Loading...
Penn Care, Inc/Fire/239,658/Braun Chief XL on a 2020 Ford F-550 4 x 4 Chassis Penn Care,Inc. Fire Department -2019 12R� Appropriation#44-650.03 Fund;P.O.#103084 ;, � Contract Not To Exceed$239,658.00 / 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 Penn Care, 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 44-650.03 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 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 Two Hundred Thirty Nine Thousand Six Hundred Fifty Eight Dollars ($239.658.00) (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. 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. [Maas ctivingstanDesktop`Contract Templates\Goods and Service Tevplate.doc:8/302019 10.33 AM] 1 Penn Care,Inc. Fire Department -2019 Appropriation#44-650.03 Fund;P.O.#103084 Contract Not To Exceed$239,658.00 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. [C:\UserAclivingstanVecktop\Contract Templata\Goods and Services Template.do:8/30/2019 10:33 AM] 2 Perm Care,Inc. Fire Department -2019 Appropriation#44-650.03 Fund;P.O.#103084 Contract Not To Exceed$239,658.00 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. 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 [C:\Usaslclvangston\Desktop\Contract TemplatesCoods and Services Template.doc:8/302019 10:33 AM] 3 Penn Care,Inc. Fire Department -2019 Appropriation#44-650.03 Fund;P.O.#103084 Contract Not To Exceed$239,658.00 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 Douglas C. Haney, Fire Department Corporation Counsel Two Civic Square Department of Law Carmel, Indiana 46032 One Civic Square Carmel, Indiana 46032 If to Vendor: Penn Care, Inc. 1317 North Road Niles, OH 44446 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. [C:\Usets\clivingstonVesktoKoneraa Templates`d'++nts and Services Templatedoc:8/302019 10.33 AM 4 Penn Care,Inc. Fire Department -2019 Appropriation#44-650.03 Fund;P.O.#103084 Contract Not To Exceed$239,658.00 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 December 31, 2019 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 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. [C:\Usen`ctivingstonlDesktop`\Contract TemplatesCoods and Sances Template.doc:8/30R019 10:33 AMI 5 ruttll l..elt0,110.r. Fire Department -2019 Appropriation#44-650.03 Fund;P.O.#103084 Contract Not To Exceed$239,658.00 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely,voluntarily,and without any duress, undue influence or coercion. 28. