HomeMy Public PortalAbout030-2020 - Fire - Testing for Public Safety LLC - Professional consulting and testing servicesPURCHASE AGREEMENT
THIS PURCHASE AGREEMENT made and entered into this _ day of A^' , 2020,
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 Kelley Automotive
Group, LLC, DBA Kelley Chevy, LLC, 552 Value Drive, Fort Wayne, Indiana, 46808
(hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF AGREEMENT
City hereby retains Contractor to furnish one (1) red 2020 four-wheel drive Chevy Tahoe SSV
(hereinafter "Vehicle") for the City of Richmond Fire Department.
A request for quotes made in December of 2019, and made on February 12, 2020, has been made
available for inspection by Contractor, is on file with the Purchasing Department and the Fire
Department, is hereby incorporated by reference, and made a part of this Agreement. Contractor
agrees to abide by the same.
The response of Contractor to said Request for Quotes is attached hereto as "Exhibit A," which
Exhibit is dated February 15, 2020, consists of three (3) pages, and is hereby incorporated by
reference and made a part of this Agreement. Contractor agrees to comply with all terms and
condition_ s contained in "Exhibit A." Delivery of any Vehicle and associated options 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 Vehicle. 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.
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.
The Contractor shall furnish all labor material, equipment, and services necessary for and
incidental to the proper completion of this Purchase Agreement.
Contract No. 32-2020
Page 1 of 6
jP
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 "Exhibit A" for the Vehicle, provided
that Contractor's total compensation shall not exceed Thirty-seven Thousand Eight Hundred Ten
Dollars and Zero Cents ($37,810.00) for purchase of the Vehicle 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 Vehicle, which delivery is anticipated to be completed no
later than early April, 2020.
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.
Page 2 of 6
F
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.
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. Property Damage
D. Comprehensive Auto Liability
Section 1. Bodily Injury
Section 2. Property Damage
E. Comprehensive Umbrella Liability
Page 3 of 6
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
$1,000,000 each occurrence
$2,000,000 each aggregate
t
SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LA
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. 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
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 VIII. 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;
Page 4 of 6
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 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.
Page 5 of 6
I `_ J
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.
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
Vicki Robinson, President
By:
EmilA Palmer, Member
By: #J
Matt Evans, Member
APPROVE
Date: 0.3 0q /2,0zo
Page 6 of 6
"CONTRACTOR"
KELLEY AUTOMOTIVE GROUP, LLC,
DBA KELLEY CHEVY, LLC
5220 Value Drive
Fort Wayne, IN 46808
By: Nd
fAa&4
Printed: mctrk T.
Title: /- le L ! CS �% r,
Date: aw
" o� CITY Off{ RI[tC:�-01�Y► OND
(� . 54) P4,orth Fifth Street
THUS IS NOT AN ORDER
VENDOR INSTRUCTIONS
This is a request for a price or quote for the services or
materials described below, Any additional
specifications may be attached hereto. This is not an
order an(! the City reserves the right to accept all or
part, or decline the entire proposal. Please complete
your full nave, address, and phone number beloly udth
signature; itemize all prices and charges where
requested; and attach explanation for any substitution to
Specifications altered. Please return in care of
Purchasing to the address alcove by the specified date
and time to be considered unless otherwise specified.
DATE
Pebrusty 12, 202{?
REPLY 19UST RE IN
ebr'uar = 2t 2 20 b� 12:0 noon
(DELIVERY REQUIRED
t)til,IVEREL)
�
PAYMENT TEIINIS
UPON RECt:I1'T Uf INVOICE
QUANTITY
CATALOG NO.
DESCRIPTION
UNIT PRtCR
TOTAL
2020 4WD Chevroiet Tahoe-
RiehEJltotid Fire
0 lV f
a ofA
Department
(see attached)
3 1 ;
, '6
Bids way be either mailed or brought to
the Purchasing Dept. at 50 North 5th
Street, RiclJnrond, IN 47374 or e.mailed to
lcnaesSle6' 43r1r lirltQ}JDCIEtb{�i�86Ji.1;OV to Me at-
tentioJe of Kara Messier, Purcltasii)g,
f1�tle
try
PRYCE RwE--'O- UEST
83 X
t
lIi<
KARA, Mil SSLER
PIJRCHASING MANAGER
State Tax ExempDtimi No. 003121909-001
NAME OF PIRM QUOTING
1)ATR -- - In k efar I/ f a?:�--` P'`V
00
�V
ILA;
To: Ms. Kara Messler; Purchasing Manager
City of Richmond -- Fire Department
50 North Fifth Street
Richmond, IN 47374
Phone: 765-983-7200
E-mail: kmessler(a)richmondindiana.gov
P0
8 U 19 P N E 8 119
E L I
Quote/Purchase Agreement
Date: 15-Feb-20
Quotation MLTN-20-082
Expire Date:
From:
Mark T. Wright
5220 Value Drive
Fort Wayne, IN 46808
Phone: 260-437-9218
E-mail: i-nwright@kelleyauto.com
Salesperson Pool Job Type
In -Stock Bid/FAN Number Approx. Delivery Date
Mark T. WrightOn -ORDER Municipal
No - On Order F. W. ITB # 4416 Late March - Early April
Qty Item # Description
MSRP Discount
Line Total
1. 0 °GM Order 4: XGWWQ1 - 2020 Tahoe SSV
0
$49,850.25 12,160.25
37,690.00 1
in Victory Red with additional options as shown
i ion accompanying 2020 Model Year Pricing
'Worksheet.
