Loading...
HomeMy WebLinkAboutAgenda Packet 11-13-18' t CITY COMMISSION MEETING AGENDA FOR NOVEMBER 13, 2018 5:30 PM CITY HALL COMMISSION CHAMBERS i 300 SOUTH FIFTH STREET x Any member of the public who wishes to make comments to the Board of Commissioners is asked to fill out a Public ❑EPP EPP EPP Chambers. The Mayor will call on you to speak during the Public Comments section of the Agenda. ROLL CALL INVOCATION PLEDGE OF ALLEGIANCE ADDITIONS/DELETIONS INTRODUCTION OF NEW POLICE OFFICERS Adam Brown & Derek Muscovalley - Police Chief Barnhill SWEARING IN New Police Officer Tyson Riley - District Judge Todd Jones PROCLAMATION National Retriever Competition Day PROCLAMATION National Hunger and Homelessness Awareness Month - Paducah Public Schools PROCLAMATION UNESCO Creative City 5 Year Anniversary PRESENTATION Veterans Day Essay Contest Winners PRESENTATION Comprehensive Stormwater Master Plan Phase II - Stormwater Utility - Strand Associates Items on the Consent Agenda are considered to be routine by the Board of Commissioners and will be enacted by one motion and one vote. There will be no separate discussion of these items unless a Board member so requests, in which event the item will be removed from the Consent Agenda and considered separately. The City Clerk will read the items recommended for approval. I. 1I CONSENT AGENDA A. Approve Minutes for October 23, 2018 B. R & F Documents C. Appointment of Christopher B. Jones - Tree Advisory Board D. Personnel Actions REMOVED E. Purchase Eight (8) New Police Pursuit Rated SUV for use by the Police from consent Department - R. MURPHY agenda & postponed to 11-27 MO # 2180 F. Change Orders for Tyler Technologies CAD Purchase and Installation Agreement - E. MCMANUS MO # 2181 G. Authorize Change Order for the Contract with Equature, Inc. - E. MCMANUS MO # 2182 H. Amend Contractual Off -Duty Employment Rates for Police Department - B. BARNHILL MO # 2183 I. Authorize a Contract with Paducah Housing Authority for Administration and Management of the Housing Choice Voucher Program (Section 8) - T. TRACY II. 1I ORDINANCE(S) -ADOPTION ORD # 2018- A. Noble Park Peck Addition Design Contract - M THOMPSON 11-8555 ORDINANCE(S) - INTRODUCTION A. Closure of Alley between Brown Street and Murray Street - R MURPHY IV. COMMENTS A. Comments from the City Manager B. Comments from the Board of Commissioners C. Comments from the Audience V. EXECUTIVE SESSION October 23, 2018 At a Regular Meeting of the Board of Commissioners, held on Tuesday, October 23, 2018, at 5:30 p.m., in the Commission Chambers of City Hall located at 300 South 5th Street, Mayor Harless presided, and upon call of the roll by the City Clerk, the following answered to their names: Commissioners Abraham, Holland, Rhodes, Wilson and Mayor Harless (5). INVOCATION Commissioner Holland gave the invocation. PLEDGE OF ALLEGIANCE Mayor Harless led the pledge. PROCLAMATIONS) HEAD START AWARENESS MONTH Mayor Harless presented a proclamation to Kristy Lewis proclaiming October as Head Start Awareness Month. VIETNAM VETERANS HONOR AND REMEMBRANCE DAY Mayor Harless presented a proclamation to Michael Swinford proclaiming the week of October 22nd, 2018, Vietnam Veterans Honor and Remembrance Week. MOTION SUSPEND RULES OF ORDER Mayor Harless offered motion, seconded by Commissioner Abraham, that the rules for conducting City Commission Meetings be suspended insofar as they are in conflict with the printed agenda for this meeting; otherwise, the rules are to remain in full force and effect. Adopted on call of the roll, yeas, Commissioners Abraham, Holland, Rhodes, Wilson and Mayor Harless (5). ORDINANCE — INTRODUCTION TRANSFER OF RIVERFRONT PROPERTY PURSUANT TO CURRENT SURVEY Commissioner Abraham offered motion, seconded by Commissioner Wilson, that the Board of Commissioners introduce an Ordinance entitled, "AN ORDINANCE OF THE CITY OF PADUCAH, KENTUCKY, APPROVING CORRECTIVE TRANSFERS OF REAL PROPERTY AND INTERESTS IN REAL PROPERTY AMONG THE CITY OF PADUCAH, THE PADUCAH MCCRACKEN COUNTY CONVENTION CENTER CORPORATION, JIM SMITH CONTRACTING COMPANY, LLC, PADUCAH RIVERFRONT HOTEL, LP, AND INDEPENDENCE BANK WITH RESPECT TO THE DEVELOPMENT OF THE PADUCAH RIVERFRONT, A PUBLIC PROJECT; AND AUTHORIZING THE EXECUTION OF VARIOUS DOCUMENTS TO EFFECTUATE SAME." This Ordinance is summarized as follows: The City of Paducah and the Paducah -McCracken County Convention Center Corporation, together own the "Paducah Riverfront Property," which real property is generally situated north of the Paducah floodwall between Madison and Campbell Streets, a public project. It is the intention of City and the Convention Center Corporation for the Convention Center Corporation to owned that portion of the Paducah Riverfront Property upon which the Convention and Expo Center is situated and that the City would own the remainder, which remainder the City leases in part to the Paducah Riverfront Hotel, LP. A recent survey of the Paducah Riverfront Property uncovered certain mistakes in previous conveyances among the parties. This Ordinance approves and authorizes the Mayor to execute and deliver various corrective transfers and documents to cure these errors. October 23, 2018 PRESENTATION(S) PARKS & RECREATION MASTER PLAN Pat Hoagland with Brandstetter/Carroll presented information on the Parks & Recreation Master Plan which will be developed by Bacon, Farmer, and Workman Engineering & Testing with assistance from Peck, Flanery, Gream & Watten of Paducah and Brandstetter/Carroll of Lexington. Mr. Hoagland walked the Commission through the process of evaluation, engagement, envisioning and planning for the Master Plan. COMPREHENSIVE STORMWATER MASTER PLAN PHASE I COMPLETION Principal-In-Charge/Senior Planning Advisor John Lyons with Strand Associates presented the Commission with an update on the Comprehensive Stormwater Master Plan Phase I. A draft executive summary of Phase I was presented to the Commission and a copy can be located in the minute file. CONSENT AGENDA Mayor Harless asked if the Board wanted any items on the Consent Agenda removed. No one asked for any items to be removed. The Mayor asked the City Clerk to read the items on the Consent Agenda. I(A) Minutes for the October 9, 2018, City Commission Meeting I(B) Receive & File Documents Deed File: 1. Quitclaim Deed COP - Cameron D. Brewer Northside of Flournoy Street (MO#2154) 2. Quitclaim Deed— COP Darrell Matheny 1216 Park Avenue (MO #2146) Contract File: 1. Contract For Services - Paducah -McCracken County Visitors Bureau (Fall 2018 Quilt Show) (MO #2158) 2. Contract For Services GPEDC — (MO #159) 3. Professional Services Agreement — Bacon, Farmer, Workman (MO #2162) 4. Anthem Blue Cross/Blue Shield — Insurance Renewal (MO #2163) 5. Anthem Blue Cross/Blue Shield — Stop Loss (MO #2167) 6. Financials File: 1. River Heritage Museum — 2017 Form 990 2. Paducah Art House Alliance, Inc. (Maiden Alley Cinema) — Year ended August 31, 2017 3. Paducah Symphony Orchestra — Year ended June 30, 2017 Market House Theatre — Year ended Jun 30, 2017 I(C) Personnel Actions I(D) A MUNICIPAL ORDER AUTHORIZING THE APPLICATION FOR A KENTUCKY DEPARTMENT FOR LIBRARIES AND ARCHIVES GRANT THROUGH THE KENTUCKY LOCAL RECORDS BRANCH FOR THE PADUCAH POLICE DEPARTMENT TO BE USED TO DIGITIZE FELONY CASE FILES (M.O. # 2168; BK 10) October 23, 2018 I(E) A MUNICIPAL ORDER AUTHORIZING THE MAYOR TO EXECUTE ALL DOCUMENTS NECESSARY TO APPLY FOR A MATCHING GRANT IN THE AMOUNT OF $3,000 FROM THE KENTUCKY LEAGUE OF CITIES LIABILITY GRANT PROGRAM FOR THE PURCHASE OF MULCH TO BE PLACED AROUND PLAYGROUND EQUIPMENT (M.O. # 2169; BK 10) I(F) A MUNICIPAL ORDER AUTHORIZING THE MAYOR TO EXECUTE A GRANT APPLICATION AND ALL DOCUMENTS NECESSARY THROUGH THE DEPARTMENT OF HOMELAND SECURITY, FEDERAL EMERGENCY MANAGEMENT AGENCY, FOR AN ASSISTANCE TO FIREFIGHTERS MATCHING GRANT IN AN AMOUNT OF $270,000 FOR A HEAVY RESCUE TRUCK FOR THE PADUCAH FIRE DEPARTMENT (M.O. # 2170; BK 10) I(G) A MUNICIPAL ORDER AUTHORIZING THE APPLICATION FOR A 2019 KENTUCKY LITTER ABATEMENT GRANT THROUGH THE KENTUCKY DIVISION OF WASTE MANAGEMENT FOR THE ENGINEERING/PUBLIC WORKS DEPARTMENT STREET LITTER ABATEMENT PROGRAM (M.O. # 2171; BK 10) I(H) A MUNICIPAL ORDER AUTHORIZING THE PLANNING DEPARTMENT TO SUBMIT A PRE -DISASTER MITIGATION MATCHING GRANT APPLICATION IN THE AMOUNT OF $72,836 THROUGH THE US DEPARTMENT OF HOMELAND SECURITY FEDERAL EMERGENCY MANAGEMENT AGENCY FOR THE PURCHASE AND INSTALLATION OF TWO GENERATORS FOR THE PADUCAH FIRE DEPARTMENT AND AUTHORIZING THE MAYOR TO EXECUTE ALL DOCUMENTS RELATING TO SAME (M.O. # 2172; BK 10) I(I) A MUNICIPAL ORDER AMENDING MUNICIPAL ORDER NO. 2123 ENTITLED "A MUNICIPAL ORDER ACCEPTING GRANT FUNDS THROUGH THE U.S. DEPARTMENT OF JUSTICE FOR A 2017-2018 EDWARD BYRNE MEMORIAL JUSTICE ACCOUNTABILITY GRANT IN THE AMOUNT OF $11,284.00 FOR THE PURCHASE OF A LICENSE PLATE READER SYSTEM FOR THE PADUCAH POLICE DEPARTMENT AND AUTHORIZING THE MAYOR TO EXECUTE THE GRANT AGREEMENT AND ALL DOCUMENTS RELATED TO SAME" TO CHANGE THE SCOPE OF SAID GRANT TO PURCHASE FIVE (5) HAND-HELD RADIOS FOR THE PADUCAH POLICE DEPARTMENT (M.O. # 2173; BK 10) I(J) A MUNICIPAL ORDER ACCEPTING GRANT FUNDS THROUGH THE U.S. DEPARTMENT OF JUSTICE FOR A 2018-2019 EDWARD BYRNE MEMORIAL JUSTICE ACCOUNTABILITY GRANT IN THE AMOUNT OF $11,816 FOR THE PURCHASE OF FIVE (5) HANDHELD RADIOS FOR THE PADUCAH POLICE DEPARTMENT AND AUTHORIZING THE MAYOR TO EXECUTE THE GRANT AGREEMENT AND ALL DOCUMENTS RELATED TO SAME (M.O. # 2174; BK 10) I(K) A MUNICIPAL ORDER ACCEPTING GRANT FUNDS THROUGH THE U.S. DEPARTMENT OF JUSTICE FOR A 2018 U.S. BULLETPROOF VEST PARTNERSHIP GRANT AWARD IN AN AMOUNT OF $6,330 FOR THE PURCHASE OF FIFTEEN (15) BODY ARMOR VESTS FOR USE BY THE PADUCAH POLICE DEPARTMENT M.O. # 2175; BK 10 October 23, 2018 Mayor Harless offered motion, seconded by Commissioner Holland, that the items on the consent agenda be adopted as presented. Adopted on call of the roll, yeas, Commissioners Abraham, Holland, Rhodes, Wilson and Mayor Harless (5). ORDINANCE(S) — ADOPTION REZONING OF PROPERTIES DESCRIBED IN ORDINANCE # 2018-7-8540 Commissioner Abraham offered motion, seconded by Commissioner Holland, that the Board of Commissioners adopt an Ordinance entitled, "AN ORDINANCE APPROVIING THE FINAL REPORT OF THE PADUCAH PLANNING COMMISSION ON THE PROPOSED ZONE CHANGE FROM R-1 (LOW DENSITY RESIDENTIAL ZONE) TO HBD (HIGHWAY BUSINESS DISTRICT) FOR PROPERTY LOCATED AT 5310 HARRIS ROAD; 5201 & 5325 HINKLEVILLE ROAD; 5450 OLD HINKLEVILLE ROAD; 2705 OLIVET CHURCH ROAD AND OTHER PROPERTIES AS DESCRIBED IN ORDINANCE NO. 2018-7-8540." This Ordinance is summarized as follows: Rezone property located at 5310 Harris Road; 5201 & 5325 Hinkleville Road; 5450 Old Hinkleville Road; 2705 Olivet Church Road and other properties as described in Ordinance No. 2018- 7-8540, from R-1 (Low Density Residential Zone) to HBD (Highway Business District), and amending the Paducah Zoning Ordinance to effect such rezoning. Adopted on call of the roll, yeas, Commissioners Abraham, Holland, Rhodes, Wilson and Mayor Harless (5). (ORD # 2018-10-8552; BK 35) I(L) A MUNICIPAL ORDER AUTHORIZING THE MAYOR TO EXECUTE A CONTRACT FOR SERVICES WITH MIDTOWN ALLIANCE OF NEIGHBORS IN AN AMOUNT NOT TO EXCEED $241,500 FOR SPECIFIC SERVICES (M.O. # 2176; BK 10) I(M) A MUNICIPAL ORDER AUTHORIZING THE MAYOR TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH CIVIL DESIGN, INC. (CDI), IN AN AMOUNT OF $26,500 FOR A STRUCTURAL AND GEOTECHNICAL ANALYSIS OF THE FORMER EXECUTIVE INN SHOWROOM LOUNGE BUILDING (M.O. # 2177; BK 10) I(N) A MUNICIPAL ORDER AUTHORIZING THE MAYOR TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH CONSULTECON, INC. IN AN AMOUNT NOT TO EXCEED $34,775 FOR PREPARATION OF A HOTEL MARKET STUDY OF THE RIVERFRONT AND DOWNTOWN AREA (M.O. # 2178; BK 10) I(0) A MUNICIPAL ORDER ACCEPTING THE DONATION OF REAL PROPERTY LOCATED AT 1737, 1739, 1741 AND 1743 MARTIN LUTHER KING DRIVE FROM STUDLE & ASSOCIATES, INC. AND DARLENE WALLACE TO THE CITY OF PADUCAH FOR AND IN CONSIDERATION OF $1.00, AND AUTHORIZING THE MAYOR TO EXECUTE THE CONSIDERATION CERTIFICATES IN THE DEEDS (M.O. # 2179; BK 10) Mayor Harless offered motion, seconded by Commissioner Holland, that the items on the consent agenda be adopted as presented. Adopted on call of the roll, yeas, Commissioners Abraham, Holland, Rhodes, Wilson and Mayor Harless (5). ORDINANCE(S) — ADOPTION REZONING OF PROPERTIES DESCRIBED IN ORDINANCE # 2018-7-8540 Commissioner Abraham offered motion, seconded by Commissioner Holland, that the Board of Commissioners adopt an Ordinance entitled, "AN ORDINANCE APPROVIING THE FINAL REPORT OF THE PADUCAH PLANNING COMMISSION ON THE PROPOSED ZONE CHANGE FROM R-1 (LOW DENSITY RESIDENTIAL ZONE) TO HBD (HIGHWAY BUSINESS DISTRICT) FOR PROPERTY LOCATED AT 5310 HARRIS ROAD; 5201 & 5325 HINKLEVILLE ROAD; 5450 OLD HINKLEVILLE ROAD; 2705 OLIVET CHURCH ROAD AND OTHER PROPERTIES AS DESCRIBED IN ORDINANCE NO. 2018-7-8540." This Ordinance is summarized as follows: Rezone property located at 5310 Harris Road; 5201 & 5325 Hinkleville Road; 5450 Old Hinkleville Road; 2705 Olivet Church Road and other properties as described in Ordinance No. 2018- 7-8540, from R-1 (Low Density Residential Zone) to HBD (Highway Business District), and amending the Paducah Zoning Ordinance to effect such rezoning. Adopted on call of the roll, yeas, Commissioners Abraham, Holland, Rhodes, Wilson and Mayor Harless (5). (ORD # 2018-10-8552; BK 35) October 23, 2018 FINAL ANNEXATION OF PROPERTIES DESCRIBED IN ORDINANCE #2018-7-8540 Commissioner Holland offered motion, seconded by Commissioner Abraham, that the Board