Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid information and bid packets
Nei ll:ETD II1 poi Rs CYIs'(SFr GAHJI it Nnkcc is hal ebv given that flea Ihvad or Public Winks met Salty I'ur the (HIV ieleimncl,I hmnilun Corny;IN,will reccic c sealed bids for Ucpemnenl n1 Cunrmmhv Son ices vehicles during iegnite hpcines+hous,on lu,het urn liner Man 111:00 A.M.Iesm1 lima,Argast 6,21114.;q ihe.ntibto of the Civil- Treasurer,Unit lavia Square.3rd Hoer Carmel,IN,461152,for Ilia IA1lmving twins'. 4(t'm,rl s m nuts s,dn,rt,FeerMer 4-Wheel oni.e Su1rr SIWelfI ellm,s" Slyly: 2_1i Snmuunical All-eland baled,Sn6um Boxer Engine,4 Spend Amum:ow Interior firma Clerh lke:tood,lands-free ,eetivhy Lvrerier Stain N'hi,e Pend,Splash(mods,Scar Cargo T;ryv Anti Slip Mal CR 4(Fenn)2015 Su ba Crossirek,I Iybr id. 2 D Liter COLIC Engine.Litewneak CVT_Clod,Upholstem Plueloolh hwulrfree cuenecrldgv A split bid mill not be accepted. \'chides to be traded. t uer(Ji 2006 Ford Lseapc 1 Iybnde Vehicles 11 it Trade may he examined at Coe Civic Sryvwq Cannel.IN 4(032 PIcise contact; Lisa AI,Ste,ua0.D pagnenr of Community Seniors.(Inc Civic Square.Cannel IN 461432 317-571-24110 Crmmenci tag as 5005 as pl]Ciieahle Illereldier during the Beard or Public 1Vm ks Mrelh,g nu We same date.Such bids veil]lie pubfidv opened and tend alum!an C1111[11:1]Clsu nLna .r City I Tail. ,Yn lain bids will be accepted_ Gcncus]Form No WI neat Le emnnlentil and tiled nee heal the hid peeknne All Itd:tire in Irese,dnt pith I le nails"I11D-DISCSV'YHICLFS"uncle Tower loll hand nimenaf thy enut 1pn. Bids will be,epeeed slid MAIL Wood et 10'110 ant 0n Animal fy 2014,ei the Huard of Publie ■it's n5d Salem moetng 'm me 2nd llntm nrcsnnel cast flail.One ItivinsgnSi e,CA intl.IN. All ,crinns imeresinl in kiddingshWl,egisterr]cnpmcl na,m-:ntI midre.ssmLiii the bepanment ofCumruwity senices n ensnc Mai all changer tar gnestinnr and ,rnw avetinW,le for intros by au irnm<r,ed panics. s r'rho speeificadms are sin tool,in detailed documents nu tile at the Canny] be psrim cal oI'Co,r mimic(See.lees,(Mc Civic Square,Carmel,IN,46032. Questio5s regarding this selicnnhon antsy be waitron and delivered to tea Cannel Pepanmcel n(CommtWry Services. All respenres will tic wnllen and mad.available'wilt the slwcAcan one at ate Department 01 Community Set vices. Please sold the Dcpmxntent of Connunity Son icen to conhnil whether any such ear Ben quetIiant m,dfar responset exist_ 'Ile submitted limpural must he in cnnpliwrce with IC 36-1-9 at seq. Sib:Heard or Public Works and Safety rarrses the ngln to jeep any and tall bids. 1lionnl-Cnahvm Ck,k-l'rearmei ff 3123 A.%, 7/d 3r lumrdp PUBLISH ER'S AFFIDAVIT • St ate of Indiana )as: Hamilton County Personally appeared before me, a notary public in aad for said county and state, the undersigned Tina Timmons who. being duly sworn. nays that he is Publisher of The Times newspaper of general circulation printed and published in the English language in the city of Noblesville in state and county afore-said, and that the printed matter attached hereto is e true copy, which was duly published in said paper for 2 time(s), the date(s) of puhliration being as follows: 7117/2014 7124120/4 Subscribed and sworn to before 111 this Thursday,July 24, 2014. NotarbliC ( 7-- Mc commission expires: 05/28/2020 Jennifer Louise May Resident of Marion County Publisher's Fee: $53.14 =JENNIFER E MAY Seal na May pg,2010 . y I TL5722 NOTICE TO BIDDERS CITY OF CARMEL Notice is hereby given that the Board of Public Works and Safety for the City of Cannel. Hamilton County, IN, will receive sealed bids for Department ofConiinunity Services vehicles during regular business howl, up to, but not later than 10:00 A.M. local time,August 6,2014,at the office of the Clerk-Treasurer, One Civic Square, .3'd Floor, Carmel,IN, 461132. for the following items: 4 (Four) New 