Loading...
Pearson Ford/Street/721,298.60/6 2020 F250’s, 6 2020 F550’s with Plows, Hitches & 8’ Wing Plows Pearson Ford,Inc. Street Department-2019 Appropriation#44-650.01;P.O.#103029 Contract Not To Exceed$721,298.60 Ob !- „ it ADDITIONAL SERVICES AMENDMENT TO AGREEMENT FOR GOODS AND SERVICES THIS AMENDMENT TO THE AGREEMENT FOR GOODS AND SERVICES ("Agreement") entered into by and between the City of Carmel and Pearson Ford, Inc., (the "Vendor'), as City Contract dated February 20, 2019 shall amend the terms of 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 Amendment as follows: CITY OF CARMEL, INDIANA Pearson Ford, Inc. by and through its Board of Public Works and Safety By: By: Are James Brainard, Presiding Of icer Authorized Signature ate: a_09- k-A4 Printed Name Mary An urke, Me bp{ Date: o� l Title Lori S.I Vatso , Member FID/TIN: 3 5- / 0 3 3 7 Date: /� y�)9 Last Four of SSN if Sole Proprietor: ATTEST: e Date: I- a - l �j cChristine Pauley, Clerk-Treasurer Date: (S:1Ceoaat41P11i.SKE&Good,Svo,Goee1 I0191P4arsos Fad for.ASAdocV/20Y2019 IP.EO ASS • PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 4.3 Exceptions: 4. Exhibit / /(,[/ PART 1 BIDDER INFORMATION (Please Type or Print) L 1 Bidder Name: PeC.QJLSOV1. (�d 1.2 Bidder Address: Street Address: )06SO Iv. M is c'5Cc,` 12-c City: Avt.scai ?42 State: A-4—) Zip: 1-1 -7 Phone#: {iR) 3 3-Cod/( Fax#: ( ) 1.3 Bidder is a/an[mark one]: Individual Partnership Indiana Corporation; Foreign(Out of State)Corporation;State: Joint Venture Other: 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Cannel, Indiana,foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion#2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: Exhibit Z v�� PART 2 BID PROPOSAL 2.1 Proiect Bid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the times) provided by the terms and conditions of the Contract Documents for the above described project, including any and all addenda thereto, for the total sum of -ora- l fir, k�..t.ca..� runs -e:jvf d oitci24 1 4°4''06 Dollars ($ ')d► .60 he Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. Exhibit I ALL ACCESSORY EQUIPMENT SPECIFICATIONS Six 8' Plow Six 9'Plow Six Bolt-on Pintle Hitches Six Receiver-Style Pintle Hitches Six 8'Mid-mount Wing Plows(see separate file for specifications) 12 Rapid Tach 3 with smart hitch II *Super Duty *No Skid Shoes *Rubber Deflector *Corner Markers with Flags *Smart touch II Hand Held controllers *Smart light with dual burn Exhibit_____A L/C{j6 Accessory Specs 2019 PICKUP TRUCKS TOTAL 1 1t: yT-^sf... t 777-7 '+arc^:.. #.- r x3 •.. 12 VEHICLES & ACCESSORIES 7 `C( ; S VALUE OF TRADE-INS (a S , S d TOTAL COST 1 X a°' 0 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. Exhibit J a-06 ITEMIZED COSTS { ! r?r.3 ''-k. 1,t {{ rn 2019 OR NEWER ,3(i cit., F250 CREW CAB TRUCK 4WD 6 RED (OR EQUIVALENT OR BETTER) 2019 OR NEWER 6 RED (3' u�b JJ F550 4x4 EXTENDED CAB DUMP TRUCK (OR EQUIVALENT OR BEI'I'ER) 8' PLOW FOR F250s 6 SUP 9' PLOW FOR F550s 6 5 7 5d BOLT-ON PINTLE HITCH 6 FOR F550s (OR EQUIVALENT OR BETTER) RECEIVER-STYLE PINTLE HITCH 6 FOR F250s (OR EQUIVALENT OR BETTER) 8' MID-MOUNT WING PLOWS for F550s 6 a"'`uJJ coraA THIS IS TO BE THE SECOND PAGE OF ENTIRE BID. Exhibit 6o-rd ITEMIZED TRADE-IN LIST OF VEHICLES ,n.r t ...-__�.... . .� ._.._.._... .......�. .._::3..b}n.rt,1 _.. --sue'- .0�,.,�. •i .-s:t_S .......�:vrss�...,._._.. ........ .. ...r,,. #10-GMC 2500HD (2002)4x4 56)() 189,900Mi1es—VIN 1GTHK24U42E298421 #11-GMC 2500 (2002)4x4 200,000 Miles—VIN 1GTHK24U22E302479dt #12-GMC Crew Cab2500 (2003)4x4 000 148,000 Miles—VIN 1GTHK23U73F231079 l� #17- GMC 2500(2004)4x4 o 165,000 Miles—VIN 1GTHK24U64E376992 So #19- GMC 2500(2004)4x4 106,000 Miles—VIN 1GTHK24U24E375256 (4�O0 #22-Chevrolet 2500 (1998)4x4 O 106,000 Miles—VIN 1GCGK24RIWZ271778 d- #60-Ford F550(2009)4x4 Dump 2 p©O 99,685Miles YIN 1FDAF57R19EA02257 7 #56- GMC(2004)4x4 Dump t COO 134,000Mi1esVIN 1GDJK34G04E382610 #52-Ford F550 (2006)4x4 Dump [ oc20 67,114Miles VIN 1FDAF57P76ED35492 #51- Ford F550(2006)4x4 Dump (O 106,000Miles VIN 1GTEC14C782231878 #50- Ford F550(2006)4x4 Dump B so V 106,000Miles VIN 1FDAF57P56ED35490 z (t4 � n �m r . 3 � �� - .......... ,.a. ...t^.., rr 1.F.e..,,J ,... ..._. .. ... .Jrr. ........t'"•H'..�.-...i:.w. .e_=�s�'...pi CONTACT CARMEL STREET FOR VIEWING OF THESE TRUCKS: JIM BENTLEY AT 317-773-2001 THIS IS TO BE THE THIRD PAGE OF THE ENTIRE BID. Exhibit /4:—' 76N Mid-State Truck Equipment Inc. Sales O rd e r 11020 Allisonville Rd Fishers, IN 46038 Date S.O.No. 5/10/2019 669732 Name/Address Ship To PEARSON FORD Chad Barkdull 10650 N. MICHIGAN ROAD City of Carmel ZIONSVILLE, IN 46077 P.O.No. Terms Rep Ship Via Customer Contact 3% handling NET 25 Days JK cust. pick... charge ark ecl to Credit Ordered : Item Description Rate Amount 1 BOSS9OSUPER BOSS RT3 9'0" SUPER-DUTY 5,750.00 5,750.00 SNOWPLOW WITH SMARTHITCH2 --Includes all spec'd components --LED headlights --Includes installation 1 STB03236 BLADE CRATE,9'STR BLD SUPER 0.00; 0.00. 1 STB15020B BOSS Plow box STR RT3 SH2, W/ LED 0.00 0.00 1 STB15103 BOSS STRAIGHT BLADE CONTROL 0.00 0.00 KIT - SmartTouch2 1 LTA10200 BOSS 2017 RT3 FORD SUPER DUTY 0.00 0.00 UNDERCARRIAGE 1 MSC10230 BOSS 2017 FORD HALOGEN L/A 13 0.00 0.00 PIN 1 MSC01565 BOSS RUBBER SNOW DEFLECTOR 0.00 0.00 1 PARTS 1 Bolt on Pintle 2" ball combo hitch 71.25 71.25 2 LABOR Install factory camera above hitch on 100.00 200.00 custom fabricated bracket Subtotal Sales Tax (7.0%) Total Exhibit__ __ (f-2° Mid-State Truck Equipment Inc. Sales Order 11020 Allisonville Rd Fishers,IN 46038 Date S.O.No. 5/10/2019 669732 Name/Address Ship To PEARSON FORD Chad Barkdull 10650 N. MICHIGAN ROAD City of Carmel ZIONSVILLE, IN 46077 P.O. No. Terms Rep Ship Via Customer Contact 3% handling NET 25 Days JK cust. pick... charge dc.Pd to Credit Ordered Item Description Rate Amount 1 EQUIP. 9'Galion SS crossmemberless dump body 37,600.00 37,600.00 package --304 SS sides and ends --18" fold down sides --1/4 cab shield W/window --24" tailgate --3/16" AR400 floor --Trunion mount SA hoist --1/2" hitch plate per spec --Four corner strobe kit --Monroe Para glide wing plow --Force central hydraulics W/PTO --All warning lights and flood lights --All components installed on 60" CA cab and chassis OPTIONAL .125 ALUMINUM TOOLBOX MOUNTED UNDER BODY ON DRIVER SIDE ADD $775 Subtotal $43,621.25 Sales Tax (7.0%) $0.00 Total $43,621.25 Exhibit Quotation MID-STATE TRUCK EQUIPMENT INC Date Quotation # 11020 ALLISONVILLE ROAD - FISHERS, IN 46038 5/7/2019 1393 PHONE 1-800-540-4479 1-317-849-4903 FAX 1-317-849-6441 Name/Address Ship To PEARSON FORD Chad Barkdull 10650 N.MICHIGAN ROAD City of Carmel ZIONSVILLE,IN 46077 Purchase Order# Terms Rep Project Good Thru NET 25 Days JK 6-7-19 Qty Item MPN Description Rate Total I BOSS80S... BOSS RT3 8'0'SUPER-DUTY 5,600.00 5,600.00 SNOWPLOW WITH . SMARTHITCH2 --Installed --Per spec 1 RM62000 BUYER'S 6-TON PINTLE HOOK W/ 85.00 85.00 2'BALL OPTIONAL FOUR CORNER STROBE KIT ADD$650 --SURFACE MOUNT STROBES MAY BE USED ILO HEADLIGHT MOUNT Subtotal $5,685.00 Sales Tax (7.0%) so.00 Total $5,685.00 Exhibit A MINIMUM SPECIFICATIONS FOR CENTRAL HYDRAULIC SYSTEM FOR F550 OR EQUIVALENT OR BETTER 1. GENERAL ..