of Commissioners adopt an Ordinance entitled, "AN ORDINANCE EXTENDING THE BOUNDARY OF THE CITY OF PADUCAH, KENTUCKY, BY FINALIZING THE ANNEXATION OF CERTAIN PROPERTIES LYING ADJACENT TO THE CORPORATE LIMITS OF THE CITY OF PADUCAH, AND DEFINING ACCURATELY THE BOUNDARY OF SAID PROPERTIES TO BE INCLUDED WITHIN THE SAID CORPORATE LIMITS." This Ordinance is summarized as follows: The City of Paducah hereby approves the final annexation of certain tracts of property contiguous to the present city limits, located at 5310 Harris Road; 5201 & 5325 Hinkleville Road; 5450 Old Hinkleville Road; 2705 Olivet Church Road and other properties as described in Ordinance No. 2018- 7-8540, and containing approximately 69.83 acres of land, more or less. Adopted on call of the roll, yeas, Commissioners Abraham, Holland, Rhodes, Wilson and Mayor Harless (5). (ORD # 2018-10-8553; BK 35) APPROVE CONTRACT FOR PAT & JIM BROCKENBOROUGH ROTARY HEALTH PARK SPRAYGROUND AND RESTROOM PROJECT Commissioner Rhodes offered motion, seconded by Commissioner Wilson, that the Board of Commissioners adopt an Ordinance entitled, "AN ORDINANCE ACCEPTING THE BASE BID OF EVRARD-STRANG CONSTRUCTION, INC., FOR THE PAT AND JIM BROCKENBOROUGH ROTARY HEALTH PARK SPRAYGROUND AND RESTROOM FACILITY CONSTRUCTION, AND AUTHORIZING THE MAYOR TO EXECUTE A CONTRACT FOR SAME." This Ordinance is summarized as follows: The City of Paducah hereby authorizes the Mayor to execute a contract with Evrard-Strang Construction, Inc. in the amount of $515,000 for construction of a sprayground and restroom facility at the Pat and Jim Brockenborough Rotary Health Park. Adopted on call of the roll, yeas, Commissioners Abraham, Holland, Rhodes, Wilson and Mayor Harless (5). (ORD # 2018-10-8554; BK 35) ORDINANCE(S) — INTRODUCTION NOBLE PARK PECK ADDITION DESIGN CONTRACT Commissioner Wilson offered motion, seconded by Commissioner Rhodes, that the Board of Commissioners introduce an Ordinance entitled, "AN ORDINANCE AUTHORIZING THE MAYOR TO EXECUTE AN AGREEMENT WITH BACON FARMER AND WORKMAN ENGINEERING & TESTING, INC., FOR PROFESSIONAL LANDSCAPE ARCHITECTURAL DESIGN, CONSTRUCTION DOCUMENTATION, LAND SURVEYING SERVICES AND PERMITTING ASSISTANCE FOR THE PECK MEMORIAL AND OUTDOOR LEARNING AREAS LOCATED WITHIN NOBLE PARK IN AN AMOUNT OF $36,320.00 AND AUTHORIZING THE WITHDRAWAL OF FUNDS UP TO $250,000 AS NEEDED FROM THE COMMUNITY FOUNDATION OF WEST KENTUCKY ACCOUNT ESTABLISHED BY LANE PECK FOR THE NOBLE PARK PECK ADDITION PROJECT." This Ordinance is summarized as follows: this Ordinance authorizes and approves an agreement between the City of Paducah and Bacon Farmer and Workman Engineering & Testing, Inc., for professional services relating to Peck Memorial and Outdoor Learning Areas located within Noble Park in an amount of $36,320.00. Further this ordinance authorizes the Finance Director to withdraw funds in an amount up to $250,000 as needed from the Community Foundation of West Kentucky account which was established by Mr. Lane Peck for the purpose of funding the Noble Park Peck Addition project. COMMENTS CITY MANAGER COMMENTS City Manager Arndt shared that the Rotary Fitness Park will be opening this week. The employee October 23, 2018 sponsorship program that helps integrate new employees into the City's workforce is up and running. The Planning Department is updating their internal records and filing system in order to be more business friendly. The TIPS 411 is now up and running and the City will be using the software to notify the public of escapes in the community. An internal working committee has been formed to improve the workflow process for inspections and permitting. Department directors are working on budget issues related to the pension problem and will be bringing recommendations to the City Manager in December. The Property Valuation Administration made a statewide software change that did not format correctly with the City's system, but the problem has been successfully resolved thanks to the hard work of the Finance Department. The City Manager has been in discussions with the Housing Authority regarding moving Section 8 Housing from the City of Paducah to the Housing Authority. He is hopeful that there will be an agreement to bring forward to the Commission at a November Commission Meeting. The City Manager and Assistant City Manager Smolen are working with PED to create business retention visits as part of the Strategic Plan. The City Manager is working with the Assistant City Manager Smolen and Public Information Officer Spencer to create the City of Paducah's organizational values and mission statement. BOARD OF COMMISSIONERS COMMENTS Commissioner Holland informed the Commission that the reason there is a dip in the amount of boaters that visit the Transient Boat Dock in June and July is because insurance companies will not insure boaters below a certain latitude during certain times of the year due to the threat of hurricanes. PUBLIC COMMENTS Patti Jones made comments about drainage in and around the Sandpiper Circle area. Michael Swinford made comments about Veterans. ADJOURN Mayor Harless offered motion, seconded by Commissioner Holland, to adjourn the meeting. All in favor. Meeting ended at approximately 7:23 p.m. ADOPTED: November 13, 2018 Brandi Harless, Mayor ATTEST: Lindsay Parish, City Clerk November 13, 2018 Minute File 1. Certificate of Liability Insurance — Brookshire Concrete Construction Deed File: 1. Deed of Conveyance Studle & Associates/Wallace to COP — 1737 Martin Luther King Drive (MO #2179) 2. Deed of Conveyance Studle & Associates to COP — 1739, 1741 and 1743 Martin Luther King Drive (MO #2179) 3. C on.trnct File 1. Contract For Services — Sprocket Inc. (MO #2160) 2. Contract For Services — Midtown Alliance of Neighbors (MO 42176) 3. Interlocal Agreement — COF and McCracken County Fiscal Court — Edward Byrne Justice Assistance Grant (JAG) — (MO #2174) Financials File: 1. City of Paducah Police and Firefighters Pension Fund — valuation as of July 1, 2018 2. City of Paducah Police and Firefighters Pension Fund/City of Paducah Appointive Employees' Pension Fund — Actuarial Report June 30, 2018 Bids 1. Eight Police -rated SUV's — Linwood Motors Glenn's Freedom Dodge Paducah Ford Proposals 1. Proposal for Structural Engineering Services — 415 Park Street (Old Showroom Lounge) — Civil Design, Inc. (MO #2177) 2. Proposal for Market Study of a New Downtown Hotel in Paducah, KY — ConsultEcon, Inc. — (MO #2178) BOARDS and COMMISSIONS APPOINTMENTS and REAPPOINTMENTS FOR CITY COMMISSION CONFIRMATION V1 Appointment NAME: Reappointment Joint Appointment Christopher B. Jones Joint Reappointment NAME OF BOARD OR COMMISSION: Tree Advisory Board DATE TO BE PLACED ON AGENDA: November 13, 2018 EXPIRATION OF TERM DATE: APPOINTEE'S HOME ADDRESS: Street: 355 Woodcreek Blvd. City/Zip: Paducah, KY 42001 Phone: 270-564-1146 Email Address: cjones@raybiackson.com Appointee's Business Name: Ray Black 8t Son Address. 348 South 31 st Street City/Zip: Paducah, KY 42001 Phone: 270-443-3513 hank you Resigned erm Expired Other (explain) TO REPLACE ON BOARD: Joshua Tabor ADDRESS: City/Zip: Appointee Confirmation: Date: Board of Commission Approval: Original to: City Clerk CC: Chris Jones 11/6/2018 By: Jonathan Perkins BOARD CHAIRMAN: Jonathan Perkins City of Paducah Request for Appointment to Boards & Commissions Application If you are interested in serving on one of the City Boards or Commissions, please complete this form and questionnaire and return along with your resume or bio to: Lindsay Parish City Clerk's Office City of Paducah P.O. Box 2267 Paducah, KY 42002-2267 or e-mail to Lindsay Parish at 1parish@paducahky.gov Please Print Name (First) Christopher (Last) Jones Address 355 Woodcreek Blvd Mailing Address (if different) 348 S 31 st Street City Paducah Home Phone state KY Zip 42001 Cell Phone 270.564.1146 E-mail Address cjones@rayblackson.com Please list the Boards or Commissions you prefer to serve on. (see attached form for list). Ise Choice Tree Advisory Board 2nd Choice 3'd Choice Ray Black BUILDING WITH INTEGRITY SINCE 1925 Christopher B. Jones 348 South 31" Street, Paducah, KY 42001 270-443-3513 Phone 270-442-1023 Fax cionesprUblackson.com Education: University of Kentucky, Lexington, KY Bachelor of Architecture 2000 Experience: 2012 - Present Ray Black & Son, Inc., Paducah, KY Architect 2010 - 2012 Banwell Architects, Lebanon, NH Project Manager 2007-2009 Greenberg Associates Architects, Putney, VT Project Manager 2006 - 2007 Rockingham Certified Local Government, Rockingham, VT Historic Preservation Coordinator 2003-2006 Bergmark Guimond Hammerlund Jones Architects, Charlottetown, Prince Edward Island, Canada Architectural Intern 2002 - 2003 Hame Hardware, Strafford, Prince Edward Island, Canada Kitchen Designer 2000 - 2002 The Mason & Hanger Group, Inc., Lexington, KY Architectural Intern Affiliations: KentuckyAIANo. 7034 NCARB Certificate No. 93183 Professional Experience: Historic Preservation: The Coke Plant — Master Plan Socially Present Dry Ground Brewing Company First Presbyterian Church Renovations Sc Francis de Sales — Exterior Renovation Whitlow Roberts Houston & Straub — Office Renovation McMurray & Livingston — New Offices St. Paul Lutheran Church Renovations Grand Lodge on Fifth Renovations Market House Theatre — 208 Kentucky Avenue Building Stabilization River Discovery Center — Exterior Repairs Infill Housing for Paducah Renaissance Alliance QUESTIONNAIRE Please list education or training relevant to your choice(s): I have a degree in Architecture that included site planning. In my practice, issues around tree preservation are a common occurrence. Please list work experience relevant to your choice(s): Planning for PASAC campus in Paducah. Master Plan for First Presbyterian Church Paducah -in conjunction with a Landscape Architect. Please list community volunteer service relevant to your choice(s): As a boy scout I organized the planting of 50 trees in Lang (Circle) Park. 2. I would like to serve in the indicated positions(s) because: My family has a combined 50 year history of serving on the City Beautification Board and the Tree Advisory Board. I'm currently on the HARC Board and tree issues come before the board. 3. The following references may be contacted: Name: Crystal Sanders Address: 4235 Schneidman Rd, Paducah, KY 42001 Name: Fowler Black Address: 100 Ridgewood Ave, Paducah, KY 42001 270.994.8414 PhnnP• 270.559.6313 4. Are you a resident of Paducah, KY? 1-1 Yes 7 N 5. Are you a resident of McCracken County, KY? FZ1Yes E]No 6. Please submit a resume and/or brief autobiography. I understand the role and responsibility of membership on these Boards or Commissions and I am willing to serve. In applying for appointment, I understand that the Mayor, Commissioners, board members and the Clerk's Office may contact me and/or the references above through the contact information listed. chdso9herdonaa m„o,,,a,,,,,,,,,a, o-�,�.,,,.,a..P=�==^�a=<•<• 6November 2018 Signature Date Please return application to: Lindsay Parish City Clerk's Office PO Box 2267 Paducah, KY 42002 Your application will be kept on file for three years. Thank you for applying. Paducah Boards & Commissions 1. Paducah Airport Corporation 2. Board of Adjustment 3. Board of Assessment Appeals 4. Board of Ethics 5. Brooks Stadium Commission 6. Civic Beautification Board 7. Board of Civil Service Commission 8. Commissioners of Water Works 9. Electric Plant Board 10. Building Code & Electrical Appeals Board 11. Forest Hills Village, Inc. 12. Historical & Architectural Review Commission 13. Municipal Housing Commission 14. Paducah Junior College Board of Trustees 15. Paducah Golf Commission 16. Paducah Human Rights Commission 17. Paducah -McCracken County Convention and Visitors Bureau 18. Paducah -McCracken County Convention Center Corporation 19. Paducah -McCracken County Riverport Authority 20. Paducah -McCracken County Senior Citizens, Inc. 21. Paducah Planning Commission 22. Paducah Area Transit Authority 23. Paducah Main Street Board 24. Urban Renewal & Community Development Agency 25. Paducah McCracken Co. Telecommunication & Information Authority 26. Paducah -McCracken Co. Industrial Development Authority 27. Paducah -McCracken County Joint Sewer Agency 28. Historic Property Redevelopment Committee 29. Code Enforcement Board 30. Tree Advisory Board 31. Paducah Riverfront Development Authority CITY OF PADUCAH PERSONNEL ACTIONS November 13, 2018 gmvRc' ° ar igggg�Px PI WEWAHIRE IIAT LiME'�Fllt' y IN' NCS .E ': s.—N. �:,:n:�_.::...,. :.:z,° .' , uh f rffi 3F,w, tY .Pi r..,..,a. ti..a...,F�...2�,"."N�i i+ E +�T:... .............._._ _.:s:o o..,.. � u,.af ..,. EPW - STREET POSITION RATE NCS/CS FLSA EFFECTIVE DATE Accountant Stubblefield, Adrian D. ROW Maintenance person $16.69/Hr. NCS Non -Ex November 8, 2018 EMERGENCY COMMUNICATION SRVCS Herndon, Audra J. Comptroller Abbott, Hannah M. Telecommunicator $13.71/Hr. NCS Non -Ex December 20, 2018 Duke, Ryan B. Telecommunicator $13.71/Hr. NCS Non -Ex December 20, 2018 Larimer, Anna -Rebecca Telecommunicator $13.71/Hr. NCS6�, Non -Ex December 20, 2018 s r 1rlo�ltloaN­n�r��Afi7251CfAb T1 ENT81fi�TCSFER$7PR(Ylvi(S�OfJ19fv1PORX€Sl (NEIN �ih9��33 _a REASON EFFECTIVE DATE Zidar, Michael S. Crime Analyst II PREVIOUS POSITION CURRENT POSITION NCS/CS FLSA EFFECTIVE DATE AND BASE RATE OF PAY AND BASE RATE OF PAY FIRE - SUPPRESSION Hatton, Michael VV. Acting Assistant Fire Chief #3 Fire Captain NCS Non -Ex September 27, 2018 $18.34/Hr. $18.29/Hr. Harris,. Daniel W. Firefighter/Relief Driver Acting Fire Lieutenant NCS Non -Ex October 2, 2018 $15.72/Hr. $17.18/Hr. Harris, Daniel W. Acting Fire Lieutenant Firefighter/Relief Driver NCS Non -Ex November 4, 2018 $17.18/Hr. $15.72/Hr. Hines, Ronnie L. Acting Fire Captain Fire Lieutenant NCS Non -Ex October 27, 2018 $18.20/Hr. $17.06/Hr. Gray, Justin J. Acting Fire Lieutenant Firefighter/Relief Driver NCS Non -Ex October 27, 2018 $16.85/Hr. $15.60/Hr. HUMAN RESOURCES Stray, Jemekka C. HR Generalist HR Generalist NCS Exempt November 22, 2018 $18.21/Hr. $18.86/Hr. Culkin, Chanlor S. HR Generalist HR Generalist NCS Exempt November 22, 2018 $17.64/Hr. $18.29/Hr. FINANCE Rushing, Heather M. Accountant Accountant NCS Exempt November 22, 2018 $21.65/Hr. $22.73/Hr. Young, Stacee A. Accountant Accountant NCS Exempt November 22, 2018 $21.72/Hr. $22.81/Hr. Herndon, Audra J. Comptroller Comptroller NCS Exempt November 22, 2018 $38.76/Hr. $39.92/Hr. qq4Ni �yail: I .