Loading...
Kahlo Chrysler Jeep Dodge Ram, Inc/Police/80,195/VehiclesKahlo Chrysler Jeep Dogde ]tam, Inc. Police Department - 2018 Appropriation #44-650.01, 94-650.01: P.O. #101058. 101468, 101463 Contract Not To Exceed $80,195.00 QgRpy� F' a 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 Kahlo Chrysler Jeep Dodge Ram, Inc., an entity duly authorized to do business in the State of Indiana ("Vendor"). TERMS AND CONDITIONS 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 and 94-650.01 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 Eighty Thousand One Hundred Ninety Five Dollars ($80,195.00) (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. 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. (S:�CantwysWsalSvu a fioa4 Sa.�Wd�.e bep`l0l tVCahM CnW rd Sn�xtt.Jo: 3N//015 1045 AMI Kahlo Chrysler Jeep Dogde Ram, Inc. Police Department - 2018 Appropriation #44-650.01, 94-650.01; P.O. #101058, 101468, 101463 Contract Not To Exceed $80,195.00 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. 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. ISXwbwfa\P.,.i S—& C—h Sr. T4- Dgr101"&k1, cud, w Scic—%,k :,31912016 10.43 AN11 Kahlo Chrysler Jeep Dogde Ram, Inc. Police Department - 2018 Appropriation #44-650.01, 94-650.01; P.O. # 101058, 101468, 101463 Contract Not To Exceed $80,195.00 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 Lain'), 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 IS:'Cmud l%TWSvo&GKd%Sv.IPn1wx Oep\2019\KaWGoc,huWSmkxe -'319/2011 1&45 A%11 Kahlo Chrysler Jeep Dogde Ram, Inc. Police Department - 2018 Appropriation #44-650.01, 94-650.01; P.O. #101058, 101468, 101463 Contract Not To Exceed $80,195.00 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, Police Department Corporation Counsel 3 Civic Square Department of Law Carmel, IN 46032 One Civic Square Attention:Blaine Mallaber Carmel, Indiana 46032 If to Vendor: Kahlo Chrysler Jeep Dodge Ram, Inc. 9900 Pleasant St Noblesville, IN 46060 Attention: Lane Luoma 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. IS:Cm.wiM.dS—& Gad, S ... NP.4— Dq.1201%W.W G..h ..E S—*,30170M 3NR0M 10:45 A\11 Kahlo Chrysler Jeep Dogde Ram, Inc. Police Department - 2018 Appropriation #44-650.01,94-650.01; P.O. #101058, 101468, 101463 Contract Not To Exceed $80,195.00 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, 2018 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. IRAN CERTIFICATION: Pursuant to I.C. § 5-22-16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 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. Is Cede 5—\M-Dc#Ag0I%%Wl Cue&.AS—.—k.-:31LQ01N10as ANI Kahlo Chrysler Jeep Dogde Ram, Inc. Police Department - 2018 Appropriation #44-650.01, 94-650.01; P.O. #101058, 101468, 101463 Contract Not To Exceed $80,195.00 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA by and through its Board of Public Works and Safety By: James Brainard, Presiding Officer Date: - A Mary Date: Lori S. Date: ATTEST- Christine S. Pauley, Cler Date: (S-.T—oLuAd S—A C-& S—T,,b,c Ocpt12011W-%1. Gm, 10:43 AM] 6 Kahlo Chrysler Jeep Dodge Ram, Inc. By: AIIO-"- W, /",— Authorized Signature w c �L- i—m �zF Printed