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF,the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA Penn Care, Inc. by and through its Board of Public Works and Safety By: By: ames Brainard, Presi ing fficer Autho ize Signature Date: /O 7 / o 1 At c4- PO Printed Flame Mary Ann Burke, Member g Date: vc P5I Title Lori S.IWats embe FID/TIN: sit - f7$ J1 ? Date. r • a Last Four of SSN if Sole Proprietor: ATTEST: Date: ristine S. Paulo lerk-Treasurer a Date: IC:Wurs\Iiviepl snsDcsktop4'ootract Templates'Goob and&rviees Tentplate.d v.1/30/1019 I0 33 Am 6 Many Needs ... One Solution August 26,2019 Carmel Fire Department 2 Civic Square Carmel,IN 46032 Penn Care, Inc. and Braun Industries are pleased to submit the following proposal of a new ambulance for your consideration. One(1)HGAC BID(per the attached HGAC documents)of a 2019 Braun Chief XL on a 2020 Ford F-550 4x4 chassis. Price .$251,913.00 Less Ford FIN rebate(if a valid number is supplied) -$4,755.00 Less Braun/Penn Care,Inc. concession -$7,500.00 Final purchase price $239,658.00 Delivery time: approximately 210-240 days from receipt of approved order and chassis Terms: cash on delivery and acceptance Braun's exclusive SolidBody construction methods and over 30 years of manufacturing experience in the industry,provides a module that is lighter, stronger,and structurally warranted for the life,with no pro-ration. This construction technique gives our customers some of the highest payloads in the industry,as well the lowest centers of gravity, and much less chassis wear. Our construction methods provide a module that is remountable,time after time onto a new chassis,while still carrying the lifetime structural warranty. Penn Care,Inc. is the warranty repairs, service and remount facility of choice of Braun. 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 765-425-5920 if any further information is needed. Respectfully, 7o &WM Tony Crum Sales Representative Penn Care,Inc. Exhibit /fq 1317 North Rd.- Niles,OH-44446 800-392-7233 fax 330-544-0022 /PC / I www.penncare.net DIMENSIONS FOR OVERALL HEIGHT AND LENGTH ARE APPROXIMATE OVERALL HEIGHT = 112" OVERALL WIDTH WITH RUB WHELEN 700 CLEAR (6) WHELEN M9 SUPER LED WARNING LIGHTS RAILS do FENDERETTES = 98" STROBE LIGHT WITH RED/WHITE/RED/700/RED/WHITE/RED "PRIORITY GREEN" EMITTER WITH CLEAR LENSES o o�° ° o (5) TECNIQ S330 AMBER � MINI—LED MARKER LIGHTS l \W (-\ a". lml —J `U �t! ' ('" -`= JJJJ \ HOSELINE TMC2007 AC CONDENSER WITH PAINTED . . . . ALUMINUM BRUSH COVER TO PROTECT THE FANS / / 101\ \ I -MGIN 1 1 ir--,000��00� OEM POWER _ _ A (4) WHELEN M7 RED SUPER ADJUSTABLE I ■® ® LED GRILLE LIGHTS WITH MIRRORS ` C ) i CLEAR LENSES .....g kit . ) _`�r-i r-ir1 r�lf-1 r—r-1 7.' r � DAYTIME RUNNING LIGHTS II _ . .. • 1 .' O OIiiHIDDENIII INGRILLE UNLOCKAREA SWITCH CAST PRODUCTS SIREN SPEAKERS IN THE BUMPER > �BUELL AIR HORNS)J i WHELEN HOWLER SIREN " ` SPEAKER SYSTEM THIS DRAWING IS FOR REPRESENTATIONAL PURPOSES ONLY. DETAILS ARE CONCEPTUAL AND ARE SUBJECT TO CHANGE