� i l i 9.i3ll °�{u� {p�jli i P.M , 1 1I�6.o�PE1MiNTItYNSUCL IMfCf 1T��HI��E a ��E!�s1 a3 ! POLICE SUPPORT SERVICES POSITION REASON EFFECTIVE DATE Zidar, Michael S. Crime Analyst II Resignation November 30, 2018 POLICE OPERATIONS Tolliver, John R. Police Officer Declined to renew contract November 7, 2018 � n I�• .. I �,— .{.. W..� i-.... A.ma '-s—:'"F?°? .: `,�`3:�m I� 3„� �.. IiRR�,k �' N . Irx:rs;=�a: sl: 313dar!°s3m°v`:�,m: :,,�:1?rTI �,..EW,.,,�I161'ERiy`irJA'fIONu%C°RT'sFIMFt'iZP`l'+1iaTtEN�"kAR�YIB�'ASQN,A GIIu,�S$I�,:.,tml�itam..�::;:�,..?'�;;:�9.,�.r_ PARKS SERVICES POSITION REASON EFFECTIVE DATE Drew, Rodney L. Sports Official Resignation October 15, 2018 IS ]\ 6VA WQ AD 11 'A \ • A MUNICIPAL ORDER ACCEPTING THE BID OF PADUCAH FORD FOR SALE TO THE CITY OF EIGHT (8) POLICE PURSUIT RATED SUV' S IN AN AMOUNT OF $330,168 WITH OPTION TO PURCHASE TWO (2) ADDITIONAL SUV'S AT THE UNIT BID PRICE BEFORE JUNE 30, 2019, FOR USE BY THE PADUCAH POLICE DEPARTMENT AND AUTHORIZING THE MAYOR TO EXECUTE A CONTRACT FOR SAME BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. The City of Paducah accepts the bid of Paducah Ford for eight (8) Police Pursuit Rated SUV's at a unit price of $41,271.00, for a total price of $330,168.00, with the option of purchasing two (2) additional Police Pursuit Rated SUV's at the unit bid price as needed before June 30, 2019, for use by the Paducah Police Department, said bid being in substantial compliance with bid specifications, and as contained in the bid of Paducah Ford of September 20, 2018. SECTION 2. The Mayor is hereby authorized to execute a contract with Paducah Ford for the purchase of eight (8) Police Pursuit Rated SUV's, authorized in Section 1 above, with the option of purchasing two (2) additional Police Pursuit Rated SUV's at the unit bid price as needed before June 30, 2019, according to the specifications, bid proposal and all contract documents heretofore approved and incorporated in the bid. SECTION 3. These purchases shall be charged to Fleet Lease Trust Fund — Rolling StockNehicles Account No. 71000210-540050. SECTION 4. This Order shall be in full force and effect from and after the date of its adoption. Brandi Harless, Mayor ATTEST: Lindsay Parish, City Clerk Adopted by the Board of Commissioners, November 13, 2018 Recorded by Lindsay Parish, City Clerk, November 13, 2018 MO\police SUV's 11-2018 00310 BID PROPOSAL PAGE 1 OF 3 CITY OF PADUCAH, KENTUCKY ENGINEERING -PUBLIC WORKS DEPARTMENT BID PROPOSAL for EIGHT (8) POLICE PURSUIT RATED SUV'S for use by the PADUCAH POLICE DEPARTMENT Proposal of J-" in 4-® n L1 C (hereinafter called Bidder), organized and existing under the laws of �NC1Kr 4C,k_L (state) and doing business as Cv�"n rk,C St F ne, r. , t'� Ci7J' Sl *,as applicable to the City of Paducah, Kentucky (hereinafter referred to as Owner.) 'Insert "A Corporation" A Partnership" or An Individual" In compliance with your Invitation for Bid, Bidder hereby proposes to furnish all the necessary labor, material, equipment, tools and services necessary for the purchase and delivery of Eight (8) Police Pursuit Rated SUV's for use by the Paducah Police Department in accordance with the specifications and other contract documents prepared by the City Engineering -Public Works Department, at the prices stated below. By submission of this Bid, each Bidder certifies that this Bid has been arrived at independent, without consultation, communication or agreement as to any matter relating to this Bid with any other Bidder or with any other competitor. In case of a discrepancy in the extension of a bid price, the unit price shall govern over the total price for all items. Bidder has submitted with this Bid Proposal the required signed and notarized Certifications as required by the laws of the Commonwealth of Kentucky. Failure of the Bidder to comply with these provisions will make the Bid Non -Responsive and shall result in disqualification of the submitted Bid Proposal. If Notice of the Award is given to the Bidder within Sixty (60) days after the time of receipt of Bids, the Bidder agrees to execute and deliver a Contract Agreement in the prescribed form within ten (10) days after the Contract is presented for signature. Subsequent to the execution of the Contract, Bidder hereby agrees to commence Work and to deliver the vehicles as specified within the contract documents. Prior to commencing Work, the successful Bidder shall furnish the Owner with a Certificate of Insurance showing that the required insurance as set forth in the specifications is in force. In submitting this Bid, it is understood that the right is reserved by the Owner to reject any and all Bids in accordance with the City of Paducah's Code of Ordinances and the Specifications. Additionally, any Award may be made to the lowest Bidder for all items, groups of items, or on an individual item basis, whichever is deemed to be in the best interest of the City. ADDENDUM The Bidder hereby acknowledges receipt of the following Addenda, if any, and is fully aware of the implications of the addendums on the Bid: Addendum No(s) Dated 00310 BID PROPOSAL PAGE 2 OF 3 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL AMOUNT 1 Police Vehicles in accordance with g Each $ b3,3o S' $ 30(® the Specifications 3. All individual items marked by a "NO" on the "Compliance with Technical Specifications" form shall indicate the exception on a separate attached sheet. In the event the City may need to purchase additional specifications. The manufacturer's specifications shall include information regarding vehicles prior to June 30, 2019, will the Bidder allow the \ y 2 purchase of Two Additional Police Vehicles in accordance YES NO with the Specifications at the Proposed Unit Price provided ;4� Cad herein? I ;J J Proposed Body Manufacturer, Model and Year: ?T V ` A -A PA. mz�-o No Proposed Delivery Time (days): 0 / pp � de_�,�3 S Location of the full service maintenance facility: n W 00 d "111 ,trf©ts:.S ?-6ehAcau GRADING CRITERIA The Bidder is aware that the Owner will evaluate the Bids submitted based on the Criteria listed on the "Owner Evaluation Form - Section 00330" as included within the Specifications. ATTACHEMENTS TO THE BID PROPOSAL REQUIRED: Failure of the Bidder to submit the following documents with the Bid Proposal will make the Bid Non -Responsive and shall result In disqualification of the submitted Bid Proposal. INCLUDED ITEM v 1. Bidder's Certification Section 00320, signed and notarized. 2. "Compliance with Technical Specifications" form. Bidder shall indicate compliance by checking "YES" or "NO" adjacent to each individual item. A "YES" indicates full compliance with the specification and a "NO" indicates an exception and/or variation to the specification. 3. All individual items marked by a "NO" on the "Compliance with Technical Specifications" form shall indicate the exception on a separate attached sheet. 4. One Copy of Full.Manufacturer Specifications and Warranty information, including a detailed description of the equipment proposed and the conformance to the Owner's specifications. The manufacturer's specifications shall include information regarding size, type model and make of all component parts and equipment. 00310 BID PROPOSAL PAGE 3 OF 3 PREFERENCE TO KENTUCKY BIDDERS In accordance with KRS 45A.365, prior to a contract being awarded, a resident bidder of the Commonwealth shall be given a preference against a non-resident bidder registered in any state that gives or requires a preference to bidders from that state. The preference shall be equal to the preference given or required by the state of the non-resident bidder. Bidder is a resident of the following state: Kew i (AC k c If Bidder is a non-resident of the Commonwealth of Kentucky, indicate if any preference is given by the resident's state: BID DOCUMENTS: Bid Documents shall be enclosed in an envelope clearly labeled with the words 'Bid Documents, Name of Project, Name of Bidder, and Date and Time of Bid Opening," in order to guard against premature opening of the bid. Bids received late will be disqualified and returned to the sender unopened. The Bidder herein certifies that all specifications have been reviewed and that any variations to the said specifications, including exceptions to or enhancements to same, are clearly indicated as an attachment to this bid. THE ABOVE PROPOSAL IS HEREBY RESPECTFULLY SUBMITTED BY: BIDDER: BY:-T'i rr.. �'A(�i �? DATE: / /R TITLE: .Keft PH0NE:ZA ) d 6.8 , moo a FAX: IS q 1201 - 1-fs 3 CELL PHONE: ►' -q `3571 - Al_ E-MAIL: °', %,dQ i2i ,I� 000.1,lot , r tip FEDERAL TAXPAYER IDENTIFICATION NUMBER:L-s '� I ► KENTUCKY TAXPAYER IDENTIFICATION NUMBER: 3 t/ 7 toa�f CITY OF PADUCAH BUSINESS LICENSE NUMBER: N 1 A 00320 CERTIFICATIONS PAGE 1 OF 2 CITY OF PADUCAH, KENTUCKY BIDDER'S REQUIRED CERTIFICATIONS The Bidder is hereby given notice that in accordance with the statutes of the Commonwealth of Kentucky, the Bidder is required to submit the following Certifications with the Bid Proposal. Failure to comply with this requirement will make the Bid Non -Responsive and shall result in disqualification of the submitted Bid Proposal. NON -COLLUSION The affiant does solemnly swear, under penalty of perjury under the Laws of the United States, that I, the undersigned Bidder, and/or any agents, officers, employees and/or subcontractors employed, or that may be employed for any activity covered by the above Project have not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with this Bid Proposal. 2. WORKERS' COMPENSATION AFFIDAVIT The affiant does solemnly swear, under penalty of perjury pursuant to KRS 198B.060(10), that I, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project shall be in full compliance with Kentucky's requirements for Workers' Compensation Insurance according to KRS 342, and Unemployment Insurance according to KRS Chapter 341. The affiant acknowledges that failure on the affiants part to comply with the foregoing assurances can result in a fine not to exceed four thousand dollars ($4,000.00) or an amount equal to the sum of all uninsured and unsatisfied claims that might be prosecuted under the provisions of KRS 342 or unemployment insurance claims that might be prosecuted under the provisions of KRS 341, whichever is greater. 3. CAMPAIGN FINANCE LAWS The affiant does solemnly swear, under penalty of perjury, that in accordance with KRS 45A.395, that I, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project have not knowingly violated any provisions of the Campaign Finance Laws of the Commonwealth of Kentucky; and that the award of a Contract to the Bidder or the entity in which he/she represents will not violate any provisions of the Campalgn Finance Laws of the Commonwealth. This information provided by the Bidder will be considered confidential and exempt from the Kentucky Open Records Law. 4. KRS 45A.343 The affiant does solemnly swear, under penalty of perjury, that I, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project are fully aware of the requirements and penalties outlined in KRS 45A.343 requiring the following: (a) the Contractor and all Subcontractors performing the work under the Contract to reveal any final determination of a violation within the previous five (5) year period pursuant to KRS Chapters 136, 139, 141, 337, 338, 341, and 342 that apply to the Contractor or Subcontractor; and that (b) the Contractor and all Subcontractors performing the work under the Contract to be in continuous compliance with the provisions of KRS Chapters 136, 139, 141, 337, 338, 341, and 342 that apply to the Contractor or Subcontractor for the duration of the Contractor. Failure to reveal a final determination of a violation or to comply with the statutes for the duration of the contract shall be grounds for cancellation of the contract and disqualification of the eligibility for future contracts for a period of two (2) years 00320 CERTIFICATIONS PAGE 2 OF 2 5. KY DEPT OF REVENUE The affiant does solemnly swear, under penalty of perjury, that in accordance with KRS 45A.395, that I, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project are duly registered with the Kentucky Department of Revenue to collect and remit the sales and use tax imposed by KRS Chapter 139, and will remain registered for the duration of any contract awarded. TAXES AND FEES The affiant does solemnly swear, under penalty of perjury, that in accordance with KRS 45A.395, that I, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project are not delinquent on any State, City or County taxes or fees owed to the Commonwealth of Kentucky, The City of Paducah, or any other governmental agency and will remain in good standing for the duration of any contract awarded. Therefore, as a duly authorized representative for the Bidder, I have fully informed myself regarding the accuracy of all statements made in this affidavit, and acknowledge the City of Paducah, Kentucky is reasonably relying upon these statements in making a decision for contract award and any failure to accurately disclose such information may result in contract termination, repayment of funds, and other available remedies under law. Signa re' � Printed Name: _,—I--, me— Title: -� c r= .