Loading...
HomeMy Public PortalAbout025-2014 - Police - Town & Country CDJ - 6 2014 Dodge ChargersPURCHASE AGREEMENT THIS PURCHASE AGREEMENT made and entered into this day , 2014, 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 Town and Country CDJ, Inc., 2200 S Walnut Street, Bloomington, Indiana, 47401 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF AGREEMENT City hereby retains Contractor to furnish six (6) 2014 Dodge Chargers (hereinafter "Vehicles") for the City of Richmond Police Department. The vehicles will be basic Dodge Charger Police Units including, but not limited to, four (4) sets of keys for each vehicle, full size spare tires, V6 engines, automatic transmission, Jazz Blue Pearlcoat exterior paint, full wheel covers, Goodyear tires, driver side spot lamp, and cloth front/vinyl rear seat. 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 Response (Quote 12866) to the Richmond Police Department's specific quantity inquiry, as well as the Police Department's cost breakdown, is attached hereto as "Exhibit A", which Exhibit is dated February 4, 2014, consists of ten (10) 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. 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. 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. Contract No. 25-2014 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 I11. COMPENSATION City shall pay Contractor the quote amounts described on Contractor's February 4, 2014, Response (Exhibit A), provided that Contractor's total compensation shall not exceed One Hundred Thirty-two Thousand Sixty-six Dollars and Ninety Cents ($132,066.90) for purchase of Vehicles pursuant to this Agreement. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties. 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. 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. CoveraE A. Worker's Compensation & Disability Requirements B. Employer's Liability C. Comprehensive General Liability Section I. Bodily Injury Section 2. Property 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 $1,000,000 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 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. 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. 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 f B d! y: L Vicki Robinson, President Dian Lawson, Member By: ��06t�� nthony L. ter, II, Member Date: v2� 7 APPROVED: Sarah L. Hutton, Mayor Date: "CONTRACTOR" TOWN AND COUNTRY CDJ, INC. 2200 S Walnut Bloomington, IN 47401 f Title: Cyd r• ?�0 / Date: It EXHIBIT A PAGE �_OF� Item Description Cost .xDDE48 2014 Dodge Charger 4 dr Sdn Police RWD $21,379.90 t27A Quick order package V^ with 5 speed automatic transmission $0.00 V PBX Jazz Blue Pearl Coat exterior paint $0.00 ,,> X5X9 Black Heavy duty cloth bucket seats with vigil rear $120.00 W8A 18" wheel covers $30.00 TBW Full size Spar tire with cover $160.00 L N F Black left spot lamp $200.00 TWW Tires: P225/60R18 BSW Performance (Goodyear) $0.00 State Tire fee $1.25 Delivery to Richmond $120.00 $22,011.15 EXHIBIT A PAGE Z OFF P Quantity Purchase Agreement With The State Of Indiana Vendor TOWN AND COUNTRY CHRYSLER DODG Remit to: 2200 S WALNUT BLOOMINGTON IN 47401 Name and