Loading...
HomeMy Public PortalAbout105-2016 - Sanitary - Poynter Chrysler Jeep - 2017 Doge RamORIGINAL AGREEMENT THIS AGREEMENT made and entered into this day of �'t�v 2016, and referred to as Contract No. 105-2016 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (referred to as the "City"), and Bob Poynter Chrysler Dodge Jeep, 3020 N. National Road, Columbus, IN 47201 (hereinafter referred to as the "Contractor'). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor a new 2017 Dodge Ram 2500 with said vehicle being more specifically described on Exhibit "B" attached hereto and incorporated by reference herein. A Request for Quotes has been made available for inspection by Contractor, is on file in the office of the Department of Sanitation for the City of Richmond, consisting of two (2) typewritten page, which is attached hereto and incorporated by reference herein as Exhibit "A". The response of Contractor to said Request for Quotes is attached hereto and incorporated by reference herein as Exhibit `B", consisting of sixteen (16) typewritten pages. Should any provisions, terms, or conditions contained in any of the documents attached hereto and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish and deliver the vehicle described on Exhibit "B" attached hereto as soon as is practically possible, but said deliver shall not exceed one hundred eighty (180) days from the receipt of the purchase order pertaining to this Agreement. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with I.C. § 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION H. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent. contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work relative to the delivery of the vehicle described herein. SECTION III. COMPENSATION City shall pay Contractor the sum of Twenty-six Thousand Nine Hundred Sixty-one Dollars and 00/100 ($26,961.00) in consideration for the Vehicle specifically described within the Exhibits attached hereto, inclusive of delivery. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue until such time that the Contractor delivers the vehicle, in new and working condition, to the City. Nothing in this agreement shall be interpreted to waive any of the City's remedies that may be 1 1 Page available to it at law or in equity, specifically those pertaining, in any manner, to laws pertaining to a purchaser's remedies for the furnishing of a defective automobile. Notwithstanding the tern of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time before the delivery of the vehicle described above specifying the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability, of sufficient funds to make payment on this Agreement. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage A. Worker's Compensation & Disability Requirements B. Employer's Liability C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability Limits Statutory $100,000 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence 2 gage Section 1. Bodily Injury $1,000,000 each person $ 1,000,000 each occurrence Section 2. Property Damage E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice!Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event Board determines during the course of this Agreement that this certification is no longer valid, Board shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it 3 1 Page may have pursuant to IC 5-22-16.5. In the event the Board determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the Board reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by aninterpreted according tIndiana d intted accordio Indilaw and shall - _ _. _ _.._ ..... _.____ 4 1 Page be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" The City of Richmond, Indiana, by and through its Board of S i Commissioners S ler, President T' A ,p e rest ent Gr Stiens, Member Dated: "CONTRACTOR" Bob Poynter Chrysler Dodge Jeep ByMted):3 (Pr TitleL&'L 'JuA-6 Dated:_ �/� '(� D I e d y C APPROVED: ave Snow, ayor Dated: 6 1 Page P.RI E REQUEST { s Y CITY OF MC MOM DE?AXrWWr OF SAWATION 238DLQ TYAVSNMRICHMOND,INDIANA47374 PHONE (765) 9M--74566FAX{JfiS) 962 7b69 THIS IS NOT AN ORDER VENDOR INSTRUCTIONS 6F4described � � ���� This Is a o . for a price for the services of materials below. Any additional spedUcaibna may be below. q �� r / � /1 (,�j7q-�� �r attached hereto. This Is NOT an order and the City reserves the right to accept all or part, or decline lire entire um prabelow Please complete your full rrsrt►e and phone number below �0W /�VI L with signature; itemize all prices and charges where 4'70 /� / /�1 V requested; and attach any explanation for any substitution cat to apocUicatbns skated. Return ist a seated atrvalope, In care of j� �S to Hoard of address the mondadman Sanitary Distribuilding above by the administration buUding at the address above by the specified e and time to be coneldered DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: August 9, 2016 10:00 A.M. on August 23. 