2015 Subaru Forester 4-Wheel Drive SUVs Specifications: Style: 2.51 Symmetrical All-wheel Drive, Subaru Boxer Engine, 4 Speed Automatic Interior: Gray Cloth. Bluetooth hands-free connectivity Exterior: Satin White Pcarl. Splash Guards, Rear Cargo Tray Anti Slip Mat OR 4(Four) 2015 Subaru Crosstrek, Hybrid, 2.0 Liter DOE-IC Engine. Lincartronic CVT., Cloth Upholstery, Bluetooth hands-free connectivity A split bid will not be accepted. Vehicles to he traded: Four(4) 2006 Ford Escape Hybrids Vehicles for trade may be examined at One Civic. Square, Carmel, IN 46032 Please contact: Lisa M. Stewart, Department of Community Services. Ono Civic Square, Carmel, IN 46032 317-571-2418 Commencing as soon as practicable thereafter during the Board of Public Works Meeting on the same date. Such bids will be publicly opened and read aloud in the Council Chambers of City Hall. No late bids will he accepted. General Form No. 96 must he completed and filed as a pail of the bid package. All bids are to be sealed with the words "MD— DOCS VEHICLES-on the lower left hand corner of the envelope. Bids will be opened and read aloud at 10:00 a.m. on August 6,2014. at the Board of Public Works and Safety meeting on the 2"a floor of Carmel City Hall, One Civic Square, Carmel, IN. All persons interested in bidding shall register a contact name and address with the Department ofCommunity Services to ensure that all changes or questions and answers are available lhr review by all interested parties. The specifications are set forth in detailed documents on file at the Carmel Department of Community Services, One Civic Square, Carmel, IN. 40032. Questions regarding this solicitation must he written and delivered to the Carmel Department of Community Services. All responses will be written and made available with the specifications at the Department of Community Services. Please call the Department of Community Services 10 conllnn whether any such written questions and/or responses exist. The submitted proposal must be in compliance with IC 36-1-9 et seq. The Board of Public Works and Safety reserves the right to reject any and all bids. Diana L. Cordray, Clerk-1 reasurer L2 Z 2/7 C9(27 "647 an41eua04y ani;euaa;fib ;undwuy I Auedwo) S:�»/ht7A ,7 PC Jnxiw.b,:arse aw.:o,n[m,�,. G) �FOrf•6ruenry Mmi.e LI,]. e,,,, ea'Ai:1 b.ixy NW's CONTRACTORS BID FOR PUBLIC WORKS PART I (To be completed for all bids) (Please type or print) ! Date: 4u6 C As 1. Governmental Unit (Owner): 2. County: —/�/1f]/Glo/, 2. Bidder (Firm): /2d' R/00.d (sH&flla( Address: 530D i /, S'T City/State: /HQ//71�DU4z //ll //4*7111) 4. Telephone Number: 3(1— .7- 7009 5 Agent of Bidder (if applicable): _ Pursuant to notices given, the under red ollgyrs to furnish labor andlor material necessary to complete the public works project of F1' .0 S Vern&-s (Governmental Unit) in accordance with plans and specifications prepared by and dated 197C/ for the sum of The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. It alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any adnendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, tote employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may he regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (II applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States, I.C. 5-16-8-2. [hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. k /5s 77244c virrrr-C - SiterieCr 71) il�rS�tL @ T]Mc of �euJeey. • NON - COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. OATH AND AFFIRMATION I affirm under the penalties of perjury that the foregoing facts and information are true and correct to the best of my knowledge and belief., 2 y ,", J� .4+✓t S _ day of dl(rar(Si Zo/ Dated at __ this eat Gt/raaJ asitete ( .z :Ion) By — L SASS (Title of Person Signing) / ACKNOWLEDGEMENT STATE OF L N& 4 SS: COUNTY OF ,c//p'r ) \n'Q /-� ��e� being duly sworn, deposes and says that he is —_ J' es ,e,ee of the above anti "uB4ew and that the (Title) (Name of Organization) statements contained in the foregoing bid, certification and affidavit are true and correct. Tit Subscribed and sworn to before me this day of a(l C- U! ( ao(Ll irt ' No ry p My Comission Expires: 0 2 ' S I ' �d LC- J / `�� 11111ugprr A ` \\ O,V�N .MATT 1/ County of Residence: _ �� �s 1oapto• ',/,/);9 11I i SHp\ ot\" ACCEPTANCE The above bid is accepted this _.. day of , subject to the following conditions: Contracting Authority Members: PART II (Complete sections 1,11,111, and IV for all state and local public works projects as required by statutes if project is one hundred thousand dollars ($100.000) or more. (IC 36-1-12-4) Governmental Unit: Bidder (Firm) If Date: These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work When Name and Address of Owner Completed 2. What public works projects are now in process of construction by your organization? When to be W Contract Amount l Class of Work Completed Name and Address of Owner 3. Have you ever failed to complete any work awarded to your? If so, where and why? 4. List references from private firms for which you have performed work. SECTION H PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when your could begin work, completed the project, number of workers, etc. and any other information which you believe would enable the governmental unit consider your bid.) 2. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you expect to require a bond. However, it you are unable to currently provide a listing, please understand, a listing must be provided prior to contract approval. 3. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. 4. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing you proposal? Otherwise, please explain the rationale used which would corroborate the prices listed. • SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby he rendered invalid. The financial statement provieded hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. SECTION IV OATH AND AFFIRMATION I hereby affirm under the penalties of perjury that the facts and information contained in the foregoing bid for public works are true and correct to the best of my knowledge and belief. Dated at this day of (Name of Organization) By (Title of Person Signing) ACKNOWLEDGEMENT STATE OF _ ) COUNTY OF being duly sworn, deposes and says that he is of the above _ (Title) (Name of Organization) and that the answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. Subscribed and sworn to before me this day of _. Nolary Public My Commission Expires: County of Residence: BID OF (Contractor) (Address) FOR PUBLIC WORKS PROJECTS OF Filed Action taken Buyer -- - Deal #: 8092 CITY OF CARMEL Deal Date: 08/05/2014 I 1 CIVIC SQUARE / CARMEL, IN 46032 // ,/ r� Print Time: 02:02pm I Hone #: C/D I$4 A4. 3TEwa'- Home #: Work #: (317) 571-2418 Work #: Salesperson: ' Cell #: Cell #: Email: whohlt©carmel.in.gov Email: New [' -�Vehicle I Used E Stock #: Description: VIN: Mileage: i Demo E ORDER 2015 SUBARU FORESTER TBD ! t .5 . Trade j • A"u- tAketi am • aa elooTIA I Rim" P.-...- Comments: Sale Price: $ 22,500.00 /// e ,t Vehicle Theft Registration: $ 0.00 —7 ^ i &J0061 L5U(1Q(,? Ii`1! - - &t6' Total Trade Allowance: $ 0.00 l 0,•1 Trade Difference: $ 22,500.00 1 s /�,( 4-ra✓ (�lh2 C� Documentation Fees: $ 0.00 State&Local Taxes: $ 0.00 Feat_ / �C �. �� License/Title Fees: $ 55.25 Total Cash Price: $ 22,555.25 . SPLnst>- GOs i /I D /1 vJ Estimated Trade Payoff: $ 0.00 i ��LLtt (, �" . 