HomeMy Public PortalAbout189-2018 - Police - Flethcer Dodge - 8 New Charger Police Carsa
PURCHASE AGREEMENT
THIS PURCHASE AGREEMENT made and entered into this X day of kqVAt&yf,
2018, by and between the City of Richmond, Indiana, a municipal corporation acting by and
through its Board of Public Works and Safety (hereinafter referred to as the "City") and Fletcher
Chrysler Products Inc., 3099 North Morton Street, US 31 North, Franklin, Indiana, 46131
(hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF AGREEMENT
City hereby retains Contractor to furnish eight (8) 2019 Dodge Charger Police Cars (hereinafter
"Vehicles") for the City of Richmond Police Department.
The Indiana State Quantity Purchase Agreement Vendor and Commodity List containing Indiana
State Pre -Approved Equipment Pricing Bids (hereinafter "QPA Bid List") was examined by the
Richmond Police Department. The QPA Bid List is on file in the Richmond Police Department,
is hereby incorporated by reference, and made a part of this Agreement. Contractor agrees to
comply with all terms and conditions contained therein. Pursuant to Indiana guidelines, a City
may opt to use the State QPA Bid List when purchasing and may request price quotes for
specific quantities of items of equipment and/or commodities as an alternative to the standard bid
procedures.
Contractor's Specification Response (through .QPA Quote 15272) to the Richmond Police
Department's specific quantity inquiry is attached hereto as "Exhibit A", which Exhibit is dated
October 2, 2018, consists of five (5) pages, is hereby incorporated by reference and made a part
of this Agreement. Contractor agrees to comply with all terms and conditions contained in
Exhibit A. Delivery of any Vehicles that do not meet all specifications listed on "Exhibit A" will
be considered a breach of this Agreement.
Contractor shall not modify or alter any standard warranty from the manufacturer of the above
described Vehicles. Nothing contained herein shall prevent Contractor from providing any
additional or supplemental warranty in addition to that provided by the Manufacturer. Further,
Contractor shall provide City with copies of its warranty upon receiving a written or verbal
request to receive such warranty.
The Contractor shall furnish all labor material, equipment, and services necessary for and
incidental to the proper completion of this Purchase Agreement.
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the
provisions, terms, or conditions of this Agreement, this Agreement shall be controlling.
Contract No.189-2018
Page 1 of 6
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
2. A purchase order has been issued by the Purchasing Department.
SECTION II. 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 completion of this Purchase Agreement.
SECTION III. COMPENSATION
City shall pay Contractor the quote amount described on Contractor's October 2, 2018, Response
(Exhibit A), provided that Contractor's total compensation shall not exceed One Hundred
Eighty-one Thousand Nine Hundred Sixty Dollars and Zero Cents ($181,960.00) for purchase of
the Vehicles pursuant to this Agreement.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect
until delivery and acceptance of the Vehicles.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in
part, for cause, at any time by giving at least five (5) working days written notice specifying the
effective date and 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 and proper manner its
obligations under this Agreement;
b. submission by the Contractor to the City of reports that are incorrect or incomplete 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.
In the event of such termination, the City shall be required to make payment for all work
performed prior to the effective date by Contractor, but shall be, relieved of any other
responsibility herein.
Page 2 of 6
This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties
by 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. Properly Damage
D. Comprehensive Auto Liability
Section 1. Bodily Injury
Section 2. Property Damage
Limits
Statutory
$100,000
$1,000,000 each occurrence
$2,000,000 aggregate
$1,000,000 each occurrence
$1,000,000 each person
$1,000,000 each occurrence
$1,000,000 each occurrence
E. Comprehensive Umbrella Liability $1,000,000 each occurrence
$2,000,000 each 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
Page 3 of 6
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. 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 monies
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 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 City determines during the course of this Agreement
that this certification is no longer valid, City shall notify Contractor in writing of said
determination and shall give contractor ninety (90) days within which to respond to the written
Page 4 of 6
notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased
investment activities in Iran within ninety (90) days after the written notice is given to the
Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In
the event the City 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 City 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. _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 for negligence which may arise in the course of Contractor's
performance of its obligations pursuant to this Agreement.