2010 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This Is a request for quotes to purchase two (2) 2016 or newer, mid -size, 4 door sport utility vehicle. Please see attached specifications. Please Include all warranty Information with quote. E Verify requirements and Indiana Local Preference Claims will apply to this quote, information enclosed, Return this sheet and the proposal street in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Service Mgr 2380 Uberty Avenue Richmond, IN 47374 Re: Sport Utility Vehicles (2) Quote Valid Until L} .� it1Lrldd�.S -2L uestions? Call Jeff Lohmoeller at 765-983-7464. Cost $ 1 it - STATE TAX EXEMPTION 0 003121909-001 Richmond Sanitary District DATE PHONE NUMBER TS Exhibit A Minimum Specifications for 2016 or newer 3/4 Ton 4-wheel Drive Regular Cab Track The Richmond Sanitary District wishes to obtain one (1) 2016 or newel 314 Ton truck for our Solid Waste Department. For additional Information, call Jeff Lohmoeller at (765) 983-7464. Minimum Specifications Four Wheel Drive: Yes ✓ No Extended Cab Yes No ✓ 6.2L V-8 Gasoline: Yes ✓ No VNo Power Steering. Yes ___-- AM/FM Stereo: ' Yes ✓ No . Power Windows/Locks: Yes No Heater & Air Conditioning-' No Tilt Wheel: Yes '� No 6 Speed Automatic Transmission: Yes "� No 40-20-40 Vinyl Seats: Yes No Vinyl Flooring Yes IZINo Tinted Solar Glass: Yes A-"' No� Spray -in Bed Liner (Black): Yes t✓ No Snow Plow Prep Package: Yes ✓No Strobe LED Lights (bide away mount in front grill): Yes t/ No y No Strobe LED Lights (into rear backups): Yes IT, Steel Rims with All Terrain Tires: Yes ✓ No warranty Information Included: Yes ✓ No Owner's Manual Included: Yes �-'� No Color (White) Yes '--1No All Other Standard Options Included: Yes t,---'No 4JI14 Proposal Sheet Mid -Size Sport Utility Vehicle Itichmond Sanitary District Year/Make/Model: aof? Dealership Submitting Quote: I&M Puce firm for brow Long: IJ zl ffe Estimated Delivery Time: Total Price of New Vehicle: S 2(0- l,,,J Cw6Cs 6 �g eliPWrs Prices to include all shipping, handling, delivery, pick-up and setup charges. Vehicle shall be delivered to the Riclunond Sanitary District WVilTP at 2380 Liberty Ave. Richmond, IN 47374. All questions shall be directed to Jeff Lohmoeller at 765-983-7464. o Signature Contact Person (Printed) 9?-A A&,J-144 Dealership Exhibit B 9 zz & Date Phone Number QUOTATION TRM EQUIPMENT Indianapolis 317-757-0718 Quoted To: BOB POYNTER CHRYSLER DODGE JEEP 3020 N. NATIONAL RD COLUMBUS, IN 47201 USA Quote No: 69400 Quote Date 8122/2016 VEHICLE INFORMATION: Year Make Model VIN # CAiCT GVW Engine Transmission Customer IO-,; Quote Fac fre Date . Customer Conta ct: customer Phona # _ Customer. Fax# , 240.13320 Shipping Method FOOS - Pa nt Terms Quoted b ; Indiana s 317-787-0718 Nel 3D Description -Quantity,LT= Unit Price':' I Extended Prices. 240.EI EQUIPMENT INSTALLATION PROVIDE AND INSTALL: AMBER STROBES GRILL MOUNTED FRONT, BACKUP LIGHT MOUNTED REAR. 240.ES EQUIPMENT SALE PROVIDE ONLY; HEAVY DUTY HUSKY FLOOR MATS FOR FRONT & MIRROR - BLACK 1.00 $687.00 $687.00 I 1.00 $184.00 $184.00 NOTE: Unless otherwise stated sales tax Is not included in the Quotation total 2017 RAM 2500 Tradesman Bob Poynter CDJR Prepared For: Mr. Jeff Lohmoeller City of Richmond Indiana IN RAM Ship To: Prepared BY: Jeff Lohmoeller 33 Joh mn City of Richmond Bob Poynter CD)R 238o Liberty Ave. 30M H National Rd Richmond, In, 47374 Wnbus, IndW% 47241 Phone: 812 216 4933 Pax: 317-M-1432 INDEX 2017 RAM 25001 4x4 "ular Cab 14MSO WS Tradesnun (ID37662j Description Page Cover..» ...» , . ».,................ ».............«........«.....,....».,........................................................................ .. . 1 IndeR................... ............ I........ .......... --- .......... »»«..«..,.....-«.....,......................................,.,..,,.................,..,......... 2 VehicleOven+lew............................... , ................................ ....» ... «. , «. ,...«.,,.,» . ,..», .,,, ,,.,......, ,........., 3 StandardEquipment ..«. ..... ,,........ ............................................. ................................ .... » .» ..... »...» .».» . 5 SeiettedEquipment ................... , .......».,...»..« » .»...,.,«....».,......«.»,...»......................................................... 7 Flce Stet ..... ..... »....... ..... .................................... ............................... .... ».....,.....«, «..». , » .,..,............... 9 �Y . ..,..' . ........ _ ........... •............... ..................................a........ 12 JobRating .............. ........ .............................................................. .............«. « ,»_...._« , , .,—.,. ,» ,.» ,»,..».,.. %%Wow Sticker .................... ... —W .... »_...».,..,« ,»„»..«.»,,.,«.,.............. ........................ .............. ....... .. 