl - Silver/Gray
Qty, - 06
140 0543991 Bracket, Air Bottle, Hands-Free II, Cab Seats 3
Qty, - 03
141 0603866 Seat Belt, Dual Retractor, ReadyReach, Saber FR/Enforcer 1
Seat Belt Color - Red
142 0817557 Helmet Storage, Provided by Fire Department, NFPA/ULC 2024 1
143 0647647 Lights, Dome, FRP Dual LED 4 Lts 1
Color, Dome Lt - Red & White
Color, Dome Lt Bzl - Grey
Control, Dome Lt White - Door Switches and Lens Switch
Control, Dome Lt Color - Lens Switch
144 0896451 Enhanced Software for Cab and Crew Cab Dome Lts 1
145 0893594 Spotlight, Golight Stryker, Model 30**4ST, LED, 1 Lt 1
Location - centered over lightbar
Color, GoLt - Black
Bracket, Spotlight - Pedestal - 1 Lt
146 0893520 Controller, Spotlight, Golight Stryker ST, Wired Dash Mount, 1 Lt 1
147 0646149 Location, Spotlight Controller, Officer's Side, Overhead 1
11/4/2024 1:00 PM Page 41553Bid #:
EXHIBIT A Page 6 of 15
Line Option Type Option Description Qty
148 0816997 Portable Hand Light, Provided by Fire Dept, NFPA/ULC 2024 1
149 0622803 Cab Instruments, Black Gauges, Black Bezels, Enforcer MUX 1
Emergency Switching - Individual Switches
150 0509511 Air Restriction Indicator, Imp/Vel, AXT, Dash CF, Enf MUX 1
151 0543751 Light, Do Not Move Apparatus 1
Alarm, Do Not Move Truck - Pulsing Alarm
152 0509042 Messages, Open Dr/DNMT, Color Dsply,1
153 0622798 Switching, Cab Instrument Lower Console & Overhead, Rocker MUX, Enforcer 1
154 0802942 Wiper Control, 2-Speed with Intermittent, Wired to Prk Brk, MUX, Enforcer 1
Location, Wiper Control - Above Ignition
155 0547322 Wiring, Spare, 15 A 12V DC, Switch Feature 1st 1
Qty, - 01
12vdc power from - Battery switched
Wire termination - Butt Splice
Location - distribution panel
Switch, Lt Control 1 DC - ds) DS Switch Panel
Switch, Lt Control 2 DC - n) No Control
156 0547328 Wiring, Spare, 20 A 12V DC, Switch Feature 1st 1
Qty, - 01
12vdc power from - Battery switched
Wire termination - 10-Place Bus Bar w/Cover
Location - behind officer seat
Switch, Lt Control 1 DC - n) No Control
Switch, Lt Control 2 DC - n) No Control
157 0821287 Wiring, Spare, 30 A 12V DC, 6 Ckt FB, Blue Sea 5025 Batt Dir 1st NFPA1900/ULC 1
12vdc power from - Isolated battery
Location - inside seat riser crew cab forward facing seats
158 0697394 Instrument Panel Layout, Match Existing 1
Fill in Blank - 34169
159 0887964 SP Bracket, Mounting, 3 Rocker Sw and 1 PTT Buttons, Stainless Steel 1
Location - officer side engine tunnel on the slope forward as possible
(see file "34169 Carmel Switch Bracket.msg" in 36745 Stage 7 job E folder for
hot slip photo
160 0814201 Vehicle Information Center, 7" Color Display, Touchscreen, MUX, CL714 1
System Of Measurement - US Customary
161 0816633 Collision Mitigation, HAAS Alert (R2V), HA7 1
Subscription, HAAS R2V - R2V - 5 Year Data Plan Subscription
162 0606247 Vehicle Data Recorder w/CZ Display Seat Belt Monitor 1
163 0897275 SP Pre-Wire Remote Push-To-Talk, Sigtronics, 4 Cond.1
Qty, - 1
Location 1 - panel #9 where 262 switch would have been marked up IP
layout
Location 2 - location #4 overhead where sigtronics box is see IP layout
164 0696438 Antenna Mount, Custom Chassis, Cable Routed to Radio Box 1
Location - above officer behind lightbar
Qty, - 01
165 0807896 SP Camera, Pro-Vision, LS Mux, F/F, RS, LS, R, Cameras, HD HVR, View, SD 1
Location - just below front windshield
Location 1 - behind officer seat
Location, Event Button - Officer Side Tunnel
166 0816249 Camera, Switcher, Pro-Vision, 4 channel, AHD, CVBS 1
167 0511071 Guard, 4-Way, Rear Vision Camera 1
Qty, - 01
Location - over rear camera
168 0890416 Pierce Command Zone, Advanced Electronics & Control System, Enforcer, WiFi
CZT
1
Color, Antenna - Black Antenna
Module Housings - Black Housing with Power and Status Ind
169 0896456 Prognostics, Electrical System 1
170 0624253 Electrical System, Enforcer MUX 1
171 0634733 SP Batteries, (6) Interstate Grp 31, 31-MHD, 950 CCA each, 1 Iso Bat,Threaded Studs 1
172 0008621 Battery System, Single Start, All Custom Chassis 1
173 0546514 Battery Compartment, Stainless Steel, Saber/Enforcer 1
Material Finish - Painted
11/4/2024 1:00 PM Page 51553Bid #:
EXHIBIT A Page 7 of 15
Line Option Type Option Description Qty
174 0812586 Charger, Sngl Sys, Kussmaul, Chief 091-266-12-60, 60 Amp 1
175 0814869 Location, Cab, Charger, Behind Driver Seat 1
176 0811943 Panel, Remote Control, Kussmaul, Chief 091-266-RCP 1
177 0814939 Location, Cab, Ind/Remote, Driver's Seat Riser 1
178 0016857 Shoreline, 20A 120V, Kussmaul Auto Eject, 091-55-20-120, Super 1
Qty, - 01
Color, Kussmaul Cover - b) red
Shoreline Connection - Battery Charger
179 0026800 Shoreline Location 1
Location, Shoreline(s) - DS Step Well
180 0647728 Alternator, 430 amp, Delco Remy 55SI 1
181 0092582 Load Manager/Sequencer, MUX 1
Enable/Disable Hi-Idle - e)High Idle enable
182 0780484 Headlights, Rect LED, HiViz FT-4X6-4KIT, AXT/DCF/Enf/Imp/Sab/Vel 1
183 0625953 Light, Directional, Wln 600 Cmb, Cab Crn, Wrp Bzl Out HD Lts, Enf/Sab 1
Color, Lens, LED's - c)clear
184 0620054 Light, Directional/Marker, Intermediate, Weldon 9186-8580-29 LED 2lts 1
185 0647802 Lights, Clearance/Marker/ID, Front, P25 LED 5 Lts, Saber FR/Enforcer 1
186 0647929 Lights, Directional/Marker, Cab Front Side, Truck-Lite
19036YLED,AXT/EnfMUX/DCF
1
187 0627282 Lights, Clearance/Marker/ID, Rear, FRP LED Bar & P25 LED 4Lts 1
188 0804514 Lights, Tail, Wln M62BTT* Red Stop/Tail & M62T* Amber Dir Arw For Hsg 1
Color, Lens, LED's - Clear
Flash Pattern, Directional Lts - Steady On (Arrow)
189 0806466 Lights, Backup, Wln M62BU, LED, For Tail Lt Housing 1
190 0663884 Bracket, License Plate & Light, P25 LED, Temp Under Tailbrd 1
Location - install under the DS rear tailboard
191 0556842 Bezels, Wln, (2) M6 Chrome Pierce, For mtg (4) Wln M6 lights 1
192 0589905 Alarm, Back-up Warning, PRECO 1040 1
193 0626588 Lights, Perimeter Cab, TecNiq T10-LC00-1 15" LED 4Dr 1
194 0616845 Lights, Perimeter Pump House, TecNiq T10-LC00-1 15" LED 4lts 1
195 0626579 Lights, Perimeter Body, TecNiq T10-LC00-1 15" LED 2lts, Rear Step 1
Control, Perimeter Lts - Parking Brake Applied
196 0896454 Enhanced Software for Perimeter Lts 1
197 0887656 Lights, Step, TecNiq E10-W000-1 LED 4lts w/Angled Bracket 1
Control, Scene Lts - Pump Panel Sw LS
198 0776357 Light, Visor, Wln, 12V P*H2* Pioneer, Cnt Feature, 1st 1
Qty, - 01
Location, driver's/passenger's/center - Centered
Color, Wln Lt Housing - Black Paint
Control, Scene Lts - Cab Sw Panel DS
Scene Light Optics - Flood/Spot
199 0768064 Lights, Wln, PCPSM1* Pioneer, 12 VDC, 1st 1
Location - driver side above window between cab and crew cab door
Qty, - 01
Color, Wln Lt Housing - Black Cover
Control, Scene Lts - Cab Sw Panel DS
200 0768062 Lights, Wln, PCPSM1* Pioneer, 12 VDC, 2nd 1
Location - passenger side above window between cab and crew cab door
Qty, - 01
Color, Wln Lt Housing - Black Cover
Control, Scene Lts - Cab Sw Panel DS
201 0766906 Lights, Wln, PCPSM1*, Pioneer, 12 VDC, 1st 1
Location - driver side center hose bed side sheet upper
Qty, - 01
Color, Wln Lt Housing - Black Cover
Control, Scene Lts - Cab Sw Panel DS
202 0766905 Lights, Wln, PCPSM1*, Pioneer, 12 VDC, 2nd 1
Location - passenger side center hose bed side sheet upper
Qty, - 01
Color, Wln Lt Housing - Black Cover
Control, Scene Lts - Cab Sw Panel DS
203 0532358 Not Required, Deck Lights, Other Hose Bed & Rear Lighting 1
11/4/2024 1:00 PM Page 61553Bid #:
EXHIBIT A Page 8 of 15
Line Option Type Option Description Qty