1 Delivered Price: $ 22,555.25 � I Management Approval Down Payment/Deposit: $ 0.00 Rate: Unpaid Balance: $ 22,555.25 -Cif`- D‘C bid 'With Approved Credit' got 2l Buyer Quantity Purchase Agreement Qty Purchase Agreement QPA Number Page With The State Of Indiana 0000000000000000000012865 1 of 2 Requisition Nbr.: Vehicles-Ford Vendor ADVANTAGE FORD L-M SALES AND Effective Date: 03101/2012 Remit to: ADVANTAGE FORD L-M SALES AND Expiration Date: 0 212 8/2 01 5 PO BOX 639 Agency Number: CONNERSVILLE IN 47331 Facility: ASA RFP-12-2 Vendor ID: 0000063893 Vendor Telephone Nbr: 877-835-5840 Name and ADVANTAGE FORD L-M SALES AND Name Of Contact Pers: VAUNT BLAUT Address ADVANTAGE FORD L-M SALES AND Contact Email: vauni @fleetsharepro.com of Vendor: PO BOX 639 FAX Number: 513-732-2868 CONNERSVILLE IN 47331 In accordance with your bid,submitted in response to the above referenced solicitation,the Vendor agrees that the Indiana Department of Administration,Procurement Division.has the option to purchase the items listed below under the terms of this agreement. The Vendor agrees to charge these prices for any products ordered on any OPA release received after the expiration of the QPA but Issued prior to the expiration dale. The quantity listed herein is an estimate of the requirements.The state may order substantially more or substantially less pursuant to the terns of this agreement. Orders are to be delivered only upon receipt of properly approved Quantity Purchase Award Release. Line Number Quantity UNIT Article and Description Unit Price Agencies interested in purchasing Used Vehicles will receive a percentage Below Guide of 4.12%. Please call vendor contract contact for pricing. Delivery to State Locations (if required)-- Delivery Fees will apply for all delivery requests with the exception of the following: •Any State Agency with Marion County as Point of Delivery • INDOT Facility in Greenfield, IN • DNR Quartermaster Facility—Camp Atterbury in Johnson County, IN • DNR Fire Headquarters in Martinsville. IN Please consider if it would be in the best interest of your agency and the State to have your vehicle delivered to one of the above locations or IDOA Fleet Services for you to pick up, if you cannot pick up the vehicle from the dealership. Select the line item for delivery charge only if there is no other way for you to receive the vehicle in an area not charged. This is an award of a Quantity Purchase Agreement for Vehicles. QPA can be mutually renewed yearly for two additional years. The vendor agrees to charge these prices for any products ordered on any OPA release received after the expiration date, but issued prior to the expiration date,and postmarked no later than 14 business days after the QPA's expiration date. Quantities are estimates and could be more or less. IDOA Contract Manager: Brittany Sullivan bsullivan@idoa.in.gov 317-234-6906 Advantage Ford contact: Stephanie Hurley Advantage Ford Lincoln, Inc. 2350 Park Road Connersville, IN 47331 s t e p h a n i e@ O e e t s h a re p ro.co m toll free: 877-835-5840 fax: 513-732-2868 99,999,999.00 EA 000000000100193727 VEHICLE,2015 Ford Fusion S 17,580.0000 Production on the 2015 Fusion does not begin until 7/14/2014.Please ask for estimated delivery at time of order. 2 99,999,999.00 EA 000000000100193729 VEHICLE.2015 Ford Explorer XL 4x4 25,421.0000 3 99,999,999.00 EA 000000000100201755 VEHICLE.2014 Ford Edge AWD 25,263.0000 Order cut-off date:8/29/2014 4 99.999,999.00 EA 000000000100220300 VEHICLE,2015 Ford Transit Wagon XL Low Roof 148"WB 26.939.0000 12 passenger State Form 9955(R10/7.08)-Electronic Version-Approved by stale Board Of Accounts,2008 Quantity Purchase Agreement Qty Purchase Agreement(WA Number Page With The State Of Indiana 0000000000000000000012865 2 of 2 Requisition Nbr.: Vehicles-Ford Vendor ADVANTAGE FORD L-M SALES AND Effective Date: 03/01/2012 Remit to: ADVANTAGE FORD L-M SALES AND Expiration Date: 02/28/2015 PO BOX 639 Agency Number: CONNERSVILLE IN 47331 Facility: ASA RFP-12-2 Vendor ID: 0000063893 ' Vendor Telephone Nbr: 877-835-5840 Name and ADVANTAGE FORD L-M SALES AND