Name Title FID/TIN: -53 - /71 5-7c � Last Four of SSN if rSole Proprietor: Date: KAHLO CHRYSLER JEEP DODGE, INC. 9900 PLEASANT ST Configuration Preview NOBLESVILLE, IN 460603940 Date Printed: 'M4141 30 3 .15 PM VIN: Quantity: Estimated Ship Date: VON: Status: FAN 1: FAN 2: Client Code: Bid Number: Sold to: Ship to: PO Number: KAHLO CHRYSLER JEEP DODGE, INC. (28252) KAHLO CHRYSLER JEEP DODGE, INC. (26252) 9900 PLEASANT ST 91100 PLEASANT ST NOBLESVILLE, IN 460603940 NOBLESVILLE, IN 460603940 Vehicle: 2015 GRAND CHEROKEE LAREDO 04 (WKJH74) I SA - Pending order 50279 CARMEL. INDIANA. POLICE DEPART TB8064 wtk-C) 0,9( 3a 3 a u X 4-71 3V 3,P 6 Exhibit CD OL-k/kA-11 R C (fit_ 1fkf f (ORD V-t"o <-T P, 7AIC, Sales Code Description MSRP(USD) Model: WKJH74 GRAND CHEROKEE LAREDO 04 32,895 Package: 28A Customer Preferred Package 28A 0 ERC 3.61- V6 24V WT Engine Upg I WESS 0 OFT 8-Spd Auto 850RE Trans (Make) 0 Paint/Seat/Trim: PW7 Bright While Clear Coal 0 APA Monotone Paint 0 'A5 Cloth Bucket Seats 0 -X9 Black 0 Options: 4DH Prepaid Holdback 0 4ES Delivery Allowance Credit 0 h1AF Fleet Purchase Incentive 0 T86 Full Size Spare Tire 150 5N6 Easy Order 0 4FM Fleet Option Editor 0 4FT Fleet Sales Order 0 142 Zone 42 -Detroit 0 4EA Sold Vehicle 0 Non Equipment: 4FA Special Bio-Ineligib(e For Incentive 0 Bid Number: TB8064 Government Incentives 0 Discounts: YG1 7.5 Additional Gallons of Gas 0 Destination Fees: 1.095 Total Price: aA 140 Order Type: Fleet PSP Month/Week; S�heduling Priority: 1 -Sold Order Build Priority: 99 Customer Name: Carmel Police Customer Address: a Carmel IN 46032 USA Instructions: r wtk-C) 0,9( 3a 3 a u X 4-71 3V 3,P 6 Exhibit CD OL-k/kA-11 R C (fit_ 1fkf f (ORD V-t"o <-T P, 7AIC, -- -------_--- Description #2 Seat Foam Cushion -------- - -- - -- ------ ---- 12V Auxdiaa! -Power Outlet - 140 MPH Primary Speedometer ---- - 160 Amp Aftemator - 17X8.0 Silver Aluminum Wheels 195MM Front Axle 195MM Rear Axle T 24.6 Gallon Fud Tank 3.45 Renr Axle Ratio - - 3.6L V6 24V VVr Engine UN I w/ESS 4X4 Badge _ - 50 Stale Emissions -- __ 6 Speakers 650 Amp Mainlenance Free AGM Battery -- 7.0_' Touch Screen- 8Spd Auto 85ORE Trans (Make) _ - Accent Co'or Shark Fn Antenna - RFJ UFT -- -- - R03 _ GAP ­ GA— CAD_ CG3 _ HA F- JMA Cl tQ _ -- XSG _ — BRY --- __ -- RFP F LMG JJfrf CTL L. Code MRW_. - - KP -- -- - r_E — �AB - MLA- - - DJC .--- - )Rri NF< ---....- DLK __- ERC _ Mwr - NAS RCG eCZ -- -------_--- Description #2 Seat Foam Cushion -------- - -- - -- ------ ---- 12V Auxdiaa! -Power Outlet - 140 MPH Primary Speedometer ---- - 160 Amp Aftemator - 17X8.0 Silver Aluminum Wheels 195MM Front Axle 195MM Rear Axle T 24.6 Gallon Fud Tank 3.45 Renr Axle Ratio - - 3.6L V6 24V VVr Engine UN I w/ESS 4X4 Badge _ - 50 Stale Emissions -- __ 6 Speakers 650 Amp Mainlenance Free AGM Battery -- 7.0_' Touch Screen- 8Spd Auto 85ORE Trans (Make) _ - Accent Co'or Shark Fn Antenna - RFJ UFT -- -- - R03 _ GAP ­ GA— CAD_ CG3 _ HA F- JMA Cl tQ _ -- XSG _ — BRY --- __ -- RFP F LMG JJfrf CTL L. tit-_— -- MRW_. MNK — LE MLA- MFN MNP XJM_ CKT Report Generated On November 30. 