13 Prepared For: Mr. Jeff Lohmoeller City Of Richmond Indiana Ship Tov Jeff Lohmoeller City OF Richmond 2380 Liberty Ave. Richmond, In, 47374 Prepared By: JJ Johnson Bob Poynter CDJR 3020 N National Rd Columbus, Indiana, 47201 Phone: 812 216-4933 Fax:317-888-1432 VEHICLE OVERVIEW 2017 RAM 25010 4x4 Regular Cab 140.5" WS Tradesman (D371.62) Powertmin HEMI 6.4L V-8 OHV SMPI 16 valve engine with VVT variable valve control, variable Intake length, cylinder deactivation * 220 amp HD alternator * 730 amp battery with run down protection * Transmission oil cooler * 6-speed electronic sequential shift control automatic transmission with overdrive, lock -up, driver selection * Fait -time four-wheel drive with manual transfer case shift, auto k)ddng hubs * ABS & driveline traction control * 3.73 axle ratio * Stainless steel exhaust Steering and Suspension Hydraulic power -assist re -circulating ball steering * Steering cooler * 4-wheel disc brakes with front and rear vented discs * HD ride suspension, with electronkc stability * Non -independent front suspension * Front multi -link suspension * Front anti -roll bar * Front coil springs * HD front shocks * Rigld rear axle * Rear mull -link suspension * Rear roil springs * HD rear shocks * Front and rear 18.0" x 8.00" silver styled steel wheels with hub covers * LT275/70SR1S.0 OWL AT front and rear tires * Underbody w/crankdown mounted full-size steel spare wheel Safety 4-wheel anti -lock braking system * Center high mounted stop light * Dual airbags, seat mounted driver and passenger side -impact airbags, curtain 19 row overhead airbag, alrbag occupancy sensor * Front height adjustable seatbeits with front pre-tensloners * Immobilizer Comfort and Convenience Air conditioning * AM/FM/Satellite-prep, dock, seek -scan, external memory control, 6 speakers, fixed antenna * Cruise control with steering wheel controls * Power door locks with 2 stage unlock, manual taklgate/rear door lock * 2 12V DC power outlets, retained accessory power * Analog instrumentation display includes tachometer, oil pressure gauge, engine temperature gauge, voltmeter gauge, oil temperature gauge, transmission fluid temp gauge, engine hour meter, systems monitor, trip odometer * Warning Indicators include engine temperature, lights on, key, low fuel, low washer fluid, door ajar, brake fluid, tire specific low tire pressure, transmission fluid temp * Steering wheel with tilt adjustment * Power front windows with light tint, driver and passenger 1-touch down * Variable intermittent front windshield wipers * Day -night rearview mirror * Interior tights include dome light with fade * Partial floor console with storage, glove box, front cuphokier, Instrument panel bin, dashboard storage, driver and passenger door bins Seating and Interior Seating capacity of 3 * 40-20-40 split -bench front seat with adjustable head restraints, center armrest * 4-way adjustable driver seat * 4-way adjustable passenger seat * Vinyl faced front seats with vinyl back material * Vinyl The Nfarnaffon ="t*W 1. M PAW 1s PAW to assist h asselft am vehkks and is rar Y= W m U- onrY. P1 ann mmua "w"uon sown we sunleu w be -nVkl* aU011 Dr No + �, VWM*a or 9—t traea m bd«ms vyderd fr dBakr will � IWL* for s Y Muawlm We mMenfs hereaf. Phase we salespeson for tl1e nnsl tur1e11[ Inramatfon and oWr deists Attuat Mw^0 �' �'aY• Reklerlrn f]7tt81a3264 a/9%20f6 Effective Date: 8/8/2016 Pap3 Date Printed: August 22, 2016 QuotelD: <None> IVEHICLE OVERVIEW Continued Seating and Interior (Continued) door trim Irkserl; full cloth headliner, full vinyl/rubber floor covering, metal -look Instrument panel Insert, urethane gear shift knob, chrome and metal -look Interior accents Exterior Features 1 skid plate, side Impact beams, finxt license plate bracket, fully galvanized steel body material * Black side window moldings, black front windshield molding * Black door handles * Black grille " 2 doors with tailgate rear cargo door With bed liner * Class V trallering, trailer harness, trailer hitch, trailer sway control * Drtm and passenger power remote black heated folding outside mirrors * Front and rear black bumpers, with rear step * Aero-composite halogen fully automatic headlamps with multiple headlamps, delay -off feature * Additional exterior lights Include pickup cargo box light " Clearcoat monotone paint Warranty Basic ................................... 36 month/36,000 miles Powertrain ........................... 60 month/60,000 miles Corrosion Perforation ....... 60 month/unlimited mileage Roadside Assistance .............. 36 month/36,000 miles Dimensions and Capacities output ............. ..................... 410 hp 0 5,600 rpm ist gear ratio ...................................... ......... 3.231 3rd gear ratio ................................................ 1.410 Sthgear ratio ................................................ 0.816 Reverse gear ratio .......................................... 4.444 GVWR.................................................. 10,000 lbs. Rear GAWR ............................... ............. 