Loading...
HomeMy Public PortalAbout036-2022 - Police - Community Ford of Bloomington - 4 Interceptor SUV PURCHASE AGREEMENT THIS PURCHASE AGREEMENT made and entered into this 3 day of 14'0A , 2022, 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 Community Ford of ' Bloomington, 2200 South Walnut Street, Bloomington, Indiana, 47401-6520 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF AGREEMENT City hereby retains Contractor to furnish four (4) 2022 Ford Police Interceptor Utility All-Wheel Drive Base SUV units with listed options (hereinafter "Vehicles") for the City of Richmond PoliceDepartment. 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 Police Department. The QPA Bid List is on file in the 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 44257) to the Police Department's specific quantity inquiry is attached hereto as "Exhibit A", which Exhibit is dated February 15, 2022, and which consists of fourteen (14) 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 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 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. Contract No. 36-2022 Page 1 of 7 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. 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 Response (Exhibit A) dated February 15, 2022, provided that Contractor's total compensation shall not exceed Once Hundred Thirty-two Thousand Eight Hundred One Dollars and Zero Cents ($132,801.00) for purchase and acceptance of the Vehicles (with the listed and requested options also indicated on Exhibit A)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 satisfactory delivery and acceptance of the Vehicles in accordance with this Agreement and as outlined on Exhibit A. 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; Page 2 of 7 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. 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. This Agreement may also be terminated by the City if a force-majeure event occurs and the results or aftereffects of said event causes the performance of this Agreement to become impossible or highly impracticable. Said event or results or aftereffects of said event would include events or effects which the parties to this Agreement could not have anticipated or controlled. Examples of a force-majeure event, or its results, would include, but would not be limited to, events such as an Act of God, an Act of Nature, an Act of Law, or an Emergency Act of Executive Enforcement of the Federal government,the State of Indiana, or local government. 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 Limits A. Worker's Compensation& Statutory Disability Requirements B. Employer's Liability $100,000 Page 3 of 7 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $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 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 Page 4 of 7 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 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. Page 5 of 7 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 6 of 7 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" "CONTRACTOR" THE CITY OF RICHMOND, COMMUNITY FORD OF INDIANA BY AND THROUGH ITS Board BLOOMINGTON of Public Works and Safety 2200 South Walnut Street Bloomington, IN 47401-6520 B - 4iAth B y: y: /I , 4 • Vicki Robinson, President B Printed: ikItA, c, {C(.0 ��'/ Aeo (. Emily almer, Member t-- By: Title: 0,) - 60tit7e ikL,b-5 ALA-k 62. Matt Evans, em er Date: g-3.2.2 Date: 0(3 0 Z0,1a APPROVED: S l, 'ayor Date: 23 0V 2,027 Page 7 of 7 Prepared for: Mike Britt, Richmond PD QUOTATION & OrderingTemplate for Cityof Richmond Police Dep't. 2022 Police Interceptor Utility AWD Base (K8A) Price Level:220 Attn: Mike Britt r • F=- [1 'iwcr9 - SO 0.00EC .QE Agy tiggEEM11 tSt ••5ti /NT EfCEPTO/I _; La NOTE: Illustration is not the unit quoted due to optional items in photo. Client Proposal Prepared by: Sam Roberts Office: 812-331-2200 Email: PoliceCarSam@gmail.com Quote ID: RichmondPD Date: 02/15/2022 c'aaft, 5'. /Ce6 ..tz - Community Ford of Bloomington 12200 S Walnut St, Bloomington, Indiana,474016520 d� Office:812-331-2200 I Fax:812-331-3377 1 'oF itt 1 Prepared for: Mike Britt Te Richmond PD Vd, Prepared by: Sam Roberts 02/15/2022 Community Ford of Bloomington 12200 S Walnut St.Bloomington Indiana 474016520 2022 Police Interceptor Utility AWD Base (K8A) Price Level:220 I Quote ID: RichmondPD Mike Britt, Richmond PD Re: Quote ID RichmondPD 02/15/2022 Dear Mike, Thank you very much for your interest in acquiring a vehicle from our dealership. We concur that your interest is well deserved. We hope that an outstanding product lineup and our dedication to customer service will enhance your ownership experience should you decide to buy a vehicle from us. Attached, please find additional information that I hope will assist you in making a more informed decision. Please feel free to contact me at any time as I would truly appreciate the opportunity to be of service to you. Sincerely, Sam Roberts Government Sales Manager 812-331-2200 PoliceCarSam@gmail.com 5:2m cam`. /ed6Pit7`� - Prices and content availability as shown are subject to change and should be treated as estimates only.Actual base vehicle,package and option pricing may vary from this estimate because of special local pricing,availability or pricing adjustments not reflected in the dealer's computer system.See salesperson for the most current information. [EXHIBIT PAGE Z.OF I l✓r 2 Prepared for: Mike Britt Richmond PD Prepared by: Sam Roberts 02/15/2022 Community Ford of Bloomington 12200 S Walnut St Bloomington Indiana 1474016520 2022 Police Interceptor Utility AWD Base (K8A) Price Level:220 I Quote ID: RichmondPD Table of Contents Description Page Cover Page. .. 1 Cover Letter 2 Table of Contents 3 As Configured Vehicle As specified by Richmond PD 4 Pricing Summary-Single Vehicle Quotation & Ordering Form . .. .. .. 7 Window Sticker 8 Warranty. 10 3 ^BXI-IIBIT PAGE 3 o 1 • • Prepared for: Mike Britt Richmond.PD Prepared by: Sam Roberts 02/15/2022 Community Ford of Bloomington 12200 S Walnut St Bloomington Indiana 1474016520 2022 Police Interceptor Utility AWD Base (K8A) Price Level:220 I Quote ID: RichmondPD As Configured Vehicle per Richmond PD specifications Code Description MSRP Base Vehicle K8A Base Vehicle Price(K8A) $41,110.00 Packages 500A Order Code 500A N/C Includes: -3.73 Axle Ratio -GVWR:6,840 lbs(3,103 kgs) -Tires:255/60R18 AS BSW -Wheels:18"x 8"5-Spoke Painted Black Steel Includes polished stainless steel hub cover and center caps. -Unique HD Cloth Front Bucket Seats wNinyl Rear Includes reduced bolsters,driver 6-way power track(fore/aft.up/down,tilt with manual recline,2- way manual lumbar),passenger 2-way manual track(fore/aft.with manual recline)and built-in steel intrusion plates in both driver/passenger seatbacks. -Radio:AM/FM/MP3 Capable Includes clock,4-speakers,Bluetooth interface with hands-free voice command support (compatible with most Bluetooth connected mobile devices), 1 USB port and 4.2"color LCD screen center stack smart display. Powertrain n99130Engine:3.3L V6 Direct-Injection -$3,370.00 (FFV) (136-MPH top speed).Note:Deletes regenerative braking and lithium-ion battery pack;adds 250- Amp alternator,replaces H7 AGM battery(800 CCA/80-amp)with H7 SLI battery(730 CCA/80- amp)and replaces 19-gallon tank with 21.4-gallon. 