TOWN AND COUNTRY CHRYSLER DODG Address of Vendor: 2200 S WALNUT BLOOMINGTON IN 47401 Qty Purchase Agreement QPA Number Page 0000000000000000000012866 1 of 1 Requisition Nbr.: Vehicle Police Pursuit Effective Date: 03101/2012 Expiration Date: 02128/2015 Agency Number: Facility: ASA-2-RFP12-2 Vendor ID: 0000001296 Vendor Telephone Nbr: 812-331-2200 Name Of Contact Pers: SAMUEL ROBERTS Contact Email: 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 This is an award of a Quantity Purchase Agreement for Police Pursuit Rated Vehicles. QPA can be mutually renewed yearly for the additional years. The vendor agrees to charge these prices for any products ordered on any QPA release received after the expiration date, but issued prior to the expiration date, and postmarked no later than 14 business days after the QPA's expiration date. Quantities are estimates and could be more or less. Vendor Contract Manager: Brittany Sullivan available at bsuilivan@idoa.in.gov or 317-234-6906. 1 99,999,999.00 EA 000000000100200412 2014 Dodge Charger, Police Pursuit Rated, 4dr Sedan, 22,650.2500 Police RWD, 5.7 Liter Hemi V-8 Engine, Goodyear Tires 2 99,999,999.00 EA 000000000100200413 2014 Dodge Charger, Police Pursuit Rated, 4dr Sedan, 21,665.3500 Police RWD, 3.6L 24-Valve VVT V-6 Engine, Goodyear Tires 3 99,999,999.00 SET 000000000100170662 Covers, Wheel, Bolt on 18" for Dodge Charger -Police 30.0000 Pursuit. Set of 4. 4 99,999,999.00 EA 000000000100170663 Spot Lamp, Incandescent, Black Driver -side Spot Lamp. 200.0000 5 99,999,999.00 EA 000000000100207142 2014 Dodge Grand Caravan SE, includes compact spare 22,255.2500 tire The following UN/CEFACT Unit of Measure Common Codes are used in this document: EA Each SET Set Signature of Purchasing Officer Typed Name Signature Of Approval Office Of the State AttorneV General Date Signed Typed Name Date Signed Authorized Signature Indiana Department Of Administration Procurement Division 402 West Washington Street, Rm W468 Indianapolis, Indiana 46204 State Form 9955(R10/7-08)-Electronic Version -Approved by State Board Of Accounts, 2008 I E) IBIT PAGE 7 0 Q V/ Prepared For: Indiana Law Enforcement State of INDIANA QPA Base Pricing ISP No -Bid CO-OP Allowed 2014 Dodge Charger PPV V-6 Indianapolis, IN 46204 Prepared By: administrator Sam Roberts / Town&Country CDJ 2200 S Walnut St Bloomington, IN 47401 Phone: (812) 331-2200 Fax: (812) 331-3377 Email: policecarsam@gmail.com 2014 Fleet/Non-Retail Dodge Charger 4dr Sdn Police RWD LDDE48 WINDOW STICKER 2014 Dodge Charger 4dr Sdn Police RWD Interior: - Black 3.6 L/220 CID Regular Unleaded V-6 Exterior 1: '. PC3X 1 A-27-�� v 5-Speed Automatic w/OD Exterior 2: - No color has been selected. CODE MODEL MSRP LDDE48 2014 Dodge Charger 4dr Sdn Police RWD $30,470.00 OPTIONS ERB ENGINE: 3.5L V6 24V VVT $0.00 I DGJ TRANSMISSION: 5-SPEED AUTOMATIC (W5A580) $0.00 1 27A QUICK ORDER PACKAGE 27A $0.00 TWW TIRFG• P9oF/FnP1R RSW PERFORMANCE (GOODYEAR) $0.00 PBX J G_L\T $0.00 _ STANDARD PAINT $0.00 C8X9 BLACK, HEAVY DUTY CLOTH BUCKET SEATS & REAR BENCH $0.00 XFX EQUIPMENT MOUNTING BRACKET $0.00 YEP MANUFACTURER'S STATEMENT OF ORIGIN $0.00 SUBTOTAL $30,470.00 Advert/Adjustments $0.00 Destination Charge $995.00 TOTAL