6,000 tbs. Front curb weight ........... ........................ 3,734 lbs. Front axle capacity ................................... 5A00 tbs. Front tire/wheel capacity ........................... 7,280 lbs. Towing capacity ..................................... 12,930 tbs. Front headroom ............................................ 39.9 " Front shoulder room ................... . ................. 66.011 Length................................................... _. 230.4 Bodyheight ................ ........... I ........... I ........ 78.1 Cabto axle ................................................... 56.9 rh Front track .............................................. 68.3 Turningradius ............................................... 20.8' Exterior cargo length .................................... 98.3 " Exterior cargo volume .............................. 74.7 cu.ft. Exterior cargo maximum width ........................ 66.4 " Interior maximum cargo volume ................. 15.2 cu.ft. Torque .. . ............................ 429 lb.-ft. @ 4,000 rpm 2nd clear ratio ............................................... 1.837 4thnear ratio ............................................ _.. 1.000 6th gear ratio .................... ........................... 0.625 Curb weight ............................................ 6,426 lbs. Front GAWR ..................................... 5,500 1115. Payload................................................... 3,600 tbs. Rear curb weight ......................... ___ ... _ 2,691 lbs. Rear axle capacity ..................................... 6,010 lbs. Rear tire/wheel capacity ............. ............. 7,280 lbs. Front legroom ............................................... 41.0 Front hiproom ........... ................................... 62.9 Passenger area volume ................ 63.0 cu.ft. Body width ........................................... ...... 79.4- Wheelbase .................. .............................. 140.5 Axle to end of frame ..................................... 50.4 Reartrack .............................. ................... 682 Fueltank .................................................. 32.0 gal. Exterior cargo minimum width ......................... 51.0 Bftdor cargo pickup box depth ...................... 20.2 Interior cargo volume ...... .............. ...... . 15.2 cu.ft. The klannation contak%ed In this pedage Is provided b mist In assessing our YOUeS and Is for Ymw himnWw QnIY- Prices and content Wornumon Ovum am sut>jed to change and should bel traded as estimates only. Infonnahop on the =npaqMn mhkk Is derived from avdkft MAftswrals and miry not be cwMkb* Galerd or aoanatr No repmsentabonk wamintles or 2"Farbes are 9WM in the inlamftL NMdm Gwysbr nor Ule dealer YA1 be We for any relance an the contents F,hxof. Please see salesperson for the most unrent Inform-ationand ottawdetM Actual Peking MY Vaq, MemnDe DOSID3264 SIW2016 Effecthme Date; 8/8/2016 Date Printed: August 22, 2016 Page 4 QwWD: <None> Prepared For: Mr. Jeff Lohmoeller City Of Richmond Indiana R AIL M Ship To: Prepared By: Jeff Lohmaeller J] Johnson City OF Richmond Bob Poynter CDJR 238D Liberty Ave. 3020 N National Rd Richmond, In, 47374 Columbus, Indiana, 47201 Phone: 812-216-4933 Fax: 317-MB-1432 'STANDARD EQUIPMENT 20!17RAM 2500! 4x4 Regular Cab 140.511 WS Tradesman (D37L62) Powertrain HEMI 5.7L V-8 OHV SMPI 16 valve engine with variable valve control, variable Intake length * 160 amp alternator * 730 amp battery with run down protection * Transmission all cooler * 6-speed electronic sequential shift control automatic transmission with overdrive, lock -up, driver selection * Part-time four-wheel drive with manual transfer case shift, auto locking hubs * ABS & drlvellne traction control * 3.73 axle ratio * Stainless steel exhaust Steering and SuRmslon Hydraulic power -assist re -circulating bap steering * Steering cooler * 4-wheel disc brakes with front and near vented discs * HD ride suspension, with electronic stablllty * Non -independent front suspension * Front multi -link suspension * Front anti-roI bar * Front coil springs * HD front shocks * Rigid near axle * Rear multi -Ink suspension * Rear coil springs * HD rear shocks * Front and rear 17.01' x 7.50" silver styled steel wheels with hub covers * L1245/70SR17.0 BSW AS front and rear tires * Underbody w/crankdown mounted full-size steel spare wheel Safety +wheel anti -lock braking system * Center high mounted stop light * Dual airbags, seat mounted driver and passenger side -Impact airbags, curtain 1st row overhead airbag, alrbag occupancy sensor * Front height adjustable seatlleits with front pre-tensioners * Immobilizer Comfort and Convenience Air conditioning * AM/FM/Satellite-prep, dodo, seek -scan, external memory control, 6 speakers, fixed antenna * Cruise control with steering wheel controls * Manual tailgate/rear door lode * 212V DC power outlets, netained accessory power * Analog instrumentation display includes tachometer, oil pressure