204 0645877 Lights, Hose Bed, Sides, Dual LED Light Strips 1
Control, Hose Bed Lts - Cup Switch At Rear
205 0645677 Lights, Not Required, Rear Work, Alt. 12 Volt Lights At Rear Body 1
206 0645687 Lights, Rear Scene, Wln, M6ZC LED, 1st 2
Qty, - 02
Control, Rear Scene Lts - Cab Switch Panel DS
Location, Scene Lights - Each Side Rear Body, High, 2lts
207 0709438 Lights, Walk Surf, FRP Flood, LED 1
208 0060115 Pumper, Medium, Aluminum, 2nd Gen 1
209 0554271 Body Skirt Height, 20"1
210 0013303 Tank, Water, 500 Gallon, Poly, Med, New York Style 1
211 0003405 Overflow, 4.00" Water Tank, Poly 1
212 0028107 Not Required, Foam Cell Modification 1
213 0553725 Restraint, Water Tank, Heavy Duty, Special Type Tank, 4x4, or Export 1
214 0003429 Not Required, Direct Tank Fill 1
215 0003424 Not Required, Dump Valve 1
216 0048710 Not Required, Jet Assist 1
217 0030007 Not Required, Dump Valve Chute 1
218 0514778 Not Required, Switch, Tank Dump Master 1
219 0815391 Hose Bed, Aluminum, Pumper, New York Style, Fill in the Blank Height 1
Fill in Blank - 62
Material Trim/Scuffplate - c) S/S, Polished
220 0723545 Unpainted/Dual Action Finished Aluminum Hose Bed, 2G Pumper/Tankers 1
221 0003481 Hose Bed Capacity, Special 1
Capacity, Hosebed - 400' of 1 3/4" DJ - 600' of 3.00" DJ, 1000' of 5.00"
LDH - 200' of 2 1/2" DJ
222 0689089 Divider, Hose Bed, Unpainted, w/Handhold 4
Qty, Hosebed Dividers - 4
223 0806306 Straps, Top of Hose Bed 1
224 0807424 Hose Restraint, Hose Bed, Web, Rear, Separate From Top 1
Fastener, Rear Restraint, Top - Velcro Straps/Footman Loops
Fastener, Rear Restraint, Bottom - Velcro Straps/Footman Loops
225 0010133 Cross-Divider, Hose Bed 1
226 0770058 SP Cross Structure, Hose Bed 1
227 0013512 Running Boards, 12.75" Deep 1
228 0681365 Tailboard, 10" Deep, Full Width, Extended Substructure, Angled Corners 1
229 0828360 Wall, Rear, Smooth Aluminum/Body Material, Flush Rear Wall, 41.88D Rear Compt 1
230 0889713 Tow Eyes, 2G Pumper 1
231 0895820 Construction, Compt, Alum, 2G Pumper 1
232 0023650 LS 152" Rollup, Full Height Front & Rear, FDLER 1
233 0086379 RS 152" Rollup, 3/4 Height Front & Rear, (1) Lap Broom, FDLER 1
234 0594005 Doors, Rollup, Amdor, Side Compartments 5
Qty, Door Accessory - 05
Color, Roll-up Door - AMDOR Painted to Match Lower Body
Latch, Roll-up Door - Non-Locking Liftbar
235 0080647 Compt, Rear, Rollup, 30.75" FF, 41.88" D 1
236 0594003 Door, Amdor, Rollup, Rear Compartment 1
Color, Roll-up Door - AMDOR Satin Aluminum
Latch, Roll-up Door - Non-Locking Liftbar
237 0554995 No Body Modification Required 1
238 0625184 Guard, Drip Pan, S/S, Rollup Door, Pumper 6
Qty, Door Accessory - 06
Location, Door Guard/Drip Pan - LS1, LS2, LS3, RS1, RS3 and B1
239 0616670 Lights, Compt, Pierce LED, Dual Light Strips, Each Side of Door, Pumper/Tanker 6
Qty, - 06
Location, Compartment Lights - LS1, LS2, LS3, RS1, RS3 and B1
240 0689538 Lights, Compt, Pierce, LED Light Strip, 54", Additional 1
Location, Lights - P2
Qty, - 01
241 0687146 Shelf Tracks, Painted 7
Qty, Shelf Track - 07
Location, Shelf Track - LS1, LS2, LS3, RS1, RS2, RS3 and B1
11/4/2024 1:00 PM Page 71553Bid #:
EXHIBIT A Page 9 of 15
Line Option Type Option Description Qty
242 0600350 Shelves, Adj, 500 lb Capacity, Full Width/Depth, Predefined Locations 9
Qty, Shelf - 09
Material Finish, Shelf - Painted - Spatter Gray
Location, Shelves/Trays, Predefined - RS1-Transition Point, RS3-
Transition Point, RS3-Upper Third, LS1-Centered, LS2-Centered, LS3-
Centered, B1-Centered, LS1-Lower Third and LS3-Lower Third
243 0659383 Matting, Turtle Tile w/Ramp, Compartment Floors 7
Location - LS3, LS2, LS1, RS3, RS2, B1 and RS1
Qty, Comp. Accessory - 07
Color - 1) black
Color, Tile Edge - black
244 0028026 Matting, Turtle Tile, Compartment Shelving Only 9
Location - LS2, RS1, B1, (2) LS1, (2) LS3 and (2) RS3
Qty, Shelf - 09
Color - 1) black
245 0004016 Rub Rail, Aluminum Extruded, Side of Body 1
246 0784811 Fender Crowns, Rear, Stainless, w/Removable Liner 1
Material Finish, Fender Liner - Painted Aluminum Lower Body
247 0816944 Hose, Hard Suction, Provided by Fire Department, NFPA/ULC 2024 1
Qty, Hard Suction Hose - 1
Length, Hard Suction Hose, Predefined - 10
Diameter, Hard Suction Hose - 5.00"
Type of Hose Ends, Coupling, HSH - Rocker Lug
248 0035453 Trough, HSH, (1), Aluminum 1
Location, Hose Trough/Compartment - a) left side
249 0625546 Handrails, Top Mount Pump Panel, Per Print 1
250 0004126 Handrails, Beavertail, Standard 1
251 0011212 Handrail, Not Required, Rear Hose Bed, Pumper 1
252 0657651 Compt, Air Bottle, Double, Fender Panel 3
Qty, Air Bottle Comp - 3
Door Finish, Fender Compt - Painted
Location, Fender Compt - Double - LS Fwd, Double - RS Fwd and
Double - RS Rear
Latch, Air Bottle Compt - Southco C2 Chrome Raised
Insert, Air Bottle Compt - Rubber Matting and Strap Loop
253 0004225 Ladder, 24' Duo-Safety 900A 2-Section 1
254 0004230 Ladder, 14' Duo-Safety 775A Roof 1
255 0014308 Rack, Zico Quic-Lift, RS 1
256 0673708 Ladder, 10' Duo-Safety Folding 585A, w/Zico FLB Mtg 1
Fill in Blank - passenger side top of body compartment
257 0816920 Pike Pole, Provided by Fire Department, NFPA/ULC 2024 1
Qty, - 01
Pike Pole Make/Model - Fire Hooks Unlimited 8' All Purpose Hook
258 0816918 Pike Pole, 6', Provided by Fire Department, NFPA/ULC 2024 1
Qty, - 01
Pike Pole Make/Model - Fire Hooks Unlimited 6' All Purpose Hook
259 0058193 Tubes, Alum, Pike Pole Storage, Spcl Notch, NY PP Head 2
Location - compartment top PS
Qty, Pike Pole Tubes - 02
260 0004379 Bell, 12" Chrome w/Eagle, Mounted on Cab Corner 1
261 0785102 Steps, Folding, Front of Body, Cargo Bed Access, w/LED, Trident 1
Coating, Step - black
Location, Steps - Full Height Left and Right Side w/LED Light
262 0592994 Steps, Folding, Rear of Body, w/LED, Trident 1
Coating, Step - black
263 0018624 Pump House, Top Mount, 45", w/19" Walkway, Control Zone 1
Light, Walkway Compt - P25 LED
Light, Walkway - P25 LED, 6lts
Location, Walkway Lights - Back Of Custom Cab
264 0035501 Pump House Structure, Std Height 1
265 0014441 Pump, Hale, QMAX-150, 1500 GPM, Single Stage 1
266 0014482 Seal, Mechanical, Hale 1
267 0014477 Trans, Pump, Hale, Gear 1
268 0635600 Pumping Mode, Stationary Only 1
11/4/2024 1:00 PM Page 81553Bid #:
EXHIBIT A Page 10 of 15
Line Option Type Option Description Qty
269 0604324 Pump Shift, Air Mnl Override, Split Shaft, Interlocked, Hale 1
270 0003148 Transmission Lock-up, EVS 1
271 0004547 Auxiliary Cooling System 1
272 0014486 Not Required, Transfer Valve, Single Stage Pump 1
273 0746501 Valve, Relief Intake, Elkhart 1
Qty - 1
Pressure Setting - 150 psig
Intake Relief Valve Control - Behind Right Side Pump Panel
274 0826104 Controller, Pressure, FRC, Pump Boss Max, PBA500 1
Pressure Governor Throttle Control - Clockwise
Pressure Governor Default Mode - RPM Setting
Pressure Governor Std/Metric - Standard psi readouts
Pressure Governor Transducer - Single 600 PSI
Pressure Governor Alarm - NOT BE an additional alarm provided
275 0072170 Primer, Trident, Air Prime, Air operated, w/(1) Additional Priming Valve 1
Inlet Extra Primer - Front Inlet
276 0799802 Direct Tank Fill, 0.75" Garden Hose, No Valve's, Loc Panel 1
location - passenger side
277 0780364 Manuals, Pump, (2) Total, Electronic Copies 1
278 0602512 Plumbing, Stainless Steel and Hose, Single Stage Pump, Control Zone 1
279 0089437 Plumbing Without Foam System 1
280 0004645 Inlets, 6.00" - 1250 GPM or Larger Pump 1