SECTION X. 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. It shall be
controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It
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.
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 suit arising
under this Contract, if any, 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.
Any person executing this Contract in a representative capacity hereby warrants that he 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 due to the enforcement of
this Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit
is filed.
[Signature page to follow.]
Page 5 of 6
In the event that an ambiguity or 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 Public Works and Safety
21'�41
r
By:
Vicki Robinson, President
By:
Richard Foore, Member
By:
milt' Palme Member
"CONTRACTOR"
Fletcher Chrysler Products Inc.
3099 North Morton Street, US 31 North,
Franklin, IN 46131
By:
By:
Title: �'e I Seri
APPROVED: Date: /Lh 2Ch
SnW Ma
Date: ( 3 O
Page 6 of 6
CHRYSLER DODGE JEEP BAN
October 2, 2018
City of Richmond
50 North 5th
Richmond, IN 47374
CHI2YSLE12 Jeep
-fly
q� 11120IZ61?
Quote for the purchase of 2019 Dodge Chargers:
2019 Dodge Charger Pursuit RWD V6
Vinyl Rear Seat
Carpet
Black Left Spotlight
Power Heated Mirrors
Additional Key Fobs
$22,745 x 8 = $181,960
Please.let me know what questions you have.
Thank -you,
Keith Fox
Fleet Manager
"Where Everybody Gets a Great Deal"
U.S. 31 North • 3099 N. Morton St. - Franldin, Indiana 46131
Phone: (317) 738-4170 a wwwfletcherchlysler.com
xSIER BODGE REP RAH
2019 Standard Exterior Color Options
Dodge Charger Pursuit
Indigo Blue
Max Steel
Bright White
Granite Crystal Metallic
Destroyer Grey
Bright Silver Metallic
Octane Red
Toro Red
Pitch Black
Grand Caravan
Billet Silver Metallic
Bright White
Black Onyx
Granite Crystal Metallic
Indigo Blue
Octane Red
Durango
Diamond Black
Billet Silver Metallic
Bright White
Redline Red 2-Coat Pearl
a;a .•_a R.fl
Granite Crystal Metallic
"Where Everybody Gets a Great Deal"
U.S. 31 North o 3099 N. Morton St. o Franldin, Indiana 46131
Phone: (317) 738-4170 o wwwfletcherchrysler.com
OMTSIER DODGE AEp Ruff
F i, t _
A .> 1
'���` —
State QPA Pricing
3.61. V6 RWD Yx $22,282
5.71.V8 RWD _x$23,350
5.71. V8 AW D _ x $24,512
Option Pricing
Driver Side Ballistic Door Panel _ x $2,115 Convenience Group 1
_x $432
Passenger Side Ballistic Door Panel _ x $2,115 Steel seat back panel insert
_x $121
Full Size Spare Relocation Bracket _x $130 Front Reading/Map Lamp
—x $67
Engine Block Heater _x$86 Carpet
4f x$112
Security Alarm _x $135 Black Left Side Spot Lamp
x $189
Street Appearance Group —x$337 Black Right Side Spot Lamp
Tx$189
BSW Performance Tires _x $162 LED Spot Lamp
_x $324
Entire Key Alike'Fleet _ x $135 18" Wheel Covers
_x $36
Rear windows/door handles deactivated, lock operable _x $67 Power Heated Mirrors
x $54
Vinyl Rear Seat if x $108
L�
Call for Pricing on the Integrated in Dash 12.1 Display
Screen
"Where Everybody Gets a Great.Deal"
U.S. 31 North a 3099 N. Morton St. o Franldin, Indiana 46131
Phone: (3 �_7.3$:4170 o www.fletcherclnysler.com
Xo IIBIT { M-O k n# s J
Quantity Purchase Agreement
With The State Of Indiana
Vendor FLETCHER CHRYSLER PRODUCTS INC
Remit to: 3099 N MORTON ST
FRANKLIN IN 46131
Name and FLETCHER CHRYSLER PRODUCTS INC
Address 3099 N MORTON ST
of Vendor: FRANKLIN IN 46131
Qty Purchase Agreement QPA Number Page
0000000000000000000015272 2 of 3
Requisition Nbr.: Vehicles: SED,SUV,Van,Police
Effective Date: 02/09/2016
Expiration Date: 02/08/2019
Agency Number:
Facility: ASA RFP 16-011
Vendor Telephone Nbr: 317/738-4170--
Name Of Contact Pers: Keith Fox
Contact Email: K.FOX((DFLET(
In accordance with your bid, submitted in response to the above referenced solicitation, the Vendor agrees that the Indiana Department of Administration, Procurement
Division, has the option to purchase the items listed below under the terms of this agreement.