<:,a lt.l!I� ESCR�PT IflN ,_» _, -.. ;.- Xl . y E COMPLIANCE: A. The intent of these specifications is to describe a central hydraulic system ❑ yes ❑ no and controls for the operation of a municipal truck B. The components listed herein have been chosen for their ability to provide [xi yes ❑no long term durability and ease of service C. All components described herein shall carry minimum one-year warranty j 11 yes ❑no D. Hydraulic power for the dump hoist and wing to be provided by power take 51 yes ❑no off and stack valve. 2. HYDRAULIC PUMP and PTO ::: Z�M��� ;ll.iti,M DESCRII :� -;ti����: .._; ..._ ... .. .. , . .. ',COMPLIANCE A. Hydraulic pump will be a positive displacement gear pump with a lkyes ❑ no displacement of 1.40 cubic inches per revolution,providing a flow of 8 gpm at 1200 engine rpm. B. The PTO will be transmission mounted to an automatic transmission with a IN yes ❑no torque converter independent drive gear. C. PTO will feature cast iron housing with solenoid operated clutch pack I n yes ❑no engagement. D. PTO will fit 4WD chassis with OEM installed transfer case. I yes ❑ no 3. CONTROL VALVE LTEM„.. _ T'EI DESCRIPTIONCOMPLIANCE A. The control valve will be a cast iron,closed center, load sensing valve with n yes ❑no individual pressure and flow compensation and an open center unloading inlet. B. The valve will be designed for an open center flow to 35gpm and include FN yes ❑ no provisions for power beyond. C. Sections will be provided for: ® yes ❑no - Dump Hoist--Double acting with cylinder flow of 6.6 gpm and adjustable relief on the lower port Wing Toe--Double acting with a cylinder flow of 1.6 gpm Wing Heel--Double acting with a flow of 2.6 gpm D. The valve will be operated by sealed, cable controls with levers conveniently V1 yes ❑ no mounted for operation by the driver. E. Hoist handle will include neutral safety lock. j f yes n no F. The wing plumbing will include pilot operated check valves for both the toe yes ❑ no and heel. These will be mounted as close to the cylinders as possible. Exhibit A t ("16 4. INDICATORS 1# M.-. ITEM DE5CRIPTI0IV„ . I.COMPLIANCE A. Hoist and wing will include non-contacting proximity switches wired to [ 1 yes ❑no dash lights to notify the operator when the component is out of the stowed position. S. COMBINATION RESERVOIR and VALVE ENCLOSURE ITEM .. .. :ITEM DESCRIPTION COMPLIANCE A. The hydraulic reservoir will be constructed of 304 grade stainless steel and ( n.yes ❑ no mount to the driver's side of the chassis frame. j I B. The reservoir will include a covered location for the mounting of the -® yes ❑no hydraulic control valve. C. Reservoir will include a suction strainer, suction line full flow ball valve and ] yes ❑no in tank mounted return filter with 10 micron element. D. A sight glass will be included to monitor oil level in the tank. _ 171,yes ❑ no E. The reservoir will be filled to proper operating level with AW-32 hydraulic r yes ❑ no oil. 6. PLUMBING ETE .. .. .I3E1VhDESCRIl'TYO1V.:``. . : COMPLIANCE 1 A. Hydraulic plumbing to the components will be via SAE-100R2 minimum yes Cj no rated hoses sized properly as to not produce undue heating. 