2017 3:16 PM Awusbc Windshield AClive Head Restraints 4 +Advanced Multistage Front Air Bags Air Coed ATC wlDual Zone Cnnirol Air Filtering- T _- Antsor Pre-Tensioner Anodized Gun Metal InteriorACoents AnV4.ock 4 -Wheel Disc Brakes Apple CarPla Automatic Hesillamps-- AuxViary 12 Volt Rear Power Outtet Base Door Trim Panel Base Selec-TerrainTMS tem _ 8atte -130 Amp Auxilia y - Black Cladrlugs -- Black Roof Molding Body Cdor Door Handles Body Cdor Exterior Minors Body Cdor Fascias Cola Cidlle.wlBriglht Inserts _ Brghl Chrome Exterior Badaino Tic Down Page 1 of 4 X82 Door Parts Module CGY DrvT Inflatable Knee! -Bolster Air Bag JJB Dual Note Electric Horns Code LAR— ECO Mode Button SBL Electric Plower Sleefi ng CLH C TOM Panel w/Storage Net C06 Center Rea, 3 -Point Seat W LSE Enhanced Accident Response System CGU Chid Seat Anchor SvMm LATCH Rem CKD--.. Floor Carpet ONRFoix Wheel Traction ControlLBR Front & Rear Interior LED Lamps CF4 ChOd Seat Upper Tether Ai&horages *A5 Cloth Bucket Seats x8w Front Fasoas Parts Module LAX– Front Passenger Seat Bell Alert TSKr- cl Sp !:oT _j_ _Ire Ti -WKM Compact Spare Wheal X84 Front Suspension Parts Module DS7 Conventional Differential Ft-, Aide cow Frt Pass Forward Fold Flat Seal OS8 Conventional Dtfferentiall Rear Axlp I -Ml Da 'me Running Headlarrys. Low Beam GEG Deep Tint Sunscreen Gass X82 Door Parts Module CGY DrvT Inflatable Knee! -Bolster Air Bag Page 2 of 4 JJB Dual Note Electric Horns LAR— ECO Mode Button SBL Electric Plower Sleefi ng BNB Elocimnic StabMy Con lrol MHA En inc Oil Cooler LSE Enhanced Accident Response System N HJ Exterior tArrom wilisafing E*nwnl CKD--.. Floor Carpet ONRFoix Wheel Traction ControlLBR Front & Rear Interior LED Lamps GCB Front Door Tinted Glass )(83 FroM End Parts Module x8w Front Fasoas Parts Module LAX– Front Passenger Seat Bell Alert X89 Front Suspension Dam per Parts Module X84 Front Suspension Parts Module cow Frt Pass Forward Fold Flat Seal CUF Full LenqLh door Console LBC — RFS jGoogleAndroid Auto JLO GPS Aidenna Input MVB Grand Cherokee Badge NFL Gunmetal Headlamp Bezels Z6K GVW Ratio g -6500M INEHalogen Quad Headiamps x 8'Y' Headliner Parts Module 8NG Hill Start Assist HGA Hood Insulation CWP --IllUr"tLqupholde�s___ LAC . Illurninatod Eitry Report Generated On November 30. 2017 3:16 PM Page 2 of 4 CXG Lock On Sync Tire Press Sensor _ CLX..— _ ! uxur F_ cont 3 Rear Floor Mats JPS Manual Adjusi Seats - - _ _- -- RSB Media Flub (2 US13. Aux) --- - APA Monotone Paint -- — XA8 Non Atilustable Pedais -- -SDA - _ — Normal Duty Suspension — - -- CUD Overhead Console TYI P245f70R17 SSW OnJOR Road Tk*S XH3 Patksanse Rr Park Assist w/Slo F CSR JKY — --- GTS XJA Code _ Prer HGP ----_ JBM _ Instr. Panef_Br.ght Chrome Beze: _- X81 Instrument Panel Parts Module — JP3 — MXR -_ IntegrateC Li99ate Rear Spniler — XRB integrated Voice Command w/Bluolooth MVC GX4 _ jew Badge Kpytm Enter -N -Go - MZK Laredo Badge - -�___C .-.--•---•- _ Leathe,,Wrappod thi Knob—- SCV Le»mer Wrappftd Stccr* Wheci LAY LED Taillam s MFP '-Iqht Headlamp Bezel Finish CXG Lock On Sync Tire Press Sensor _ CLX..