281 0755923 Valve, Ball Intake, Akron Revolution 2
Location - both sides
Qty - 2
Connection, Inlet, Side B - 5.0" Storz swivel with a cap
Connection, Outlet, Side A - 6.0" FNST swivel long handle
Ball Intake Valve - 7982 (30 degree swivel inlet)
282 0820184 Cap, Main Pump Inlet, Provided by Fire Department, NFPA/ULC 2024 1
283 0084610 Valves, Akron 8000 series- All 1
284 0024685 Not Required, Inlet Installation 1
285 0064700 Not Required, Inlet Control 1
286 0055600 Not Required, Auxiliary Inlet, Left Side 1
287 0029147 Not Required, Inlet, Right Side 1
288 0546445 Adapter, 5" Storz x 2.50" (F) NST Swivel w/Plug 1
Qty, Adapter for Inlet - 1
Location, Adapter - passenger side
289 0897257 Inlet, 4" to 6" Front, 5" Plumbing, w/Bleeder Valve, Top of Bumper 1
Inlet, Size - Six
Drain, Suction - T Swing Handle
Inlet, Front, Valve - Bray 5.00"
Inlet, Front, Plumbing - Stainless Steel
290 0762723 Control, Front Inlet, Akron 9327 Electric Controller 1
291 0755136 Valve, Relief Intake, Front Inlet, Elkhart 1
Pressure Setting - 125 psig
292 0732444 Swivel, Front Inlet, 4.00" to 6.00", w/Drain 1
Inlet, Size - 6.00" inlet
Inlet Bleeder - Petcock/Snubber Style Bleeder
Finish, Front Inlet Elbow/Adapter - Chrome
293 0004788 Cap, Front Inlet, Long Handle, VLH 1
294 0092569 No Rear Inlet (Large Dia) Requested 1
295 0064116 No Rear Inlet Actuation Required 1
296 0092696 Not Required, Cap, Rear Inlet 1
297 0009648 No Rear Intake Relief Valve Required on Rear Inlet 1
298 0048279 Adapter, 5" (FNST) x 5" Storz, Rigid, w/Cap, Rear Inlet 1
299 0500064 Adapter, 6" (FNST) x 5" Storz, Rigid, w/Cap, Front Inlet 1
300 0092568 No Rear Auxiliary Inlet Requested 1
301 0723049 Valve, .75" Bleeder, Aux. Side Inlet, "T" Swing Handle 1
302 0029043 Tank to Pump, (1) 3.00" Valve, 3.00" Plumbing 1
303 0004905 Outlet, Tank Fill, 1.50"1
304 0820189 Control, Outlets, Manual, Pierce HW if applicable 1
305 0004940 Outlet, Left Side, 2.50"2
Qty, Discharges - 02
11/4/2024 1:00 PM Page 91553Bid #:
EXHIBIT A Page 11 of 15
Line Option Type Option Description Qty
306 0005091 Elbow, Left Side Outlets, 45 Degree, 2.50" FNST x 2.50" MNST, VLH 1
307 0092570 Not Required, Outlets, Left Side Additional 1
308 0035094 Not Required, Elbow, Left Side Outlets, Additional 1
309 0004945 Outlet, Right Side, 2.50"1
Qty, Discharges - 01
310 0025091 Elbow, Right Side Outlets, 45 Degree, 2.50" FNST x 2.50" MNST, VLH 1
311 0550252 Outlet, Right Side, 4" w/3" Plumbing, Handwheel Control, (added)1
312 0659072 Elbow, Right Side Outlets, 30 Degree, 4.00" FNST x 5.00" Storz, Additional 1
313 0029137 Not Required, Outlet, Large Diameter 1
314 0007308 Not Required, Elbow, Large Diameter Outlet 1
315 0648906 Outlet, Front, 2.50" w/2.50" Plumbing 1
Fitting, Outlet - 2.50" NST with 90 degree swivel
Drain, Front Outlet - Automatic
Location, Front, Single - in center bumper tray
316 0005010 Outlet, Rear, 2.50" w/3" Plumbing 2
Qty, Discharges - 02
Location, Outlet - c) one (1) each side
317 0045091 Elbow, Rear Outlets, 45 Degree, 2.50" FNST x 2.50" MNST, VLH 1
318 0092574 Not Required, Outlet, Rear, Additional 1
319 0085695 Not Required, Elbow, Rear Outlets, Large, Additional 1
320 0092573 Not Required, Outlet, Hose Bed/Running Board Tray 1
321 0752096 Caps/Plugs for 1.00" to 3.00" Discharges/Inlets, Vinyl Covered Cable 1
322 0723042 Valve, 0.75" Bleeder, Discharges, "T" Swing Handle 1
323 0005080 Reducer, 2.50" FNST x 1.50" MNST, w/Cap 5
Qty, Adapter for Outlets - 05
Location, Adapter(s) - DS, PS and both rear outlets
324 0091106 Outlet, 3.00" Deluge w/TFT Extend-a-Gun XG18, Handwheel 1
325 0092044 Monitor, TFT Crossfire XFC-52, (2) 2.5" Inlets, Package 1
Monitor Finish - Painted by OEM
326 0047175 No Additional Nozzle Req'd 1
327 0046857 Deluge Mount, For TFT Crossfire Monitor, TFT Manual Extend-A-Gun Only 1
328 0723726 Speedlay Module Not Required 1
329 0722432 Hose Restraint Not Required, No Speedlay Module 1
330 0723395 Speedlays, Not Required 1
331 0723394 Speedlays, Not Required 1
332 0025140 Not Required, 1.50" Crosslays 1
333 0029196 Not Required, 2.50" Crosslay 1
334 0500535 Not Required, Hose Restraint, Crosslay 1
335 0657599 Speed, (2) 2.5" w/Poly Tray Side/Top Mount, Special Cap, 2.50" Plumbing 1
Capacity, Special Xlay - 200' of 2" Mercedes Hose with 2 1/2" couplings
336 0752403 Hose Restr, Spdly, 2"Nylon Web, Bottom Anchored 1
Fastener, Hose Restraint - 2.00" Cam Buckle
337 0522721 90 Degree Swivel Elbow, Special Location 2
Location - into back wall of speedlay, exact spot to be determined
Qty, - 02
338 0044333 Not Required, Foam System 1
339 0012126 Not Required, CAF Compressor 1
340 0552517 Not Required, Refill, Foam Tank 1
341 0042573 Not Required, Foam System Demonstration 1
342 0045465 Not Required, Foam Tanks 1
343 0091110 Not Required, Foam Tank Drain 1
344 0091079 Not Required, Foam Tank #2 1
345 0091112 Not Required, Foam Tank #2 Drain 1
346 0746445 Approval Dwg, Pump Operator's Panel, Includes Color And Label Tags 1
Num Of Truck(s) or Sim Unit, OPER Pump Pnl, Dwg - 34169
347 0032479 Pump Panel Configuration, Control Zone 1
348 0594370 Material, Pump Panels, Top Control Black UL-LX, Sides Black UL-LX 1
349 0896632 Panel, Pump Access - Both Sides, Top Mount 1
Latch, Pump Panel Access, Top Mount - Swell Latch, Black
350 0005945 Light, Pump Compt 1
351 0586382 Gauges, Engine, Included With Pressure Controller 1
352 0005601 Throttle, Engine, Incl'd w/Press Controller 1
11/4/2024 1:00 PM Page 101553Bid #:
EXHIBIT A Page 12 of 15
Line Option Type Option Description Qty
353 0739224 Indicator Light @ Pump Panel, Throttle Ready, Incl w/Pressure Gov/Throttle,Green 1
354 0549333 Indicators, Engine, Included with Pressure Controller 1
355 0745568 Indicator Light, Pump Panel, Ok To Pump, Green 1
356 0080713 Control, Air Horn At Pmp Pnl, Red Button, Labeled "Evacuation"1
357 0066121 Drains, LS, Keep Area Under Main Inlet Clear 1
358 0081262 Drains, RS, Keep Area Under Main Inlet Clear 1
359 0511078 Gauges, 4.00" Master, Class 1, 30"-0-600psi 1
360 0511100 Gauge, 2.00" Pressure, Class 1, 30"-0-400psi 1
361 0062586 Gauge, Water Level, Class 1, Pierce Std 1
362 0006774 Not Required, Foam Level Gauge 1
363 0648885 Light Shield, Top Mt, LED Strip Lights 1
364 0682487 Light Shield, S/S, DS LED 1
365 0682488 Light Shield, S/S, PS LED 1
366 0606694 Air Horns, (2) Hadley, 6" Round, eTone, In Bumper 1
367 0606833 Location, Air Horns, Bumper, Each Side, Inside Frame (Pos #3 & #5)1
368 0757092 Control, Air Horn, Multi Select 1
369 0757072 Control, Air Horn, Rocker/Membrane Sw, RS 1
370 0757077 Control, Air Horn, Lanyard, LS 1
Lanyard - Nylon Rope
371 0533071 Siren, Wln 295SLSC1, 100 or 200 Watt, w/Plug-in/Detachable Microphone Cord 1
372 0510206 Location, Elect Siren, Recessed Overhead In Console 1
Location, Elec Siren - Overhead, DS Center Sw Pnl
373 0076156 Control, Elec Siren, Head Only 1
374 0601304 Speaker, (2) Wln, SA315P, w/Pierce Polished Stainless Steel Grille, 100 watt 1
Connection, Speaker - siren head
375 0601549 Location, Speaker, Frt Bumper, Recessed, Right Side, Outside Frame,Both(Pos
1/2)
1
376 0895310 Siren, Federal Q2B 1
Finish, Q2B Siren - Chrome
377 0006095 Siren, Mechanical, Mounted Above Deckplate 1
Location, Siren, Mech - a) Left
378 0748305 Control, Mech Siren, Multi Select 1
379 0748282 Control, Mech Siren, Ft Sw LS 1
380 0748274 Control Mech Siren, Rocker/Membrane Sw, RS 1
381 0737437 Sw, Siren Brake, Momentary Red, Pnl 9, Saber FR/Enf 1