44U Transmission: 10-Speed Automatic N/C (44U) STDAX 3.73 Axle Ratio Included STDGV GVWR: 6,840 lbs(3,103 kgs) Included Wheels &Tires STDTR Tires:255/60R18 AS BSW Included STDWL Wheels: 18"x 8"5-Spoke Painted Included Black Steel Includes polished stainless steel hub cover and center caps. Seats & Seat Trim 9 Unique HD Cloth Front Bucket Seats Included wNinyl Rear Prices and content availability as shown are subject to change and should be treated as estimates only.Actual base vehicle,package and option pricing may vary from this estimate because of special local pricing,availability or pricing adjustments not reflected in the dealer's computer system.See salesperson for the most current information. EXHIBIT I� PAGE ._ Dt- 4 • Prepared for: Mike Britt Richmond PD Prepared by: Sam Roberts 02/15/2022 Community Ford of Bloomington i 2200 S Walnut St Bloomington Indiana 1474016520 2022 Police Interceptor Utility AWD Base (K8A) Price Level:220 I Quote ID: RichmondPD As Configured Vehicle (cont'd) Code Description MSRP Includes reduced bolsters,driver 6-way power track(fore/aft.up/down,tilt with manual recline,2- way manual lumbar),passenger 2-way manual track(fore/aft.with manual recline)and built-in steel intrusion plates in both driver/passenger seatbacks. Other Options PAINT Monotone Paint Application STD 119WB 119"Wheelbase STD STDRD Radio:AM/FM/MP3 Capable Included Includes clock,4-speakers,Bluetooth interface with hands-free voice command support(compatible with most Bluetooth connected mobile devices), 1 USB port and 4.2"color LCD screen center stack smart display. 153 Front License Plate Bracket N/C 43D Dark Car Feature $25.00 Courtesy lamps disabled when any door is opened. 51 R Driver Only LED Spot Lamp (Unity) $395.00 55F Remote Keyless Entry Key Fob w/o $340.00 Key Pad Does not include PATS.Includes 4-key fobs.Key fobs are not fobbed alike when ordered with keyed-alike. 59F Keyed Alike-0576x $50.00 16C 1st&2nd Row Carpet Floor Covering $125.00 Includes front and rear floor mats. 85R Rear Console Plate $45.00 Contours through 2nd row;channel for wiring. 549 Heated Sideview Mirrors $60.00 47A Police Engine Idle Feature $260.00 This feature allows you to leave the engine running and prevents your vehicle from unauthorized use when outside of your vehicle.Allows the key to be removed from ignition while vehicle remains idling. Emissions 425 50 State Emission System STD Flexible Fuel Vehicle(FFV)system is standard equipment for vehicles equipped with the 3.3L V6 Direct-Injection engine. Interior Color Prices and content availability as shown are subject to change and should be treated as estimates only.Actual base vehicle,package and option pricing may vary from this estimate because of special local pricing,availability or pricing adjustments not reflected in the dealer's computer system.See salesperson for the most current information. EXHIBIT PAGE 5 Prepared fore Mike Britt ((Wed.