1 B. Hoses will be properly supported minimum of every 18"and shielded from —rip; �� yes ❑no abrasion and heat. Exhibit (246 MINIMUM SPECIFICATIONS FOR MID-MOUNT WING PLOW FOR F550 OR EQUIVALENT OR BETTER Quantity: 6 1. WING PLOW MOLDBOARD COMPLIANCE A. The tapered moldboard inboard height shall be 25.5 inches, outboard Eyes ❑no height shall be 31.8 inches. Both inboard and outboard measurements include a 6"cutting edge. B. The total length of the cutting edge shall be 8 feet. The cutting edge VC yes ❑no will be two 1/2"x 6" x4' top punched with AASHTO spacing. C. Moldboard shall be manufactured from a commercial grade A 1011 GR El yes ❑no 50 and be a minimum of 12 gauge. D. The top edge of the moldboard will be a formed channel 2-1/2"x 7/8". I yes n no E. There shall be six vertical ribs,tapered from 4"at base to 2-3/8"at top. yes 7 no F. The 1/4"ribs shall be laser cut from GR50 material and have a 1"hole 1 yes I I no in each rib for conduit routing for the optional wing light. G. An attachment plate with a 5/8"bushing for the 1-1/2"hinge bolt,will [ C] yes ❑ no be welded in place between ribs 1 &2 and reinforced with 1/2"plate and 1/2"gussets. H. Moldboard bottom angle or base angle shall be a minimum of 4"x 4"x I j yes n no 3/8"thick structural angle iron. I. The bottom angle shall be reinforced with nine, 1/2"x 3"x 3"gussets {] yes ❑ no welded approximately every 12". J. The bottom angle will have twelve 11/16"holes using AASHTO c] yes ❑ no pattern for two 4' cutting edges. K. The bottom angle shall be boxed on top, between each rib,with a 4" yes no high, 10-gauge HR A1011 steel plate. L. Full length horizontal reinforcement between the ribs will be 1-1/2"x ® yes ❑no 1-1/2"x 1/4" structural angle iron. M. Two 1/2"x 3-7/8"push arm mounting plates shall be interlaced and yes ❑no welded between ribs 6 &5 and 5 &4. N. The mounting plates shall have 7/8"holes on 3" centers for installation f1 yes ❑no of the cast push arm mounting bracket and heel stop. O. There shall be two 1/4"lift loops with 1-3/8"openings 39-1/2" apart, ® yes ❑no for lifting with a spreader chain and one 1/2"toe stop bracket welded on the first rib. P. Moldboard shoes to be installed on both ends to extend cutting edge wear WI yes n no 2. FRONT and REAR MOUNTING ASSEMBLIES COMPLIANCE i Exhibit f 3 c �G A. The custom mid-post mount shall be designed specifically for the chassis .4 yes ❑no it's being installed on. B. There shall be two 1/2"x 8" x 14"upper mounting plates with five yes ❑ no 11/16"lower mounting holes and two 2" x 3" x 3/8"x 8"angles used as shear for the front post plates. C. There shall be two lower mounting plates with a 4"x 3/8"cross tube. M yes ❑ no D. The lower mounting plates will bolt to the upper plates with ten 5/8"GR- rn yes ❑ no 8 bolts, SAE washers and top lock nuts. E. The lower mounting plates will have an integral shear bar and be n yes ❑no designed for easy removal. F. The trailing link,Para-Glide post assembly will be stepped on top of the [f] yes ❑no front cross tube. G. The front post weldment will have 1/2"Grade 50 side plates with a 3/8" 21 yes ❑no Grade 50 structurally engineered formed inner brace. H. The inside plate shall be welded to the 4"x 1/2 mounting tube and n yes ❑ no reinforced to the tube with two 5/8"triangular