PRICE $31,465.00 Est City: 18.00 mpg Est Highway: 27.00 mpg Est Highway Cruising Range: 526.50 mi Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 312.0, Data updated 1/7/2014 @Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: February 04, 2014 11:25:06 AM Page 1 EXHIBIT t� PAGE LOF'�' Prepared For: Indiana Law Enforcement State of INDIANA QPA Base Pricing ISP No -Bid CO-OP Allowed 2014 Dodge Charger PPV V-6 Indianapolis, IN 46204 Prepared By: administrator Sam Roberts / Town&Country CDJ 2200 S Walnut St Bloomington, IN 47401 Phone: (812) 331-2200 Fax: (812) 331-3377 Email: policecarsam@gmail.com 2014 Fleet/Non-Retail Dodge Charger 4dr Sdn Police RWD LDDE48 QUOTE WORKSHEET QUOTE WORKSHEET - 2014 Fleet/Non-Retail LDDE48 4dr Sdn Police RWD MSRP $30,470.00 Destination Charge $995.00 Optional Equipment $0.00 Dealer Advertising $0.00 Taxable Price $31,465.00 Indiana Government Discounts Applied to Cost ($10,085.10) TOTAL $21,379.90 Customer Signature / Date Dealer Signature / Date -------->>>NOTE: ALL VEHICLES ARE SUBJECT TO STATE OF INDIANA NEW TIRE/ENVIR. FEES OF +$1.25 Sam Roberts Your USA/TOP 10 Police Car Sales Leader Bloomington Ford, Inc. Town & Country CDJ, Inc. 2200 S. Walnut St Bloomington, IN 47401 ph.: (812)331-2200 fax: (812)331-3377 email: PoliceCarSam@gmaii.com Please enter my ORDER FOR 6 UNIT(s). By Ordering Authority: For Ordering Agency: Date: Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 312.0, Data updated 1/7/2014 ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: February 04, 2014 11:25:06 AM Page 4 EXHIBIT PAGE OF '10 Prepared For: Indiana Law Enforcement State of INDIANA QPA Base Pricing ISP No -Bid CO-OP Allowed 2014 Dodge Charger PPV V-6 Indianapolis, IN 46204 Prepared By: administrator Sam Roberts / Town&Country CDJ 2200 S Walnut St Bloomington, IN 47401 Phone: (812) 331-2200 Fax: (812) 331-3377 Email: policecarsam@gmail.com 2014 Fleet/Non-Retail Dodge Charger 4dr Sdn Police RWD LDDE48 ALL OPTIONS ALL OPTIONS - 2014 Fleet/Non-Retail LDDE48 4dr Sdn Police RWD CATEGORY Code Description MSRP ENGINE t/-ERB ENGINE: 3.6L V6 24V VVT (STD) $0.00 EZH ENGINE: 5.7L V8 HEMI MDS VVT -inc: Flex fuel vehicle, 215mm Rear $2,230.00 Axle, Performance Exhaust, Tires: P225/60R18 BSW Performance (Goodyear), Goodyear Brand Tires, GVW/Payload Rating TRANSMISSION DGJ TRANSMISSION.- 5-SPEED AUTOMATIC (W5A580) (STD) $0.00 CPOS PKG 27A QUICK ORDER PACKAGE 27A -inc: Engine: 3.6L V6 24V VVT, $0.00 Transmission.- 5-Speed Automatic (W5A580) (Requires ERB) 29A QUICK ORDER PACKAGE 29A -inc: Engine: 5.7L V8 HEMI MDS VVT, $0.00 Transmission: 5-Speed Automatic (W5A580) *Upon selection of this pkg, the cost of powertrain components will be added* (Requires EZH) TIRES TWM TIRES: P225/60R18 BSW PERFORMANCE -inc: Firestone brand tires $0.00 (STD) TWW TIRES: P225/60RI8 BSW PERFORMANCE (GOODYEAR) -inc: $0.00 Goodyear Brand Tires PRIMARY PAINT PSC BILLET SILVER METALLIC CLEARCOAT $0.00 PAU GRANITE CRYSTAL METALLIC CLEARCOAT $0.00 PW7 BRIGHT WHITE CLEARCOAT $0.00 PRY REDLINE 3 COAT PEARL `Build Out: 10/07/2013* $500.00 PXT PHANTOM BLACK TRI-COAT PEARL $500.00 PWD IVORY TRI-COAT PEARL $500.00 PS2 BRIGHT SILVER METALLIC CLEARCOAT "Non -Production Police Car $0.00 Only.