-) Richmond.PD Prepared by: Sam Roberts 02/15/2022 Community Ford of Bloomington 12200 S Walnut St Bloomington Indiana 1474016520 2022 Police Interceptor Utility AWD Base (K8A) Price Level:220 I Quote ID: RichmondPD As Configured Vehicle (con#'d) Code Description MSRP 96_01 Charcoal Black w/Unique HD Cloth N/C Front Bucket.Seats w/Vinyl Rear Exterior Color UM_01 Agate Black N/C SUBTOTAL $39,040.00 Destination Charge $1,245.00 TOTAL MSRP $40,285.00 Prices and content availability as shown are subject to change and should be treated as estimates only.Actual base vehicle,package and option pricing may vary from this estimate_because of special local pricing,availability or pricing adjustments not reflected in the dealer's computer system.See salesperson for the most current information. 6 Prepared for: Mike Britt Richmond PD � � Prepared by: Sam Roberts. 02/15/2022 Community Ford of Bloomington 12200 S Walnut St Bloomington Indiana l 474016520 2022 Police Interceptor Utility AWD Base (K8A) Price Level:220 I Quote ID: RichmondPD Pricing Summary - Single Vehicle QUOTATION & Ordering Form for Richmond Police Dept. MSRP Vehicle Pricing Base Vehicle Price $41,110.00 Options -$2,070.00 Colors $0.00 Upfitting $0.00 Fleet Discount $0.00 Fuel Charge $0.00 Destination Charge $1,245.00 Subtotal $40,285.00 Pre-Tax Adjustments Code Description MSRP QS029 Ni INDIANA Government Bid Discounts Applied ( -$7,092.00 Subtotal $33,193.00 Post-Tax Adjustments Code Description MSRP 45-Temp 45-Day Temporary License Plate $6.00 IN.BMV 45-Day Temp tag' IN TIRE/ENV Fee State of Indiana New Tire/Environmental Fees $1.25 Subtotal $33,200.25 Total Unit total $33,200.25 Please enter our order for y units: - 4 'e ,, IP2_Z Customer Signature /Agency Acceptance Date Thanks, Sam Roberts Nk Government Sales Manager C mmun A to Group a M,6eA&I., Prices and content availability as shown are subject to change and should be treated as estimates only.Actual base vehicle,package and option pricing may vary from this estimate because of special local pricing,availability or pricing adjustments not reflected in the dealer's computer system.See salesperson for the most current information. - !EXHIBIT IT PAGE DF it{ 7 co a. co 0 - -0. -0 -0 - 0 0 -o ❑ 0 U o 0 CD CD 0 0 IX o a) a) a) a) a) H a) I__ 0 0 0 CD 0 0 0 = co cn o Z > j 8 cn cn - cn o Z ui u oIli u i o Li m CO 0o U U U U U U M N- N CO a) C C C C C C C �} tie b? a) •� Ef? _ di fa c co i •v cu co n Ct -Fa C N O TO •_. N y7 > 0 O) O mQS v U •C o coCO W .0 O O C.) ai -E o m E •°) Q o a) E a) N a_ Co o m •p c_ a) ate) LL_ 5 N J E W r• m n c m U a) N p w co N ¢ ° c p `CO m va) lc N Z W o 0 . 00 0 c co •y m o U 2 -a a) a o ❑ E c . > Ln C 0 x U •aj i .� _i C 3 (B o > a) W a) ``Z ct ao CO iX -oo ❑ a_ ii Eu.i Ch g 1 Li_ •m a) of m •E 0 Q❑ U a) co N = o Q co c `N L j C c > 0 m O U Z i a) 7 O O o C w N U a) a U ._ E m co Q -000 co j N 2 LT c En -0 CO •� c 05 - 0 co > .o C c 0 0 a. a T 0 C 7 C E a) as O :D co U U 0 co _c 13 a r O cu .r ai U c 7 CD ❑ p a 2 E Hi Ce 3C cn c a) a) z , �' YZ Q 0 m U a) Cn C p N n 2 7 C a�i o CO cB CO c m w E Y a) a) - 0 E E C o Y 0 E p a) LO CO •i_ 0) " 3 O N O O N =O CO m L co - a) co a) 0 -0 o U `- °1 4.0 Q -co U N c�0 i3 0) 02 0 u N (n 0) C OU -o 0 •• C a) Ln E -O .0 Q Co L_ O) > a) •C O Q7 CO i� 17:O CO CD C C c C W 7 ap. '... a) a) a) 7 ur O Q X -.a, O CO a' Q i= —I ❑ Cl•E4 Cr D c is 7 co c 0 c733n a) T 0 .-. N 7 a) 0 n ❑ -.‘E. _ p o E o m o Q •c " o o E a� D an c o 0 -, E o w ) m O C X C O .0. N •C L m -ao L U U U m U O 0 co La — E p n .n 0 c Za. en Q. m sa o p o Q y a) m a) U •a) v.. O p c�a y cn Q a m i o o uoi o 0 a) a) z = co �G o as moo c a) _ >, a) •V L.". E C o 3 io o o o E c > U E O a) a)Y a) a) 2 . 