— _ ! uxur F_ cont 3 Rear Floor Mats JPS Manual Adjusi Seats - - _ _- -- RSB Media Flub (2 US13. Aux) --- - APA Monotone Paint -- — XA8 Non Atilustable Pedais -- -SDA - _ — Normal Duty Suspension — - -- CUD Overhead Console TYI P245f70R17 SSW OnJOR Road Tk*S XH3 Patksanse Rr Park Assist w/Slo F CSR JKY — --- GTS XJA -mmu vp,r-x5. rum-nway Locking Fuel Filler Door Locks T FoolLamps - m instrument Cluster w7Tach m_Insulatbn Group ive Coating and Remover mt Windows, I-Touch,Up b Down —Trac—t(R) 4WD Syslam i it View Day/Nioht Wrror - ar Window Defroster -� it Wuxiow Nhper/Washei JJl Page 3 of 4 JAJ _ Prer HGP ----_ _ - - -- Prer — -- - --- _-w. GNA__ - - - XpF Prot JP3 — _ Pwr Report Generated On November 30. 2017 3:16 PM OHY --- Qua -- - XFC -- R12; BF_IC J ~ - _ IRa'r Rear CFn Reai - — X8L IlRea, -mmu vp,r-x5. rum-nway Locking Fuel Filler Door Locks T FoolLamps - m instrument Cluster w7Tach m_Insulatbn Group ive Coating and Remover mt Windows, I-Touch,Up b Down —Trac—t(R) 4WD Syslam i it View Day/Nioht Wrror - ar Window Defroster -� it Wuxiow Nhper/Washei JJl Page 3 of 4 X85_ — -- - --- _-w. GNA__ - - - - _ - GFA O- ,,:iL Report Generated On November 30. 2017 3:16 PM -mmu vp,r-x5. rum-nway Locking Fuel Filler Door Locks T FoolLamps - m instrument Cluster w7Tach m_Insulatbn Group ive Coating and Remover mt Windows, I-Touch,Up b Down —Trac—t(R) 4WD Syslam i it View Day/Nioht Wrror - ar Window Defroster -� it Wuxiow Nhper/Washei JJl Page 3 of 4 - Code ' Descriptior - Transmission Heat _-- _ Uconnect 4 with 7' GXD Remote Proxim!ty Keyfps EM -t r tAZ X8Z Seat Parts Module _XX7 Selectable Steeino Modes E - GXX _ Sent Ke Theft Deterrent 5 lem NHM Speed Conbol XGEi --- -- S ort -Mode -- NMB Standard Duty Encine Coofin RDZ_ _. - --- _ _ _ - _ -- Steeri Wheel Mounted Audio GMS - -- i XHT_ - - -- — Stop -Start Dual Battery SVstem GNC Sun Visors wllllum Vanity Mirrors CJ2 Supp. Sidc CurtainFrt/Rr /n,r Bays - Gil _ Suppiksmulal Frt Seat Side Air ags CGS _— Supolernental Side Air Bays JFJ Tem ure & Compass Gaugc SLJD TdVTelesco a Steering Column GBB Tinted Wmdshleld Glass X88 -----_—y — Tire E Wheel Parts Xl;M Tire Pressurr. Mon BNT _ - Trailer Sway Dame M IQ Transmission Heat UAG _ Uconnect 4 with 7' _ RF7 + JFM _ USB Host Flip I Ver Intermittent M tAZ Vehicle Informatior M X .`r r+• C1' �D Report Gererated On November 30, 2017 3:16 PM Page 4 014 KAHLO CHRYSLER JEEP DODOS, INC. 9900 PLEASANT ST Configuration Preview NOBLESVILLE, IN 460603940 Dale Printed: 20 7 11 30 3' 1 - - .09 PM VIN: Quantity: 1 Estimated Ship Date: VON: Status: BA - Pending order FAN 1: 50279 CARMEL, INDIANA, POLICE DEPART FAN 2: Client Code: Bid Number: 768064 Sold to: Ship to: PO Number: KAHLO CHRYSLER JEEP DODGE. INC. (28252) KAHLO CHRYSLER JEEP DODGE. INC. (26252) 9900 PLEASANT ST 9900 PLEASANT ST NOBLESVILLE, IN 460603940 NOBLESVILLE. IN 460603940 Vehicle: 2018 DURANGO SPECIAL SERVICE AWD (WDEE76) K4AO P,e�c.4_ f� � car• � P� c � gbibit -A- 6,dp Sales Code Description MSRP(USD) Model: WDEE75 OURANGO SPECIAL SERVICE AWD 34.195 Package: 28X Customer Preferred Package 2BX 0 ERC 3.61. V6 24V VVT Engine Upg I wIESS 0 OFT B-Spd Auto 85ORE Trans (Make) 0 PalnVSsat/Trfm: PSC Billet Metallic Clear Coat 0 APA Monotone Paint 0 'H7 Cloth Low -Back Bucket Seats 0 •X9 Black 0 Options: 4DH