382 0726839 Sw, Siren Brake, Momentary Red Rocker, Location, Hardwire 1
Location - mounted in the special bracket on slant of engine tunnel officer
side as shown on the IP. See bracket pic in the stage 7 E-folder
383 0746353 Not Required, Warning Lights Intensity 1
384 0608616 Lightbar, Wln, Freedom IV-Q, 72", RRRRWRROptRRWRRRR 1
Opticom Priority - b) High
Opticom Activation - E-Master
Momentary Opticom Activation - No Activation
Filter, Whl Freedom Ltbrs - No Filters
385 0016380 No Additional Lights Req'd, Side Zone Upper 1
386 0761731 Lights, Front Zone, Wln M6** M6** M6** M6**, 4lts Q Bezel, Clr Fet 1
Color, Lens, LED's - c)clear
Color, Lt DS Frnt Outside - DS Front Outside Red
Color, Lt PS Frnt Outside - PS Front Outside Red
Color, Lt DS Front Inside - r) DS Front Inside Red
Color, Lt PS Front Inside - r) PS Front Inside Red
Color, Q Bezel and Trim - Polished Chrome
387 0540692 Lights, Side Zone Lower, Wln M6*C LED, Clear Lens, 3pr, Ovr 25 1
Location, Lights Front Side - b)each side bumper
Color, Lt Side Front - Red
Color, Lt Side Middle - Amber
Color, Lt Side Rear - Amber
Location, Lights Mid Side - Over Front Wheels
Location, Lights Rear Side - Over Rear Wheels
388 0895974 Lights, Door Interior Flash, 4 Dr Cab, Wln 3S*00F*R, 3" Round 1
Color, Lens, LEDs - Clear
Color, Trim - Chrome Trim
Control, Door Int Flash - None (Doors only)
11/4/2024 1:00 PM Page 111553Bid #:
EXHIBIT A Page 13 of 15
Line Option Type Option Description Qty
388 Location, Light, Door Int Flash - Low and Outside
Color, Lt Cab Left - Amber Flashing
Color, Lt Cab Right - Amber Flashing
Color, Lt Crew Cab Left - Amber Flashing
Color, Lt Crew Cab Right - Amber Flashing
389 0815847 Connectors, Door Interior Flash, All Cabs, Weatherproof 1
390 0743910 Lights, Side, Wln M6** LED, Trm Fet 1st 2
Location, Lights - behind the crew cab doors each side, mounted high
Qty, - 02
Color, Lights, Warning - Red Flashing
Color, Lens, LED's - Clear
Color, Trim - Chrome Trim
391 0564655 Lights, Rear Zn Lwr, Wln M6*C LED, Clear Lens, For Tail Lt Housing 1
Color, Lt DS Rear - r) DS Rear Lt Red
Color, Lt PS Rear - r) PS Rear Lt Red
392 0686562 Light, Rear Zone Up, Wln MCFLED2* LED 1
Color, Lens, LED's - c)clear
Color, Lt, Rear Upper DS - r) DS Rear Upper Red
Color, Lt, Rear Upper PS - a) PS Upper Rear Amber
393 0006551 Not Required, Lights, Rear Upper Zone Blocking 1
394 0016621 Mtg, Rear Warn Lts, LS Compt Top, RS S/S Low Mt 1
395 0519934 Not Required, Brand, Hydraulic Tool System 1
396 0649753 Not Required, PTO Driven Hydraulic Tool System 1
397 0007150 Bag of Nuts and Bolts 1
Qty, Bag Nuts and Bolts - 1
398 0816508 NFPA Required Loose Equipment, Pumper, NFPA/ULC 2024, Provided by Fire
Dept
1
399 0816941 Soft Suction Hose, Provided by Fire Department, NFPA/ULC 2024 1
400 0610039 Strainer, Provided by Fire Department, Pumper ULC Classification 1
401 0816939 Extinguisher, Dry Chemical, NFPA 2024, Provided by Fire Department 1
402 0816937 Extinguisher, 2.5 Gal. Pressurized Water, NFPA/ULC 2024, Provided by Fire Dept 1
403 0816998 Axe, Flathead, Provided by Fire Department 1
404 0817000 Axe, Pickhead, Provided by Fire Department 1
405 0741569 Paint Process / Environmental Requirements, Appleton 1
406 0709566 Paint, Two-Tone Color, Enforcer 1
Paint Color, Upper Area, Predefined - #101 Black
Shield, Cab - Standard Shield
Paint Color, Lower Area, Predefined - 263 Maroon
Paint Break, Cab - Standard Two-Tone Cab Break
407 0709833 Paint, Two-Tone Color, Body 1
Paint Break, Body - Above Body Compt Doors
Paint, Lower Body - Match Cab Lower
Paint, Upper Body - Match Cab Upper
408 0636524 Coating, Chassis Frame Assy, With Liner, Hot Dip Galvanized 1
Paint Color, Frame Assembly, Predefined - Gloss Black
409 0693797 No Paint Required, Aluminum Front Wheels 1
410 0687653 Paint, Rear Wheels, Single Axle, Alum-Stl 1
Paint, Wheels - Powder Coat Black #101
411 0733739 Paint, Axle Hubs 1
Paint, Axle Hub - Black #101
412 0007230 Compartment, Painted, Spatter Gray 1
413 0610031 Reflective Band, Provided by Fire Department, ULC 1
414 0610034 Reflective Band Across Cab Face, Provided by Fire Department, ULC 1
415 0536954 Stripe, Chevron, Rear, Diamond Grade, Pumper 1
Color, Rear Chevron DG - fluorescent yellow green
416 0065687 Stripe, Reflective, Cab Doors Interior 1
Color, Reflective - a) white
417 0679788 Stripe, Vinyl, Cab Sides, IPO Chrome Molding 1
418 0679794 Stripe, Reflective, Two-Tone Paint Break with Shield, IPO Chrome Molding 1
419 0027286 Not Required, Lettering Specs 1
420 0007472 [Lettering not Requested]1
421 0769753 Emblem, American Flag Painted on Cab Grille, All Custom Chassis 1
422 0529225 Manuals, Two (2) CD, Fire Apparatus Parts, Custom Chassis 1
11/4/2024 1:00 PM Page 121553Bid #:
EXHIBIT A Page 14 of 15
Line Option Type Option Description Qty
423 0002905 Manuals, (2) Chassis Service, Custom 1
424 0531638 Manual, Two (2) CD, Chassis Operation, Custom 1
425 0030008 Warranty, Basic, 1 Year, Apparatus, WA0008 1
426 0696698 Warranty, Engine, Cummins, 5 Year, WA0181 1
427 0684953 Warranty, Steering Gear, Sheppard M110, 3 Year WA0201 1
428 0595766 Warranty, Frame, 50 Year, Includes Crossmembers, Custom Chassis, WA0038 1
429 0595698 Warranty, Axle, 3 Year, TAK-4, WA0050 1
430 0733306 Warranty, Single Axle, 5 Year, Meritor, General Service, WA0384 1
431 0652758 Warranty, ABS Brake System, 3 Year, Meritor Wabco, WA0232 1
432 0019914 Warranty, Structure, 10 Year, Custom Cab, WA0012 1
433 0744240 Warranty, Paint, 10 Year, Cab, Pro-Rate, WA0055 1
434 0524627 Warranty, Electronics, 5 Year, MUX, WA0014 1
435 0647720 Warranty, Pierce LED Strip Lights, WA0203 1
436 0046369 Warranty, 5-year EVS Transmission, Standard Custom, WA0187 1
437 0685945 Warranty, Transmission Cooler, WA0216 1
438 0688798 Warranty, Water Tank, Lifetime, UPF, Poly Tank, WA0195 1
439 0596025 Warranty, Structure, 10 Year, Body, WA0009 1
440 0693126 Warranty, AMDOR, Roll-up Door, 10 Year/5 Year Painted, WA0185 1
441 0892410 Warranty, Pump, Hale, 5 Year Parts, 2 Year Labor, WA0388 1
442 0648675 Warranty, 10 Year S/S Pumbing, WA0035 1
443 0641372 Warranty, Foam System, Not Available 1
444 0595820 Warranty, Paint, 10 Year, Body, Pro-Rate, WA0057 1
445 0593921 Not Required, Warranty, No Lettering 1
446 0819254 Certification, Vehicle Stability, CD0196 1
447 0808564 Certification, Engine Installation, Enf, Cummins X15, 2027 1
448 0686786 Certification, Power Steering, CD0098 1
449 0892691 Certification, Cab Integrity, Saber FR/Enforcer, CD0189 1
450 0631973 Certification, Cab Door Durability, Saber FR/Enforcer, CD0137 1
451 0631978 Certification, Windshield Wiper Durability, Saber FR/Enforcer, CD0132 1
452 0631974 Certification, Electric Window Durability, Saber FR/Enforcer, CD0133 1
453 0631977 Certification, Seat Belt Anchors and Mounting, Saber FR/Enforcer, CD0134 1
454 0735949 Certification, Cab HVAC System Performance, SFR/Enf,
CD0165/CD0167/CD0174/CD0175
1
455 0545073 Amp Draw Report, NFPA Current Edition 1
456 0002758 Amp Draw, NFPA/ULC Radio Allowance 1
457 0799248 Appleton/Florida BTO 1
458 0000018 PUMPER, 2ND GEN 1
459 0000012 PIERCE CHASSIS 1
460 0004713 ENGINE, OTHER 1
461 0046396 EVS 4000 Series TRANSMISSION 1
462 0020012 HALE PUMP 1
463 0020009 POLY TANK 1
464 0028047 NO FOAM SYSTEM 1
465 0020005 TOP MOUNT 1
466 0020007 AKRON VALVES 1
467 0020014 FRONT SUCTION 1
468 0020015 ABS SYSTEM 1
469 0658751 PUMPER BASE 1
11/4/2024 1:00 PM Page 131553Bid #:
EXHIBIT A Page 15 of 15
PennCare, Inc.