7 -o - O a) IF _ v cc1 • _ = m o H 0 ai o ID c m o 0 C o - 0 E Q. .fl N •• y O CO — a) C N — a) C U a) as Ln — 0 d •a N O °) W C ❑ a) c 0 O— 2 c� _ 2 o f ((in)( 0? = V 0 L O D N a w> L 0 CO N 0 O C N p Li. o 0 CO `N- "-- coo 0 a) O N W a m Q � a { N •O733 J jo � � `m•a LE, c co �a ti m V U L) Q •— a) M d' H Q ❑ U Q E ❑ Q f--• ❑ C`') U c.� G a. Ez a. o N a. m cr5 o * * * * * * * * * * * * * U.. a o 'EXHiBiT Pr PAGE SC of I f l •.0 N a v o 0 c, o 0 0 0 Z o Z Z o a ea c'7 N CVO J C) Ea C Cr) V - Co a) ib- = -p o' 0O m d _0 p Cl O N Y a E Li. 00 r.L O O CO 0 fn U, 0= 0 U- ) To o Y I T o To -ZQ) U N m Y E L p E m _ O p X ❑ C N O CV QD (0 LLl � a) N— d o .. u)) f6 c • 4) U - E y N U Cl) m � C Y N E C co m � = C O Q E ts _ a o O pU a ,_ J co 0 Ja) V ci m T co m y O N O L E o = N la- Y Q U § ct ❑ CO p o i 1 r a T o C p E C EE co a)O CDc0 U Y m a N U_ O t Q > N O.- N w L E Ii C W 7 Q C A ,- d O 0 � N coE a) n N c H �1 m fl. O Q N N N Q = N Y r cn Z N a m fA c �. CO m >. m mN 0 co H o E • ❑ y0 O C) U ` N CO y^r C j N O N co �F+ E ) L co m U c t O o 0 •L' ' Q p W CJ cu Ya) U N ~ 6 p O ECD Cr m o E ❑ •CO O cs � ❑ U N E 2. CDCD "0 QN p o 3 1) 11) L0 � oa � R c0 �. N Q. E N m m a ` C, p C o d r U A a o N d a s IEXHIBjT PAGE 9 OF t K 1 • Prepared for: Mike Britt C � Richmond PD Prepared by: Sam Roberts 02/15/2022 Community Ford of Bloomington 12200 S Walnut St Bloomington Indiana 1474016520 2022 Police Interceptor Utility AWD Base (K8A) Price Level:220 I Quote ID: RichmondPD Warranty Standard Warranty Basic Distance.. . . . ... . 36,000 miles Months. . 36 months Powertrain Distance ... . . 100,000 miles Months . .. . . .. .. 60 months Corrosion Perforation Distance. . . . . . Unlimited miles Months . 60 months Roadside Assistance Distance . . . .. . . . . 60,000 miles Months . .. . . . .. 60 months Hybrid Electrical Components Distance . 100,000 miles Months. . . ... . . .. . . 96 months Prices and content availability as shown are subject to change and should be treated as estimates only.Actual base vehicle,package and option pricing may vary from this estimate because of special local pricing,availability or pricing adjustments not reflected in the dealer's computer system.See salesperson for the most current information. 10 EXHIBIT �� PAGE 10 OF Quantity Purchase Agreement Qty Purchase Agreement QPA Number Page With The State Of Indiana 0000000000000000000044257 1 of 4 Requisition Nbr.: Vehicle:POIiceSUV,L-Duty Truck Vendor BLOOMINGTON FORD INC Effective Date: 08/01/2020 Remit to: 2200 S WALNUT Expiration Date: 07/31/2022 BLOOMINGTON IN 47401 Agency Number: Facility: ASA RFP 20-005 Vendor ID: 0000000086 Vendor Telephone Nbr: 812-331-2200 Name and BLOOMINGTON FORD INC Name Of Contact Pers: SAM ROBERTS Address 2200 S WALNUT Contact Email: policecarsam@gmail.com of Vendor: BLOOMINGTON IN 47401 FAX Number: 812-331-3377 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 2 99,999,999.00 EA 000000000100382602 Vehicle,Light Duty Pickup,Ford Ranger 25,034.3800 3 99,999,999.00 EA 000000000100382603 Accessory,Light Duty Pickup,Step Bars 635.0000 4 99,999,999.00 EA 000000000100382604 Accessory,Light Duty Pickup,Running Board 295.0000 5 99,999,999.00 EA 000000000100382605 Accessory,Light Duty Pickup,5-6 in.Spotlights, 625.0000 minimum 75,000 candlepower 6 99,999,999.00 EA 000000000100382606 Accessory, Light Duty Pickup,Hard-top Retractable 1,695.0000 Bed Covers 7 99,999,999.00 EA 000000000100382607 