Name Of Contact Pers: VAUNI BLAUT Address ADVANTAGE FORD L-M SALES AND Contact Email: vauni @fleetsharepro.com of Vendor: PO BOX 639 FAX Number: 513-732-2868 CONNERSVILLE IN 47331 In accordance with your bid,submitted in response to the above referenced solicitation,the Vendor agrees that the Indiana Department of Administration,Procurement Division,has the option to purchase the items listed below under the terms of this agreement. The Vendor agrees to charge these prices for any products ordered on any OPA release received after the expiration of the CPA but issued prior to the expiration date. The quantity listed herein is an estimate of the requirements.The state may order substantially more or substantially less pursuant to the terms of this agreement. Orders are to be delivered only upon receipt of properly approved Quantity Purchase Award Release. Line Number Quantity UNIT Article and Description Unit Price 5 99,999,999.00 EA 000000000100220301 Transit Accessory, 15 passenger option w/148"WB 940.0000 (add 4th row) 6 99,999,999.00 EA 000000000100220302 Transit Accessory, Running Board 160.0000 7 99,999,999.00 EA 000000000100220303 Transit Accessory, Rear Sensing System 295.0000 8 99.999.999.00 EA 000000000100220304 Transit Accessory.Rear Window Defogger 175.0000 9 99,999,999.00 EA 000000000100201750 VEHICLE,2014 Ford F150 SuperCrew4WD Flex Fuel 26,127.0000 Vehicle(FFV) Order cut-off dale:9/12/2014 10 99,999,999.00 EA 000000000100201752 VEHICLE,2014 Ford F150 SuperCab 4WD Flex Fuel 23,788.0000 Vehicle(FFV) Order cut-off date:9/12/2014 11 99,999,999.00 EA 000000000100170674 Truck Accessory,Console Nevis Shield C2410 489.0000 12 99,999.999.00 EA 000000000100170675 Truck Accessory,Spray Bedliner 468.0000 13 99,999,999.00 EA 000000000100170676 Truck Accessory,Upfitter Switches 258.0000 14 99,999,999.00 EA 000000000100170677 Truck Accessory,5"Spotlight 376.0000 15 99,999,999.00 EA 000000000100170678 Truck Accessory.Aluminum Crossbody Toolbox 477.0000 15 99,999,999.00 EA 000000000100170679 Truck Accessory,Camper Shell 1,489.0000 17 99,999,999.00 EA 000000000100170680 Truck Accessory,Hard Top Retractable Bed Cover 2,172.0000 18 99,999.999.00 EA 000000000100170922 Delivery to State Locations(if required)Fees will 75.0000 apply for delivery requests with the exception of locations within Marion County, INDOT Facility in Greenfield, DNR Quartermaster Facility(Camp Atterbury,Johnson County),Fire HO,Martinsville The following UN/CEFACT Unit of Measure Common Codes are used in this document: EA Each Signature of Purchasing Officer Typed Name Signature Of Approval Office Of the State Attorney General Date Signed Typed Name Date Signed Authorized Signature Indiana Department Of Administration Procurement Division 402 West Washington Street,Rm W468 Indianapolis,Indiana 46204 Telephone:(317)2323150 State Form 9955(R10/7-08)-Electronlc Version-Approved by State Board Of Accounts,2008 Customer VA T 1 Appraisal Summary (Draft) Tom Wood Subaru 2006 Ford Escape ttybeid•trr.i;u96n96IcA266191 4610 E 96th St Ste B Indianapolis, Indiana 46240 Customer Information Name: CITY OF CARMEL Ynu may drive and appraise my vehide �r�tsar Address: Customer signature City: amn,,ger signature State/Region: Postal Codc: Entail: Phone(Home): Phone(Work): Phone(Mobile): Vehicle Information y�� VIN: 1FMCU96H96KA26091 '7—S2l" Odometer: 77,468 Year: 2006 Interior Color: Make: Ford Exterior Color: Model: Escape Transmission: CVT Series: Hybrid Condition: Additional Information Comments: ACCIDENT ON CARFAX Extended Warranty: Good Until: Factory Certi0cation: Time: Odometer: Vehicle Salvaged: Flood Damage: Factory Ituvback: Odometer Replaced: Improvements: 'fag or Plate: Tag State/Region: Exp: Lien Holder: Phone: Lien Account H: Lien Address: Lien Payoff: Good Until: Per Diem: DMV Fee: Tine in Name of: Tide in State/Region oL Reconditioning