gauge, engine temperature gauge, voltmeter gauge, oil temperature gauge, transmission fluid temp gauge, engine hour meter, systems monitor, trip odometer * Warning Indicators include engine temperature, lights on, key, low fuel, low washer fluid, door ajar, brake fluid, tire specific low tire pressure, transmission fluid temp * Steering wheel with tilt adjustment * Manual front windows with ilght tint * Variable Intermittent front windshield wipers * Day -night rearview miner * Interior lights include dome light with fade * Partial floor console with storage, glove box, front cupholder, instrument panel bin, dashboard storage, driver and passenger door bins Seating and Interior Seating capacity of 3 * 40-20-40 split -bench front seat with adjustable head restraints, center armrest * 4-way adjustable driver seat * +way adjustable passenger seat * Vinyl faced -front seats with vinyl back material * Full The Irdorrr UN ootWed In this padop Is provided to a%M kt assaskg onr vdrldes and Is W you Wo m M anty. Prices and mot nt Inr"nuu n slows am soh w to dwve and slxwW be treated as eakrrates Cray. Intamiauon on the comparison vel kle Is derived from avalable putrlte sou m and may rrot be mMyetdy —eFd or SOMME. No represmtalk M warrarYks or gwantm are 01ven In the Inrmrmatlon. Nefter CWysW ror ft dwler VA be liable for any rdlinor on the contents herea(. Pleases" setesperson for the most amdrl kdorrnatlon and other details. Actual prldo0 may vary. Wermwe OMSIM M WV016 eve Date: 8J8/2016 Page 5 Date Printed: August 22, 2016 QuotelD: <None> STANDARD EQUIPMENT Continued Seating and Interior (Continued) cloth headliner, Full vinyl/rubber floor covering, metal -look instrument panel insert, urethane gear shift knob, chrome and metal -look interior accents Exterior Feat Low Side Impact beams, Front license plate bracket, fully galvanized steel body material * Black side window moldings, black front windshield molding * Black door handles * Black grille * 2 doors with tailgate rear cargo door * Gass V trallering, trailer hamess, trailer hitch, trailer sway control * Driver and passenger manual black folding outside mirrors * Front and near black bumpers, with rear step * Aero-composft halogen fully automatic headlamps with multiple headlamps, delay -off feature * Additional exterior lights Include pickup ergo box light * Clearcoat monotone paint Warranty Basic 36 month/36,000 miles Powertraln 60 month/60,000 miles Corrosion Perforation 60 month/unilmlted mileage Roadside Assistance 36 manOO6,000 miles Dimensions and Capacities output 3B3 hp @ 5,600 rpm Torque 400 lb.-ft. @ 4,000 rpm 1st gear ratio 3.231 2nd gear ratio 1.837 3rd gear ratio 1.410 4th gear ratio 1.000 5th gear ratio 0.816 6th gear ratio 0.625 Reverse gear ratio 4.444 Curb weight 6,321 lbs. GVWR 9,000 lbs. Front GAWR 5,250 lbs. Rear GAWR 6,000 lbs. Payload 2,680 lbs. Front curb weight 3,662 lbs. Rear curb weight 2,659 lbs. Front axle capacity 5,250 lbs. Rear axle capacity 6,010 lbs. Front tire/wheel capacity 6,000 lbs. Rear dre/wheel capacity 6,000 lbs. Towing capacity 11,510 lbs. Front legroom 41.019 Front headroom 39.9 " Front hlproom 62.9 " Front shoulder room 66.0 " Passenger area volume 63.0 cu.ft. Length 230A ° Body width 7914 " Body height 78.1 " Wheelbase 140.5 " Cab to axle 56.9 " Axle to end of frame 50.4 " Front track 68.3 " Rear track 68.2 " Tuming radius 20.8' Fue! tank 32.0 gal. Exterior cargo length 98.3 " Exterior cargo minimum 51.00 width Exterior cargo volume 74.7 cu.ft. Exterior cargo pickup box 20.2 " depth Exterior cargo maximum 66.4 " Interior cargo volume 15.2 cu.ft. width Interior maximum cargo 15.2 cu.ft. volume The Inrannaum rsud*W In dr6 pxkage Is provided to assist In assessbrg au Vd*ks And Is for VOM Infer WOW a*- Pries aM cwWnt trdorniodon shown arc wb*d to drarpe and should be treated as esimaks 0*. Udormetlon an the mmparbao vd0de Is deslved horn avaiade pubic mums and may ant be ci-o lee aarent cur acauate. No remsentatbns, wananies or guarantees are Ulm In the Inkrtrs uwL Nddm awyft oar tie deala eat be fade for ww rdw= on the eorlatlls bmd. Maw sue salrsAasm for the most aarent information aM Who ddais_ Acbral pric3M may vary. Aefemm DXDMM264 SIOM16 Effective Date: 8/8/2016 Page 6 Date Printed: August 22, 2016 QuoteM: <None> Prepared For. Mr. Jeff Lohmoeller City Of Richmond Indiana Ship To: Prepared By: Jeff Lohmoeiler 33 Johnson city OF Richmond Bob Poynter CDJR 238D Liberty Ave. 3020 N National Rd Richmond, In, 47374 Columbus, Indiana, 47201 Phone:812-216-033 Fax: 317-888-1432 4x4 Regular Cab 140.5" WB Tradesman (D37162) MSRP D371.62 Base Vehicle Price (D37L62) STD 34,895.00 General Info Fleet Final Order Date: TBA OPT N/C Packages 22A Quick Order Package 22A Tradesman OPT N/C (ME)3.73A*Rabb; avnt'Amwestw/CLphafders Emissions 3Vp5 50 State Emissions INC Included Powertrain ESA Engine: 6.41. HD V8 HEMI w/MDS OPT 500.00 (NAS) 50 SIZte &Yzx , 11-W Rear AAk, (MD)180Amp Affiemalar; Ele *wk*Cilairdled 71P vM;;: (2759 GKYR. 