Accessory,Light Duty Pickup,Aluminum Crosses 575.0000 Toolbox,Deep well with locks 8 99,999,999.00 EA 000000000100382608 Accessory,Light Duty Pickup,Scuba Tank Holder 329.0000 9 99,999,999.00 EA 000000000100382609 Accessory,Light Duty Pickup,Camper Top 2,095.0000 10 99,999,999.00 EA 000000000100382610 Accessory,Light Duty Pickup,Brush Guard 795.0000 11 99,999,999.00 EA 000000000100382611 Accessory,Light Duty Pickup,Push Bumper 295.0000 12 99,999,999.00 EA 000000000100382612 Accessory,Light Duty Pickup, 101A EQUIPMENT PACKAGE 1,052.7100 UPGRADE 13 99,999,999.00 EA 000000000100382613 Accessory,Light Duty Pickup,BED UTILITY PKG—POLY 366.3600 BED LINER 12 V OUTLET PLUG 14 99,999,999.00 EA 000000000100382614 Accessory,Light Duty Pickup,FORD CO-PILOT 360- 579.6900 INCL.LANE KEEPING,BLIND SPOT SYS„REVERSE SENSING SYSTEM, 110v INVERTER 15 99,999,999.00 EA 000000000100382615 Accessory,Light Duty Pickup,FX4—OFF-ROAD PACKAGE 1,201.1100 16 99,999,999.00 EA 000000000100382616 Accessory,Light Duty Pickup,CARPET FLOORING W/MATS 134.4900 17 99,999,999.00 EA 000000000100382617 Accessory,Light Duty Pickup,ENGINE BLOCK HEATER 83.4800 18 99,999,999.00 EA 000000000100382618 Accessory, Light Duty Pickup,REAR SLIDING WINDOW/ 208.6900 DEFROSTER 19 99,999,999.00 EA 000000000100382619 Accessory,Light Duty Pickup,5"BLACK RUNNING BOARDS 588.9600 20 99,999,999.00 EA 000000000100382620 Accessory,Light Duty Pickup,FLOOR LINERS,CONTOURED 148.4000 FIT 21 99,999,999.00 EA 000000000100382621 Accessory,Light Duty Pickup,SPALSH GUARDS/MUD 120.5800 FLAPS, FR/RR 22 99,999,999.00 EA 000000000100382622 Accessory,Light Duty Pickup,SPRAY-N TOUGH BED LINER 459.1100 23 99,999,999.00 EA 000000000100382623 Accessory,Light Duty Pickup,RETRACTABLE BED COVER 1,572.1100 24 99,999,999.00 EA 000000000100382624 Accessory,Light Duty Pickup,4-CORNER FLASHING 895.0000 STROBES Stat Form 9955(R10/7-08)-Electronic Version-Approved by State Board Of Accounts,2008 EXHIBIT \ PAGE-11 OF 141 1 Quantity Purchase Agreement Qty Purchase Agreement QPA Number Page With The State Of Indiana 0000000000000000000044257 2 of 4 Requisition Nbr.: Vehicle:PoliceSUV,L-Duty Truck Vendor BLOOMINGTON FORD INC Effective Date: 08/01/2020 Remit to: 2200 S WALNUT Expiration Date: 07/31/2022 BLOOMINGTON IN 47401 Agency Number: Facility: ASA RFP 20-005 Vendor ID: 0000000086 Vendor Telephone Nbr: 812-331-2200 Name and BLOOMINGTON FORD INC Name Of Contact Pers: SAM ROBERTS Address 2200 S WALNUT Contact Email: policecarsam@gmail.com of Vendor: BLOOMINGTON IN 47401 FAX Number: 812-331-3377 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 25 99,999,999.00 EA 000000000100382625 Accessory,Light Duty Pickup,EXTERIOR BACKUP ALARM 140.0000 26 99,999,999.00 EA 000000000100382626 Accessory,Light Duty Pickup,WINDOW TINT FILM 255.0000 APPLIED TO ALL SIDE&REAR WGLASS 27 99,999,999.00 EA 000000000100382627 Accessory,Light Duty Pickup,UNDERCOAT&RUST 279.0000 PROTECTION 28 99,999,999.00 EA 000000000100382628 Accessory,Light Duty Pickup,SYNC ENHANCED BLUETOOTH 806.9300 SYS. 29 99,999,999.00 EA 000000000100382629 Accessory,Light Duty Pickup,PICKUP BED EXTENDER 273.6100 30 99,999,999.00 EA 000000000100382630 Vehicle, Police Pursuit SUV,Ford Police Interceptor_ 30,865.4200 AWD Utility _ 31 99,999,999.00 EA 000000000100382631 Accessory,Police Pursuit SUV,Towing Package 115.0000 32 99,999,999.00 EA 000000000100382632 Accessory,Police Pursuit SUV,ENGINE UPGRADE 3,282.9000 OPTION—HYBRID SYSTEM3.3 L V6 DIRECTION INJECTION 33 99,999,999.00 EA 000000000100382633 