Prepaid Holdback 0 4ES Delivery Allowance Credit 0 AIAF Fleet Purchase Incentive 0 TBE, Full Size Spare Tire 150 5N6 Easy Order 0 4FM Fleet Option Editor 0 4FT Fleet Sales Order 0 142 Zone 42-Detrolt 0 -EA Sold Vehicle 0 Non Equipment: 4FA Special Bid -Ineligible For Incentive 0 Bid Number: T88064 Government Incentives 0 Discounts: YG 1 7.5 Additional Gallons of Gas 0 Destination Fees: 1,095 Total Price: 3,; "n Order Type: Fleet PSP Monthi'Week: Sr heduling Priority: 1 -Sold Order Build Priority: 99 Customer Name: Carmel Police Customer Address: e Carmel IN 46224 USA Instructions: K4AO P,e�c.4_ f� � car• � P� c � gbibit -A- 6,dp Code C1A JIB JCF - W----__..� PH DJC ORH_ ...._ -- - BAJ -- NF4- - CFN OLK -- -- - _ERC �.--- -' C --_ RD. t NAS RCG _ - -- BCZ RFJ OFT — RD3 u Cushion ---- ?ower Outlet - lay Com Speedometer _ dAluminum Wheels ^~ 195MM Front Ax;a _ 195MM Rear Axle 2 Addhional Key Fobs _ 220 Amp Aiternator -- --- --� 24.5 Garton Fuel Tank - 2nd Row 60140 Folding S_e_at 3.45 Rear A)de Ratio _ 3.61 V6 24V VVT Fnglne Upg I WESS V 5 Passenger Seating 50 State Emissions 16Speakers SORE Trans (Make Shark Fin Antenna Description Page 1 of 4 GAK Acoustic Windshield _CBO_ Active Head Restraints _ CG3 Advanced Muf istage Front Alt SM JMA Ar Fiftering - BH3 Anti -Lock 4-Wheet FNC Disc Bralaes RFP Cam r� _ _ _ HAH yApple ATC w/3 Zone Temp Control LMG •Automatic Headlamps CLH - -- . BCI Aux Batt I JAI — Auxiri 12 -volt Rear Flower Outlet - Report Generated On Novembar 30. 2017 3:11 PM MWT AWD Badge ! CTL -_ —_--- Base Door Trim Panel _ MMG - Belt Widings Page 1 of 4 _MFF - Black Grille _ - - - MNK -- -- Body Color Door Handles LEP Body Color Exterior Mkrors -- _ _ MLH _ Body Color/Accent Color Front Fascia . MBT Body Color/Accent Color Rear Fascia XJ.M Ca less Fuel Fill w/o Dieoriminalor - —_ CKN - Cargo Com arlmeMCarpo_ - -_ -_ -- CKT �. 71e Down Loops CLH - -- --.Caroo Trim Farrel wlSttxage Net --- - _ CGj -- - Child SeatA her Systom•LATCH Readv C' Report Generated On Novembar 30. 2017 3:11 PM - - Page 1 of 4 L_ NHJ Exterior Mirrors w/Heating Element CKD Fbor Carpet SNR Four Wheel Traction Control — LBR Front & Rear Interior LED Lamps GCB Front Door Tinted Glass XB3 Front End Parts Module _ I X8w _ Front Fascias Parts Module _ MDA Frord License Plate Bracket - --LAX_— ----- Front Passenger Seat Belt Alert X89 Front SLspenslon Damper Parts Module X84 Front Suspension Parts Module _ CDW/ IF -1 Pass Forward Fold Flat Seat CUF - _Ful, Length Flop Console --- L5C ---- - - Gloves- Box LMp Cis X8Y— NMC --- — FGA —. CWP _ — .-- — LAC l - - JBM - -- Report Generated On November 30, 2017 3:11 PM r Chrome Description Page 2 of 4 — Code _ MFP Chrome Headlamp Bezels - •H?