� X A 15 r-- Company:9"-en=,1 - F-fbr"' "1-0nei4e. Date: C1 1A ! 1g STATE OF 1L�J COUNTYOF The foregoing instrument was sworn to and acknowledged before me this S day of � , 2018, by a, m .5 u w t` i -e-- G,,r+ Pteer� !W"r (title) of Oelkkn� PZ(ee-a6M DcAC-L-0 ►x1� Lame of Company). My commission expires: LINDA L. ESTERS NOTARY PUBLIC State at D# 591052ntucky Notary ublic, State at Large My Commission Expires 11/29/21 SEAL 02200 Vehicle Page 1 of 2 POLICE PURSUIT RATED SUV TECHNICAL SPECIFICATIONS and Compliance with Technical Specifications Form The Bidder is required to accurately and fully complete this "Compliance with Technical Specifications" form and submit with the Bid Proposal. Bidder shall indicate compliance with each Technical Item by marking "YES" or "NO" with a check mark to indicate if the item being bid is exactly as specified. If the item is not being bid as exactly specified, the "NO" column must be checked and a detailed description of the deviation shall be listed on a separate attached sheet. Failure to accurately complete and submit the "Compliance with Technical Specifications" form, along with any and all deviations, shall be grounds for rejection of the bid. If no exceptions or deviations are shown, the bidder shall be required to furnish the material exactly as specified. The burden of proof for compliance with this specification shall be the responsibility of the bidder. SUBMITTED BY: (Bidder) Eight (8) New Police Pursuit Rated SUV with Factory Police Package SPECIFICATIONS YES NO 1: Shall Be V-6 no less than 300hp 2: Pursuit Rated _ 3; Automatic Transmission --5: Certified Speedometer X -6: Front Bucket Seats - Cloth .. Floor Cover .. No Carpet........_........................................................................................................................... i _ .... Full Size Spare.............-................................................. .................................................. , _ ---9: Electric Windows and Door Locks -„11. Shall Be All -Wheel Drive ..... 12. HandsFree Calling (Bluetooth) �( 13.....Tilt... Steering .....................................................................................................-........................................................... X 14. Back -Up Camera- - - ....................... 15. Key Fob Feature w/ 4 sets of keys . ............................ --„ ........... 16. Cruise Control 17. Back -Up Sensor........................................................ SPECIFICATIONS PAGE 2 Eight (8) Vehicles to be Equipped with the following: YES NO Gamber Johnson Mission Control System Console with Cup Holder Specific to 1. Vehicle 2. Wig -Wag -Headlamps or Mounted in Headlamp to Simulate Wig -Wad , _ CX ....................................... ...... .3,:_ -Flashing-Back-up_Lamps Mounted in the Rear White Reverse Lens ..............................................................................................I.................. 4.-. 100 Watt Siren SQeaker,Mounted Behind Grille Whalen Siren Model 2955LSA6 mounted in Console with switch operation given -5. after bid award ................................................................................................................................................................................................... -..6..-_-Radio Wiring and Antenna ran to Console, Antenna Mounted on Roof rear 'C 7._ 12V Power & Ground Wiring with 43) 12V Accessory Outlets.Mounted in Console k Charge Guard Auto Shutoff Timer Mounted in Console with All Upfitter Installed -8 ..._.._. Equipment Powered by Charge Guard ........... }� ............................................................................. Gamber-Johnson Model 7160-0250 Computer Cradle mounted on Gamber i< -9. Johnson Mongoose 9° Iockin� slide arm (Item# 7160-0220 _...............-......... ...... 10. .........- .............._.......................................................... Sound -off Signal Intersector Lights (white/clear) shall be mounted on Door Mirrors ................._......................................................... .................................... : ............................ ................................................ Whelen Edge (Front)-XLP2-piece LED with Takedowns mounted top Interior windshield, Red on Driver side and Blue on Passenger side 11.41X34UFZRRRRTTB86)..- ....................................................... Whalen Edge (Rear) -RTX Series Rear Facing Super -LED with Traffic Advisor mounted top interior rear lift gate glass, Red on Driver side and Blue on 12. Passenger,Side(ISTRAYSRRRRBBBB?.............................................................................. ........... ................. Whalen ION Wide Angle Series Super -LED Universal Light -mounted on the interior of the rear cargo area, and facing out each of the rear side cargo windows, with Blue (TL1 B) on the Left and Right sides, mounted on Bottom of 13. glass ----------------------------------------------------------------------------------------- Eight (8) Vehicles to be Equipped with the following extras for Patrol YES ` 1. .................... S otli ht Mounted in Left A -Pillar P.......9...... ....... -.............................................................................................................................................................. 2. White..Exterior..Color ...........................or......or........................................_..................................................................................................... .3a. Black Steel Wheel w..Chrome Center Car) ..................................................................I............................ Whalen ION Wide Angle Series Super -LED Universal Light -mounted on the interior of the rear passenger area, and facing out each of the rear side passenger windows, with Blue (TL1 B) in front and Red (TL1 R) in rear on the Left ....4, and Right sides: mounted on Bottom of $lass--------------------------- Whelen Tracer Red, Blue 60" LED Rocker Panel Lights. Dual Color Capability -5. mounted on the Right side, lower rocker panel on_the pinch weld area ......................................................................................... it Pro -Guard Pro -cel Prisoner Transport System (P1000) specific to vehicle _ _6in.st.a.11ed.n e.ar. ......................................................,, ..................................................................................................................... L-3 Mobile Vision Camera System to be Installed by Vendor (Camera System will 7. be fumished by CitX.of,Ph)aduca.................................................................................................................. 8. Rear Door Locks, Windows and Inside Door Handle inoperable from rear seat yC 9. Pro Guard Pro -Cell mount Gun Rack S2 -6300D) specific to vehicle_________________ Gamber Johnson MCS External Brother Printer Mount Armrest (Item# 7160- »..10. 3 040------------------------ ------------------------------------------------------------------ X 02200 Vehide Page 2 of 2 FCA Fleet Powertrain Care 5 Year / 100,000 Mile Limited Warranty Extension ($0 Deductible) THIS LIMITED WARRANTY IS PROVIDED TO OWNERS of a 2016 Transmission: Transmission Case and all Internal Parts; Torque through 2019 Model Year Chrysler, Dodge, Jeep and Ram vehicles Converter; Drive/Flex Plate; Transmission Range Switch; Speed (excluding vehicles equipped with diesel engines) who purchased it Sensors; Pressure Sensors; Transmission Control Module; Bell through FCA US LLC specifically for Fleet Government Bid/Leases Housing; Oil Pan; Seals and Gaskets for listed components only. and Fleet Commercial/ Lease orders only. NOTE: MANUAL TRANSMISSION CLUTCH PARTS ARE NOT COVERED AT ANY TIME. YOUR LEGAL RIGHTS UNDER THIS LIMITED WARRANTY This warranty is the express warranty FCA US LLC ("FCA") makes for your vehicle. This warranty gives you specific legal rights. You may also have other rights that vary from state to state. For example, you may have some implied warranties, depending on the state where your vehicle was sold or is registered. These implied warranties are limited, to the extent allowed by law, to the time periods covered by this express written warranty. If you use your vehicle primarily for business or commercial purposes, then these implied warranties do not apply and FCA completely disclaims them to the extent allowed by law. And the implied warranty of fitness for a particular purpose does not apply if your vehicle is used for racing, even if the vehicle is equipped for racing. Some states do not allow limitations on how long an implied warranty lasts, so the above limitations may not apply to you. Incidental and Consequential Damages Not Covered Your warranty does not cover any incidental or consequential damages connected with your vehicle's failure, either while under warranty or afterward. Examples of such damages include: (a) lost time; (b) inconvenience; (c) the loss of the use of your vehicle; (d) the cost of rental vehicles, gasoline, telephone, travel, or lodging; (e) the loss of personal or commercial property; and (f) the loss of revenue. Some states don't allow incidental or consequential damages to be excluded or limited, so this exclusion may not apply to you. Persons to Whom the Limited Warranty is Offered This Limited Warranty is provided to owners of a 2016 through 2019 Model Year Chrysler, Dodge, Jeep and Ram vehicles (excluding vehicles equipped with diesel engines) who purchased it through FCA US LLC specifically for Fleet Government Bid/Leases and Fleet Commercial/ Lease orders only. What This Limited Warranty Extension Covers This Powertrain Limited Warranty is a part of your New Vehicle Limited Warranty. It extends the 5 year or 60,000 mile powertrain limited warranty on mechanical components of the vehicle to 5 years from the in service date of the vehicle or 100,000 miles on the odometer, whichever comes first. It covers the cost of all parts and labor needed to repair a powertrain component listed below that is defective in workmanship and materials Please keep this letter in your glove box along with your vehicle's other warranty information for future reference if necessary. All the other terms and conditions and the 'What's Not Covered" items of your warranty remain the same as stated in your Warranty Information book. Parts Covered The Powertrain Limited Warranty covers these parts and components of your vehicle's powertrain supplied by FCA US LLC Gasoline Engine: Cylinder Block and all Internal Parts; Cylinder Head Assemblies; Timing Case, Timing Chain, Timing Belt, Gears and Sprockets; Vibration Damper; Oil Pump, Water Pump and Housing; Intake and Exhaust Manifolds; Flywheel with Starter Ring Gear; Core Plugs; Valve Covers; Oil Pan; Turbocharger Housing and Internal Parts; Turbocharger Wastegate Actuator; Supercharger; Serpentine Belt Tensioner; Seals and Gaskets for listed components only. Front Wheel Drive: Transaxle Case and all Internal Parts; Axle Shaft Assemblies; Constant Velocity Joints and Boots; Differential Cover; Oil Pan; Transaxle Speed Sensors; Transaxle Solenoid Assembly; PRNDL Position Switch; Transaxle Electronic Controller; Torque Converter; Seals and Gaskets for listed components only. NOTE: MANUAL TRANSMISSION CLUTCH PARTS ARE NOT COVERED AT ANY TIME. All -Wheel Drive (AWD): Power Transfer Unit and all Internal Parts; Viscous Coupler; Axle Housing and all Internal Parts; Constant Velocity Joints and Boots; Drive Shaft and Axle Shaft Assemblies; Differential Carrier Assembly and all Internal Parts; Output Ball Bearing; Output Flange; End Cover; Overrunning Clutch; Vacuum Motor; Torque Tube; Pinion Spacer and Shim; Seals and Gaskets for listed components only. Rear Wheel Drive: Rear Axle Housing and all Internal Parts; Axle Shafts; Axle Shaft Bearings; Drive Shaft Assemblies; Drive Shaft Center Bearings; Universal Joints and Yokes; Seals and Gaskets for listed components only. Four -Wheel Drive (4x4): Transfer Case and all Internal Parts; transfer case control module and shift mode motor assembly Axle Housing and all Internal Parts; Axles Shafts; Axle Shaft Bearings; Drive Shafts Assemblies (Front and Rear); Drive Shaft Center Bearings; Universal Joints and Yokes; Disconnect Housing Assembly; Seals and Gaskets for the listed components only. HOW TO GET WARRANTY SERVICE Where to Take Your Vehicle In the United States (We Include U.S. Possessions and Territories as Part of the United States for Warranty Purposes): Warranty service must be done by an authorized Chrysler, Dodge, Jeep or Ram dealer. We strongly recommend that you take your vehicle to your Selling Dealer. They know you and your vehicle best, and are most concerned that you get prompt and high quality service. If you move within the United States, warranty service maybe requested from any authorized Chrysler, Dodge, Jeep or Ram dealer. In Canada and Mexico: If you are traveling temporarily in Canada or Mexico, and your vehicle remains registered in the United States, your FCA US warranty still applies. Service may be requested at any authorized Chrysler, Dodge, Jeep or Ram