braces. I. The outside plate will have three hex bolt holders welded on for the hinge n yes ❑ no bolts. J. The trailing links will be manufactured of 3/8"plate and 1-1/2"tube. Q yes ❑ no K. Tubes will have grease fittings for lubrication and hardened bushings on ® yes ❑ no each end. I` L. The upper link will be boxed with 5/16"plate. yes ❑no M. There shall be an inner link of 3/8"plate and one 1-1/2"tube with grease Q yes ❑no fitting that the toe cylinder attaches to with 1"pins. N. The rear vertical weldment that attaches to the trailing link arms will have WI yes ❑no two 1/2"verticals boxed with a formed 5/16"plate and have two 3/4" horizontal mounting brackets for the 1-1/4"hitch pin. O. The trailing link arms, inner cylinder link lift arm,rear vertical weldment [] yes ❑ no and cylinder base will be bolted together as a single unit using 1"x 7-1/4" long bolts and top lock nuts. A total of five 1" x 7-1/4"bolts in the assembly. P. The 1"bolts will be rifle and cross drilled so the bushings can be 0 yes ❑ no lubricated. Q. A lubrication fitting will be recessed within the head of the bolt. A total of p yes ❑no 14 lubrication points. R. The toe cylinder will be a 2"bore x 5"stroke with a Socatri plated rod ® yes ❑no and grease fittings at the base and rod end of the cylinder. S. A counter balance valve shall be plumbed to the toe cylinder. yes ❑ no T. A toe stop kit shall be provided. ® yes ❑ no U. A full trip mounting block shall be pinned to the rear vertical weldment. I n yes ❑no V. This block,when the 1-1/4"safety pin is removed will allow the wing yes ❑ no I moldboard to trip over typical immovable objects such as expansion joints or manhole covers. Exhibit W. The torsion spring within the full trip mounting block will be AISI 4140 yes ❑no steel, 7/8"wire and 4-1/2 coils. X. The 1.50-6 x 6.50 G8 hinge bolt with castle nut,will be integral within CN yes ❑no the full trip mounting block. Y. The push arm hitch weldment shall include a 5/8"pintle plate with 3/4" yes ❑ no side mounting plates and the 4"x 6"x 3/8"tube for the removable push arm bracket. Z. The 5/8"pintle plate will have an integral 2-1/2"receiver tube with safety ] yes ❑no chain brackets reinforced to the pintle plate with 1/4" and 3/8" gussets. AA. The pintle plate will have an opening for a standard 7-pole receptacle. yes ❑no BB. The overall length of the rear 4"x 6"capped push tube will be [,[ yes ❑ no approximately 80"and 22"of the left side will have a flange with seven bolts for removing. CC. The right side of the capped tube will have an integral mount to remove yes ❑no the push arm mount assembly. DD. The integral mount will have two 3/4"ears angled forward with a 2"OD FJ yes ❑ no tube welded between the ears for a 1-1/4"hitch pin. The ears will be reinforced with 3/8"plate. EE. The removable push arm mount assembly is for attaching the push arm, n yes ❑no heel cylinder and safety chain. FF. The removable mount assembly base plate will be 1/2"with two 3/4"ears [5j yes ❑no that are reinforced with 3/8"plate. These ears will pin to the integral tube mount with a 1-1/4"hitch pin. GG. The other side of the 1/2"base plate will have the mounts for the heel ® yes ❑ no cylinder and push arm. HH. This mount will be 1/2"material with two off set mounting holes that [] yes ❑no have 1/2"bushing on each side of the 1"and 7/8"mounting holes. II. The base plate will have a 3/8"grab hook, 1/2"mount for the safety chain © yes ❑no and include a 12 gauge stainless heat shield. 