10,000 ft Neon/Badge; Next Gweratm Engine avltroler DFP TransmissRm: 6-Speed Automatic (66RFE) STD N/C DME 3.73 Axle Ratio INC Included Z7F GVWR: 10,000 lbs INC Included Wheets & sires TCP Tires: LT275/701118E OWL On/Off Road OPT 225•00 WBN Wheels: 18" x 8.0" Steel OPT 145.W 184Steel Spare Wheel,• Ce efir Mb Seats & Seat Trim TX Heavy Duty Vinyl 40/20/40 Spilt Bench Seat STD The kdormatlon cwdWred In all, padcape is provided to assist in assrsshV our vdtkles and is for your infatmatloo only. Prices and axdent Wormatim sirarm are %bled to dranpe and shadd be tmaled as estbrrates only. IMomrelbn nn the o3n4olson vehkk is dethred from aveabte pudic sources and may not be woplet* current or aawate. No rapre=tanans, warfaMas a quarantees am gim in the kdarrs tkNL *nher Chrysler trr the dealer wA be Bade (or any tdwm on the aommts hwW, Please see salesperson for the mast c u" t lniormatlon end Ww dews, Aduat prkkq may vary, ReferenQ 0=03 W W1116 BTective Date: 8/8/2016 Page 7 Date Printed: August 22, 21)16 QuoWD: <None> SELECTED EQUIPMENT Continued MSRP N/C Other Options APA Monotone Paint STD N/C BA] 220 Amp Alternator INC Induded AHD Heavy Duty Snow Plow Prep Group OPT 135.00 (SV) 220Amp Allema4ar, W) Transfer Case-WdFi+ate 9VIeld YEP Manufacturer's Statement of Origin OPT N/C XMF Spray in Bediiner OPT 495.00 RA1 Radio:3.0 STD N/C Fleet options AIW Power Accessory Group OPT 545.00 Black 6rGeviar Afrrrrxs; EderiorMfl= tv/He,7Av E/evxn4 &M,4 i8y Power heated Aknotsy AxwLodGy Prwnhnn WnX Dor rnm w/Map PDdhW Ponw Mycil ms WT=t 1-r=dr Dtxm XEF Transfer Case Skid Plate Shield INC Induded Interior Colors For : Primary w/Tradesman (Reg) xe Diesel Gray/Black OPT N/C Primary Colors For: Primary w/Tradesman (Reg) PW7 Bright White Clearroat OPT N/C Vehicle Subtotal $36,940.00 Destination $1,320.00 Vehide Subtotal (Inducting Destination) $38,260.00 The kimnatlon malned In thtt package is prodded to as let In asse %g our vehldes and is for your Wormation only Prices and oommt trdtaaa dw shown ore Added to change and amid be treated as e$Wnates ordy. hdonnaom on the enaparkm whkk 1s detW tram avaaabk pjb k saucers and may not be mnplelL* aarent or amaaW- No MwesentaNan; Warran0es or gwrWees are 0M in the kft auan. Ndow Order nor the doa>cr wm be Ilabk for any rebnCe on the mnteets Went ukase see salespenm far the most ament Inrormatlon and older defy & fd W pridng may vary. Rderence 13=03M WW2016 Effective Date: 8/8/2016 Page 8 Date Printed: August 22, 2016 QuoteID: <Nonev Prepared For: Mr. Jeff Lnhmoeller City Of Richmond Indiana M AILM Ship To: Prepared By: Jeff Lohmoeller JJ Johnson City OF Richmond Bob Poynter CDJR 2380 Liberty Ave. 3020 N National Rd Richmond, In, 47374 Columbus, Indiana, 47201 Phone:812-216-4933 Fax: 317-1S8-1432 ',PRICE SHEET 2017RAF425U111 4x4 Regular Cab 140.5" WB Tradesman (D37L62) MSRP Vehicle Price (excluding option discounts) $36,940.00 Dealer Discount (11,986.00) Vehicle Subtotal $24,954.00 Option Credits 0.00 Other (Discount)Margin 0.00 Incentives 0.00 Total Other Items 0.00 Net Selling Price $24,954.00 Destination 1,320.00 Total Quote $26,274.00 TOTAL Customer Signature Date $26,274.00 s-r7l Frs The Warnlaum contained In U& padage is pavlded to mw in aasanYng Our nmhides and is for Yw warroatloo only. Prices and content Information shovm we auW to represe ntaUwa, warraniks or ga nkm we ghee in tin Inf Ncrnwtiun r owakr wr tine deakr wll be bbL- (ar artery reRanoa the huwf. Please see salmstw on far the most osrere idwriatk m and ather deta t AcWW prkft may vary. Reference M0303M ti "16 Effective Date: 8/8/2016 Page 9 Date Printed: August 22, 2016 QuotelD: <None> Prgmmd For. Mr. 3efE LUVOOeper Oty Of RkMnond Irrda c iRAl44lli Ship To: Prepared By; 7Cff t.ohmoetier 13 30usm City OF Richmond Bob Poynter CIM 2380 t bsty Ave, 3020 N Nafi nW Rd Rkbmgnfd rr,17374 Cdumbus, Imbna, 47201 Phme: 812-2164933 Fay. 317-DW1432 4x4 Regular Curb 140.5' WO Tradesman (D37L62) output..... ...»................................................»........».........» ...«....... ».»..,»..» .......».»..«..» 410 to 0 SAM rpm Torque............ ........ «,,.+............. ................................................................................ 429 Ib.-R. 0 4,000 rpm 1stgear ratio +,..,»««.,.+..+.,«.......... .................................................................... ...............,......».......... ... .. 3.231 7rrdgear ratio ............... ..«....................« ......,.......».,»»..«,»..».«..........»..,».........».............................. 1.837 3rdgM ratio................................................................. , , ....,» ».,.,».»..,...«..».... » ......... ,...... ..... ............. 1A10 4thgear ratio ..._.»»..«,............ ..........................................................................».w.............. .. « ...» ...«. 1.000 Sthgear ratio ....... +__« + «..........« ........».«.,«,« ».,. +... ................ .....+...,......... .................... ................. . 