Accessory,Police Pursuit SUV, ENGINE UPGRADE 4,017.6000 OPTION--ECOBOOST 3.01 V6 34 99,999,999.00 EA 000000000100382634 Accessory,Police Pursuit SUV,WHEEL UPGRADE--18" 441.7500 ALUMINUM 35 99,999,999.00 EA 000000000100382635 Accessory,Police Pursuit SUV,WHEEL COVERS, FULL, 18 55.8000 36 99,999,999.00 EA 000000000100382636 Accessory,Police Pursuit SUV,SEAT--REAR SEAT 55.8000 UPGRADE TO CLOTH 37 99,999,999.00 EA 000000000100382637 Accessory,Police Pursuit SUV,8-WAY POWER PASSENGER 302.2500 SEAT 38 99,999,999.00 EA 000000000100382638 Accessory,Police Pursuit SUV, INTERIOR UPGRADE 362.7000 PKG--W/CONSOLE,CARPET,MATS 39 99,999,999.00 EA 000000000100382639 Accessory,Police Pursuit SUV,POLICE WIRING 172.0500 CONNECTORHARNESS KITS,FR/RR 40 99,999,999.00 EA 000000000100382640 Accessory,Police Pursuit SUV,ENGINE VLOCK HEATER 83.7000 41 99,999,999.00 EA 000000000100382641 Accessory,Police Pursuit SUV,DARK CAR FEATURE--DOME 23.2500 LAMP OFF WHEN DOOR OPENS 42 99,999,999.00 EA 000000000100382642 Accessory,Police Pursuit SUV,AUX.RED/WHIE LIGHT IN 46.5000 CARGO AREA 43 99,999,999.00 EA 000000000100382643 Accessory,Police Pursuit SUV,FRONT INTERIOR VISOR 1,064.8500 LIGHT BAR 44 99,999,999.00 EA 000000000100382644 Accessory,Police Pursuit SUV,GRILLE LAMP 7 46.5000 SIREN/SPEAKER PRE-WIRING 45 99,999,999.00 EA 000000000100382645 Accessory,Police Pursuit SUV,REAR SPOILER TRAFFIC 1,390.3500 State Form 9955(R1017-08)-Electronic Version-Approved by State Board Of Accounts,2008 EXHIBIT PAGE OF (�{� Quantity Purchase Agreement Qty Purchase Agreement QPA Number Page With The State Of Indiana 0000000000000000000044257 3 of 4 Requisition Nbr.: Vehicle:PoliceSUV,L-Duty Truck Vendor BLOOMINGTON FORD INC Effective Date: 08/01/2020 Remit to: 2200 S WALNUT Expiration Date: 07/31/2022 BLOOMINGTON IN 47401 Agency Number: Facility: ASA RFP 20-005 Vendor ID: 0000000086 Vendor Telephone Nbr: 812-331-2200 Name and BLOOMINGTON FORD INC Name Of Contact Pers: SAM ROBERTS Address 2200 S WALNUT Contact Email: policecarsam@gmail.com of Vendor: BLOOMINGTON IN 47401 FAX Number: 812-331-3377 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 WARNING I.E.D. 46 99,999,999.00 EA 000000000100382646 Accessory,Police Pursuit SUV,SPOTLAMP LH UNITY LED 367.3500 47 99,999,999.00 EA 000000000100382647 Accessory,Police Pursuit SUV,SPOTLAMP LH WHELEN LED 390.6000 48 99,999,999.00 EA 000000000100382648 Accessory,Police Pursuit SUV,DUAL SPOTLAMPS—UNITY 576.6000 49 99,999,999.00 EA 000000000100382649 Accessory,Police Pursuit SUV,DUAL SPOTLAMPS-- 618.4500 WHELEN 50 99,999,999.00 EA 000000000100382650 Accessory,Police Pursuit SUV, 12.1"INTEGRATED 2,552.8500 COMPUTER SCREEN 51 99,999,999.00 EA 000000000100382651 Accessory,Police Pursuit SUV,REAR CAMERA ON-DEMAND 213.9000 ONLY 52 99,999,999.00 EA 000000000100382652 Accessory,Police Pursuit SUV, HIDDEN DOOR LOCK 148.8000 PLUNGER 53 99,999,999.00 EA 000000000100382653 Accessory,Police Pursuit SUV,REAR DOOR CONTROLS 69.7500 INOPERABLE 54 99,999,999.00 EA 000000000100382654 Accessory,Police Pursuit SUV,REMOTE KEYLESS ENTRY 316.2000 W/KEYFOBS 55 99,999,999.00 EA 000000000100382655 Accessory, Police Pursuit SUV,ALL UNITS KEYED ALIKE 46.5000 -7 POSSIBLE CODES 56 99,999,999.00 EA 000000000100382656 Accessory,Police Pursuit SUV,CARPETING 1ST/2ND ROW 116.2500 WITH MATS 57 99,999,999.00 EA 000000000100382657 Accessory,Police Pursuit SUV,REAR CONSOLE WIING 41.8500 CHANNEL TO REAR 58 99,999,999.00 EA 000000000100382658 Accessory,Police Pursuit SUV, BALLISTIC