DURING DESIGN AND CONSTRUCTION DIMENSIONS ARE APPROXIMATE UNLESS NOTED OTHERWISE TO MEET A SPECIFIC CUSTOMER NEED. CARMEL, INDIANA 2019 FRONT EXTERIOR VIEW 8-23-19 \Tl /;j/; ;r; CHIEF XL-I/FORD F-450 4x4 CHASSIS 1:17 GLF NR CARMEL-1 Exhibit 4- , DIMENSIONS FOR OVERALL HEIGHT AND LENGTH ARE APPROXIMATE OVERALL HEIGHT = 112" OVERALL WIDTH WITH RUBWHELEN M9 AMBER SUPER LED WITH CLEAR LENS RAILS & FENDERETTES = 98" /-(2) WHELEN M9 CLEAR LED LOAD LIGHTS 0 0 (5) DTECNIO S330 RED_�o l-� ny- \‘-Wri, , -o' MINI-LED MARKER UGHTS ��� ` (` N } SUP CLEAR(2) H LENSESWITH ELEN M9 RED REAR VIEW CAMERA (2) WHELEN M9 RED LED /, ///77 -WARNING BRAKE LIGLIGHTHTS WITH IN AE ABILITY TO FLASHSH IN (a) Ill CENTERLINE OF LIGHTS TO BE /"- -.. NO HIGHER THAN 72" FROM THE GROUND TO THE BRAKE ® ® � � ® ® \ FEATURE. LOCATION FOR ®� MO DOOR GRABBERS WHELEN M6 LED TAIL LIGHTS IN ®� (MI MM6BTTCHROME HOUSINGS: RED BRAKE/TAIL CAST PRODUCTS OR (®) M6T AMBER TURN RECESSED LICENSE �^ M6BUW WHITE BACK-UP PLATE HOLDER WITH DUAL LED LIGHTS ` 4' �(2) TECNIQ E10 LED 1 INDEPENDENT BUMPER WITH MUD FLAPS`� ;���, UNDERBODY LIGHTS NON-SKID FLIP-UP CENTER imp' *(- ;r-iajn `it-;-FOLan STEP AND COT PROTECTOR U S SUDS S HJ LIQUIDSPRINGON STEP EDGE. TOW HOOKS REAR SUSPENSION 2222U 22222U ON LOCATED BELOW STEP/BUMPER. THIS DRAWING IS FOR REPRESENTATIONAL PURPOSES ONLY. DETAILS ARE CONCEPTUAL AND ARE SUBJECT TO CHANGE DURING DESIGN AND CONSTRUCTION DIMENSIONS ARE APPROXIMATE UNLESS NOTED OTHERWISE TO MEET A SPECIFIC CUSTOMER NEED. CARMEL, INDIANA �(�; pun 2019 REAR EXTERIOR VIEW 8-23-19 p � .iu.1:77 CHIEF XL—I/FORD F-450 4x4 CHASSIS 1:16 GLF NR CARMEL-2 Exhibit 3ori( DIMENSIONS FOR OVERALL HEIGHT AND LENGTH ARE APPROXIMATE OVERALL HEIGHT = 112" OVERALL LENGTH = 307" TECNIQ S330 RED MINI—LED MARKER— MODULE LENGTH = 169" LIGHT TO ALSO FLASH WITH TURN SIGNAL WHELEN M9 RED SUPER LED WARNING UGHTS WITH CLEAR LENSES KUSSMAUL 20 AMP SUPER AUTO—EJECT SHORELINE WITH RED INDICATOR LIGHT WHELEN M9LZC WHITE SUPER LED SCENE UGHTS FRONT, TOP, AND SIDES TO BE PROTECTED BY ALUMINUM COVER. I ®® WO MO BE EXPANDEDMETAL TO ALLOW PROPER AIR FLOW. El' A * EXHAUST VENT WHELEN 700 RED SUPER 1 1 AIR HORN �_--- LED WITH CLEAR LENS IN ■ COMPRESSOR ) TILT HOUSING - mp II v�"I° INVERTER /// Pl `-- r_ 3=�'I * ® ® i F :q i 2 L j r� ® ® 1111 1111 .�>�. � ,�ZS �`rZ1:-//J NON—SKID.RUNNING BOARD i'rIy.. 1 SURFACE. TECNIQ E10 LED DEF TANK FILL WITH // UNDERBODY UGHT BELOW STAINLESS PROTECTOR // RUNNING BOARD. WHELEN M6 AMBER SUPER DIESEL TANK FILL WITH LED WITH CLEAR LENS STAINLESS PROTECTOR COMPARTMENT 0.S.S #1 0.S.S #2 O.S.S #3 CLEAR OPENING: 77.00h x 18.25w CLEAR OPENING: 44.25h x 39.50w CLEAR OPENING: 63.50h x 26.25w INSIDE DIM'S.: 86.75h x 24.50w x 20.75d INSIDE DIM'S.: 47.75h x 45.50w x 20.75d