dealership. WHAT IS NOT COVERED UNDER THIS FCA US LLC LIMITED WARRANTY Some Modifications Don't Void the Warranty But Aren't Covered Certain changes that you might make to your vehicle do not, by themselves, void this warranty Examples of some of these changes are: (a) installing non -FCA US LLC ("FCA") parts, components, or equipment (such as a non -FCA radio or speed control); and (b)using special non -FCA materials or additives. But your warranty does not cover any part that was not on your vehicle when it left the manufacturing plant or is not certified for use on your vehicle. Nor does it cover the costs of any repairs or adjustments that might be caused or needed because of the installation or use of non - FCA parts, components, equipment, materials, or additives. Performance or racing parts are considered to be non -FCA parts. Repairs or adjustments caused by their use are not covered under your warranty. Examples of the types of alterations not covered are: (a) installing accessories - except for genuine FCA / MOPAR accessories installed by an authorized Chrysler, Dodge, Jeep or Ram dealer; (b) Page 1 of 2 rev 05/18 FCA Fleet Powertrain Care 5 Year / 100,000 Mile Limited Warranty Extension ($0 Deductible) applying rustproofing or other protection products; (c) changing the Restricted Warranty vehicle's configuration or dimensions, such as converting the vehicle Your warranty can also be restricted by FCA. FCA may restrict the into a limousine or food service vehicle; or (d) using any refrigerant that warranty on your vehicle if the vehicle is not properly maintained, or if FCA has not approved. the vehicle is abused or neglected, and the abuse or neglect interferes with the proper functioning of the vehicle. If the warranty is restricted, Environmental Factors Not Covered Your warranty does not cover damage caused by environmental factors such as airborne fallout, bird droppings, insect damage, chemicals, tree sap, salt, ocean spray, acid rain, and road hazards. Nor does your warranty cover damage caused by hailstorms, windstorms, tornadoes, sandstorms, lightning, floods, and earthquakes. Your warranty does not cover conditions resulting from anything impacting the vehicle. This includes cracks and chips in glass, scratches and chips in painted surfaces, or damage from collision. Maintenance Costs Not Covered Your warranty does not cover the costs of repairing damage caused by poor or improper maintenance. Nor does it cover damage caused by the use of contaminated fuels, or by the use of fuels, oils, lubricants, cleaners or fluids other than those recommended in your Owner's Manual. The warranty does not cover the costs of your vehicle's normal or scheduled maintenance - the parts and services that all vehicles routinely need. Some of these parts and services, which your warranty does cover, include: (a lubrication; (b engine tune-ups; (c) replacing filters, coolant, spark p us, bulbs, or fuses (unless those costs result from a covered repair); (d) cleaning and polishing; and (e) replacing worn wiper blades, worn brake pads and linings, or clutch linings. Racing Not Covered Your warranty does not cover the costs of repairing damage or conditions caused by racing, nor does it cover the repair of any defects that are found as the result of participating in a racing event. Certain Kinds of Corrosion Not Covered Your warranty does not cover the following: (a) corrosion caused by accident, damage, abuse, or vehicle alteration; (b) surface corrosion caused by such things as industrial fallout, sand, salt, hail, ocean spray, and stones; (c) corrosion caused by the extensive or abnormal transport of caustic materials like chemicals, acids, and fertilizers; and (d) corrosion of special bodies, body conversions, or equipment that was not on your vehicle when it left the manufacturing plant or was not supplied by FCA. Other Exclusions Your warranty does not cover the costs of repairing damage or conditions caused by any of the following: (a) fire or accident; (b) abuse or negligence; (c) misuse - for example, driving over curbs or overloading; (d) tampering with the emission systems, or with a part that could affect the emission systems; (e) use of used parts, even if they were originally supplied by FCA (however, authorized FCA / MOPAR remanufactured parts are covered); (f) windshield or rear window damage from external objects; (g) any changes made to your vehicle that don't comply with Chrysler; or (h) using any fluid that doesn't meet the minimum recommendations in your Owner's Manual. Total Loss, Salvage, Junk, or Scrap Vehicles Not Covered A vehicle has no warranty coverage of any kind if: (a) the vehicle is declared to be a total loss by an insurance company; (b) the vehicle is rebuilt after being declared to be a total loss by an insurance company; or (c) the vehicle is issued a certificate of title indicating that it is designate as "salvage," "junk," "rebuilt," "scrap," or some similar word. FCA will deny warranty coverage without notice if it learns that a vehicle is ineligible for coverage for any of these reasons. coverage may be denied or subject to approval by FCA before covered repairs are performed. Registration and Operation Requirements This Limited Warranty covers your vehicle only if: (a) it is registered in the U.S.; (b) it is driven mainly in the U.S. or Canada, and (c) it is operated and maintained in the manner described in your Owner's Manual. There is no Limited Warranty coverage on your Vehicle if it is sold, registered or operated, other than temporarily, by you, outside of the United States (including the 50 states, the District of Columbia, Puerto Rico, or Guam). Other Terms of These Limited Warranties Punitive, exemplary or multiple damages may not be recovered unless applicable state or local law prohibits this disclaimer. No person, including FCA US LLC employees or dealers, may modify or waive any part of this Limited Warranty. General Information It's your responsibility to properly maintain and operate your new vehicle. Follow the instructions contained in the General and Scheduled Maintenance Service guidelines in your Owner's Manual. Regular, scheduled maintenance is essential to trouble-free operation. If there is a dispute between you and FCA US concerning your maintenance of your vehicle, FCA US will require you to provide proof that your vehicle was properly maintained. Page 2 of 2 rev 05/18 GLENN'S FREEDOM DODGE CHRYSLER JEE 1560 E NEW CIRCLE RD Configuration Preview LEXINGTON, KY 405091022 Date Printed: 2018-09-13 1:00 PM VIN: Quantity: 1 Estimated Ship Date: VON: Status: BA - Pending order FAN 1: 48939 COMMONWEALTH OF KENTUCKY FAN 2: Client Code: Bid Number: TB9144 Sold to: Ship to: PO Number: GLENN'S FREEDOM DODGE CHRYSLER GLENN'S FREEDOM DODGE CHRYSLER JEEP RAM (60584) JEEP RAM (60584) 1560 E NEW CIRCLE RD 1560 E NEW CIRCLE RD LEXINGTON, KY 405091022 LEXINGTON, KY 405091022 Vehicle: 2019 (WDEE75) Sales Code Description MSRP(USD) Model: WDEE75 34,370 Package: 213Z 0 ERC 3.6L V6 24V VVT Engine Upg I WESS 0 DFT 8-Spd Auto 850RE Trans (Make) 0 PainVSeat/Trim: PW7 White Knuckle Clear Coat 0 APA Monotone Paint 0 *H7 Cloth Low -Back Bucket Seats 0 -X9 Black 0 Options: 4DH Prepaid Holdback 0 4ES Delivery Allowance Credit 0 MAF Fleet Purchase Incentive 0 5N6 Easy Order 0 4FM Fleet Option Editor 0 4FT Fleet Sales Order 0 142 Zone 42 -Detroit 0 4EA Sold Vehicle 0 Non Equipment: 4FA Special Bid -Ineligible For Incentive 0 Bid Number: TB9144 Government Incentives 0 Discounts: YG1 7.5 Additional Gallons of Gas 0 Destination Fees: 1,395 Total Price: 'Ali Mr. Order Type: Fleet PSP MonthMeek: Scheduling Priority: 1 -Sold Order Build Priority: 99 Customer Name: Customer Address: USA Instructions: Note: This is not an Invoice. The prices and equipment shown on this priced order confirmation are tentative and subject to change or correction without prior notice. No claims against the content listed or prices quoted will be accepted. Refer to the vehicle invoice for final vehicle content and pricing. Orders are accepted only when the vehicle is shipped by the factory. Page 1 of 1 Code Z" Description C1A #1 Seat Foam Cushion JJ3 118 MPH Maximum Speed Calibration JKP 12V Auxiliary Power Outlet JCF 140 MPH Primary Cert. Speedometer wP1 18X8.0 Painted Aluminum Wheels DJC 195MM Front Axle DRH 195MM Rear Axle XCH 2 Additional Key Fobs BAJ 220 Amp Alternator NF4 24.6 Gallon Fuel Tank CFN 2nd Row 60/40 Folding Seat DLK 3.45 Rear Axle Ratio ERC 3.6L V6 24V WT Engine Upg I MESS BR8 4 -Wheel Disc Heavy Duty Brakes CYD 5 Passenger Seating NAS 50 State Emissions RCG 6 Speakers BCZ 650 Amp Maintenance Free AGM Battery RFJ 7.0" Touch Screen Display DFT 8-Spd Auto 850RE Trans Make RD3 Accent Color Shark Fin Antenna MRD Accent Color Wheel Lip Molding GAK Acoustic Windshield CBD Active Head Restraints CG3 Advanced Multistage Front Air Bags JMA Air Filtering RFP Apple CarPla HAH ATC w/3 Zone Temp Control LMG Automatic Headlamps BC1 Aux Baftery JJM Auxiliary 12 -Volt Rear Power Outlet MWT AWD Badge CTL Base Door Trim Panel MMG Belt Moldings MNK Body Color Door Handles LEP Body Color Exterior Mirrors MBL Body Color SRT Front Fascia MBT Body Color/Accent Color Rear Fascia XJM Ca less Fuel Fill w/o Discriminator CKN Cargo Compartment Carpet CKT Cargo Tie Down Loops CGU Child Seat Anchor System -LATCH Read MFP Chrome Headlamp Bezels Report Generated On September 13, 2018 12:47 PM Page 1 of 4 4 t ® s PURSUIT Codei@SCfi E OTt *H7 Cloth Low -Back Bucket Seats DS7 Conventional Differential Frt Axle DS8 Conventional Differential Rear Axle CLG Covered Caro Storage GEG Deep Tint Sunscreen Glass CF9 Delete 3rd Row Seat X82 Door Parts Module CBR Door Trim Panel w/Ambient Lighting CGY Drvr Inflatable Knee -Bolster Air Ba JJB Dual Note Electric Horns MZJ Durango Bright Badge SBL Electric Power Steering BNB Electronic Stability Control NHA Engine Oil Cooler LSE Enhanced Accident Response System NHJ Exterior Mirrors w/Heating Element CKD Floor Carpet BNR Four Wheel Traction Control LBR Front & Rear Interior LED Lamps GCB Front Door Tinted Glass X83 Front End Parts Module X8W Front Fascias Parts Module MDA Front License Plate Bracket LAX Front Passenger Seat Belt Alert X89 Front Suspension Damper Parts Module X84 Front Suspension Parts Module CDW Frt Pass Forward Fold Flat Seat CUF Full Length Floor Console TBB Full Size Spare Tire LBC Glove Box Lam RF5 Google Android Auto JLP GPS Antenna Input Z6K GVW Rating - 6500# LMB Halogen Headlamps X8Y Headliner Parts Module NMC Heavy Duty Engine Cooling BNG Hill Start Assist HGA Hood Insulation CWP Illuminated Cu holders LAC Illuminated Entry JB5 Instr. Panel Platinum Chrome Bezel X81 Instrument Panel Parts Module RTF Integrated Center Stack Radio Repos. Generated On September 13, 2018 12:47 PM Page 2 of 4 m y _z. Doicriotion XRB Integrated Voice Command w/Bluetooth CSV Interior Assist Handles XS4 K Black Interior Accents GX4 Keyless Go GAP Laminated Front Door Glass LA3 LED Taillam s w/Red Accents CXG Lock On Sync Tire Press Sensor CLX Luxury Front & Rear Floor Mats RS6 Media Hub 2 USB, Aux TZH Michelin Brand Tires APA Monotone Paint XA8 Non Adjustable Pedals CUN Overhead Console TP5 P265/60R18 BSW On/Off Road Tires XH3 Parksense Rr Park Assist w/Sto XAC ParkView Rear Back-up Camera CSR Passenger Assist Handles SCJ Perforated Leather Wrapped Strg Whl MFN Performance Grille w/ Black Texture JPU Power 4 -Way Driver Lumbar Adjust JPR Power 8 -Way Drvr/Manual Pass Seat JKY Power Accessory Dela GTS Power Heated Mirrors, Fold -Awa XJA Power Locking Fuel Filler Door JPB Power Locks JAJ Premium Instrument Cluster w/Tach HGP Premium Insulation Group LTE Premium LED Fog Lamps XPF Protective Coating and Remover JP3 Pwr Front Windows, 1 -Touch, Up & Down XFC R1234YF A/C Refrigerant BHC Rain Brake Support BHD Ready Alert Braking HBB Rear Air Conditioning w/Heater X8U Rear Fascias Parts Module SES Rear Load Leveling Suspension X91 Rear Suspension Damper Parts Module X85 Rear Suspension Parts Module GNK Rear View Auto Dim Mirror GFA Rear Window Defroster JHB Rear Window Wiper/Washer GXM Remote Keyless Entry GXD Remote Proximity Keyless Entry Report Generated On September 13, 2018 12:47 PM Page 3 of 4 t. 1 ! •CMW �r:CQde i ll X8Z Seat Parts Module XX7 Selectable Steering Modes GXX Sentry Key Theft Deterrent System MRF Sill Molding JER Silver Metal Brush Instr Panel Bezel DHY Single Speed Transfer Case AHV Special Service Group NHM Speed Control XG8 Sport Mode SDE Sport Suspension LNQ Sot Lamp Wiring Prep. WLB Steel Spare Wheel RDZ Steering Wheel Mounted Audio Ctrls XHZ Stop -Start Dual Battery System GNV Sun Visors w/Vanity Mirror CJ5 Supp. Side Curtain All Rows Air Bags CJ 1 Supplemental Frt Seat Side Air Bags CGS Supplemental Side Air Bags JFJ Temperature & Compass Gauge SUD Tilt/Telescope Steering Column GBB Tinted Windshield Glass XBN Tip Start X88 Tire & Wheel Parts Module XGM Tire Pressure Monitoring Display BNT Trailer Sway Damping NHQ Transmission Heater UAG Uconnect 4 with 7" Display RF7 USB Host Flip JHA Var Intermittent Windshield Wipers LAZ Vehicle Information Center Report Generated On September 13, 2018 12:47 PM Page 4 of 4 C_.i7Yf O/G l'-iPddl�/f' hat/ / �i - d!%G U//��GE Cl.Sw. �o /'R�cETi9 S174Z 204.s� JEER 3 /oma �..� ✓�.�• i � � �� /.� l�itC-' :. l! . /F �o a.. �� � •i ig p +� / n -.5- e+) - D LAJ4.jdfe1 oA �►� 5010L / /00 0 00 �� � 1 .! � OW C, '(�4i �'"� � ��q► � 00310 BID PROPOSAL PAGE 1 OF 3 CITY OF PADUCAH, KENTUCKY ENGINEERING -PUBLIC WORKS DEPARTMENT BID PROPOSAL for EIGHT (8) POLICE PURSUIT RATED SUV'S for use by the PADUCAH POLICE DEPARTMENT Proposal of (hereinafter called Bidder), organized and existing under the laws of (state) and doing business as /-Z"y mia i meys as applicable to the City of Paducah, Kentucky (hereinafter referred to as Owner.) 