Loading...
MC Equipment, LLC/Street, Utilities/354,008/Freightliner 108SD Tandem With Plow MC Equipment,LLC Street,Utilities Department-2019 Appropriation#44-650.01,02-2308-00 Fund;P.O.#103034,W10056 Contract Not To Exceed$354,008.00s .JAQ 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 MC Equipment, LLC 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 44-650.01, 02-2308-00 funds. City is purchasing the Goods and Services pursuant to the terms of State of Indiana OPA # 17667. 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 Three Hundred Fifty Four Thousand Eight Dollars ($354,008.00) (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. IS:`Cma 1,\P r4 Sva&Gxds Svcs\Svice1\2019`\IC Egmpmem LLC G.dv and Senvzi.dm:10/7/2019 12 O2 PM) 1 MC Equipment,LLC Street,Utilities Department-2019 Appropriation#44-650.01,02-2308-00 Fund;P.O.#103034,W I0056 Contract Not To Exceed$354,008.00 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. IS:'CQaavWofSvcs&Good,Svcs\Suen 20I912dC Equp000i LLC Goods led Sevi uAoc:I N7R01912 02 PM) 2 MC Equipment,LLC Street,Utilities Department-2019 Appropriation#44-650.01,02-2308-00 Fund;P.O.#103034,W10056 Contract Not To Exceed$354,008.00 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 �S:'Cr,a.1,Pr.J Sro&God,Svcs\Strenu019\MC Eympmem LLC ands and Serwss.hs:10/i/2019 12:02 PM) 3 MC Equipment,LLC Street,Utilities Department- 2019 Appropriation#44-650.01,02-2308-00 Fund;P.O.#103034,W 10056 Contract Not To Exceed$354,008.00 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, Street Department Corporation Counsel 3400 W 131st Street Department of Law Carmel, Indiana 46074 One Civic Square Carmel, Indiana 46032 If to Vendor: MC Equipment, LLC 117 S Williams Drive Columbia City, Indiana 46725 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. �S:`Cmtr s`P,o Srsz&Goads Svcs�Svnh'019\MC F.gitipouot LLC Goods sod Sasx .doc:INf/:019 12:02 PSI] 4 MC Equipment,LLC Street, Utilities Department-2019 Appropriation#44-650.01,02-2308-00 Fund;P.O.#103034,W10056 Contract Not To Exceed$354,008.00 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. (5:`Comm-Who(Svu&Goods Sv s\Svert120191.,IC Equvmem LI.0 Gads and Savxes.do:10/712019 12:02 PM] 5 MC Equipment,LLC Street,Utilities Department-2019 Appropriation#44-650.01,02-2308-00 Fund;P.O.#103034,W 10056 Contract Not To Exceed$354,008.00 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 MC Equipment, LLC by and through its Board of Public Works and Safety By: By: James Brainard, Presiding Officer Autho zed Signature Date: Ly11da '41// ,%�h Printed Name M ry A Burke, M b r Date: jVl covi al P 94A-lothr Title Lori S. Watso �fe ber FID/TIN: 3 6-- 2 ,0 7 41 3 4 Date: I i/ o f/i Last Four of SSN if Sole Proprietor: ATT Date: 29 9a 19 • 'ne S. Paule , Clerk re s 7r Date: ///gd /7 1S^Cansn.l]Wlaf.Svcs&Guds Ss.\Sued‘2019\NC Equipment LLC Cads mod Serm.dcr 10/7r2019 12.02 PM1 6 • W.A. J es Columbia City,IN TRUCK EQUIPMENT www_wajonestruckequipment.com Greg Hollander July 23,2019 City of Cannel Water Department 3450 W. 131st Street Cannel,IN 46074 Greg, Following is the quote for a tandem dump truck as per the INDOT bid with the revisions you requested. One(1)new Freightliner 108SD tandem axle chassis with standard spring rear suspension and chain conveyor dump body per INDOT bid#800-16-110 QPA Year#4 contract cost of$154,421.00. Revisions/Additions/Deletions: Chassis to be painted red ILO yellow Revise front suspension to be 9,500 lb driver side and 10,500 lb passenger side Delete chipper hitch Delete trailer brake system Revise pintle hitch plate to be receiver style Delete 50 ton pintle hitch Relocate body access ladder to driver side ILO curb side Delete liquid pre-wet tank assembly and pump Add Aero electric tarp assembly with asphalt tarp Delete Muncie Power central hydraulic system Add Certified Power central hydraulic system Delete truck half snow plow hitch Delete rear spinner assembly Original INDOT contract price Base Bid Tandem Axle Dump Truck $154,421.00 Revisions/Additions/Deletions listed above,deduct ($2,121.00) Upgrade rear suspension to HaulMaxx,add $ 3,167.00 Option# 10—Addition of rear view camera and spreader light,add $ 2,147.00 Total package cost FOB Carmel,IN $157,614.00 Thank you for the opportunity to quote this equipment for your needs. Please feel free to contact me at 317-371-8802 if you have any questions or need further information. Sin - ely, yp on/ i�a 1 an Municipal Specialist Exhibit o r ( � 1171 S.WILLIAMS DRIVE I COLUMBIA C11v, IN 46725 .PHONE: 260 244-7 661 j FAX 266U-244-7662 W.A. n Columbia City,J o es IN TRUCK EQUIPMENT www.wajonestruckequipment.com Dave Huffman July 23, 2019 City of Carmel Street Department 3400 W. 131st Street Cannel,IN 46074 Dave, Following is the quote for the 12 foot snow plow for the tandem dump truck with side wing plow as per your request. One(1)new Monroe MP41R12-ISCT Straight Blade Snow Plow complete with 12 foot moldboard with integral shield; 34"Husting plow half hitch;two cylinder(3")power reverse cylinders with cushion valve;dual compression trip springs;rubber snow deflector; moldboard painted orange; frame and hitch painted black; corner markers; hydraulic hoses with quick disconnects from plow to front of truck;and all other standard equipment. Does not include any wheels. Total cost, add $8,382.00 Thank you for the opportunity to quote this equipment for your needs. Please feel free to contact me at 317-371-8802 if you have any questions or need further information. Sine ley,-� L n ri Callahan Municipal Specialist Exhibit 1'i71 S_ NIL-IAMS DRIVE COLUMBIA CI-hf, IN 46725 PHONE: 260-244-7661 FAX 260-244-7662 V1.A■ Columbia City, IN TRUCK EQUIPMENT www.wajonestruckequipment,com Dave Huffman July 23, 2019 City of Carmel Street Department 3400 W. 131 st Street Cannel, IN 46074 Dave, Following is the quote for a tandem dump truck as per the INDOT bid with the revisions you requested. One(1)new Freightliner 108SD tandem axle chassis with HaulMaxx rear suspension and dual auger dump body per INDOT bid# 800-16-110 QPA Year#4 contract cost of$162,226.00. Revisions/Additions/Deletions: Chassis to be painted red ILO yellow Revise front suspension to be 9,500 lb driver side and 10,500 lb passenger side Delete chipper hitch Delete trailer brake system Revise pintle hitch plate to be receiver style Delete 50 ton pintle hitch Relocate body access ladder to driver side ILO curb side Delete liquid pre-wet tank assembly and pump Delete QCP truck half plow hitch Add 34"Husting truck half plow hitch Add Aero electric tarp assembly with asphalt tarp Delete Muncie Power central hydraulic system Add Certified Power central hydraulic system Delete rotate under spinner assembly Add single receiver spinner assembly Original INDOT contract price Option#2 Tandem Dual Auger Dump $162,226.00 Revisions/Additions/Deletions listed above,add $ 0.00 Option#8—Nine Foot Mid-Mount Patrol Wing Plow,add $ 12,202.00 Option# 10—Addition of rear view camera and spreader light,add $ 2,147.00 Rear view camera wash system and second spreader light,add $ 1,122.00 Total package cost FOB Carmel,1N $177,697.00 Thank you for the opportunity to quote this equipment for your needs. Please feel free to contact me at 317-371-8802 if you have any questions or need further information. Sine ly on allahan Municipal Specialist '�.xhibit 3(5(5 1171 S.WILLIA MS DRIVE I CGWPMBIA CI•TY .IN 46725 PtIONE.260-244-7661 ; AX:260-244 662 W.A. ■!-1■ � ��� Columbia bia City,IN TRUCK EQUIPMENT www.wajonestruckequipment.com Dave Huffman July 23, 2019 City of Carmel Street Department 3400 W. 131 st Street Carmel, IN 46074 Dave, Following is the quote for the optional items for the Water Department tandem dump truck as per your request. Option# 1: One(1)new Monroe MP41R11-ISCT Straight BIade Snow Plow complete with 11 foot moldboard with integral shield; 34"Husting plow half hitch; two cylinder(3")power reverse cylinders with cushion valve; dual compression trip springs;rubber snow deflector; moldboard painted orange;frame and hitch painted black;corner markers; hydraulic hoses with quick disconnects from plow to front of truck;and all other standard equipment. Does not include any wheels. Total cost,add $8,194.00 Option#2: 34"Husting truck half hitch and rear spinner assembly,add $2,121.00 Thank you for the opportunity to quote this equipment for your needs. Please feel free to contact me at 317-371-8802 if you have any questions or need further information. Sin ely, ‘10.Lit4i4o an 1 `- Municipal Specialist Exhibit A 1171 S.WILLIAMS DRIVE f COLUMBIA CITY; IN 4.6725 PHONE 260-244-7661 I FAX.260-244-7562 W.A. J O n Columbia City,ty. IN TRUCK EQUIPMENT www.wajonestruckequipment.com Greg Hollander July 23,2019 City of Cannel Water Department 3450 W. 131st Street Cannel, IN 46074 Greg, Following is the quote for a tandem