INSIDE DIM'S.: 65.25h x 32.50w x 20.75d BRAUN EZ-02 OXYGEN LIFT SYSTEM ON (2) ADJUSTABLE SHELVES ALUMINUM TOOL BOARD ON UPPER BACK WALL INSIDE OF DOOR OF COMPARTMENT, ATTACHED TO RECESSED ((1)) FIXED SHELF, JUST ABOVE OXYGEN LIFT UNI—STRUT TRACKS ON EACH SIDE (1) FIXED SHELF 26" FROM THE FLOOR (REFERENCE PREVIOUS UNIT #7252) (1 FIXED SHELF BETWEEN UPPER/LOWER SHELVES (2) 20amp PRE—WIRES WITH CONSTANT POWER IN REARWARD UPPER CORNER OF CEILING * = RED MINI—LED ON TOP/BOTTOM INSIDE OF FORWARD—HINGED DOORS COMPARTMENTS TO HAVE BLACK TURTLE TILE WITH RAMP UPS COMPARTMENTS TO HAVE RIDGEBACK LED LIGHTING THIS DRAWING IS FOR REPRESENTATIONAL PURPOSES ONLY. DETAILS ARE CONCEPTUAL AND ARE SUBJECT TO CHANGE DURING DESIGN AND CONSTRUCTION DIMENSIONS ARE APPROXIMATE UNLESS NOTED OTHERWISE TO MEET A SPECIFIC CUSTOMER NEED. CARMEL, INDIANA *RUE 2019 STREETSIDE EXTERIOR VIEW 8-23-19 ib CHIEF XL—I/FORD F-450 4x4 CHASSIS 1:30 GLF NR CARMEL-3 Exhibit____A____ qo7( DIMENSIONS FOR OVERALL HEIGHT AND LENGTH ARE APPROXIMATE TECNIQ S330 RED MINI—LED MARKER OVERALL HEIGHT = 112" LIGHT TO ALSO FLASH WITH TURN SIGNAL OVERALL LENGTH = 307" MODULE LENGTH = 169" WHELEN M9 RED SUPER LED WARNING LIGHTS WITH CLEAR LENSES //WHELEN M9LZC WHITE SUPER LED SCENE LIGHTS FRONT, TOP, AND SIDES TO BE PROTECTED BY ALUMINUM COVER. MD OD .®® TOED METAL P A TO LLOWEPRO EXPANERDA R FLOW. * * WHELEN 700 RED SUPER ( ___,MEDVAULT 5 LED WITH CLEAR LENS IN RECESS trzi----\ TILT HOUSING \ e 4A 48 illi)1 i EZ GUDE 58 DOOR W ✓ l 1 tt '',� * . . i I -' �i�T�` * i :::-iir:r.•vv:r::'C:is is ii:..... ?RI%,` ti'j Laa`ai ♦NON—SKID RUNING BOARD SURFACE. TECNIQ WHELEN M6 AMBER SUPER �_/ \TECNIQ E10 LED RUNUNDE NG BOARD. ERBODY UGHT BELOWD LED WITH CLEAR LENS UNDERBODY UGHT COMPARTMENT O.S.S #4 O.S.S #5 CLEAR OPENING: 73.00h x 24.75w CLEAR OPENING: 69.50h x 17.50w INSIDE DIM'S. 4A: 82.75h x 9.00w x 20.75d INSIDE DIM'S. 5: SEE PARTITION INTERIOR VIEW FIXED SHELF WITH TURTLE TILE, 8" UP FROM TURTLE TILE ON FLOOR INSIDE/OUTSIDE STORAGE WITH (1) ADJUSTABLE SHELF BACKBOARD/SCOOP STORAGE ABOVE FIXED SHELF OUTSIDE ACCESS ONLY DIM'S. 58: 44.50h x 20.25w INSIDE DIM'S. 4B: 82.75h x 19.50w x 20.75d LOWER 19" IS 18" DEEP / UPPER 24.5" IS 31.5" DEEP (2) FIXED SHELVES WITH INSIDE/OUTSIDE ACCESS #58 SECTION IS SEALED BY GASKET FROM THE #5 SECTION LOWER SHELF TO BE 40" FROM FLOOR UPPER SHELF ABOVE MEDVAULT RECESS * = RED MINI—LED ON TOP/BOTTOM INSIDE OF #4 & #5 DOORS STAIR STAIR STORAGE BELOW SHELVES COMPARTMENTS TO HAVE BLACK TURTLE TILE WITH RAMP LIPS COMPARTMENTS TO HAVE RIDGEBACK LED LIGHTING THIS DRAWING IS FOR REPRESENTATIONAL PURPOSES ONLY. DETAILS ARE CONCEPTUAL AND ARE SUBJECT TO CHANGE DURING DESIGN AND CONSTRUCTION DIMENSIONS ARE APPROXIMATE UNLESS NOTEDi OTHERWISETO MEET A