'Insert 'A Corporation" A Partnership" or An Individual" In compliance with your Invitation for Bid, Bidder hereby proposes to furnish all the necessary labor, material, equipment, tools and services necessary for the purchase and delivery of Eight (8) Police Pursuit Rated SUV's for use by the Paducah Police Department in accordance with the specifications and other contract documents prepared by the City Engineering -Public Works Department, at the prices stated below. By submission of this Bid, each Bidder certifies that this Bid has been arrived at independent, without consultation, communication or agreement as to any matter relating to this Bid with any other Bidder or with any other competitor. In case of a discrepancy In the extension of a bid price, the unit price shall govern over the total price for all items. Bidder has submitted with this Bid Proposal the required signed and notarized Certifications as required by the laws of the Commonwealth of Kentucky. Failure of the Bidder to comply with these provisions will make the Bid Non -Responsive and shall result in disqualification of the submitted Bid Proposal. If Notice of the Award is given to the Bidder within Sixty (60) days after the time of receipt of Bids, the Bidder agrees to execute and deliver a Contract Agreement in the prescribed form within ten (10) days after the Contract is presented for signature. Subsequent to the execution of the Contract, Bidder hereby agrees to commence Work and to deliver the vehicles as specified within the contract documents. Prior to commencing Work, the successful Bidder shall furnish the Owner with a Certificate of Insurance showing that the required insurance as set forth in the specifications is in force. In submitting this Bid, it is understood that the right is reserved by the Owner to reject any and all Bids in accordance with the City of Paducah's Code of Ordinances and the Specifications. Additionally, any Award may be made to the lowest Bidder for all items, groups of items, or on an individual item basis, whichever is deemed to be in the best interest of the City. ADDENDUM The Bidder hereby acknowledges receipt of the following Addenda, if any, and is fully aware of the implications of the addendums on the Bid: Addendum No(s) Dated 00310 BID PROPOSAL PAGE 2 OF 3 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL AMOUNT 1 Police Vehicles in accordance with g Each $ 2 7, '714- $ .3 O 1 LlkV the Specifications Specifications" form shall indicate the exception on a separate attached sheet. 4. One Copy of Full.Manufacturer Specifications and Warranty information, including a detailed description of the equipment proposed and the conformance to the Owner's specifications. The manufacturer's specifications shall include information regarding W��FZ-r size, type model and make of all component parts and equipment. In the event the City may need to purchase additional vehicles prior to June 30, 2019, will the Bidder allow the 2 purchase of Two Additional Police Vehicles in accordance YES NO with the Specifications at the Proposed Unit Price provided herein? Proposed Body Manufacturer, Model and Year: ` % ,DoOGt f/4AeA,4.�+ Proposed Delivery Time (days): %6 — /,2 o D,a-t c Location of the full service maintenance facility: L?Ns r 0,3,p dox" is cS,c� /".¢o�tcos�, �Y V7-001 GRADING CRITERIA The Bidder is aware that the Owner will evaluate the Bids submitted based on the Criteria listed on the "Owner Evaluation Form - Section 00330" as included within the Specifications. ATTACHEMENTS TO THE BID PROPOSAL REQUIRED: Failure of the Bidder to submit the following documents with the Bid Proposal will make the Bid Non -Responsive and shall result in disqualification of the submitted Bid Proposal. INCLUDED ITEM 1. Bidder's Certification Section 00320, signed and notarized. 2. "Compliance with Technical Specifications" form. Bidder shall indicate compliance by checking "YES" or "NO" adjacent to each individual item. A "YES" indicates full compliance with the specification and a "NO" indicates an exception and/or variation to the specification. 3. All individual items marked by a "NO" on the "Compliance with Technical Specifications" form shall indicate the exception on a separate attached sheet. 4. One Copy of Full.Manufacturer Specifications and Warranty information, including a detailed description of the equipment proposed and the conformance to the Owner's specifications. The manufacturer's specifications shall include information regarding size, type model and make of all component parts and equipment. 00310 BID PROPOSAL PAGE 3OF3 PREFERENCE TO KENTUCKY BIDDERS In accordance with KRS 45A.365, prior to a contract being awarded, a resident bidder of the Commonwealth shall be given a preference against a non-resident bidder registered in any state that gives or requires a preference to bidders from that state. The preference shall be equal to the preference given or required by the state of the non-resident bidder. Bidder is a resident of the following state: Zl If Bidder is a non-resident of the Commonwealth of Kentucky, indicate if any preference is given by the residents state: BID DOCUMENTS: Bid Documents shall be enclosed in an envelope clearly labeled with the words "Bid Documents, Name of Project, Name of Bidder, and Date and Time of Bid Opening," in order to guard against premature opening of the bid. Bids received late will be disqualified and returned to the sender unopened. The Bidder herein certifies that all specifications have been reviewed and that any variations to the said specifications, including exceptions to or enhancements to same, are clearly indicated as an attachment to this bid. THE ABOVE PROPOSAL IS HEREBY RESPECTFULLY SUBMITTED BY: BIDDER: Z , klrc)-o eNdv.&C-.J BY: �,� �.0%�..� z..� c..t�z f,. DATE: T/ TITLE: ADDRESS: PHONE: X90- yyy-G i•r FAX: Y- G7,�y CELLPHONE: d7 0 - I4Y--ZJ 77 E-MAIL:_,C �drt,,,,•�z,�i►s-rf.,. a�i �n�z�„ �_�,,` FEDERAL TAXPAYER IDENTIFICATION NUMBER: a?O �8 SDO 57 KENTUCKY TAXPAYER IDENTIFICATION NUMBER: 00- ji 00320 CERTIFICATIONS PAGE 1 OF 2 CITY OF PADUCAH, KENTUCKY BIDDER'S REQUIRED CERTIFICATIONS The Bidder is hereby given notice that in accordance with the statutes of the Commonwealth of Kentucky, the Bidder is required to submit the following Certifications with the Bid Proposal. Failure to comply with this requirement will make the Bid Non -Responsive and shall result in disqualification of the submitted Bid Proposal. NON -COLLUSION The affiant does solemnly swear, under penalty of perjury under the Laws of the United States, that I, the undersigned Bidder, and/or any agents, officers, employees and/or subcontractors employed, or that may be employed for any activity covered by the above Project have not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with this Bid Proposal. 2. WORKERS' COMPENSATION AFFIDAVIT The affiant does solemnly swear, under penalty of perjury pursuant to KRS 198B.060(10), that 1, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project shall be in full compliance with Kentucky's requirements for Workers' Compensation Insurance according to KRS 342, and Unemployment Insurance according to KRS Chapter 341. The affiant acknowledges that failure on the affiant's part to comply with the foregoing assurances can result in a fine not to exceed four thousand dollars ($4,000.00) or an amount equal to the sum of all uninsured and unsatisfied claims that might be prosecuted under the provisions of KRS 342 or unemployment insurance claims that might be prosecuted under the provisions of KRS 341, whichever is greater. 3. CAMPAIGN FINANCE LAWS The affiant does solemnly swear, under penalty of perjury, that in accordance with KRS 45A.395, that I, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project have not knowingly violated any provisions of the Campaign Finance Laws of the Commonwealth of Kentucky; and that the award of a Contract to the Bidder or the entity in which he/she represents will not violate any provisions of the Campaign Finance Laws of the Commonwealth. This information provided by the Bidder will be considered confidential and exempt from the Kentucky Open Records Law. 4. KRS 45A.343 - The affiant does solemnly swear, under penalty of perjury, that I, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project are fully aware of the requirements and penalties outlined in KRS 45A.343 requiring the following: (a) the Contractor and all Subcontractors performing the work under the Contract to reveal any final determination of a violation within the previous five (5) year period pursuant to KRS Chapters 136, 139, 141, 337, 338, 341, and' 342 that apply to the Contractor or Subcontractor; and that (b) the Contractor and all Subcontractors performing the work under the Contract to be in continuous compliance with the provisions of KRS Chapters 136, 139, 141, 337, 338, 341, and 342 that apply to the Contractor or Subcontractor for the duration of the Contractor. Failure to reveal a final determination of a violation or to comply with the statutes for the duration of the contract shall be grounds for cancellation of the contract and disqualification of the eligibility for future contracts for a period of two (2) years. 00320 CERTIFICATIONS PAGE 2 OF 2 5. KY DEPT OF REVENUE The affiant does solemnly swear, under penalty of perjury, that in accordance with KRS 45A.395, that I, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project are duly registered with the Kentucky Department of Revenue to collect and remit the sales and use tax imposed by KRS Chapter 139, and will remain registered for the duration of any contract awarded. 6. TAXES AND FEES The affiant does solemnly swear, under penalty of perjury, that in accordance with KRS 45A.395, that I, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project are not delinquent on any State. City or County taxes or fees owed to the Commonwealth of Kentucky, The City of Paducah, or any other governmental agency and will remain in good standing for the duration of any contract awarded. Therefore, as a duly authorized representative for the Bidder, 1 have fully informed myself regarding the accuracy of all statements made in this affidavit, and acknowledge the City of Paducah, Kentucky is reasonably relying upon these statements in making a decision for contract award and any failure to accurately disclose such information may result in contract termination, repayment of funds, and other available remedies under law. Signature: Printed Title: .r6 c s> /`1 ✓�• Company: uuo .c-ri c,Tt..s Date: / 7 — Lg;:::: STATE OF )ell COUNTY OF The foregoing instrument was sworn to and acknowledged before me this /`I day of 2018, by Sa Kt- Fe nn i v �riYtet fGe, 3 los 'lane o,e (title) of c.l ntiJ 114S� �iyu n� LGG (Name of Company). ly). My commission expires: /6 OFFICIAL SEAL PEGGY J MCNEILL NOTARY PUBLIC - STATE OF ILLINOIS MY COMMISSION EXPIRES: 10/20/21 COMMISSION # 883281 7M246 & - Notary PdbIrc,%tate at Large F ICIAL SEAL S ISY J MCNEILL NOTARY PUBLIC - STATE OF ILLINOIS MY COMMISSION EXPIRES: 10/20/21 COMMISSION # 863261 00330 EVALUATION FORM PAGE 1 OF 1 EVALUATION FORM VEHICLE: EIGHT (8) POLICE PURSUIT RATED SUV'S BIDDER: DATE: Grading Criteria Formula: Evaluate the Bidder's Criteria on a rated value scale: 0 = the lowest value to 10 = the highest value for each item listed below. Rating x Weighted Percent = Criterion Score The Sum of all Criterion Scores will be the Owner's basis of the Bidder's Overall Score. GRADING CRITERIA NO. CRITERIA ITEMS RATING VALUE (0-10) WEIGHTED PERCENT CRITERION SCORE 1. Technical Specifications Met 30 2. Price 65 3. Delivery Time 5 4. 5. 6. 7. 8. 9. 