1 JJ. The bolt-on push arm assembly shall be adjustable from 53"to 68"and [ ] yes ❑ no have a cushion spring. KK. — The outer tube will be 2-1/2" schedule 80 pipe with a 2-1/4"inner tube. yes ❑ no The clevis ends welded on the pipe and tube will be cast. LL. The outer tube will have a sliding collar weldment for attaching the rear ktrj yes ❑no heel cylinder. MM. The adjustable push arm will bolt to the rear mount and the cast iron [ia yes ❑no moldboard mount. NN. The 3"x 11"DA heel cylinder with a 1-1/2" Socatri rod will be bolted to [1 yes ❑no the rear mount and pinned to the push arm sliding collar.The cylinder will have an integral counter balance valve. 00. A mounting kit with split collars, safety grab hook and miscellaneous yes ❑ no mounting hardware shall be provided. I PP. I The powder paint used shall be TGIC Polyester MTE-437 red moldboard yes ❑no Exhibit 4 Iwith the post and mounting being powder coated black in color. 3. MISCELLANEOUS :Y'X.TEMDESC � sv�= `z._:.,,_,.:':i .c'cTr i�'Ika.•_._'.s::... . .�+, w ./V ....... ... .. -..... '... ..rf•vrfti.11t3C!:'1�..-_i._.::.7:.:: Y..... - Z .t..:-�::.TS.-::: lq A. All welding performed on the wing and mounting hardware must be in yes ❑no compliance with current AWS procedures and guidelines recognized within the State of manufacture. B. Manufacturer shall provide caution labels, decals and any warnings 1171.yes ❑no deemed necessary. C. Manufacturer shall attach their standard warranty statement.All M yes ❑ no components described herein shall carry minimum one-year warranty. D. Both lift cylinders,heel and toe,will have hydraulic lock valves plumbed fly yes I I no in-line to prevent wing drift. E. Whelen T1R Series light system with two LED strobe lights shall be pi yes n no installed at heel end of wing. One strobe to flash directly to rear when wing is in stowed position and the other to flash directly rear when wing is in plowing position. F. One LED work light to be installed behind cab on passenger side so [] yes ❑no operator can see wing in the plowing position. '7xhibit A / oa a INDIANA RETAIL TAX EXEMPT Page 1 of 1 ci:City of Carmel CERTIFICATE NO.003120155 002 0 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 103029 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,A/P CARMEL, INDIANA 46032-2584 VOUCHER DEUVERY MEMO,PACKING SUPS, 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 237560 LEASE=0 PEARSON FORD,INC Street Department VENDOR 10650 N MICHIGAN RD SHIP 3400 W. 131st Street TO Carmel,IN 46074- ZIONSVILLE,IN 46077- (317)733-2001 PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 38314 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 1206 Fund: 0 Capital Lease Fund Account: 44-650.01 1 Each 6 2020 F250's,6 2020 F550's wl Plows, Hitches&8'Wing $721,298.60 $721,298.60 Plows Sub Total $721,298.60 M OF CARA. iii K; tl ■ s * s a tl s it ;.. i I 1 * ,' r r Send Invoice To: f►�/ Street Department I A S Pk 3400 W.131st Street Carmel, IN 46074- (317)733-2001 PLEASE INVOICE IN DUPLICATE DEPARTMENT -r ACCOUNT 7— P ROJ EC-1 -1 PROJECT ACCOUNT I AMOUNT PAYMENT $721,298.60 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 / 444 -'- <L �{c---i'L�.c AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY �' --` " "� Dave Huffman James Crider TITLE Director Administration CONTROL NO. 1 03029 CLERK-TREASURER