SPECIFIC CUSTOMER NEED. CARMEL, INDIANA 1AL1II 2019 CURBSIDE EXTERIOR VIEW 8-23-19 `�t'lys,;der CHIEF XL—I/FORD F-450 4x4 CHASSIS 1:30 GLF NR CARMEL-4 Exhibit OHIO MED OXYGEN OUTLET AND BYPASS VALVE TECNIQ SILHO LED ACP LIGHT MOUNTED BELOW CABINET #2. (3) LED LIGHTS 125VAC OUTLET - 1 ,1 _ p Uri I l I I EXHAUST_____--- ° ` VENT Il © OS /COUNTERTOPSC �1 �� • og I--- - o �\ ® a t''''.il -Njr=-, rm 0 ® . f 1 ° STAINLESS STEEL 6 \--S:n. COVED FLOOR f/ — EVS V4 HARNESS SEAT WITH 12VDC & 125VAC/USB COMBO OUTLET PADS EXTENDED REARWARD SSCOR VX-2 PORTABLE SUCTION EVS SEAT WITH INTEGRAL CHILD SAFETY MOUNTED ABOVE COUNTER, IN SEAT AND ADULT V4 HARNESS. LOCATION SHOWN NEXT TO OUTLETS MOUNTED ON SWIVEL BASE COMPARTMENT /3 PULL—OUT DRAWER /1 DOOR OPENING: 10.75h x 14.25w INSIDE DIMS: 4.50h x 14.50w x 13.25d INSIDE DIMS: 13.25h x 16.25w x 17.25d LOCKING STAINLESS STEEL FLUSH PULL LATCH FIXED SHELF TOTAL DRAWER WEIGHT RATING — 10 lbs. TOTAL OF (4) TOP & BOTTOM ADJ. ACRYLIC DMDERS /4 = PULL—OUT DRAWER SUDING POLYCARBONATE DOORS INSIDE DIMS: 4.50h x 14.50w x 13.25d TOTAL CABINET WEIGHT RATING = 20 lbs. LOCKING STAINLESS STEEL FLUSH PULL LATCH /2 DOOR OPENING: 10.75h x 45.75w (3) FRONT—TO—BACK DMDERS INSIDE DIMS: 11.25h x 47.75w x 17.25d TOTAL DRAWER WEIGHT RATING = 10 lbs. FIXED CENTER DIVIDER /5 DOOR OPENING: 19.00h x 17.00w FIXED SHELF ON EACH SIDE OF DMDER INSIDE DIMS: 20.75h x 18.75w x 17.25d CABINETS /1 & /2 HAVE UFT—UP TOTAL OF (20) TOP & BOTTOM ADJ. ACRYLIC DIVIDERS (1) ADJUSTABLE SHELF RESTOCKING FRAMES SLIDING POLYCARBONATE DOORS SUDING POLYCARBONATE DOORS CABINETS TO BE ALUMINUM TOTAL CABINET WEIGHT RATING = 25 lbs. TOTAL CABINET WEIGHT RATING = 25 lbs. THIS DRAWING IS FOR REPRESENTATIONAL PURPOSES ONLY. DETAILS ARE CONCEPTUAL AND ARE SUBJECT TO CHANGE DURING DESIGN AND CONSTRUCTION DIMENSIONS ARE APPROXIMATE UNLESS NOTED OTHERWISE TO MEET A SPECIFIC CUSTOMER NEED. CARMEL, INDIANA pUl1 2019 STREETSIDE INTERIOR VIEW 8-23-19 %N CHIEF XL-I 1:22 GLF NR CARMEL-5 Exhibit A VISTA SCREEN, OHIO MED OXYGEN OUTLET, AND FIRE RESEARCH INTERCOM ON AN ANGLED PANEL 125—VAC/USB 3-GLOVE BOX HOLDER COMBO OUTLET (2) LED LIGHTS EVS V4 HARNESS SEAT WITH ON DOOR POST PADS EXTENDED REARWARD i .0 :e V . /— 0 00 0 ( ) C ) ( s y ,/ I — 0 INSIDE/OUTSIDE O �'°'®- 0 ® _ACCESS O B EZ GLIDE DOOR — ALUMINUM PANEL / WITH LATCH ACCESS Al- 0ti. (��0 i I 16 —II 0 II''./ HANDLE / 0 Y J 0 0 f Iiiiiiiiiiiiiiiiiiiiiiiiniiiiiiii 0 0 SYSTEM ACTIVE/ CHECK—OUT SWITCH, \ �A >_ L O 22.375^ r _ REAR SCENE DISABLE, L 36.00 / \,' 10 p DUMP DISABLE, ® POWER LOCK SWITCH o ® I 0 COVED FLOOR o aaJ 3.5 GALLON WASTE CONTAINER ON KENDALL 8970 SHARPS CONTAINER STAINLESS BRACKET, BELOW HINGED ACRYLIC LID SECURED WITH METAL STRAP COMPARTMENT #1/2 PULL—OUT DRAWERS TOWARDS SEAT #3 