dump truck as per the INDOT bid with the revisions you requested. One(1)new Freightliner 108SD tandem axle chassis with standard spring rear suspension and chain conveyor dump body per INDOT bid#800-16-110 QPA Year#4 contract cost of$154,421.00. Revisions/Additions/Deletions: Chassis to be painted red ILO yellow Revise front suspension to be 9,500 lb driver side and 10,500 lb passenger side Delete chipper hitch Delete trailer brake system Revise pintle hitch plate to be receiver style Delete 50 ton pintle hitch Relocate body access ladder to driver side ILO curb side Delete liquid pre-wet tank assembly and pump Add Aero electric tarp assembly with asphalt tarp Delete Muncie Power central hydraulic system Add Certified Power central hydraulic system Delete truck half snow plow hitch Delete rear spinner assembly Original INDOT contract price Base Bid Tandem Axle Dump Truck $154,421.00 Revisions/Additions/Deletions listed above,deduct ($2,121.00) Upgrade rear suspension to HaulMaxx,add $ 3,167.00 Option# 10—Addition of rear view camera and spreader light, add $ 2,147.00 Rear view camera wash system and second spreader light,add $ 1,122.00 Total package cost FOB Cannel, IN $158,736.00 Thank you for the opportunity to quote this equipment for your needs. Please feel free to contact me at 317-371-8802 if you have any questions or need further information. Sin ly, L*'io' I. an Municipal Specialist Exhibit 1171•S.'WILLIAMS DRIVE "I COLUMB:A CITY, IN 46725 P'HIONE: 260-244-7661 I FAX 260-244-7662 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 yd / �U� �� , 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 allow and at all times relevant here}in have been employed by i 6 4 If- e r� / (the"Employer") in the position of Cowice./ 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, Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the / -Al day of o --72d�' 20 Printed: GL0yb 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. Printed: INDIANA RETAIL TAX EXEMPT Page 1 of 1 IIt)T of CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 103034 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 7/25/2019 357422 LEASE=0 W A JONES TRUCK BODIES&EQUIPMENT Street Department VENDOR 1171 S WILLIAMS DR SHIP 3400 W. 131st Street TO Carmel, IN 46074- COLUMBIA CITY, IN 46725- (317)733-2001 PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 38328 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 1206 Fund:0 Capital Lease Fund Account: 44-650.01 1 Each Freightliner 108SD Tandem w/Plow $196,394.00 $196,394.00 Sub Total $196,394.00 Send Invoice To: Street Department 3400 W.131st Street Carmel, IN 46074- (317)733-2001 _ PLEASE INVOICE IN DUPLICATE L DEPARTMENT I ACCOUNT I PROJECT PROJECT ACCOUNT I AMOUNT PAYMENT $196,394.00 SHIPPING INSTRUCTIONS 'A/P 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 UNOBUGATED 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 `THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 1945 /)44.4� _ l/D_/AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY ` `t - Dave Huffman James Crider TITLE Director Administration CONTROL NO. 1 03034 CLERK-TREASURER City of Carmel INDIANA RETAIL TAX EXEMPT PAGE 1 CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER ONE CIVIC SQUARE W10056 CARMEL, INDIANA 46032 FEDERAL EXCISE TAX EXEMPT THIS NUMBER MUST APPEAR ON INVOICES,A/P 35-6000972 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 8/1/2019 357422 w a jones truck equipment Carmel Utilities VENDOR 1171 S WILLIAMS DR SHIP 30 W Main St COLUMBIA CITY IN 46725 TO 2nd Floor Carmel, IN 46032 CONFIRMATION BLANKET CONTRACT PAYMENT TERMS FREIGHT QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION 1. 00 Each TANDEM DUMP TRUCK BID 157, 614 .00 157, 614.00 NUMBER 800-16-110 QPA Yr 4 DEPRN 02-2308-00 PLEASE INVOICE IN DUPLICATE Credit 0 .00 Department Account Project Project Account AMOUNT PAYMENT 157, 614 .00 SHIPPING INSTRUCTIONS •A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. •SHIP PREPAID NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND •C.O.D.SHIPMENTS CANNOT BE ACCEPTED VOUCHER HAS THE PROPER SWORN AFFADAVIT ATTACHED. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL 'I HEREBY CERTIFY THAT THERE IS AN OBLIGATED BALANCE IN SHIPPING LABELS THIS APPROPRIATION SUFFICIENT TO PAY OR T E ABOVE ORDER. 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY TITLE DOCUMENT CONTROL NO. W1 0056 CLERK-TREASURER