DOOR PANELS 2,948.1000 -LEVEL III+ 59 99,999,999.00 EA 000000000100382659 Accessory,Police Pursuit SUV,BALLISTIC DOOR PANELS 4,491.9000 -LEVEL IV+ 60 99,999,999.00 EA 000000000100382660 Accessory,Police Pursuit SUV,BLIS-BLIND SPOT INFO 506.8500 SYS 61 99,999,999.00 EA 000000000100382661 Accessory,Police Pursuit SUV,PRE-COLLISION ASSIT 134.8500 W/PEDESTRIAN DETECTION 62 99,999,999.00 EA 000000000100382662 Accessory,Police Pursuit SUV,MIRRORS,HEATED 55.8000 SIDE-VIEW 63 99,999,999.00 EA 000000000100382663 Accessory,Police Pursuit SUV,POLICE/EMERG.ENGINE 241.8000 IDLE FEATURE 64 99,999,999.00 EA 000000000100382664 Accessory,Police Pursuit SUV,REVERSE SENSING SYSTEM 255.7500 65 99,999,999.00 EA 000000000100382665 Accessory,Police Pursuit SUV,AIR CONDITIONING 567.3000 --AUX.REAR State Form 9955(R10/7-08)-Electronic Version-Approved by State Board Of Accounts,2008 Quantity Purchase Agreement Qty Purchase Agreement QPA Number Page With The State Of Indiana 0000000000000000000044257 4 of 4 Requisition Nbr.: Vehicle:PoliceSUV,L-Duty Truck Vendor BLOOMINGTON FORD INC Effective Date: 08/01/2020 Remit to: 2200 S WALNUT Expiration Date: 07/31/2022 BLOOMINGTON IN 47401 Agency Number: Facility: ASA RFP 20-005 Vendor ID: 0000000086 Vendor Telephone Nbr: 812-331-2200 Name and BLOOMINGTON FORD INC Name Of Contact Pers: SAM ROBERTS Address 2200 S WALNUT Contact Email: policecarsam@gmail.com of Vendor: BLOOMINGTON IN 47401 FAX Number: 812-331-3377 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 Vendoragrees 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 66 99,999,999.00 EA 000000000100382666 Accessory,Police Pursuit SUV,CLASS III TRAILER TOW 74.4000 LIGHTING PKG. 67 99,999,999.00 EA 000000000100382667 Accessory, Police Pursuit SUV,OBD-II SPLIT CONNECTOR 51.1500 FOR PROGRAMMING PPOLICE LIGHTS 68 99,999,999.00 EA 000000000100382668 Accessory,Police Pursuit SUV,NOISE SUPPRESSION BOND 93.0000 STRPS 69 99,999,999.00 EA 000000000100382669 Accessory, Police Pursuit SUV,REAR BUMPER STEP PAD 88.3500 70 99,999,999.00 EA 000000000100382670 Accessory, Police Pursuit SUV,4-CORNER STROBE 825.0000 FLASHERS 71 99,999,999.00 EA 000000000100382671 Accessory,Police Pursuit SUV,850 CCAAGM BATTERY 102.3000 UPGRADE 72 99,999,999.00 EA 000000000100382672 Accessory, Police Pursuit SUV,AUXILIARY R/B WARNING 553.3500 LIGHTS,LOWER FAASCIA 73 99,999,999.00 EA 000000000100401373 Vehicle,Full-Size SUV,2022 Ford Explorer 28,644.8700 74 99,999,999.00 EA 000000000100401374 Accessory, Police Pursuit SUV,Towing Package 83.4800 75 99,999,999.00 EA 000000000100401375 Accessory,Full-Size SUV,BLACK ROOF RACK SIDE RAILS 153.0400 76 99,999,999.00 EA 000000000100401376 Accessory,Full-Size SUV, REAR CARGO MAT 92.7500 77 99,999,999.00 EA 000000000100401377 Accessory,Full-Size SUV,"SMOKER PACKAGE 83.4800 78 99,999,999.00 EA 000000000100401378 Accessory,Full-Size SUV,SPLASH GUARDS 190.1400 79 99,999,999.00 EA 000000000100401379 Accessory, Full-Size SUV,CLASS III TRAILER TOWING 658.5300 PKG The following UN/CEFACT Unit of Measure Common Codes are used in this document: EA Each Signature of Purchasing Officer Typed Name Signature Of Approval Office Of the State Attorney General Date Signed Typed Name Date Signed Authorized Signature Indiana Department Of Administration Procurement Division 402 West Washington Street,Rm W468 Indianapolis,Indiana 46204 Telephone:(317)232-3150 State Form 9955(R10/7-08)-Electronic Version-Approved by State Board Of Accounts,2008 1FXHIBIT tk PAGE I U OFI c/