PULL—OUT DRAWER TOWARDS AISLE #4 DOOR OPENING: 30.00h x 13.25w INSIDE DIMS: 6.50h x 12.00w x 14.00d INSIDE DIMS: 12.00h x 12.00w x 14.00d INSIDE/OUTSIDE ACCESS DRAWER #2 TO HAVE (6) TOTAL (3) FRONT—TO—BACK DIVIDERS HINGED POLYCARBONATE DOOR WITH FULL LENGTH FRONT—TO—BACK DIVIDERS LOCKING STAINLESS STEEL FLUSH PULL LATCH HANDLE AND CENTER SQUEEZE LATCH LOCKING STAINLESS STEEL FLUSH PULL LATCHES TOTAL DRAWER WEIGHT RATING = 10 lbs. TOTAL CABINET WEIGHT RATING = 15 lbs. TOTAL DRAWER WEIGHT RATING = 10 lbs. EACH CABINETS TO BE ALUMINUM THIS DRAWING IS FOR REPRESENTATIONAL PURPOSES ONLY. DETAILS ARE CONCEPTUAL AND ARE SUBJECT TO CHANGE DURING DESIGN AND CONSTRUCTION DIMENSIONS ARE APPROXIMATE UNLESS NOTED OTHERWISE TO MEET A SPECIFIC CUSTOMER NEED. CARMEL, INDIANAgL111 2019 CURBSIDE INTERIOR VIEW 8-23-19 r* 7 .7 74 /� CHIEF XL-I 1:20 GLF NR CARMEL-6 Exhibit A- 26-8( AIR INTAKE WITH SERVICE ACCESS o 0 0 HOSELINE FT-454 ----------- e �O I HEAT/AC SYSTEM eoe°°°eeee°ee 1 OUTPUT VENTS 0 O O O O o '. ` inI o 0 o o `,- ® e - 12VDC POWER POINT OUTLET, / 125VAC/USB COMBO OUTLET Im O p SYSTEM ACTIVE/CHECK—OUT SWITCH, o 0 ® ® .p SIDE SCENE DISABLE, �� p POWER DOOR LOCK SWITCH PDQ PASS / THROUGH I — INSIDE/OUTSIDE ACCESS o OPENING o ,' r ` J ASSIST HANDLE s.CHROME LOCKING — Im —1111— LEVER LATCHES e le 0 0 NORCOLD SOLID WALL ® NR740 soFRIDGE - OUTSIDE ACCESS ONLY VENTED RADIO CABINETje ® ® o 0 WITH CHROME LOCKING — LEVER LATCH. INSIDE 11 luau ooaaosaa00000aoaooal DIMS: 9.00h x 11.75w x 21.50d TOTAL CABINET WEIGHT RATING = 20 lbs. 2" LED STEP t1 WELL LIGHT 0 LEFT—HINGED REFRIGERATOR DOOR CABINETS TO BE ALUMINUM COMPARTMENT #1 DOOR OPENING: 16.50h x 13.50w /2 DOOR OPENINGS: 21.00h x 25.25w INSIDE DIMS: 16.50h x 13.50w x 20.50d INSIDE DIMS: 24.75h x 31.50w x 21.50d HINGED ALUMINUM DOOR WITH POLYCARBONATE HINGED POLYCARBONATE DOORS WITH FULL LENGTH HANDLES INSERT AND CENTER SQUEEZE LATCH CENTER SQUEEZE LATCHES FIXED CENTER SHELF (1) ADJUSTABLE SHELF IV WARMER AND 12VDC OUTLET ABOVE SHELF TOTAL CABINET WEIGHT RATING = 40 lbs. TOTAL CABINET WEIGHT RATING = 20 lbs. THIS DRAWING IS FOR REPRESENTATIONAL PURPOSES ONLY. DETAILS ARE CONCEPTUAL AND ARE SUBJECT TO CHANGE DURING DESIGN AND CONSTRUCTION DIMENSIONS ARE APPROXIMATE UNLESS NOTED OTHERWISE TO MEET A SPECIFIC CUSTOMER NEED. CARMEL, INDIANA Flu 2019 PARTITION INTERIOR VIEW 8-23-19 74727' CHIEF XL-I GLF NR CARMEL-7 Exhibit 4 -Y5f/( RED MINI—LED LIGHTS TOP/BOTTOM OF EACH REAR DOOR 0 0 0 0 o O O ALUMINUM PANEL ALUMINUM PANEL WITH LATCH ACCESS WITH LATCH ACCESS 11 e07- � 1\RECESSED 0ED ° MINI-MEDVAULT II -1--N , , r-.r.- - I Li 3.5 GALLON WASTE • ...