10. BIDDER'S OVERALL TOTAL SCORE 02100 TECHNICAL SPECIFICATIONS PAGE I OF 1 TECHNICAL SPECIFICATIONS SCOPE To furnish ail the necessary labor, material, equipment, tools and services necessary for the purchase and delivery of the specified Vehicle(s) in accordance with the specifications contained herein. GENERAL The Vehicle(s) to be furnished in compliance with this specification shall be a new model, or the latest model in current production (as offered to commercial trade), and shall be of good quality as to workmanship. All equipment furnished shall be new, unused and of the manufacturer's current production design. DELIVERY The successful Bidder ("Vendor") shall deliver the Vehicle(s) to the Owner in care of the Engineering—Public Works Department, Fleet Maintenance Division located at 1120 North 10th Street, Paducah, Kentucky 42001. Notification and arrangements shall be made with the Owner's Representative prior to delivery. The Vehicle(s) delivered shall be equipped with a full supply of fuel, oil and lubricants upon delivery. At the time of delivery, all equipment must meet or exceed federal, state and local safety, health, lighting and emission standards. MANUALS AND SUPPLIES At the time of delivery, the Vendor shall supply the following for each Vehicle(s): ■ One (1) copy of the operator's manuals • One (1) complete technical manual with schematics and parts manual • Manufacturer's Warranty Policy/Certificate and all guarantees ■ Keys — Minimum of four (4) sets SERVICE CAPABILITIES The Successful Bidder shall maintain a full service maintenance facility with a fully stocked parts facility capable of full hydraulic, electrical and body repair. Factory -trained, qualified service personnel shall man the full service facility. Bidder shall state location and service facility within the Bid Proposal. Widespread failure by the manufacturer's authorized dealers to render warranty service when required shall subject the manufacturer's line to suspension from the approved products list until satisfactory evidence of correction is provided. ITEMS CONSIDERED EQUAL MAY BE PROPOSED In accordance with KRS 45A.415, the Owner has chosen to utilize specifications by naming a sole brand in order to meet the Owner's current needs of compatibility, continuity and conformity with the established fleet force. In order to assure the maximum competition, a bidder may bid an item that is equal to that named or described in the specifications. An item shall be considered equal to the item named or described if, in the opinion of the Owner, afl of the following are met: a. It is at least equal in quality, durability, strength and design; b. It will equally perform the function imposed by the general design; c. It conforms substantially to the detailed requirements for the item in the specifications. POLICE PURSUIT RATED SUV TECHNICAL SPECIFICATIONS and Compliance with Technical Specifications Form The Bidder is required to accurately and fully complete this "Compliance with Technical Specifications" form and submit with the Bid Proposal. Bidder shall indicate compliance with each Technical Item by marking "YES" or "NO" with a check mark to indicate if the item being bid is exactly as specified. If the item is not being bid as exactly specified, the "NO" column must be checked and a detailed description of the deviation shall be listed on a separate attached sheet. Failure to accurately complete and submit the "Compliance with Technical Specifications" form, along with any and all deviations, shall be grounds for rejection of the bid. If no exceptions or deviations are shown, the bidder shall be required to furnish the material exactly as specified. The burden of proof for compliance with this specification shall be the responsibility of the bidder. SUBMITTED BY: Zzy-4J04bop 4'ey.$12� (Bidder) Eight (8) New Police Pursuit Rated SUV with Factory Police Package SPECIFICATIONS YES .1.: Shall Be V-6 no less than 300hp..................................... :.- 2: Pursuit Rated �� ........................................................................................................................................................................................ 3. Automatic Transmission L1__11 -5: Certified Speedometer/ ...................._................................... _......................................................... __....... _....... .... 6. ....... Front Bucket Seats - Cloth ............................................................................._............................................................................................................. 7: Floor Cover - No Carpet -_ -- ......................... ....................................................................».................................................... 8: Full Size Spare .................................................................»............................................................................................................................... 9. Electric Windows and Door Locks ..............................................................................................................................-.............................................................................. 11. Shall Be All -Wheel Drive 12. _.Ha.nds Free..Calling (Bluetooth - ............................. 13: Tilt Steering .........................................__............................................................................................................. 14:. Back -Up .................................„._................................-.......-........................................................ 1. 5:.... Key Fob Feature w/ .4.setsof key..s....................................................................................._......�......... ............................................................. ..... 16. Cruise Control ....................................................... _.................... _................ ...................................... _................................... _................................ ....17; Back-Up............................................................................................... ...... ............................................................. IF 02200, Veh1do Page 1 of 2 NO V 02200 Vehicle Page 2 of 2 SPECIFICATIONS PAGE 2 Eight (8) Vehicles to be Equipped with the following: YES NO r/ Gamber Johnson Mission Control System Console with Cup Holder Specific to 12V Power & Ground Wiring with (3) 12V Accessory Outlets Mounted in Console 1. Vehicle ................................ Charge Guard Auto Shutoff Timer Mounted in Console with All Upfitter Installed »_ 2. _ Wig --Wag Headlamps or LEDs Mounted in Headlamp to Simulate Wig -Wag _ » .................._...........»....... ...... c/ _ 3 .................... Flashing Backup Lamps Mounted in the Rear White Reverse Lens .............................................................................-................ ✓ 4: 100 Waft Siren Speaker.Mounted Behind Grille ✓ Whalen Siren Model 2955LSA6 mounted in Console with switch operation given (/ 5. after bid award .............................................................»............................................................................................................................... _»»6.; Radio Wiring and Antenna ran to Console, Antenna Mounted on Roof rear r/ 7. 12V Power & Ground Wiring with (3) 12V Accessory Outlets Mounted in Console l/ ......................._..»......................................... ................................ Charge Guard Auto Shutoff Timer Mounted in Console with All Upfitter Installed 3. ............».»......».........»_»..........._ .._..... Equipment .... » »_.................... Whelen ION Wide Angle Series Super -LED Universal Light -mounted on the Gamber-Johnson Model 7160-0250 Computer Cradle mounted on Gamber ..-.9 . Johnson Mongoose 9.: locking.slide arm (Item# 7160-0220) ... ..».. ........................................ passenger windows, with Blue (TL1 B) in front and Red (TL1 R) in rear on the Lett Sound -off Signal Intersector Lights (white/clear) shall be mounted on Door 4: 10.Mirrors ..........» .............................................................»............................................................................................................................... Whalen Tracer Red, Blue 60" LED Rocker Panel Lights. Dual Color Capability Whalen Edge (Front)-XLP2-piece LED with Takedowns mounted top interior 5. mounted on the Right and Left side, lower rocker panel on the pinch weld, area ......................................... windshield, Red on Driver side and Blue on Passenger side _ 1.1. ». (IX34UFZRRRRTTBBB) 6. installed in rear .................................... ..........................»......................................... -............................... Whalen Edge (Rear) -RTX Series Rear Facing Super -LED with Traffic Advisor ........................................................................................................................................................................................................... L-3 Mobile Vision Camera System to be Installed by Vendor (Camera System will mounted top interior rear lift gate glass, Red on Driver side and Blue on be furnished by City Paducah)........................................» 12. .................... Passenger Side (ISTRAY8RRRRBBBBI ...................................................................... Rear Door Locks, Windows and Inside Door Handle inoperable from rear seat ....................................................................................................... >� .............................................................................. Whelen ION Wide Angle Series Super -LED Universal Light -mounted on the Pro Guard Pro -Cell mount Gun Rack SG 6300D) specific to vehicle ✓ interior of the rear cargo area, and facing out each of the rear side cargo ------- --------------------------------------- Gamber Johnson MCS External Brother Printer Mount Armrest (Item# 7160- / windows, with Blue (TL1 B) on the Left and Right sides, mounted on Bottom of / -.13. glass -------------------------- (/ Eight (8) Vehicles to be Equipped with the following extras for Patrol YES NO 1:_ Spotlight Mounted, in Left A -Pillar ....... 2. ..................... ............ _..................................................................... » White Exterior Color 3. ............».»......».........»_»..........._ Black Steel Wheel w/Chrome Center CaQ ................................................ »_.................... Whelen ION Wide Angle Series Super -LED Universal Light -mounted on the interior of the rear passenger area, and facing out each of the rear side passenger windows, with Blue (TL1 B) in front and Red (TL1 R) in rear on the Lett 4: and Right sides, mounted on Bottom of glass ____________________________�- ---------------------------- Whalen Tracer Red, Blue 60" LED Rocker Panel Lights. Dual Color Capability 5. mounted on the Right and Left side, lower rocker panel on the pinch weld, area ......................................... Pro -Guard Pro -cel Prisoner Transport System (131000) specific to vehicle 6. installed in rear ........................................................................................................................................................................................................... L-3 Mobile Vision Camera System to be Installed by Vendor (Camera System will 7; ....................................... be furnished by City Paducah)........................................» 8.; ...................................................................... Rear Door Locks, Windows and Inside Door Handle inoperable from rear seat ....................................................................................................... >� : .....-------------------------------------------- Pro Guard Pro -Cell mount Gun Rack SG 6300D) specific to vehicle ✓ ------- --------------------------------------- Gamber Johnson MCS External Brother Printer Mount Armrest (Item# 7160- / 10: 04301--------------------- V LINWOOD MOTORS 3345 PARK AVE PADUCAH, KY 420014039 Date Printed: Estimated Ship Date: 2018-09-10 3:37 PM VIN: VON: Sold to: LINWOOD MOTORS (60260) 3345 PARK AVE PADUCAH, KY 420014039 Vehicle: Model: Package: Paint/Seat/Trim: Options: Non Equipment: Bid Number: Discounts: Destination Fees: Order Type: Scheduling Priority: Customer Name: Customer Address: Instructions: Configuration Preview Ship to: LINWOOD MOTORS (60260) 3345 PARK AVE PADUCAH, KY 420014039 Quantity: 1 Status: BA - Pending order FAN 1: OOKDA City of Padt FAN 2: 3.6L V6 24V VVT Engine Upg I WESS Client Code: 8-Spd Auto 850RE Trans (Make) Bid Number: TB9066 PO Number: Monotone Paint 2019 (WDEE75) Sales Code Description WDEE75 AA lq"efZ7 213Z o OA4a ERC 3.6L V6 24V VVT Engine Upg I WESS DFT 8-Spd Auto 850RE Trans (Make) PW7 White Knuckle Clear Coat APA Monotone Paint 'H7 Cloth Low -Back Bucket Seats -X9 Black 4DH Prepaid Holdback 4ES Delivery Allowance Credit MAF Fleet Purchase Incentive 5N6 Easy Order 4FM Fleet Option Editor 4FT Fleet Sales Order 151 Zone 51 -Chicago 4EA Sold Vehicle 4FA Special Bid -Ineligible For Incentive TB9066 Government Incentives YG1 7.5 Additional Gallons of Gas Fleet PSP Month/Week: 1 -Sold Order Build Priority: USA Total Price: 99 MSRP(USD) 34,370 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1,395 35�i5. Note: This is not an invoice. The prices and equipment shown on this priced order confirmation are tentative and subject to chant correction without prior notice. No claims against the content listed or prices quoted will be accepted. Refer to the vehicle invoice vehicle content and pricing. Orders are accepted only when the vehicle is shipped by the factory. FCA Fleet Powertrain Care 5 Year/ 100,000 Mile Limited Warranty Extension ($0 Deductible) THIS LIMITED WARRANTY IS PROVIDED TO OWNERS of a 2016, 2017 and 2018 Model Year Chrysler, Dodge, Jeep and Ram vehicles (excluding vehicles equipped with diesel engines) who purchased it through FCA US LLC specifically for Fleet Government Bid/Leases and Fleet Commercial/ Lease orders only. YOUR LEGAL RIGHTS UNDER THIS LIMITED WARRANTY This warranty is the express warranty FCA US LLC ("FCA") makes for your vehicle. This warranty gives you specific legal rights. You may also have other rights that vary from state to state. For example, you may have some implied warranties, depending on the state where your vehicle was sold or is registered. These implied warranties are limited, to the extent allowed by law, to the time periods covered by this express written warranty. If you use your vehicle primarily for business or commercial purposes, then these implied warranties do not apply and FCA completely disclaims them to the extent allowed by law. And the implied warranty of fitness for a particular purpose does not apply if your vehicle is used for racing, even if the vehicle is equipped for racing. Some states do not allow limitations on how long an implied warranty lasts, so the above limitations may not apply to you. Incidental and Consequential Damages Not Covered Your warranty does not cover any incidental or consequential damages connected with your vehicle's failure, either while under warranty or afterward. Examples of