Fire Department - 2024
Appropriation #1120 44-650.03 Fund; P.O. #112898
Contract Not To Exceed $265,577.00
ADDITIONAL SERVICES AMENDMENT TO
AGREEMENT FOR GOODS AND SERVICES
This ADDITIONAL SERVICES AMENDMENT TO AGREEMENT FOR GOODS AND SERVICES (“Additional
Services Amendment”) shall amend the terms of the Agreement for Purchase of Goods and Services entered into by
and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety (“City”), and
PennCare, Inc. (the “Vendor”) as City Contract dated October 2, 2019 (the “Agreement”) by adding the additional
services to be provided by Vendor consistent with the Scope of Work attached hereto and incorporated herein as
Exhibit “A”. The terms and conditions of the Agreement shall not otherwise be affected by this Additional Services
Amendment and shall remain in full force and effect.
IN WITNESS WHEREOF, the parties hereto have made and executed this Additional Services Amendment as follows:
CITY OF CARMEL, INDIANA PennCare, Inc.
by and through its Board of Public
Works and Safety
By: By:
Laura Campbell, Presiding Officer Authorized Signature
Date:
Printed Name
James Barlow, Member
Date:
Title
Alan Potasnik, Member FID/TIN:
Date:
ATTEST: Date:
Jacob Quinn, Clerk
Date:
P. J. Lukasewski
Sales Manager
11.20.24
34-1756819
Remount Proposal
For: Carmel Fire Department Unit 341
Date: September 3, 2024
Thank you for allowing us to participate in the refurbishment of your Braun
Ambulance. We are extremely pleased to have this opportunity to partner with you
in this project and further solidify the relationship between Penn Care, Inc., SIV
Ambulance and the Carmel Fire Department.
Included is a complete list of the requested work along with any notes we’ve made
to help clarify any of the items.
Final Purchase Price does not include any applicable tax………$ 265,577.00
Optional Pricing, not included in the above proposal.
•Penn Care to deliver the completed unit back to your facility, $ 2,000
•Install a customer supplied and delivered Stryker Power Load, $ 1,750
•Supply and install a Stryker Power Load system, $ 31,606
•Supply and install a Tire View Pressure Monitoring System, TBD
Pre-payment:
A pre-payment of $ 60,000 will need to be made to Penn Care, Inc. before
starting the remount
Ready to Start 30-45 days after signed purchase agreement and pre-payment
with production time being approximately 90-120 days.
Customer will be responsible to deliver remount to SIV ambulances.
FOB: Langhorne, PA
Changes or additions to the vehicle may be made before manufacturing begins, with
the appropriate charges or credits applied to the aforementioned price. Penn Care,
Inc. will honor this proposal for thirty (30) days. Please feel free to give me a call at
EXHIBIT A Page 1 of 13
765-425-5920 if any further information is needed.
Sincerely,
Tony Crum
Sales Representative
F4’$I$: ,3age p of tc
Page|7
2400 Big Oak Rd, Langhorne PA 19047
Office 215-970-5007 Email info@sivambulances.com Website www.sivambulances.com
Job Name: Carmel Unit 341
Remount Specifications and Scope of Work
Chassis Description
2024 Ford F550
18000 GVWR
4x4
193” Wheel Base
108” CA
7.8L V8 Gas
4.88 Limited Slip Differential
XLT Trim Regular Cab
10 Speed Transmission
Engine Block Heater
50 State Emissions
Vinyl Rubber Cab Floor
Ambulance Prep Package
Heavy Duty 410 Amp Alternator
Power Windows
Power Mirrors
AM/FM Radio
40 Gallon Fuel Tank
Message Center
Cruise Control
Daytime Running Lights
Keyless Alarm
Exterior Upgrade Package
Interior Upgrade Package
Suspension
New Liquid Spring Rear
***Liquid Spring Suspension will be wired to Park Enable to allow suspension to dump only
when shifter is set to Park Position and the rear entry doors are open
Module Description
Braun
EXHIBIT A Page 3 of 13
Page|8
2400 Big Oak Rd, Langhorne PA 19047
Office 215-970-5007 Email info@sivambulances.com Website www.sivambulances.com
Module Change Over
Type I to Type I
Mounting Per QVM Guidelines
New Grade 8 Fasteners Torqued to QVM Guidelines
New OEM Rubber Body Mount Bushings
Body and Paint
Welding and Fabrication
Weld in Def holes and opening
Fabricate and Attach Rear Aluminum Panel to back of Type 1 Cab and Opening for Pass Through Window
Module
Remove all Graphics and Glue Residue
Remove Exterior Lighting
Remove Fenderettes, Rub Rails, Drip Rails, Rear Door Grabbers, Cowel Vents, and Bump Stops
Remove All Exterior Doors, Panels, Retentions, Gaskets, Windows, Paddle Handles, Latches, Strikers, Hinges
Remove Stainless Steel Door Thresholds at Exterior Compartment Doors
Remove Exterior Windows
Disconnect All Electrical to Entry and Exterior Compartment Doors
Degrease entire module including door jambs
Inspect Roof for damaged areas and corrosion
Corrosion Repair and Body Work
Apply CRE Epoxy Primer and Sand
Apply 3M Epoxy Seam Sealer and Sand
Apply 2k High Build Primer and Sand
Apply Epoxy Sealer
***Reference Current Unit for Paint Scheme
***100% Color Match is not guaranteed, SIV will do its best to get the closest color match possible
Apply Basecoat 1 Color
***SIV will use its discretion in choosing the placement of the break line
***Module to be painted below break line
***Color Match Red
***Roof will not to be painted
Apply Base Coat 2 Color
***Module to be painted above break line
***Color Black
Apply Clear Coat
Wet Sand, Buff, Polish
EXHIBIT A Page 4 of 13
Page|9
2400 Big Oak Rd, Langhorne PA 19047
Office 215-970-5007 Email info@sivambulances.com Website www.sivambulances.com
Chassis Cab
Remove bumper, headlights, grill, hood, mirrors, doors, door gaskets
Cab to be Sanded and Prepped Including Door Jambs
Apply Epoxy Sealer
***Reference Current Unit for Paint Scheme
***100% Color Match is not guaranteed, SIV will do its best to get the closest color match possible
Apply Basecoat 1 Color
***SIV will use its discretion in choosing the placement of the break line
***Cab to be painted below break line
***Color Match Red
Apply Basecoat 2 Color
***Cab to be painted above break line
***Outside Hood and Hinges to be painted
***Underside of the Hood will be left White
***Rear Panel to be Painted
***Color Black
Apply Clearcoat
Wet Sand, Buff, Polish
Misc
Prep and Paint AC Condenser Housing ***Color Match Red
Corrosion Protection
If applicable:
Module shall have nylon inserts installed at all exterior lighting mounting holes
Module shall have nylon inserts installed at all other component mounting holes where possible
Eck Corrosion Protection applied to all exterior fasteners where nylon inserts can not be installed
Eck Corrosion Protection applied behind Stainless Spillway to prevent dissimilar metal corrosion
Corrosion Protection Barrier Tape applied between module and stainless door hinges
ADP and Stainless Components shall have industrial silicone applied between Module body and seams
Bedliner
Apply Bedliner ***Color Medium Gray
***Exterior Compartments and ADP Panels
EXHIBIT A Page 5 of 13
Page|10
2400 Big Oak Rd, Langhorne PA 19047
Office 215-970-5007 Email info@sivambulances.com Website www.sivambulances.com
Chassis Cab
New ADP Running Boards
***With Grip Strut
New Mud Flaps
New Exhaust Extension
New Fuel Fill Per QVM Guidelines
New Stainless Wheel Simulators Type 1
Chassis Cab Interior
New Cab to Module Upholstery
New Cab to Module Accordion Gasket Type 1
Center Console
New Type 1 Black Bedlinered Center Console with 2 Cup Holders and Storage Compartment
Module Exterior
New Aluminum Rear Bumper with Grip Strut Flip Step
New ADP Rear Bumper Caps
New ADP Corner Guards
New ADP Front Splash Guards
New ADP Rear Kick Panel
New Rubber Rub Rails
New Rubber Fenderettes
New Aluminum Drip Rails
New Rear Door Grabbers
New Chrome Cowel Vents
New Fuel Fill Housing with Stainless Spillway
EXHIBIT A Page 6 of 13
Page|11
2400 Big Oak Rd, Langhorne PA 19047
Office 215-970-5007 Email info@sivambulances.com Website www.sivambulances.com
Module Entry Doors
New Door Gasket
New Exterior Paddle Handles Eberhard
***Black
New Interior Paddle Handle and Bezel
New Striker/Nader Pins
New Rotary Latches and Rod Clips
New Door Shocks
Transfer Windows
New Window Gaskets
Lubricate and Adjust door hardware
Adjust all entry doors for proper operation
Transfer Door Grab Bars
Transfer Interior Door Panels
Clean Entry Door Hinges
Module Exterior Compartments/Doors
New Door Gasket
New Exterior Paddle Handles Eberhard
***Black
New Strikers/Nader Pins
New Rotary Latches, Rods and Clips
New Door Shocks
New Stainless Steel Door Thresholds
Transfer DriDek Liners
Transfer Compartment Interior Door Panels
Lubricate and Adjust door hardware
Adjust all entry doors for proper operation
Clean Entry Door Hinges
EXHIBIT A Page 7 of 13
Page|12
2400 Big Oak Rd, Langhorne PA 19047
Office 215-970-5007 Email info@sivambulances.com Website www.sivambulances.com
Audible
New (2) 100 Watt Siren Speakers
***Speakers mounted behind the grill
New Whelen Howler Siren System