* PR3 TORRED $0.00 PX8 PITCH BLACK $0.00 PBX 1/ JAZZ BLUE PEARLCOAT $0.00 Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 312.0, Data updated 1/7/2014 ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: February 04, 2014 11:25:06 AM Page 11 EXHdBIT _J-'N PAGFU OEW� Prepared For: Indiana Law Enforcement State of INDIANA QPA Base Pricing ISP No -Bid CO-OP Allowed 2014 Dodge Charger PPV V-6 Indianapolis, IN 46204 Prepared By: administrator Sam Roberts / Town&Country CDJ 2200 S Walnut St Bloomington, IN 47401 Phone: (812) 331-2200 Fax: (812) 331-3377 Email: policecarsam@gmail.com 2014 Fleet/Non-Retail Dodge Charger 4dr Sdn Police RWD LDDE48 ALL OPTIONS ALL OPTIONS - 2014 Fleet/Non-Retail LDDE48 4dr Sdn Police RWD CATEGORY Code Description MSRP PRIMARY PAINT PB5 ELECTRIC BLUE PEARLCOAT *Non -Production Police Car Only.* $500.00 P79 MICHIGAN STATE POLICE BLUE *Non -Production Police Car Only.* $500.00 P138 MIDNIGHT BLUE PEARLCOAT *Non -Production Police Car Only.* $500,00 P76 SHERIFFS TAN *Non -Production Police Car Only.* $500.00 PWL WHITE GOLD CLEARCOAT *Non -Production Police Car Only.* $500.00 PAINT SCHEME STANDARD PAINT $0.00 SEAT TYPE / C8X9 BLACK, HEAVY DUTY CLOTH BUCKET SEATS & REAR BENCH $0.00 J X5X9 BLACK, HEAVY DUTY CLOTH BUCKET SEATS WNINYL REAR $120.00 ADDITIONAL EQUIPMENT AAJ CONNECTIVITY GROUP -inc: Uconnect Voice Command w/Bluetooth, $495.00 Rear View Auto Dim Mirror w/Microphone, Bluetooth Streaming Audio AHM CONVENIENCE GROUP I -inc: Power Driver & Passenger 4-Way $480.00 Lumbar Adjust, Power Front Driver/Passenger Seats, Power Adjustable Pedals AYF PATROL PACKAGE #1 -inc: Power Distribution Center, Front & Rear $3,020.00 Wire Harness, Police Floor Console, Siren Speaker & Bracket, Front Corner LED Lamps, Rear Corner LED Lamps, Trunk Tray & Cooling Fan AYE PATROL PACKAGE BASE PREP -inc: Power Distribution Center, Front $1,740.00 & Rear Wire Harness, Siren Speaker & Bracket, Trunk Tray & Cooling Fan AYN PATROL SLICK TOP POLICE PACKAGE #1 -inc: Power Distribution $2,275.00 Center, Front & Rear Wire Harness, Police Floor Console, Siren Speaker & Bracket, Trunk Tray & Cooling Fan (With the selection of AEB, requires CM8) AYP PATROL SLICK TOP POLICE PACKAGE #2 -inc: Power Distribution $2,550.00 Center, Front & Rear Wire Harness, Siren Speaker & Bracket, Front Corner LED Lamps, Rear Corner LED Lamps, Trunk Tray & Cooling Fan Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 312.0, Data updated 1/7/2014 ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: February 04, 2014 11:25:06 AM Page 12 EXHIBIT �E PAGE _-0 t Prepared For: Indiana Law Enforcement State of INDIANA QPA Base Pricing ISP No -Bid CO-OP Allowed 2014 Dodge Charger PPV V-6 Indianapolis, IN 46204 Prepared By: administrator Sam Roberts / Town&Country CDJ 2200 S Walnut St Bloomington, IN 47401 Phone: (812) 331-2200 Fax: (812) 331-3377 Email: policecarsam@gmail.com 2014 Fleet/Non-Retail Dodge Charger 4dr Sdn Police RWD LDDE48 ALL OPTIONS ALL OPTIONS - 2014 Fleet/Non-Retail LDDE48 4dr Sdn Police RWD CATEGORY Code Description MSRP ADDITIONAL EQUIPMENT AYH PATROL PACKAGE #2 -inc: Power Distribution Center, Front & Rear $2,835.00 Wire Harness, Police Floor Console, Push Bumper, Siren Speaker & Bracket, Trunk