IThis unit was ordered in September 2019 to be
a stock unit for Kelley Chevrolet who holds a
Contract with City of Fort Wayne which contains
Clause" allowingfor Municipal
ti
,
°Vehicle Sales, Statewide.
1.00 2 ;Delivery from Fort Wayne to Richmond, IN
.. ........
$139.50 $ 19.50 $
- - -----
120.00
I based on Bid Quoted Rate of $ 1.50 per Map -
'Quest Mile 95 miles @ I..50=$ 139.50
JDealer;Fee§1.
1.00 ;Tire Tax !Indiana Tire Tax $0.25per tire
Included.
Included
.00 j Documents; Dealer Documentation Fee
Waived.
Waived
- -------
Total Discount i S 12,160.25
Quotation prepared by:
Subtotal'
Sales Tax�
$37,810.00
EXEMPT;
To accept this as a Purchase Agreement, please sign here and
TotaUl
return:
Thank you for the opportunity to earn your business
KELLEY CHEW; LL C
"? 0 - 0 SOT S
City '& Fora Wayne ITB # 4416
2019 MY Effective February 19, 2019 2020 MY Effective June 14, 2019
2020 Chevrolet Tahoe SSV
Vehicle Description:
2020 Chevrolet Tahoe "Special Service Vehicle" SUV 4X4
Model
CK16706 5W4
Standard Package1EcluIprnent Group
1FL 5W4
Rase Vehicle Package Reguireinents
Manufacturer Option Code
Option Description
E85
5.3L v.8 EcoTec3; Act. Fuel Mgmt. (4 cyl. -- 8 cyl. ), Direct Injectlon & VVT
AZ3
Cloth Front 40/20/40 Bench Seat -. Rear cloth seat Center 20% DELETE & vinyl rear seat available - no cha e
RKE
Remote Keyless Entry
6.11
100 AMP Main Power Supply to Instrument Panel and Rear of Vehicle
PZZ
PPV/SSV Specific Skid Plate from front bumper to first frame crossmember Protects front of engine and oil pan
RD6 - RC3 - RC4
17" Steel wheels with 17" All -Season Blackwall tires & full sizes are
BG9
Vinyl floor covering
105
Bluetooth capable radio
UD7 & UVC
Rear-view camera w/audlble sensors
UTJ
Theft -deterrents stem
SHP Standard for Fort Wayne Contract
Six 6 extra keys
K14
110-volt outlet 150 Watt
Z82
HD Hitch receiver
UEO
On -Star DELETE
R9Y
"FREE" Fleet Maintenance DELETED
G60
Locking Rear Differential
V76 Standard for Fort Wayne Contract
Front Tow hooks
K5T
tAuxiliary 730 CCA Battery
Total Cost for City of Fort Wayne Specified Base Vehlele
Additional Options Available
* $ 33,990.00
Description
Option Code
Additonal Cost
Max Trailering Package
NHT
$
660.00
Requires PZX 18" Aluminum wheels
Front Bucket Seats w/Premium cloth & center console
A95
$
0.00
18" Aluminum wheels . Includes 1 B" AIISeason tires
PZX
$
68 0.00
EXTREME Off -Road Pkg. -18" AL %vhls.. Art tires - Z71 Susp
9G3 - PZX - RIB
$1,200.00
Z71 OH -Road package -17" Steel wheels & RC3 A/T tires
9G3
$
580.00
17" Ail -Terrain Tires
RC3
$
280.00
17" All -Terrain Spare Tire
4JQ
$
90.00
Engine block heater
K05
$
90.00
$
750.00
Enhanced Driver Alert Package
PCW
Rear door locks inoperative
6N6
$
80.00
$
350.00
Remote Start
BTV
$
30D.00
Carpeting w/carpeted mats
B30
Rubber All -Weather Floor Liners
AAK
$
300.00
Rear window switches Inoperative
6N5
$
90.D0
Driver's side spotlamp
7X6
$
540.00
Left & right side spot lamps
7X7
$
890.00
Auto headlamp & DRL delete
9G8
$
00.00
S
220.00
Auxiliary dome tamp RedlWhite
6C7
Head & taillamp flasher sys. Comp. W/DRL ( Wig -Wag)
6,17
$
660.00
Keyed alike Fleet keys ( two choices)
6E2 or BEB
$
40.00
NOT compatible with2D14 &prior years
Auxiliary speaker wiring
WX7
$
80.00
Six (6 ) additional remotes
AMF
$
120.00
$
0.00
170.00
Grille Lamps & Siren Speaker Wiring Harness
6J3
$
Horn & Siren Circuit Wiring Harness
6J4
$
20.00
Molded splash guards - front & rear
VQK
$
450.00
Special Paint -Solid Color
TGK
$
23 0.OD
Victory Red Exterior Body Parts ( Requires TGK)
5T4
Dark Blue Metallic Exterior Body Parts ( Requires TGK)
9V7
$
280.00
Content theft alarm - Disable
UTQ
$
70.00
Auxiliary ground studs
UT7
$
100.00
One (1 ) "FREE" Service visit & tire rotation
NO - R9Y
$
40.00
OnStarCapabilities
1UE1
$
175.00
Additional options included:
$ 3 700.00
Total Price as ordered:
$ 37 690.00
f AI T
Dealer F
Contact
Phone P
Delivery: within lin miles: 3 1.JUl m11C - I - GJ" euw. w . ....... - ----------- ---
Mark T. Wright
Toll Free: 1-800.553-6539 Direct; 260-496-6491 Cell; 260-437-9218
Contact Email
5220 Value Drive
Dealer Address , At nFa `r 4
_ Ka ,1. v 9 � u r' Fort Wayne, IN 46808