0.E16 6thgear ratio ................ ................ ..... » + » - ». .» .» » ,..», »,»..».«..«..«..,.,» ».,«.....».,,...... , ..,. 0.625 .—,..............�........... Cwweight........« ..».,»,.. » .......,««. « »»................. 1-1........................... 6,4 6 lbs. GVWR........... ............................. ..... ................».. »..«..,».... w...+....»w..,»..»............... .................. 10,000 R& Fnnr�t GAyWit......... «...... ........ ......... ,........ ,»............................. ...................................... , ....................,.. S,S00 8�s. Rear CAWR ........ «... .,..«..., ...,...«..+. «..« w.,.»..»..»..,....«.«............ I ...... ............................................6,000 Its. paylmd........................................................... ,.......... ,............ » ... +.«.«.«.+» + ..».».,. ............................3,600 Ibs. Frontcurb Weight ..».......«»....,«................ ............................... ....................................... « . ...»...... 3,734 Ibs. Rear curb weight ................. .., »..» „+ . » ..., ,+. ,»»......«......,...... .................. ...........2,691 rhs. Ftat aide coWty.......».................. ...»............................................ ... ., .. . . « .....«,+. «.» 5,500 Ib& RearWe capaM •. « ...»..»» ...... ,.»..«,«.,...».«....».,................................................................... 6,010 Ibs. Frantirej*Md capeliy............................................ « •........ _........... » ww »..».« .»».....,,,.,,»......,....,, 7,280 Its. RearOMtwheel capadty»..................................................................................»...........,......«.....«.«.....« . 7,280 lbs. Towing1h' .......................»_...«.,...,...»...,.»,....,................,...,.,................................................. 12,930 lbs. FranImmm..................................................»...».....«.....,......... .._w...... .......................... ....... ................. 41.0 " Frontheadrmn,.........»..................................................................... ............. ... «..» ...».»..« .« ..«..»,.,.«..,... 39.9 " �...ew e» Frcrrt shoulder mom .......................... »..« « «..«».». « w.»-..+.»..»......................«....................... 66.0" PassmWarea rr� r......................................................... « « .» »,w.. «..+.-,,..,, ...«..»+.+..n .................. 63.0 mit terrgth »...«»........».......... »..»».............................................. W . » . «« + .« ._. , « ,, »«... 230A " B* width...,....................».... .,.�.r„«»»«»+... ,..., +.,.�..».. « .,........«................. ............................ 78.1 " ihaeltiam................... ........ ............................................... .,...... —............................. .......... .......... .... 140.50 Cabto We«..».............»..................,......,....................................+ 56.4 ' Axleto end o.f flame ._ « .».,»«..«»»«.. + .,.»..,.. ..,....».................. ........... .,....... ................................... «... 50.4 u Fromtrack ............................ r.«.».«................... «.+..»..«......... ........ ....... ........ ..................... .... ........... ...... 66.3 " R"tradt.....................................................»»,.. , ...« ..,,..«. ,.. «.»..»..» .«.«...........,... ,..................... 68.2" roesaWrnusSat r ds�f>tlsiadea➢KIstacr:A ro ka avr+e:�ltleasodisraXauNdamauanaelr. iwcnandmrambleed9xmmxesu*ctb asMtpeancih�atrnc�wedissa� b�oeeaf�+�n�em�epmkan+�lelidtr,�pawWylev+�eacav�iesinQmynatar+ts�etc�rruraxcraat�sxe. ib erprssm6aeonc, winanpes ar � � In � ir%ltA4Af4�. eM�ir GNytiK±�nr tip emtrwR 6M RWIt rar at7 � v� she aa�c+us r�rmL Vkau � Uddm2m ra arc "W OOMA WarcOM *waft p" weY. raderer CxOStt]Y26s ss8 Effective Date: 8/8/2016 Page 10 Date Printed: August 22, 2016 QuotdD: <None> DIMENSIONS & CAPACITIES Continued Tumingradius.................... »...... ..................................... .. « ................... » ..... . , .. » « .......... «.. 20.8 ftWtank .... .......... »... ......................... ............................... ................. ....................... . .. . . ... ... 32.0 gal. Bt don cargo length ».»..... »..... ...»................ .»........... ............ ................................................ .............. 98,3 " EacWW cargo mWmum wi(1th .,» , , .».,».».«.....».,.,,,,...,,..».,,..,..,...»..............................»....... ,.......... ..... 51.00 roftrlorcargo volume ............... ...... »..... ..», .,..., ..».. »..«,....«..,.................................... 74.7 cu.fL ExWrlorcargo pickup tm deth ......................«.. » ...».. «... «...... « ». »,»«.....«..................»..«............ 20.2 " EA&Ior cargo rnwdpwrn wklth ........................... . - , ,.. . ... .. .... ...... . ..... ..... .......................... ...»«..».. 