The Vendor agrees to charge these prices for any products ordered on any QPA release received after the expiration of the QPA but issued prior to the expiration date.
The quantity listed herein is an estimate of the requirements. The state may order substantially more or substantially less pursuant to the terms of this agreement.
Orders are to be delivered only upon receipt of properly approved Quantity Purchase Award Release.
Line Number
Quantity UNIT
Article and Description
Unit Price
22
99,999,999.00 EA
000000000100312488
Vehicle, Police Pursuit Sedan, 2019 Dodge Charger, 6
22,282.0000
21,664.0000 Cylinder, 4Dr,
Rear -Wheel Drive (RWD)
23
99,999,999.00 EA
000000000100252635
Accessory, Dodge Police Pursuit Sedan, 8 Cylinder
1,018.0000
Rear -Wheel Drive (RWD)
24
99,999,999.00 EA
000000000100252636
Accessory, Dodge Police Pursuit Sedan, 8 Cylinder
2,056.0000
All -Wheel Drive (AWD)
25
99,999,999.00 EA
000000000100252637
Accessory, Dodge Police Pursuit Sedan, Vinyl Rear
108.0000
Seat
26
99,999,999.00 EA
000000000100252638
Accessory, Dodge Police Pursuit Sedan, Driver Side
2,115.0000
Ballistic Door Panel
27
99,999,999.00 EA
000000000100252639
Accessory, Dodge Police Pursuit Sedan, Passenger Side
2,115.0000
Ballistic Door Panel
28
99,999,999.00 EA
000000000100252640
Accessory, Dodge Police Pursuit Sedan, Class 1
585.0000
Receiver Hitch
29
99,999,999.00 EA
000000000100252641
Accessory, Dodge Police Pursuit Sedan, Full Spare
130.5000
Relocation Bracket
30
99,999,999.00 EA
000000000100252642
Accessory, Dodge Police Pursuit Sedan, Engine Block
85.5000
Heater
31
99,999,999.00 EA
000000000100252643
Accessory, Dodge Police Pursuit Sedan, Security Alarm
135.0000
32
99,999,999.00 EA
000000000100252644
Accessory, Dodge Police Pursuit Sedan, Matching Right
189.0000
Side Spot Lamp
33
99,999,999.00 EA
000000000100252645
Accessory, Dodge Police Pursuit Sedan, Black Left
189.0000
Spot Lamp
34
99,999,999.00 EA
000000000100252646
Accessory, Dodge Police Pursuit Sedan, Led Spot Lamp
270.0000
35
99,999,999.00 EA
000000000100252647
Accessory, Dodge Police Pursuit Sedan, Entire Key
126.0000
Alike Fleet
36
99,999,999.00 EA
000000000100252648
Accessory, Dodge Police Pursuit Sedan, Street
337.5000
Appearance Group
37
99,999,999.00 EA
000000000100252649
Accessory, Dodge Police Pursuit Sedan, Black SideWall
162.0000
(BSW) Performance Tires
38
99,999,999.00 EA
000000000100252650
Accessory, Dodge Police Pursuit Sedan, Convenience
432.0000
Group 1
39
99,999,999.00 EA
000000000100312486
Vehicle, Police Pursuit SUV, 2019 Dodge Durango, 6
27,810.0000
25,817.0000 Cylinder, 4Dr,
All -Wheel Drive (AWD)
40
99,999,999.00 EA
000000000100252652
Accessory, Dodge Police Pursuit SUV, 8 Cylinders