>'' CONTAINER ON STAINLESS BRACKET, _ STAINLESS SECURED WITH - • = STEEL V—BARS METAL STRAP ID # % El ' 00 0 . . .. o U‘ • • (2) FERNO 521 "D" ` ' \_I' RED/WHITE REFLECTIVE STRIP OXYGEN BRACKETS ON INSIDE OF EACH DOOR IN STEP—WELL SINGLE GLOVE BOX HOLDER ON INSIDE OF EACH DOOR THIS DRAWING IS FOR REPRESENTATIONAL PURPOSES ONLY. DETAILS ARE CONCEPTUAL AND ARE SUBJECT TO CHANGE DURING DESIGN AND CONSTRUCTION DIMENSIONS ARE APPROXIMATE UNLESS NOTED OTHERWISE TO MEET A SPECIFIC CUSTOMER NEED. CARMEL, INDIANA R !n. 2019 REAR INTERIOR VIEW 8-23-19 ,C.<.(;k CHIEF XL-I 1:12 GLF NR CARMEL-8 Exhibit A , (2) FERNO 521 KENDALL 8970 SHARPS CONTAINER BRACKETS IN STEP—WELL BELOW HINGED ACRYUC LID WASTE CONTAINER (10) LED DOME LIGHTS WWI .r- o •a,`194,4~4 COUNTER v N ,a' 1 �o," i�' 11 1/,�' p' 11 ji �=a _- � _-,-- 70, IA) ' 1 S \\ PDO ,�/ �. �. \. �. GRAB RAILS CAB'T I CABINET I .-7� AP I f "EZ 02 LIFT OXYGEN SYSTEM RON= (1) RECESSED CEILING IV HANGER LOCATION MODULE WIDTH = 96" M = (1) CEILING OXYGEN OUTLET MODULE LENGTH = 169" MODULE HEAD ROOM = 72" * = (1) ANTENNA BASE LOCATED OUTBOARD OF DOME UGHT WITH COAX SERVICE LOOP BRAUN—INSTALLED, CUSTOMER SUPPLIED, STRYKER POWERLOAD COT SYSTEM THIS DRAWING IS FOR REPRESENTATIONAL PURPOSES ONLY. DETAILS ARE CONCEPTUAL AND ARE SUBJECT TO CHANGE DURING DESIGN AND CONSTRUCTION DIMENSIONS A/REE APPROXIMATE UNLESS NOTED OTHERWISE TO MEET A SPECIFIC CUSTOMER NEED. CARMEL, INDIANA ( RUII1 2019 FLOOR INTERIOR VIEW 8-23-79 �1,747 CHIEF XL-I 1:22 GLF I NR CARMEL-9 Exhibit TO0-Fl ( Part# Description Price 30-10-0093 Shoreline indicator light $ 74 30-10-0163 Conduit fish/pull $ 44 30-10-0231 Intercom system-Fire Research $ 1,517 30-10-0418 Lights,OSS compartments Ridgeback LED strip lighting $ 1,296 30-10-0741 Howler siren $ 1,241 30-11-0162 Change side angled LED lights to Grote curbside $ 580 30-11-0163 Change side angled LED lights to Grote streetside $ 869 30-26-3010 Lights rear tail M6 $ 378 30-27-2014 Lights LED side module(4)M series $ 497 30-27-3041 Lights LED side module(4)M9 red $ 421 40-00-0082 Sound deadening package $ 490 40-15-0046 Turtle tile black bottom of compartments $ 556 41-01-0213 Outside storage#1 02 storage with EZ 02 lift $ 2,251 42-02-0108 Shelves(2)in OSS#2 $ 237 43-01-0205 Outside storage#3 double door $ 347 50-60-0025 Change Aspirator to SCCOR VX2 $ 842 50-60-0030 Assist handles V style with(4)black handles $ 112 50-60-0332 Glove dispenser- 1 box each rear door $ 495 50-60-0351 Grab rails-2 ceiling $ 113 total $ 12,360 Exhibit /i /7 EXHIBIT B Invoice Date: Name of Company: Address &Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Date Goods/Services Provided Cost Per Hourly Total Goods/Services Goods/ (Describe each good/service Item Rate/ Service separately and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation&Disability Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: $100,000 each employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by Accident/Disease: $500,000 policy limit Property damage, contractual liability, products-completed operations: General Aggregate Limit(other than Products/Completed Operations): $500,000 Products/Completed Operations: $500,000 Personal &Advertising Injury Policy Limit: $500,000 Each Occurrence Limit: $250,000 Fire Damage(any one fire): $250,000 Medical Expense Limit(any one person): $ 50,000 Comprehensive Auto Liability(owned,hired and non-owned) Bodily Single Limit: $500,000 each accident Injury and property damage: $500,000 each accident Policy Limit: $500,000 Umbrella Excess Liability Each occurrence and aggregate: $500,000 Maximum deductible: $ 10,000 EXHIBIT D AFFIDAVIT ,O( C 0-Sk , 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 testify as follows: 1. I am over eighteen(18) years of age and am competent to testify to the facts contained herein. 2. I i now nd at all times relevant herein have been employed by Am C4Q_ , \1'L (the"Employer") in the position of 11( .(49. )\ 3. I am familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in the federal E-Verify program and has provided documentation of such enrollment and participation to the City of Carmel, hldiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the p'/(' day of 32,,0 11(\ , 20)\ . Printed: / I certify 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 correct. Prilt'ed: /l �� v INDIANA RETAIL TAX EXEMPT Page 1 of 1 cii Jl Carmel Jl o f C iriri el CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 103084 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,NP CARMEL,INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 8/27/2019 368918 2019 Braun Chief XL PENN CARE INC. Fire Department VENDOR 1317 NORTH ROAD SHIP 2 Civic Square TO Carmel, IN 46032- NILES,OH 44446- PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 39241 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 1120 Fund: 0 Capital Lease Fund Account: 44-650.03 1 Each 2019 Braun Chief XL on a 2020 Fird F-550 4 x 4 Chassis $239,658.00 $239,658.00 Sub Total $239,658.00 OF CA/ le $ It, t I 1-I R ,. ; / <,a > ,;. Send Invoice To: - Fire Department 2 Civic Square4fAi j� Carmel, IN 46032- �/ PLEASE INVOICE IN DUPLICATE DEPARTMENT I ACCOUNT PROJECT I PROJECT ACCOUNT I AMOUNT PAYMENT $239,658.00 SHIPPING INSTRUCTIONS 'NP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN *C.O.D.SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABEL ��`'= _ ._y'`�-✓ THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 1945 L le --e -C::cM AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY V Denise Snyder James Crider TITLE Accreditation Budget Administrator Administration CONTROL NO. 1 03084 CLERK-TREASURER