66.4 " lntartorcW volume............. .............................. ............ ... .................................. ......... ....... ..... .... 15.2 cu.ft. Wedormaximum cargo volume............ ........................ ........ .................................................... ................. 15.2 raft. The Wormatlon oonta�Cd thls Pam= !s pwlded to asskt us assesstrg our vehides and K (or your knfotmadan anh : Price and mntmt Wamntim sham ere SAW to Ndranpe an bewar►aMles s ees arcane Infomiatlon Ndlhe o Wsle► he ddekr x t0 hr YaMc for a reliance on the contents heroo(, PlmseSee sakspasors for the most cunmt MtortrtatWn end nMxt detaAs. Adaal Prdn9 may wary. Re(erarce pXOSfa3?bi g7tii7,Df6 Effective date: 8/8/2016 Page 11 Date Printed: August 22, 2016 QuotelD: <None> Prepared For: Mr. Jeff L,ohmoeller City Of Richmond Indiana stAk l" Ship To: Prepared 6y: Jeff Lohmoelier JJ Johnson City OF Richmond Bob Poynter CDJR 2380 Liberty Ave. 3020 N National Rd Rlchmond, In, 47374 Columbus, Indiana, 47201 Phone: 812-216-4933 Fax:317-888-1432 WARRANTY 2017 RAM ! tf 4x4 Regular Cab 14OS" VIM Tradesman (D37L62) MaMfis/Dlstamm Basic................................... . ................................................................................. 36 month/36,000 miles Powertrain.......................................................................................................................... 60 month/60,000 miles Corrosion Perforatlon ., .......••• ..•• ............................... 60 month/unlimited mileage RoadsideAssistance................................................................................................... 36 month/36,000 miles 13re bdarnauon mrttaba� in this package Is Pravkled W assist In assmft our vdift and Is for your atferraww Only. alias and contort Infarmatlon a}wrm are sutgeat ro dra rage and Ow be beakd as estimates enty, lrKo Mtbn on the mmpaLmn veblde Is derived has wMaMe p M mom and may net be COMM y aareM or acwrate ib telamt dhm, wwratties or 9wranters are om M tire wornamm Ndther orisler as the defer wN be gable for any rebatim on the mntenh Msrf. (lease sw sadespasort for the most aturn Infamabat and afar delabs. AduW P JUW nary vary. Retwe" 00103264 ON2016 Effective Dace: 8/8/2016 Page 12 Date Printed: August A 2016 QuoteW. <None> Prepared For. Mr. Jeff Lahmoeller City Of Richmond Indiana _ glAMx Ship To: Prepared By: Jeff Lohrnoeller 33 Johnson City OF Richmond Bob Poynter CD3R 2380 Liberty Ave. 3020 N National Rd Richmond, In, 47374 Columbus, Indiana, 47201 Phone: 812-216-4933 Fax: 317-888-1432 !: RATING 2U17i 11 4x4 Regular Cab 140.5" WO Tradesman (D37L62) Performance predictions In this report represent an estimate of vehicle performance based on standard operating conditions. Variations in customer equipment, load configuration, ambient conditions, and/or operator driving techniques can cause significant variations In vehicle performance. These values are not representative of results that may be stxwn In actual dynamometer tests. This report should therefore be used as a guide for comparative vehcle performance. Gross Vehide Weight Number of Passengers: 3 Weight of passwgers: 450.00 lbs Cargo length: 0 Inches Cargo Width: 0 Inches Cargo height: 0 Inches Cargo weight 0 lbs Weight of hltch, 0 lbs Tongue weight. 0 lbs Payload weight: 450.00 lbs Curb Weight: 6,425.00 lbs Gross Vehicle Weight: 6,875.00 lbs Gross vehicle weight rating: 10,000.00 lbs GVW vs. GVWR: 6,875.00 Ibs<10,000.00 lbs Gross Combined Weight Weight of trailer: 0 lbs Weight of trailer cargo: 0 lbs Total weight of trailer. 0 lbs Type of hitch: None Hitch weight 0 lbs Tongue weight 0 lbs Gross Vehicle Weight: 6,875.00 lbs Adjusted gross vehicle weight: 6,875.00 lbs Gross Combined Weight 6,875.00 lbs Gross combined weight rating: 19,800.00 Ibs GCW vs. GCWR: 6,875.00 Ibs<19,800.00 lbs The kiwmat6n cmtaimd In this Padmge is Provided to astlst In asm M our vehkks and Is for your hronnatlan a*' Prices and canent Information 00M arc %'Jed W dranpe and stout& be treated as essdrwtes ony. rntamrattan an the can+Raruon veddde Is derived &care avaigbk pdit smxm and may not be completely tuacant w =Lff te, tier repemotlord, warrmUes ur gmrw*m are gleen in the k*wn vm NeMm alryskr mx Me dealer wR be LVA for any "lance on ft contents toad- Pletse see salespwsan for the most parent udwrreraan cirri ether detft Adral PkJrg may Vary. Rerwence 000esfMNA WVM6 Effective Data: 8/8/2016 Page 13 Data Printed: August 22, 2016 QuoteM: <None> msm 1"—ICt1A'W Fir (D I71 C = 7 � lA aC SL � t'S' � � � f'� m 5; pt r gam rno= 3fir de C_ _ w iR x N 3 < N N R ar 1 �_ C w CjQC.)0 W_ 3 Cii n In m �°-'aau1g z m$ o �. cr N 3cu R w -7m H a _ w &tea zSa N 0 � co W 7 toS S O N a `0 D A C 7 F N M Q Q N -nO My 3 nt� mw -No I o m .= Wm= E, x l R ' pDw 17 0 o t7� --:�N q 0 � 3 cz F D y °•° ID0 �joy �y �p x = a C rt G4 �� O WQo Capp p -1 z �N�y�p ii 6 rl � m Cl = ��� C � �W� °� ,a on m a o� C m a n cn -13 n 7 a co N W ° �+ vt ,► 40 o�2 ncF') Zna �0cng D 0C $ ,r