Items Inspection/Salley/... $400 PDR/Scratch Removal: $270 Salesperson: Appraisal Date: 8/5/2014 list. Recond./Certil: $670/- Appraiser: Josh Pettee Good Until: 8/12/2014 Appraisal Amount: $5,000.00 Signature Es77444re .suer ,q,4t rs4L .?0f/t e'4CE A-r ells rate OF z‘eU'la`/ �/A to Customer Appraisal Summary (Draft) Tom Wood Subaru 2006 Ford Escape Hybrid-IFMCU96H56KA26066 4610 E 96th St Ste B Indianapolis, Indiana 46240 Customer Information Name: CITY OF CARMEL You may drive and apprui se my.chicle nT� Address: Customer signatum City: M;,n.,gcr%,,,,,,,,e State/Region: Postal Code: Email: Phone(Home): Phone(Work): Phone(Mobile): Vehicle Information �ll VIN: 1FMCU96H56KA26086 — rev Odometer: 104,700 Year: 2006 Interior Color: Make: Ford Exterior Color: White Model: Escape Transmission: CVT Series: Hybrid Condition: Additional Information Comments: ACCIDENT ON CARFAX Extended Warranty: - Good Until: Factory Certification: Time: Odometer: Vehicle Salvaged: Flood Damage: Factory Buyback: Odometer Replaced: Improvements: Tag or Plate: _ Tag State/Region: Exp: Lien Holder: Phone: Lien Account#: Lien Address: Lien Payoff: Good Until: Per Diem: DM V Fee: Title in Name of: Title in State/Region of: Reconditioning Items Inspection l Saftey/ $400 I'DR/Scratch Removal: $270 Salesperson: Appraisal Date: 8/5/2014 Est. Recond./Certif: $6701- Appraiser: Josh Pettee Good Until: 8/12/2014 Appraisal Amount: $4,000.00 _ - Signature 41— 657//1.4 sledxer re ,4$'1 4t54L Mkt 44-e: Ar {� 7'(M6 0 G aetwv- y VA t0 Customer Appraisal Summary (Draft) Tom Wood Subaru 2006 Ford Escape Hybrid.1Fmcu9OH76KA260117 4610 E 96th St Ste B Indianapolis, Indiana 46240 Customer Information Name: CITY OF CARMEL You may drive and appraise my vehicle m acs Address: Customer signature City: Manager signature State/Region: Postal Code: Email: ('hone Oionic): Phone(Work): ('hone(Mobile): Vehicle Information VIN: 1FMCU96H76KA26087— LFS Odometer: 75,961 Year: 2006 Interior Color: Make: Ford Exterior Color: Model: Escape Transmission: CVT Series: Hybrid Condition: Additional Information Comments: Extended Warranty: Good Until: Factory Certification: Time: Odometer: Vehicle Salvaged: _ Flood Damage: Factory Buyback: Odometer Replaced: Improvements: Tag or Plate: Tag State/Region: Lisp: Lien Holder: Phone: Lien Account if: Lien Address: Lien Payoff: Good Until: Per Diem: DIMV Fee: Title in Name of: Title in State/Region of: Reconditioning_ Items Inspection/Salley/ $400 PDR/Scratch Removal: $270 Salesperson: Appraisal Date: 8/5/2014 Est. Recond./Certil: $670/- • Appraiser: Josh Pettee • Good Until: 8/12/2014 Appraisal Amount: $5,000.00 Sigwmre Csnt — SK7 /bft fin_ 1 A,ottm ie 'T- 77f�� 77i'4E Or- Ae u' y Tl VA 1 O Customer Appraisal Summary (Draft) Tom Wood Subaru 2005 turd escape nvond- 4610E 96th St Ste B Indianapolis, Indiana 46240 Customer Information Name: CITY OF CARMEL You,tidy dnac and uppmlse my vet lcic nLLlue Address: Custer rer signature City: Niamper signature State/Region: Postal Code: Email: Phone(Monte): Phone(Work): Phone(Mobile): Vehicle nformahou !! ,�LC., i.� t N: `-'r`� I� Odometer: 30,700 Year: Interior Color: Make: Ford VP' Exterior Color: Model: Escape Transmission: CVT Series: Hybrid Condition: Additional Information Comments: Extended Warranty: Good Until: Factory Certification: _ Time: Odometer: Vehicle Salvaged: Flood Damage: Factory 13ayback: Odometer Replaced: Intprove Itents: Tag or Plate: Tag Stine/Region: Exp: Lien Holder: Phone: Lien Account h: Lien Address: Lien Payoff: Good Until: Per Diem: DMV Fee: Title in Name of: Title in State/Region of: Reconditioning Items Inspection I Saftey/... $400 I'DR/Scratch Removal: $270 Salesperson: Appraisal Date: 8/5/2014 Est. Recond./Certif: $670/- Appraiser: Josh Pettee Good Until: 8/12/2014 Appraisal Amount: $7,000.00 swim= �St7M�rC - p¢A*S4-z_ 1 pf/ce,aC,E -' i-74 ikUsA/.