—_-- -- TBK wKM — Cloth Low -Back Bucket Seats Compact Spare Tire — Compact Spare Wheal DS7 GEG _ Conventional Dwerenual Frt Axle Conventional DNferenlial Rear Ar Covered Carte Storage - Damp Tint Sunscroon Gbas _ CF9 _ Delete 3rd Row Seat X82 Door Pans Module CSR Door Trim Panelw/AmbleM Light _ CGY —_ Drvr lirCatable Knee -Bolster Air B_ _ JJB Dual Note Electric Homs _ I MZJ Durango Bright Badge SBL Electric Power Steertn t BNB Electron ic Stability Control L_ NHJ Exterior Mirrors w/Heating Element CKD Fbor Carpet SNR Four Wheel Traction Control — LBR Front & Rear Interior LED Lamps GCB Front Door Tinted Glass XB3 Front End Parts Module _ I X8w _ Front Fascias Parts Module _ MDA Frord License Plate Bracket - --LAX_— ----- Front Passenger Seat Belt Alert X89 Front SLspenslon Damper Parts Module X84 Front Suspension Parts Module _ CDW/ IF -1 Pass Forward Fold Flat Seat CUF - _Ful, Length Flop Console --- L5C ---- - - Gloves- Box LMp Cis X8Y— NMC --- — FGA —. CWP _ — .-- — LAC l - - JBM - -- Report Generated On November 30, 2017 3:11 PM r Chrome Description Page 2 of 4 Code ----- CSV XS4 _ GX4 GAP- �-.• LA3 - — --- --- CXG CI.X RS6 TZH --. —r_ APA — - - - Monotone Paint _ y - XA8 Non Adfrstable Pedals 1h-- SDA ParkViiew Rear Bad -u Camera ^� — Normal Outy Suspension _ I CUN f Passenger Assist Handles _ overhead Console T XH3 I Parksense Rr Park Assist w/Slo XAC ParkViiew Rear Bad -u Camera ^� — XPF _ - - CSR_ f Passenger Assist Handles _ SCJ !Perforated Leather Wrapped Strg WN _ _ JPU Power 4 -Way Driver Lumbar Adjust _ JPR Power 8 -Way Drvr/Manual Pass Seat JKY _ _ Power Accessory Delay ef Ic GTS Power Heated Mirrors. Fold -Away _ _ XJA Power LockirK Fuel Finer Door Ready Alert Braking JPS ___ PowerLodcs _ JAJ_ _ Premium Instrumerg clusterwlrach _ r— I IGP -- - - ----- Premium Invitation Group - LNN Protector FoSLamps XPF _ - - Protective Coating and Remover - JP3 -_ Pwr Front Windows, I-Touch.Up & Down -- XFC _ ------ R1234YFA/CRe+rkemnt- _ ef Ic Rain Brake Support SHD Ready Alert Braking _ HHB - Rear Air Conditioning w/Heater ' X8U Rear Fascias Parts Module S=5 Rear Load Leveling Suspension ts+ ,z. _ X91 Rear Suspension Damper Parts Module - X85 Rear Suspenslon Parts Module _ _ GNK GFA Rear Yew Aub Dim Minor Rear window DeSoster 73 JHBRear Window fter/Washer > �^ — GXht I Remote Keyiess Entry - Report Generated On November 30, 2017 3:11 PM Page 3 of 4 Report Generated On November 30, 2017 3:11 PM Page 4 of 4 -- Code ---_ _ Desalption -- W(D Remote ProAmity Keyless Embry X82 Seat Parts Module X0(7 SelQrtable Steering Modes _ GXX Sentry Key Theft Deterrent System MRF _ Silt MoUS -- -- -- - -- — JI`R — '- Sit%-- MetR± Brush Instr Panel Re7el DHY ^- -- --- Single Speed Transfer Case - `- - — A14V _ --- — Sneval Samice Group NHM _ S "d Control - XG8 Sport Mode — - - - --4 - -- -- - LINO !Spot Lamn Wiring Prep. __ RDZ_ _ Steen rxyWheel Mounted Audio Ctrls—_- XH7 _' Stop -Stan Dual Battery System GNV Sun Vlsorsw/Vanity Mirror _— CJ5 — _- _ Supp. Side Curtain All Rows Air Bags r Cil Supplemental Fn Seat Side Air Bacts CGS Supplemental Side Air Bags_ JFJ Temperature S Com ass Gauge— SUC_ __ YiWelescope Steering Column GBB Tinted Windshield Glass XBN Ti Start X" — — Tire & Wheel Parts Module — -- XGM _ Tire Pressure MonibD Display BNT Trailer Sway Damping_ NHQ -- Transmission Heater UAG Uconnecl4 with T Display RF7 _ _ USB Host Flip ;HA IVar Intermittent Windshield Wipers - LAZ - IVehicle Information Center Report Generated On November 30, 2017 3:11 PM Page 4 of 4 EXHIBIT B Invoice Name of Company: Address & Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Date: Signature Printed Name Goods Services Person Providing Goods/Services Date Goods/ Service Provided Goods/Services Provided (Describe each good/service separately and in detail) Cost Per Item Hourly Rate/ Hours Worked Total 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: Injury and property damage: Policy Limit: Umbrella Excess Liability Each occurrence and aggregate: Maximum deductible: $500,000 each accident $500,000 each accident $500,000 4, 11 off I off EXHIBIT D AFFIDAVIT 44, �-- t • Z --",C , 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: I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now an at all times relevant herein have been employed by Ly C—/:Jr– [�! , gwC' , (the "Employer") in the position of rop,P. 4,9Z %I&SfIL 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 Cannel, Indiana. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the q� day of - -- , 20-.4-Q. 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. r it INDIANA RETAIL TAX EXEMPT Paye 1 of 1 y CERTIFICATE NO. 003120155 002 0 PURCHASE ORDER NUMBER I Carmel FEDERAL EXCISE TAX EXEMPT -------- 101058 ONE CIVIC SQUARE 35-6000972_ THtS NUMBER MUST APPEAR ON INVOICES, AIP { CARMEL, INDIANA 46032-2584 VOUCHER DELIVERY MEMO, PACKING SUPS, ;FARM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1897 SHI PPWG LABELS AND ANY CORRESPONDENCE (PURCHASE ORDER DATE DATE REQUIRED I REQUISI710N NO. VENDOR DESCRIPTION 12/12/2017 3W72 KAHLO JEEP - - - ------�--- Carmel Police Department VENDOR 09DO PLEASANT ST SH1P 3 Civic Square TO Carmel, IN 46032- NOBLESVILLE, IN 46060 - Blaine Mallaber -- ------- -- - __.� _..------------- . : PURCHASE ID BLANKET CONTRACT T -- - '-PAYA4ENT TERMS If---- -21508 ± I QUANTITY UNIT OF MEASURE DESCRIPTION -UNIT PRICE - EXTENSION Department: 1110 Fund: 101 General Fund Account: 44660.01 1 Each Jeep Grand Cherokee AWD V6 $13,655.80 _ $13,/366.80 Sub Total - $13,666.80 .5 C F CAW FI t Send Invoice To: Carmel Police Department Accounts Payable `• 3 Civic Squarely � .,,• «.. � -.Y. may; y. v. Carmel, IN 46032-zIr PLEASE INVOICE IN DUPLICATE _ DEPARTMENT - - - -ACCOUNT --- ------------_______-_-._ .__-,._...._.__ ._ --------------_-1------------ - - `____. PROJECTPROJECT ACCOUNT MIOIJNT __.. -- -- - ----J- PAYMENT ;18656.80 PAYMENT SHIPPING INSTRUCTIONS ' AP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.0 NUMBER IS MADE A 'SHIP PREPAID. PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHEO. I HEREBY CERTIFY THAT THERE IS AN UNOBUGATED BAIAHCE IN 'C-0.0. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LAKE 'TITS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99. ACTS 194W _f ct wvl� ANDACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO ORDERED BY _..•-•-. - --_.- .-__-_-- --V---..__-_-.-_ -._.-________-_...-.._ Jim Barlow James Crider TITLE Chief Administration CONTROL N0. 101058 CLERK -TREASURER INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120165 002 0 Cl'tv ®f Carmel FEDERAL EXCISE TAX EXEMPT ONE CIVIC SQUARE 354000972 CARMEL, INDIANA 46D32-2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL -1997 PURCHASE ORDER DATE DATE REC VIREO IZEQUISt1TON NO. VENDOR NO. - D E S CRW 7 10 N 302010 3Wn KAHLO JEEP Police Department VENDOR 9900 PLEASANT ST SHIP 3 Civic Square TO CWWWA, IN 44032- NOBLESVILLE, IN 46060 - PIJRCHAS£ Ip BLANKET ;CONTRACT PAYMENT TERMS I — -- ------ ------- FREIGHT - I .