Tray & Cooling Fan (With the selection of AEB, requires CM8) AYM PATROL PACKAGE #3 -inc: Power Distribution Center, Front & Rear $3,475.00 Wire Harness, Police Floor Console, Push Bumper, Siren Speaker & Bracket, Front Corner LED Lamps, Rear Corner LED Lamps, Trunk Tray & Cooling Fan AEB STREET APPEARANCE GROUP -inc: Front Reading/Map Lamps, $495.00 Front/Rear Climate Control Outlets, Wheels: 18" x 7.5" Aluminum, Illuminated Front Cupholders, Fog Lamps, Power Heated Mirrors w/Man F/Away, Exterior Mirrors w/Heating Element, Full Length Floor Console, Black Grille w/Bright Surround, Floor Carpet, Rear Stabilizer Bar (With the selection of AYF, requires CM8) (With the selection of XFX, requires CM8) (With the selection of AYM, requires CM8) NAS 50 STATE EMISSIONS $0.00 DMM 3.07 REAR AXLE RATIO (Requires ERB) $0.00 NHK ENGINE BLOCK HEATER *Only available in Alaska.* (Regional) $0.00 NHK ENGINE BLOCK HEATER $95.00 W8A 18" WHEEL COVERS $30.00 TBW FULL SIZE SPARE TIRE -inc: Vinyl Trunk Liner & Cover $160.00 b/ GUK POWER HEATED MIRRORS W/MAN F/AWAY -inc: Exterior Mirrors $60.00 w/Heating Element MBR PUSH BUMPER (Requires AYN or AYP or AYE or AYF) $475.00 M3H WHITE DECKLID GRAPHICS (Requires AYH or AYM or AYN or AYP or $250.00 AYE or AYF) M3F WHITE HOOD GRAPHICS (Requires AYH or AYM or AYN or AYP or $245.00 AYE or AYF) M3G WHITE ROOF GRAPHICS (Requires AYH or AYM or AYN or AYP or $170.00 AYE or AYF) Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 312.0, Data updated 1/7/2014 ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: February 04, 2014 11:25:06 AM Page 13 EXHIBIT PAGE __L_0E-4Z-j t Prepared For: Indiana Law Enforcement State of INDIANA QPA Base Pricing ISP No -Bid CO-OP Allowed 2014 Dodge Charger PPV V-6 Indianapolis, IN 46204 Prepared By: administrator Sam Roberts / Town&Country CDJ 2200 S Walnut St Bloomington, IN 47401 Phone: (812) 331-2200 Fax: (812) 331-3377 Email: policecarsam@gmaii.com 2014 Fleet/Non-Retail Dodge Charger 4dr Sdn Police RWD LDDE48 ALL OPTIONS ALL OPTIONS - 2014 Fleet/Non-Retail LDDE48 4dr Sdn Police RWD CATEGORY Code Description MSRP ADDITIONAL EQUIPMENT M2C WHITE GRAPHICS - ALL DOORS (Requires AYH or AYM or AYN or $1,100.00 AYP or AYE or AYF) M213 WHITE GRAPHICS - FRONT DOORS (Requires AYH or AYM or AYN or $585.00 AYP or AYE or AYF) LNF BLACK LEFT SPOT LAMP $200.00 LNX LED SPOT LAMPS (Requires LNF) $300.00 w/LNF & w/o LNA $150.00 Otherwise $300.00 LNA MATCHING RIGHT SPOT LAMP (Requires LNF) $200.00 LNB FRONT CORNER LED LAMPS $350.00 MEK GRILLE LIGHTS (Requires AYH or AYM or AYN or AYP or AYE or AYF) $340.00 LN4 OVERHEAD LIGHT BAR -FULL FEATURE (Requires AYH or AYM or $4,400.00 AYN or AYP or AYE or AYF) LNU REAR CORNER LED LAMPS (Requires AYH or AYN or AYE) $350.00 LNZ SIDE LIGHTS (Requires AYH or AYM or AYN or AYP or AYE or AYF) $350.00 XKN FLEX FUEL VEHICLE (Requires ERB) $0.00 NZE BASE ENGINE CONTROLLER -inc: Limits max speed to 130 MPH $0.00 TBH FULL SPARE TIRE RELOCATION BRACKET (Requires AYH or AYM or $120.00 AYN or AYP or AYE or AYF) CW6 DEACTIVATE REAR DOORSIWINDOWS $25.00 GXQ ADDITIONAL NON -KEY ALIKE FOBS -inc: 4 additional key fobs $100.00 GXF ENTIRE FLEET ALIKE KEY (FREQ 1) -inc: 4 additional key fobs $140.00 GXA ENTIRE