***(2) Howler Brackets
***(2) Howler Siren Speakers
***(1) Howler Module
New Buell Air Horn System
***(1) Heavy Duty Compressor
***(1) Air Tank
***(2) Buell Air Horns
***Air Lines and Fittings
***Horns to be mounted in plastic valance through the lower bumper
Audible Center Console
New Carson SA-441 Magforce Siren Head
Camera System
New Back Up Camera System
***(1) Back Up Camera
***Back up camera will be wired to OEM Display in Dash
EXHIBIT A Page 8 of 13
Page|13
2400 Big Oak Rd, Langhorne PA 19047
Office 215-970-5007 Email info@sivambulances.com Website www.sivambulances.com
Electrical
All Pass Throughs shall have edge banding or plastic snap in grommets to protect wires from chafing
All Pass Throughs shall be sealed with Industrial Grade Sealant
Chassis Cab Electrical
New Cab to Module Tie in Wiring Harness
New Siren Speaker Wiring Harness
New Hidden Emergency Unlock Switch at Grill
New Back Up Alarm
New InPower High Idle Module
Center Console Electrical
Transfer VISTA Display Control Panel
Transfer (2) Howler Switch
***On Center Console
Transfer (2) Air Horn Switch
***On Center Console
Transfer UHF/VHF Med Radios and Antennas
Transfer Intercom
Transfer Med Radio Speakers
***Mount Speakers at a High Enough Area in the Cab where they will be heard
Transfer Tablet Mount
***During production if it is determined that the mount cannot be transferred, customer will be notified and
additional quote provided
Module Electrical
New Battery Cables
New Battery Terminals/Lugs as needed
New Terminal Blocks as needed
New Terminal Posts as needed
New Relays, Circuit Breakers, Fuses, Connectors as needed
Grounds to be undercoated to prevent corrosion
New Kussmaul 120 Volt 20 amp Auto Eject Shoreline
New Kussmaul Auto Eject Cover
New Vanner Lifesine 1100 Watt Pure Sinewave Inverter/Charger
Ambulance to have a total of 2 Batteries, (2) Underhood and (0) at the battery compartment
Reprogram VMUX Electrical System
New Intermotive Door Lock/Unlock Module Type 1
Wire in Module Electric Lock/Unlock Circuit to Cab
Replace defective magnetic door switches
Service and replace electrical components as needed to operational condition (relays, fuses, diodes, solenoids)
*** Does Not Include Replacement of faulty Circuit Boards, Modules, Switches, or VMUX Nodes
Test All Electrical
EXHIBIT A Page 9 of 13
Page|14
2400 Big Oak Rd, Langhorne PA 19047
Office 215-970-5007 Email info@sivambulances.com Website www.sivambulances.com
Lighting Emergency
Lighting Emergency Electrical
Primary/Secondary Function
***Standard On/Off/On, not dependent on vehicle gear selection
Opticom wired To Activate only when Taken out of Park with No override
***All Whelen Lights to be M Series
Cab Grill Intersection Flashers
New (4) Whelen LED Red Flashers with Clear Lens
New Whelen Chrome Trim and Gasket
Cab Fender Intersection Flashers
New Whelen LED Red Flashers with Clear Lens
New Whelen LED Chrome Trim and Gasket
Module Front Wall
Front Layout:
***Red, White, Red, Opticom, Red, White, Red
New Whelen LED Red Flashers with Clear Lens
New Whelen LED White Flasher with Clear Lens
New Whelen Chrome Flange and Gasket
New Opticom
Tomar Model T792HL-R Strobe
700 Series Chrome Trim and Gasket
Module Rear Wall
Rear Layout Top:
***Red, Scene, Amber, Scene, Red
Rear Layout Mid:
***Red, Red
New Whelen LED Red Flashers with Clear Lens
New Whelen LED Amber Flasher with Clear Lens
New Whelen LED Scene Lights with Clear Lens
New Whelen Chrome Flange and Gasket
Module Sides
New Whelen LED Red Flashers with Clear Lens
New Whelen LED Scene Lights with Clear Lens
New Whelen Chrome Flange and Gasket
EXHIBIT A Page 10 of 13
Page|15
2400 Big Oak Rd, Langhorne PA 19047
Office 215-970-5007 Email info@sivambulances.com Website www.sivambulances.com
Lighting DOT
Marker Lights
New LED Marker Lights Amber and Red with Clear Lens
New Chrome Trim and Gasket
Brake Tail Turn Reverse Lights
New Whelen LED Brake Clear Lens
New Whelen LED Turn Clear Lens
New Whelen LED Reverse Clear Lens
New Whelen Chrome Trim and Gasket
License Plate Lights
New LED License Plate Light
Lighting Exterior Compartments
Lights to be left as is
Lighting Interior
Fluorescent Style LED lights to be left as is
New LED Dome Lights
Module Interior
New Seamless Vinyl Captains Chair with Child Seat
***With 2 Point Belt
Transfer and Repaint Captains Chair Base as Needed
Replace any rusty or discolored screws
Cover all Misc Holes
Cabinet Modification ALS
Remove Lower ALS Cabinet Doors and close off access from inside of Module
***Lower part of ALS Cabinet to only be accessible through outside R1 compartment
EXHIBIT A Page 11 of 13
Page|16
2400 Big Oak Rd, Langhorne PA 19047
Office 215-970-5007 Email info@sivambulances.com Website www.sivambulances.com
A/C & Heat
New 12V A/C & Heat System
New Evaporator with 3 speed Blower
New Dryer
New Expansion Valve
Thermostat to be left as is
***Rear AC will only work when front Cab AC is on, unless an additional Independent AC Module is installed. If
customer wants independent operation of Rear AC then additional quote will be provided
AUX Condenser
New Auxiliary A/C Condenser
***To Be Installed at Front Wall of Module
New Condenser Housing
Fittings/Hoses/Valves/Testing
New High and Low Pressure AC hoses
New Heat Water Hoses
New Electric Coolant Valves
New Coolant Booster Pump
New Fittings and Hardware
Nitrogen Leak Test and Charge A/C System
Performance Test AC & Heat System for Proper Operation
O2, Medical Air, Suction
Nitrogen Leak Test O2 System
Repair any Leaks
***If O2 Outlets internally leak, additional quote for replacement will be provided
***If O2 Hose leaks behind walls or ceiling that is not easy accessible, additional quote for repair will be
provided
Stretcher Retention
Stretcher retention to be left as is
Graphics
All Graphics to be installed by customer
EXHIBIT A Page 12 of 13
Page|17
2400 Big Oak Rd, Langhorne PA 19047
Office 215-970-5007 Email info@sivambulances.com Website www.sivambulances.com
Underbody
New Braided Ground Straps
New Apply Rubberized undercoating as needed
Dismount and Inspect all Surfaces and Framing for cracks and excessive wear
Apply Rubberized undercoating as needed
No Wiring Attached to Fuel Lines, AC Lines, Brake Lines, Per QVM
Heat Shielding Protection Installed As Needed for HVAC Lines and Electrical Wiring/Cabling
Chassis Frame Rails if shortened to be Epoxy Coated for corrosion protection
All Grounds on Frame Shall be undercoated for corrosion protection
All Pass Throughs shall have edge banding or plastic snap in grommets to protect wires from chafing
All Pass Through shall be sealed with Industrial Grade Sealant
Detailing
Full Cleaning Inside out
Touch Ups
Pre-Delivery
Fill Fuel Tank to Full
Key for Exterior Doors and Compartments Attached to vehicle key ring
Underbody Inspection Per QVM
Road Test Per Ford QVM
Water Test Cab to Box Seal and Compartments Per QVM
4 Corner Weight Analysis Test Per QVM
02 System Leak Test per AMD
Electrical Draw Test Per AMD
A/C Fill Sticker Under Hood
Fuel Type Decal Above Fuel Housing
FMVSS Certification Decal
KKK-1822 Certification Decal
Fuel Type/Def Decals
No Smoking Decal Cab
No Smoking Decal Rear Action Area
Full QC Inspection of all Components
EXHIBIT A Page 13 of 13
Pro-Tech Security Sales Police Department - 2024 Appropriation #1110 43-560.03 Fund; P.O. #112868 Contract Not To Exceed $64,510.00
1
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 Pro-Tech Security Sales an entity duly authorized to do business in the State of Indiana (“Vendor”). TERMS AND CONDITIONS 1. 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. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the “Goods and Services”) from Vendor using City budget appropriation number 1110 101 43-560.03 fund. 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. 3. 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 Sixty-Four Thousand Five Hundred Ten Dollars ($64,510.00) (the “Estimate”). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty-five (35) 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 conformance 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. All payments and any late payments fees shall be pursuant to Indiana Prompt Payment Statute; Ind. Code 5-17-5 et al. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City, all of which documents are incorporated herein by reference, and 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. 5. 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.
Pro-Tech Security Sales Police Department - 2024 Appropriation #1110 43-560.03 Fund; P.O. #112868 Contract Not To Exceed $64,510.00
2
6. 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. 7. 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. 8. 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. 9. 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 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.