­­_.____...__._._.... 1. 1 ..._ Page I off 1 PURCHASE ORDER NUMBER ...-----101-468.............. INS NUMBER MUST APPEAR CN INVOICES. Xf VOUCHER, DELIVERY MEMO, PACKING $UPS, SHIPPING LABELS AND ANY CORRESPONDENCE 24019 1 1 -1 1 aijw fTy UNIT OF MEASURE DESCRIPTION UNIT PRICE EMENSION Department 1110 Fund., 0 Capital Lee" Fund Account: 94-650.01 1 Each Grand Cherokee AVWD V6 $27,303.00 $27,303.00 Sub Total $27.303.00 Send Invoke To. Police DapartmtrA 3 Civic Sqwm Carmel, IN 46032 - PLEASE INVOICE IN DUPLICATE --_-_PROJECT PAYMENT $27,303.00 SIMPPI11116 INSTRUCTI(W 'AJP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS TIE P.0 NUMBER IS MADE A 'SMP PREFAID PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIOAVITATIACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGA'ED BALANCE IN 'C.O.D. SHIPMENT CANNOT BE ACCEPTED. THIS APPRDPRLATIOIN SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABE *THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 194 AND ACTS AMENDATORY THEREOF AND SUMEMEN I THERETO ORDEREDBY Jim Barlow James Crider TITLE Chw Administration CONTROL NO, 101468 CLERK -TREASURER i INDIANA RETAIL TAX EXEMPT Pa__I Of 1 ZiWlikk BER CERTIFICATE NO. 003120156 002 0 PURCHASE 'City of Carmel ------ FEDERAL EXCISE TAX EXEMPT 101463 ONE CMC SQUARE 3W00972 THIIS NUMBER MUST APPEAR ON INVOICES AR CARMEL, INDIANA 46032-2584 VOUCHER, DELMERY MEMO. PACKING SLIPS ,FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 81*PPINGL#6aSANDAMYCORFtESPONDENCE PURCHASE ORDER 3IW2018 KAHLO JEEP VENDOR 9900 PLEASANT ST NOBLESVILLE, IN 46060 - PURCHASE ID BLANKET - CONTRACT 23972 1 QUANTITY UNIT OMEASURE F'_j Department 1110 Fund: 0 Capital Lease Fund Account: 94-650.01 354872 PAYMENT TERMS 1 Each I Each Durango SSV AWD V6 Grand Cherokee AWD V6 Police Department SHIP 3 Civic Square TO Carmel, IN 46032 - $25,589.00 $25,589.00 $13,647.20 5113,647.20 Sub Total $39,236,20 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABE 'THIS ORDER ISSUED IN COMPLIANCE WITH VWTER99, ACTS 194 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO ORDERED BY Jim Barlow TITLE Chief CONTROL NO. 101463 CLERK -TREASURER James Crider Administration N Send Invoice To. Police Department Qherokee price $27,303.00. 613,65580 paid from general fund, encumbered frbqk2017 3 Civic Square Carmel, IN 46032 - PLEASE INVOICE' IN DUPUCATE DE4'AVtTMENT ACCOUNT PROJECT y PROJECT ACCOUNT PAYMENT $39,236.20 SHIPPING INSTRUCTIONS * AIP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P D. NUMBER IS MADE A 'SHIP PREPAID. PARI OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED, I HEREBY CERTIFY THAT THERE IS AN UNCIBUGATED BALANCE IN *C 0D. SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABE 'THIS ORDER ISSUED IN COMPLIANCE WITH VWTER99, ACTS 194 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO ORDERED BY Jim Barlow TITLE Chief CONTROL NO. 101463 CLERK -TREASURER James Crider Administration