FLEET ALIKE KEY (FREQ 2) -inc: 4 additional key fobs $140.00 GXE ENTIRE FLEET ALIKE KEY (FREQ 3) -inc: 4 additional key fobs $140.00 GXG ENTIRE FLEET ALIKE KEY (FREQ 4) -inc: 4 additional key fobs $140.00 XDV DRIVE SIDE BALLISTIC DOOR PANEL $2,250.00 XDG PASSENGER SIDE BALLISTIC DOOR PANEL $2,250.00 Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 312.0, Data updated 1/7/2014 @Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: February 04, 2014 11:25:06 AM Page 14 EXHIBIT /T PAGE OFF O' Prepared For: Indiana Law Enforcement State of INDIANA QPA Base Pricing ISP No -Bid CO-OP Allowed 2014 Dodge Charger PPV V-6 Indianapolis, IN 46204 Prepared By: administrator Sam Roberts / Town&Country CDJ 2200 S Walnut St Bloomington, IN 47401 Phone: (812) 331-2200 Fax: (812) 331-3377 Email: policecarsam@gmail.com 2014 Fleet/Non-Retail Dodge Charger 4dr Sdn Police RWD LDDE48 ALL OPTIONS ALL OPTIONS - 2014 Fleet/Non-Retail LDDE48 4dr Sdn Police RWD CATEGORY Code Description MSRP ADDITIONAL EQUIPMENT LBG FRONT READING/MAP LAMPS $50.00 LN2 REAR DECK LIGHTS (Requires AYH or AYM or AYN or AYP or AYE or $575.00 AYF) XGV VISOR LIGHTS (Requires AYH or AYM or AYN or AYP or AYE or AYF) $450.00 LN5 OVERHEAD LIGHT BAR -LTD FEATURE (Requires AYH or AYM or AYN $3,000.00 or AYP or AYE or AYF) LN3 REAR DECK LIGHTS -FULL WIDTH (Requires AYH or AYM or AYN or $1,325.00 AYP or AYE or AYF) CKD FLOOR CARPET $125.00 CLE ALL-WEATHER FLOOR MATS *NO LONGER AVAILABLE for factory $90.00 ordering as of August 2, 2013.' (DISC) (Requires AYH or AYM or AYN or AYP or AYE) (Requires CKD) 'No Longer Factory Orderable, See Dealer for Current Availability" CKJ BLACK VINYL FLOOR COVERING (Requires AEB and CM8) $0.00 XAA PARKSENSE REAR PARK ASSIST SYSTEM $300.00 CUG POLICE FLOOR CONSOLE (Requires AYP or AYE) $625.00 CM8 REPLACE FULL CONSOLE W/MINI CONSOLE (Requires AEB) $0.00 XFX EQUIPMENT MOUNTING BRACKET $0.00 JJK CAN -CONTROL SIREN SYSTEM (Requires AYH or AYM or AYN or $2,100.00 AYP or AYE or AYF) LSA SECURITY ALARM $150.00 _ DESTINATION SURCHARGE (HAWAII) (Regional) $50.00 YEP MANUFACTURER'S STATEMENT OF ORIGIN $0.00 SHIP THRU CODES 99775A SHIP-THRU: CROWN NORTH AMERICA $0.00 99565A SHIP-THRU: CANFIELD $0.00 99569A SHIP-THRU: OEM $0.00 Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 312.0, Data updated 1/7/2014 @Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: February 04, 2014 11:25:06 AM Page 15 rEJCHl131T PAGE -SOP 10 Prepared For: Indiana Law Enforcement State of INDIANA QPA Base Pricing ISP No -Bid CO-OP Allowed 2014 Dodge Charger PPV V-6 Indianapolis, IN 46204 Prepared By: administrator Sam Roberts / Town&Country CDJ 2200 S Walnut St Bloomington, IN 47401 Phone: (812) 331-2200 Fax: (812) 331-3377 Email: policecarsam@gmail.com 2014 Fleet/Non-Retail Dodge Charger 4dr Sdn Police RWD LDDE48 WARRANTY INFORMATION WARRANTY INFORMATION - 2014 Fleet/Non-Retail LDDE48 4dr Sdn Police RWD WARRANTY Basic: 3 Years/36,000 Miles Drivetrain: 5 Years/100,000 Miles Corrosion: 5 Years/100,000 Miles Roadside Assistance: 5 Years/100,000 Miles Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 312.0, Data updated 1/7/2014 ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: February 04, 2014 11:25:06 AM Page 16