Pro-Tech Security Sales Police Department - 2024 Appropriation #1110 43-560.03 Fund; P.O. #112868 Contract Not To Exceed $64,510.00
3
10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor’s performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E-VERIFY: Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the “Indiana E-Verify Law”), Vendor is required to enroll in and verify the work eligibility status of its newly-hired employees using the E-Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E-Verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E-Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E-Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E-Verify Law. The requirements of this paragraph shall not apply should the E-Verify program cease to exist. 13. 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. 14. 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.
Pro-Tech Security Sales Police Department - 2024 Appropriation #1110 43-560.03 Fund; P.O. #112868 Contract Not To Exceed $64,510.00
4
15. 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. 16. 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. 17. 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. 18. 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 AND City of Carmel Police Department Office of Corporation Counsel Three Civic Square One Civic Square Carmel, Indiana 46032 Carmel, Indiana 46032 If to Vendor: Pro-Tech Security Sales 1313 W Bagley Road Berea, OH 44017 Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall 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. 19. TERMINATION: 19.1 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.
Pro-Tech Security Sales Police Department - 2024 Appropriation #1110 43-560.03 Fund; P.O. #112868 Contract Not To Exceed $64,510.00
5
19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. 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. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. 20. 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. 21. 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. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through the satisfactory completion of services and/or delivery and acceptance of goods contracted for herein. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. 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. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor.
Pro-Tech Security Sales Police Department - 2024 Appropriation #1110 43-560.03 Fund; P.O. #112868 Contract Not To Exceed $64,510.00
6
26. DEBARMENT AND SUSPENSION 26.1 The Vendor certifies by entering into this Agreement that neither it nor its principals nor any of its subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from entering into this Agreement by any federal agency or by any department, agency or political subdivision of the State of Indiana. The term “principal” for purposes of this Agreement means an officer, director, owner, partner, key employee or other person with primary management or supervisory responsibilities, or a person who has a critical influence on or substantive control over the operations of the Vendor. 26.2 The Vendor certifies that it has verified the state and federal suspension and debarment status for all subcontractors receiving funds under this Agreement and shall be solely responsible for any recoupment, penalties or costs that might arise from use of a suspended or debarred subcontractor. The Vendor shall immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City’s request, take all steps required by the City to terminate its contractual relationship with the subcontractor for work to be performed under this Agreement. 27. IRAN CERTIFICATION Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this Agreement, it does not engage in investment activities within the Country of Iran. 28. 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. 29. 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. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows:
Pro-Tech Security Sales Police Department - 2024 Appropriation #1110 43-560.03 Fund; P.O. #112868 Contract Not To Exceed $64,510.00
7
CITY OF CARMEL, INDIANA Pro-Tech Security Sales by and through its Board of Public Works and Safety By: By: Laura Campbell, Presiding Officer Authorized Signature Date: Printed Name James Barlow, Member Date: Title Alan Potasnik, Member FID/TIN: Date: ATTEST: Date: Jacob Quinn, Clerk Date:
Eric Drellishak
President
34-1607042
11-20-24
Cn C- lfdls Lt aL . being first duly sworn, deposes and says that
he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this
matter, could testiff as follows:
I . I am over eighteen ( I 8) years of age and am competent to testify to the facts contained
herein.
2. I am now and at all times relevant herein have been employed by
(the "Employer")
EXHIBIT D
AFFIDAl/IT
in the positi "r 6 ?ru"s:dr-P-n\f
I am familiar with the employment policies, practices, and procedures of the Employer and
have the authority to act on behalf of the Employer.
The Employer is enrolled and participates in the federal E-Veriff program and has
provided documentation of such enrollment and participation to the City of Carmel,
Indiana.
The Company does not knowingly employ any unauthorized aliens.
FURTHER AFFIANT SAYETH NOT.
J.
4.
5.
EXECUTED on the N 0", ", Nlclt{Fq ,2od.
printed: €e, u D AEOI S*l-fr+-
I certiff under the penalties for perjury under the laws of the United States of America and the State of
Indiana that the foregoing factual statements and representations are true and
CATHERINE A SHIELDS
Notary Public
State of Ohio
My Comm. Expires
December 7,2026
printed: ( A/r,-tn.-- -&f,'"#S:s-&*q?ffi#'
Eby Ford Sales, Inc.
Police Department - 2024
Appropriation #1110 44-650.01 Fund; P.O. #112958
Contract Not To Exceed $280,288.00
1
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 Eby
Ford Sales, Inc. an entity duly authorized to do business in the State of Indiana (“Vendor”).
TERMS AND CONDITIONS
1.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.
2.PERFORMANCE:
City agrees to purchase the goods and/or services (the “Goods and Services”) from Vendor using City budget
appropriation number 1110 101 44-650.01 fund. 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.
3.PRICE AND PAYMENT TERMS:
3.1
3.2
Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall
be no more than Two Hundred Eighty Thousand Two Hundred Eighty-Eight Dollars and No Cents
($280,288.000) (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 thirty-five (35) 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 conformance with the requirements and specifications under RFQ-2024-011 (“RFQ”)
as set forth in Exhibit A, the Vendor having provided notice that the purchase price in Exhibit A
covered full conformance with the requirements and specifications under the RFQ (see Exhibit B),
are submitted on an invoice that contains the information contained on attached Exhibit C, and
Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement.
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. All payments and any late payments
fees shall be pursuant to Indiana Prompt Payment Statute; Ind. Code 5-17-5 et al.
4.WARRANTY:
Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those
certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City
and/or by Vendor to and accepted by City, all of which documents are incorporated herein by reference, and
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.
5.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.
Eby Ford Sales, Inc.
Police Department - 2024
Appropriation #1110 44-650.01 Fund; P.O. #112958
Contract Not To Exceed $280,288.00
2
6. 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.
7. 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.
8. 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.
9. 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 D. 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.
Eby Ford Sales, Inc.
Police Department - 2024
Appropriation #1110 44-650.01 Fund; P.O. #112958
Contract Not To Exceed $280,288.00
3
10. GOVERNMENT COMPLIANCE:
Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes
which may be applicable to Vendor’s performance of its obligations under this Agreement, and all relevant
provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless
City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules,
regulations and codes. This indemnification obligation shall survive the termination of this Agreement.
11. NONDISCRIMINATION:
Vendor represents and warrants that it and all of its officers, employees, agents, contractors and
subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting
discrimination against any employee, applicant for employment or other person in the provision of any Goods
and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of
employment and any other matter related to their employment or subcontracting, because of race, religion,
color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status.
12. E-VERIFY:
Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated
herein by this reference (the “Indiana E-Verify Law”), Vendor is required to enroll in and verify the work eligibility
status of its newly-hired employees using the E-Verify program, and to execute the Affidavit attached herein
as Exhibit A, affirming that it is enrolled and participating in the E-Verify program and does not knowingly
employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation
indicating that it has enrolled and is participating in the E-Verify program. Should Vendor subcontract
for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E-
Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana
E-Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed,
terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E-
Verify Law. The requirements of this paragraph shall not apply should the E-Verify program cease to exist.
13. 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.
14. 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.
15. 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.
Eby Ford Sales, Inc.
Police Department - 2024
Appropriation #1110 44-650.01 Fund; P.O. #112958
Contract Not To Exceed $280,288.00
4
16. 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.
17. 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.
18. 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 AND City of Carmel
Police Department Office of Corporation Counsel
Three Civic Square One Civic Square
Carmel, Indiana 46032 Carmel, Indiana 46032
If to Vendor: Eby Ford Sales, Inc.
2714 Elkhart Road
Goshen, IN, 46526
Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall 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.
19. TERMINATION:
19.1 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.
19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. 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.
19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate.
Eby Ford Sales, Inc.
Police Department - 2024
Appropriation #1110 44-650.01 Fund; P.O. #112958
Contract Not To Exceed $280,288.00
5
20. 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.
21. 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.
22. TERM
Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19
hereinabove, this Agreement shall be in effect from the Effective Date through the satisfactory completion of
services and/or delivery and acceptance of goods contracted for herein.
23. HEADINGS
All heading and sections of this Agreement are inserted for convenience only and do not form a part of this
Agreement nor limit, expand or otherwise alter the meaning of any provision hereof.
24. 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.
25. NO THIRD PARTY BENEFICIARIES
This Agreement gives no rights or benefits to anyone other than City and Vendor.
26. DEBARMENT AND SUSPENSION
26.1 The Vendor certifies by entering into this Agreement that neither it nor its principals nor any of its
subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily
excluded from entering into this Agreement by any federal agency or by any department, agency or political
subdivision of the State of Indiana. The term “principal” for purposes of this Agreement means an officer,
director, owner, partner, key employee or other person with primary management or supervisory
responsibilities, or a person who has a critical influence on or substantive control over the operations of the
Vendor.
26.2 The Vendor certifies that it has verified the state and federal suspension and debarment status for all
subcontractors receiving funds under this Agreement and shall be solely responsible for any recoupment,
penalties or costs that might arise from use of a suspended or debarred subcontractor. The Vendor shall
immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City’s
request, take all steps required by the City to terminate its contractual relationship with the subcontractor for
work to be performed under this Agreement.
Eby Ford Sales, Inc.
Police Department - 2024
Appropriation #1110 44-650.01 Fund; P.O. #112958
Contract Not To Exceed $280,288.00
6
27.IRAN CERTIFICATION
Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this Agreement, it does not engage in
investment activities within the Country of Iran.
28.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.
29.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.