2,576,0000
41
99,999,999.00 EA
000000000100252653
Accessory, Dodge Police Pursuit SUV, Towing Package
625.5000
State Form 9955(R10/7-08)-Electronic Version -Approved by State Board Of Accounts, 2008
Quantity Purchase Nreement
With The State Of Indiana
Vendor FLETCHER CHRYSLER PRODUCTS INC
Remit to: 3099 N MORTON ST
FRANKLIN IN 46131
Name and FLETCHER CHRYSLER PRODUCTS INC
Address 3099 N MORTON ST
of Vendor: FRANKLIN IN 46131
Qty Purchase Agreement QPA Number Page
0000000000000000000015272 3 of 3
Requisition Nbr.: Vehicles: SED,SUV,Van,Police
Effective Date: 02/09/2016
Expiration Date: 02/08/2019
Agency Number:
Facility: ASA RFP 16-011
VendorlD: 0000067121
Vendor Telephone Nbr: 3171738-4170—
Name Of Contact Pers: Keith Fox
Contact Email: K.FOX@FLETCHERCHRYSLER.
=AV kh—k— 4471744_n4VA_
In accordance with your bid, submitted in response to the above referenced solicitation, the Vendor agrees that the Indiana Department of Administration, Procurement
Division, has the,option to purchase the items listed below under the terms of this agreement.
The Vendor agrees to charge these prices for any products ordered on any QPA release received after the expiration of the QPA but issued prior to the expiration date.
The quantity listed herein is an estimate of the requirements. The state may order substantially more or substantially less pursuant to the terms of this agreement.
Orders are to be delivered only upon receipt of properly approved Quantity Purchase Award Release.
Line Number Quantity UNIT
Article and Description
42
99,999,999.00 EA
000000000100252654
Accessory, Dodge Police Pursuit SUV, Parkview Rear
Back up Camera
43
99,999,999.00 EA
000000000100252655
Accessory, Dodge Police Pursuit SUV, SiriusXM
Satellite Radio
44
99,999,999.00 EA
000000000100252656
Accessory, Dodge Police Pursuit SUV, Engine Block
Heater
45
99,999,999.00 EA
000000000100252657
Accessory, Dodge Police Pursuit SUV, Daytime Running
Headlamps
46
99,999,999.00 EA
000000000100252658
Accessory, Dodge Police Pursuit SUV, Skid Plate Group
47
99,999,999.00 EA
000000000100252659
Accessory, Dodge Police Pursuit SUV, Single Disc CD
Player
48
99,999,999.00 EA
000000000100252660
Accessory, Dodge Police Pursuit SUV, Trailer Tow
Group
The
following UN/CEFACT Unit of Measure
Common Codes are used in
this document:
EA
Each
of Purchasing Officer
Date Signed
Authorized Signature Indiana Department Of Administration
Procurement Division
402 West Washington Street, Rm W468
Indianapolis. Indiana 46204
Signature Of
Office Of the
Unit Price
985.5000
175.5000
85.5000
36.0000
265.5000
405.0000
760.5000
OM
State Form 9955(9-1-Q-08 -Electronic Version -Approved by State Board Of Accounts, 2008
E kBIT PAGE C—Gr