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows:
CITY OF CARMEL, INDIANA Eby Ford Sales, Inc.
by and through its Board of Public
Works and Safety
By: By:
Laura Campbell, Presiding Officer Authorized Signature
Date:
Printed Name
James Barlow, Member
Date:
Title
Alan Potasnik, Member FID/TIN:
Date:
ATTEST: Date:
Jacob Quinn, Clerk
Date:
Eric Eby
Vice President
11/25/2024
35-0911731
Exhibit A Page 1
Exhibit A Page 2
Exhibit A Page 3
Exhibit A Page 4
Exhibit A Page 5
Exhibit A Page 6
Exhibit A Page 7
Exhibit A Page 8
Exhibit A Page 9
Exhibit A Page 10
Exhibit A Page 11
Exhibit A Page 12
Exhibit A Page 13
Exhibit A Page 14
Exhibit A Page 15
Exhibit A Page 16
Exhibit A Page 17
Exhibit A Page 18
Exhibit A Page 19
Exhibit A Page 20
Exhibit A Page 21
Exhibit A Page 22
EXHIBIT B
Name of Company: Address & Zip: Telephone No.: Fax No.: Project Name:
Invoice No.
Purchase Order No:
Person Providing Date Goods/Services Goods/ Service Provided
Signature
Printed Name
EXHIBITC Invoice
Goods/Services Provided
(Describe each good/service separately and in detail) GRAND TOTAL Date:
Goods
Cost Per
Item
Services
Hourly Total
Rate/ Hours Worked
EXHIBIT D INSURANCE COVERAGES
Worker's Compensation & Disability
Employer's Liability:
Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease:
Property damage, contractual liability,
products-completed operations:
General Aggregate Limit ( other than
Products/Completed Operations): Products/Completed Operations:
Personal & Advertising Injury
Policy Limit:
Each Occurrence Limit: Fire Damage (any one fire): Medical Expense Limit (any one person):
Statutory Limits
$100,000 each employee
$250,000 each accident $500,000 policy limit
$500,000 $500,000
$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:
Umbrella Excess Liability
Each occurrence and aggregate: Maximum deductible:
$500,000 each accident $500,000 each accident $500,000
$500,000 $ 10,000
CzTfshfzHsfdivlijobu5;12qn-Opw2:-3135
Information
CITY OF CARMEL, INDIANA
CARTER GREEN
SPECIAL EVENT/ FACILITY USE REQUEST FORM
Please reference the City of Carmel Special EvenUFacility Use Policy
*Must be at least 18 years of age to complete this form.
1.CITY FACILITY REQUESTED:
Mark all that apply
FACILITY* CARTER GREEN (area between Palladium & James Building)
PALLADIUM EAST PATIO (on the Campus of the Center for the Performing Arts)
C
i
2.STREET(S) REQUESTED:
A Allied Solutions· CENTER FOR THE PERFORMING ARTS
i walkway to Veterans Way Garage
CAMPUS MAP
CITY QNTH DRIVE
CARMEL CITY CENTER
II .
b.
MONON GltHN IL.VD.
CIVIC SQUARE PARKING GARAGE
126TH STRED
■FREE PUBLIC PARKING 'VALET PARKING -VALET LINEUP
b.HANDICAP DROP-OFF
b.HANDICAP PARKING
WAlr:M/AYS -CLOSED TO TRAFFIC
Neighborhood No street closings-just 2 parking spots blocked on third avenue by the Ice at Carter
Name/Streets to be Green
closed Include addresses as appropriate
Request submission date: 11/20/2024
Department Review:MAC: Yes, 11/21/24 CFD: Yes,11/19/24
ENG: Yes, 11/25/24 STREETS: Yes, 11/22/24
CPD: Yes,11/19/24 PARKS: Yes, 11/19/24
City of Carmel Use Only
Approved this __ day of _____ _, 20
CITY OF CARMEL, INDIANA
By and Through its Board of Public Works and Safety
Laura Campbell, Presiding Officer
Date: ___________ _
James Barlow, Member
Date: ___________ _
Alan Potasnik, Member
Date: ___________ _
ATTEST:
Jacob Quinn, City Clerk
Date
Special Conditions: __________________________ _
CITY OF CARMEL, IND/ANA
CARMEL
N A.NA
Information
1.CITY FACILITY(S) REQUESTED:
Facility(s)
SPECIAL EVENT / FACILITY USE REQUEST FORM
Please reference the City of Carmel Special Event/Facility Use Policy
*Must be at least 18 years of age to complete this form.
The Event Reguest Form must be submitted a minimum of 60 dayJi.P-rior
to the P-lanned date of the event or activity..,_
■Please click here to request the Carter Green or East Patio.
Civic Square Fountain Area
Civic Square Gazebo I Lawn
Japanese Garden
Monon & Main Plaza
Midtown Plaza (Events must be free and open to the public. We are unable to
accommodate public movie requests.)
Reflecting Pool (Please note that Veteran's Memorial Freedom Circle and Plaza
is not available for use)
Sophia Square
Other Main Street
Request submission date: 11/14/2024Department Review:MAC: Yes, 11/21/24 CFD: Yes,11/19/24
ENG: Yes, 11/25/24 STREETS: Yes, 11/22/24
CPD: Yes,11/19/24 PARKS: Yes, 11/19/24
City of Carmel Use Only
Approved this __ day of _____ _, 20
CITY OF CARMEL, INDIANA
By and Through its Board of Public Works and Safety
Laura Campbell, Presiding Officer
Date: ___________ _
James Barlow, Member
Date: ___________ _
Alan Potasnik, Member
Date: ___________ _
ATTEST:
Jacob Quinn, City Clerk
Date
Special Conditions: __________________________ _
Information
CITY OF CARMEL, INDIANA
CARTER GREEN
SPECIAL EVENT/ FACILITY USE REQUEST FORM
Please reference the City of Carmel Special EvenUFacility Use Policy
*Must be at least 18 years of age to complete this form.
1.CITY FACILITY REQUESTED:
Mark all that apply
FACILITY* CARTER GREEN (area between Palladium & James Building)
PALLADIUM EAST PATIO (on the Campus of the Center for the Performing Arts)
A Allied Solutions· CENTER FOR THE PERFORMING ARTS
C i walkway to Veterans Way Garage
i
2.STREET(S) REQUESTED:
Neighborhood Include addresses as appropriate
Name/Streets to be
closed
CAMPUS MAP
CITY QNTH DRIVE
CARMEL CITY CENTER
II .
b.
MONON GltHN IL.VD.
CIVIC SQUARE PARKING GARAGE
126TH STRED
■FREE PUBLIC PARKING 'VALET PARKING -VALET LINEUP
b.HANDICAP DROP-OFF
b.HANDICAP PARKING
WAlr:M/AYS -CLOSED TO TRAFFIC
Request submission date: 11/13/2024
Department Review:MAC: Yes, 11/21/24 CFD: Yes,11/19/24
ENG: Yes, 11/25/24 STREETS: Yes, 11/22/24
CPD: Yes,11/19/24 PARKS: Yes, 11/19/24
City of Carmel Use Only
Approved this __ day of _____ _, 20
CITY OF CARMEL, INDIANA
By and Through its Board of Public Works and Safety
Laura Campbell, Presiding Officer
Date: ___________ _
James Barlow, Member
Date: ___________ _
Alan Potasnik, Member
Date: ___________ _
ATTEST:
Jacob Quinn, City Clerk
Date
Special Conditions: __________________________ _
Request submission date: 11/13/2024
Department Review:
MAC: Yes, 11/21/24 CFD: Yes,11/19/24
ENG: Yes, 11/25/24 STREETS: Yes, 11/22/24CPD: Yes,11/19/24 PARKS: Yes, 11/19/24
City of Carmel Use Only
Approved this __ day of _____ _, 20
CITY OF CARMEL, INDIANA
By and Through its Board of Public Works and Safety
Laura Campbell, Presiding Officer
Date: ___________ _
James Barlow, Member
Date: ___________ _
Alan Potasnik, Member
Date: ___________ _
ATTEST:
Jacob Quinn, City Clerk
Date
Special Conditions: __________________________ _
Request submission date: 11/14/2024
Department Review:
MAC: Yes, 11/21/24 CFD: Yes,11/19/24ENG: Yes, 11/25/24 STREETS: Yes, 11/22/24
CPD: Yes,11/19/24 PARKS: Yes, 11/19/24
City of Carmel Use Only
Approved this __ day of _____ _, 20
CITY OF CARMEL, INDIANA
By and Through its Board of Public Works and Safety
Laura Campbell, Presiding Officer
Date: ___________ _
James Barlow, Member
Date: ___________ _
Alan Potasnik, Member
Date: ___________ _
ATTEST:
Jacob Quinn, City Clerk
Date
Special Conditions: __________________________ _
November 26, 2024
Board of Public Works and Safety
One Civic Square
Carmel, Indiana 46032
RE: SINGH SUBDIVISION - SECONDARY PLAT
Dear Board Members:
Adam DeHart, PS, with Keeler-Webb Associates has requested the secondary plat for the Singh
Subdivision be placed on the Board of Public Works and Safety agenda for approval and signatures.
The plat has been reviewed and signed by the Department of Community Services and reviewed by the
Department of Engineering with approval. Therefore, I recommend the Board approve and sign this plat.
Sincerely,
Bradley Pease, PE
City Engineer
ATTACHMENT: MYLAR PLAT
November 26, 2024
Board of Public Works and Safety
One Civic Square
Carmel, Indiana 46032
RE: REPLAT-GRAND AND MAIN BLOCK 3
Dear Board Members:
Mike Smith, PS, with Structurepoint has requested a replat for Block 3 of the Grand and Main subdivision
be placed on the Board of Public Works and Safety agenda for approval and signatures.
The plat has been reviewed and signed by the Department of Community Services and reviewed by the
Department of Engineering with approval. Therefore, I recommend the Board approve and sign this plat.
Sincerely,
Bradley Pease, PE
City Engineer
ATTACHMENT: MYLAR PLAT