such damages include: (a) lost time; (b) inconvenience; (c) the loss of the use of your vehicle; (d) the cost of rental vehicles, gasoline, telephone, travel, or lodging; (e) the loss of personal or commercial property; and (f) the loss of revenue. Some states don't allow incidental or consequential damages to be excluded or limited, so this exclusion may not apply to you. Persons to Whom the Limited Warranty is Offered This Limited Warranty is provided to owners of a 2016, 2017 and 2018 Model Year Chrysler, Dodge, Jeep and Ram vehicles (excluding vehicles equipped with diesel engines) who purchased it through FCA US LLC specifically for Fleet Government Bid/Leases and Fleet Commercial/ Lease orders only. What This Limited Warrantv Extension Covers This Powertrain Limited Warranty is a part of your New Vehicle Limited Warranty. It extends the 5 year or 60,000 mile powertrain limited warranty on mechanical components of the vehicle to 5 years from the in service date of the vehicle or 100,000 miles on the odometer, whichever comes first. It covers the cost of all parts and labor needed to repair a powertrain component listed below that is defective in workmanship and materials Please keep this letter in your glove box along with your vehicle's other warranty information for future reference if necessary. All the other terms and conditions and the "What's Not Covered" items of your warranty remain the same as stated in your Warranty Information book. Parts Covered The Powertrain Limited Warranty covers these parts and components of your vehicle's powertrain supplied by FCA US LLC Gasoline Engine: Cylinder Block and all Internal Parts; Cylinder Head Assemblies; Timing Case, Timing Chain, Timing Belt, Gears and Sprockets; Vibration Damper; Oil Pump, Water Pump and Housing; Intake and Exhaust Manifolds; Flywheel with Starter Ring Gear; Core Plugs; Valve Covers; Oil Pan; Turbocharger Housing and Internal Parts; Turbocharger Wastegate Actuator; Supercharger; Serpentine Belt Tensioner; Seals and Gaskets for listed components only. Transmission: Transmission Case and all Internal Parts; Torque Converter; Drive/Flex Plate; Transmission Range Switch; Speed Sensors; Pressure Sensors; Transmission Control Module; Bell Housing; Oil Pan; Seals and Gaskets for listed components only. NOTE: MANUAL TRANSMISSION CLUTCH PARTS ARE NOT COVERED AT ANY TIME. Front Wheel Drive: Transaxle Case and all Internal Parts; Axle Shaft Assemblies; Constant Velocity Joints and Boots; Differential Cover; Oil Pan; Transaxle Speed Sensors; Transaxle Solenoid Assembly; PRNDL Position Switch; Transaxle Electronic Controller; Torque Converter; Seals and Gaskets for listed components only. NOTE: MANUAL TRANSMISSION CLUTCH PARTS ARE NOT COVERED AT ANY TIME. All -Wheel Drive (AWD): Power Transfer Unit and all Internal Parts; Viscous Coupler; Axle Housing and all Internal Parts; Constant Velocity Joints and Boots; Drive Shaft and Axle Shaft Assemblies; Differential Carrier Assembly and all Internal Parts; Output Ball Bearing; Output Flange; End Cover; Overrunning Clutch; Vacuum Motor; Torque Tube; Pinion Spacer and Shim; Seals and Gaskets for listed components only. Rear Wheel Drive: Rear Axle Housing and all Internal Parts; Axle Shafts; Axle Shaft Bearings; Drive Shaft Assemblies; Drive Shaft Center Bearings; Universal Joints and Yokes; Seals and Gaskets for listed components only. Four -Wheel Drive (44): Transfer Case and all Internal Parts; transfer case control module and shift mode motor assembly Axle Housing and all Internal Parts; Axles Shafts; Axle Shaft Bearings; Drive Shafts Assemblies (Front and Rear); Drive Shaft Center Bearings; Universal Joints and Yokes; Disconnect Housing Assembly; Seals and Gaskets for the listed components only. HOW TO GET WARRANTY SERVICE Where to Take Your Vehicle In the United States (We Include U.S. Possessions and Territories as Part of the United States for Warranty Purposes): Warranty service must be done by an authorized Chrysler, Dodge, Jeep or Ram dealer. We strongly recommend that you take your vehicle to your Selling Dealer. They know you and your vehicle best, and are most concerned that you get prompt and high quality service. If you move within the United States, warranty service may be requested from any authorized Chrysler, Dodge, Jeep or Ram dealer. In Canada and Mexico: If you are traveling temporarily in Canada or Mexico, and your vehicle remains registered in the United States, your FCA US warranty still applies. Service may be requested at any authorized Chrysler, Dodge, Jeep or Ram dealership. WHAT IS NOT COVERED UNDER THIS FCA US LLC LIMITED WARRANTY Some Modifications Don't Void the Warranty But Aren't Covered Certain changes that you might make to your vehicle do not, by themselves, void this warranty Examples of some of these changes are: (a) installing non -FCA US LLC ("FCA") parts, components, or equipment (such as a non -FCA radio or speed control); and (b)using special non -FCA materials or additives. But your warranty does not cover any part that was not on your vehicle when it left the manufacturing plant or is not certified for use on your vehicle. Nor does it cover the costs of any repairs or adjustments that might be caused or needed because of the installation or use of non - FCA parts, components, equipment, materials, or additives. Performance or racing parts are considered to be non -FCA parts. Repairs or adjustments caused by their use are not covered under your warranty. Examples of the types of alterations not covered are: (a) installing accessories - except for genuine FCA / MOPAR accessories installed by an authorized Chrysler, Dodge, Jeep or Ram dealer; (b) Page 1 of 2 rev 06/17 FCA Fleet Powertrain Care 5 Year / 100,000 Mile Limited Warranty Extension ($0 Deductible) applying rustproofing or other protection products; (c) changing the vehicle's configuration or dimensions, such as converting the vehicle into a limousine or food service vehicle; or (d) using any refrigerant that FCA has not approved. Environmental Factors Not Covered Your warranty does not cover damage caused by environmental factors such as airborne fallout, bird droppings, insect damage, chemicals, tree sap, salt, ocean spray, acid rain, and road hazards. Nor does your warranty cover damage caused by hailstorms, windstorms, tornadoes, sandstorms, lightning, floods, and earthquakes. Your warranty does not cover conditions resulting from anything impacting the vehicle. This includes cracks and chips in glass, scratches and chips in painted surfaces, or damage from collision. Maintenance Costs Not Covered Your warranty does not cover the costs of repairing damage caused by poor or improper maintenance. Nor does it cover damage caused by the use of contaminated fuels, or by the use of fuels, oils, lubricants, cleaners or fluids other than those recommended in your Owner's Manual. The warranty does not cover the costs of your vehicle's normal or scheduled maintenance - the parts and services that all vehicles routinely need. Some of these parts and services, which your warranty does cover, include: (a)) lubrication; (b) engine tune-ups; (c) replacing filters, coolant, spark plugs, bulbs, or fuses (unless those costs result from a covered repair); (d) cleaning and polishing; and (e) replacing worn wiper blades, worn brake pads and linings, or clutch linings. Racing Not Covered Your warranty does not cover the costs of repairing damage or conditions caused by racing, nor does it cover the repair of any defects that are found as the result of participating in a racing event. Certain Kinds of Corrosion Not Covered Your warranty does not cover the following: (a) corrosion caused by accident, damage, abuse, or vehicle alteration; (b) surface corrosion caused by such things as industrial fallout, sand, salt, hail, ocean spray, and stones; (c) corrosion caused by the extensive or abnormal transport of caustic materials like chemicals, acids, and fertilizers; and (d) corrosion of special bodies, body conversions, or equipment that was not on your vehicle when it left the manufacturing plant or was not supplied by FCA. Other Exclusions Your warranty does not cover the costs of repairing damage or conditions caused by any of the following: (a) fire or accident; (b) abuse or negligence; (c) misuse - for example, driving over curbs or overloading; (d) tampering with the emission systems, or with a part that could affect the emission systems; (e) use of used parts, even if they were originally supplied by FCA (however, authorized FCA / MOPAR remanufactured parts are covered); (f) windshield or rear window damage from external ob)'ects; (g) any changes made to your vehicle that don't comply with Chrysler; or (h) using any fluid that doesn't meet the minimum recommendations in your Owner s Manual. Total Loss, Salvage, Junk, or Scrap Vehicles Not Covered A vehicle has no warranty coverage of any kind if: (a) the vehicle is declared to be a total loss by an insurance company; () the vehicle is rebuilt after being declared to be a total loss by an insurance company; or (c) the vehicle is issued a certificate of title indicating that it is designated as "salvage," "junk; "rebuilt," "scrap; or some similar word. FCA will deny warranty coverage without notice if it learns that a vehicle is ineligible for coverage for any of these reasons. Restricted Warranty Your warranty can also be restricted by FCA. FCA may restrict the warranty on your vehicle if the vehicle is not properly maintained, or if the vehicle is abused or neglected, and the abuse or neglect interferes with the proper functioning of the vehicle. If the warranty is restricted, coverage may be denied or subject to approval by FCA before covered repairs are performed. Registration and Operation Requirements This Limited Warranty covers your vehicle only if: (a) it is registered in the U.S.; (b) it is driven mainly in the U.S. or Canada, and (c) it is operated and maintained in the manner described in your Owners Manual. There is no Limited Warranty coverage on your Vehicle if it is sold, registered or operated, other than temporarily, by you, outside of the United States (including the 50 states, the District of Columbia, Puerto Rico, or Guam). Other Terms of These Limited Warranties Punitive, exemplary or multiple damages may not be recovered unless applicable state or local law prohibits this disclaimer. No person, including FCA US LLC employees or dealers, may modify or waive any part of this Limited Warranty. General Information Its your responsibility to properly maintain and operate your new vehicle. Follow the instructions contained in the General and Scheduled Maintenance Service guidelines in your Owners Manual. Regular, scheduled maintenance is essential to trouble-free operation. If there is a dispute between you and FCA US concerning your maintenance of your vehicle, FCA US will require you to provide proof that your vehicle was properly maintained. Page 2 of 2 rev 06/17 2019 Dodge Durango Pursuit SPECIFICATIONS Specifications are based on the latest product information available at the time of publication All dimensions are in inches (millimeters) unless otherwise noted. All dimensions measured at curb weight with standard tires and wheels. GENERAL INFORMATION Vehicle Type Four -door sport -utility vehicle Assembly Plant Jefferson Avenue North, Detroit, Mich. EPA Vehicle Class Multipurpose vehicle Introduction Date Third quarter 2018 as a 2019 model BODY AND CHASSIS Layout Longitudinal front engine, transfer case with full-time all -wheel drive Construction Steel unibody ENGINE: 3.6 -LITER PENTASTAR V-6 Availability Standard Type and Description 60 -degree V -type, liquid -cooled Displacement 220 cu. in. (3604 cu. cm) Bore x Stroke 3.78 x 3.27 (96 x 83) Valve System Chain -driven DOHC, 24 valves and hydraulic end -pivot roller rockers Fuel Injection Sequential, multiport, electronic, returnless Construction Aluminum deep -skirt block, aluminum alloy heads Compression Ratio 10.2:1 Power (SAE J2723) Single exhaust - 293 hp @ 6400 rpm Dual exhaust - 295 hp @ 6400 rpm Torque (SAE J2723) 260 Ib. -ft. (353 N -m) at 4,000 rpm (both single and dual exhaust) Max. Engine Speed 6,400 rpm (electronically limited) Fuel Requirement Unleaded regular, 87 octane (R + M)/2 Oil Capacity 6.0 quarts (5.7 liters) Coolant Capacity 10.4 quarts (9.9 liters) without trailer tow 11 quarts (10.4 liters) with trailer tow Emission Controls Dual three-way catalytic converters, heated oxygen sensors and internal engine features(') EPA Fuel Economy mpg (city/hwy/combined) AWD — 18/25/21 Assembly Plant Trenton South Engine Plant, Trenton, Mich. 2019 DURANGO PURSUIT I SPECIFICATIONS http://media.fcanorthamerica.com 1 ENGINE: 5.7 -LITER HEMI® V-8 Availability Optional Displacement 345 cu. in. (5,654 cu. cm) Bore x Stroke 3.92 x 3.58 (99.5 x 90.9) Valve System Variable -valve timing (VVT), pushrod-operated overhead valves, 16 valves, eight deactivating and eight conventional hydraulic lifters, all with roller followers Fuel Injection Sequential, multiport, electronic, returnless Construction Deep -skirt cast-iron block with cross -bolted main bearing caps, aluminum alloy heads with hemispherical combustion chambers Compression Ratio 10.5:1 Power (est.) (SAE J2723) 360 hp (268 kW) at 5,150 rpm Torque (est.) (SAE J2723) 390 Ib. -ft. (529 N -m) at 4,250 rpm Max. Engine Speed 5,800 rpm (electronically limited) Fuel Requirement Unleaded mid -grade, 89 octane (R+M)/2 — recommended; unleaded regular, 87 octane (R+M)/2 — acceptable Oil Capacity 7 quarts (6.6 liters) Coolant Capacity 15.4 quarts (14.6 liters) without trailer tow 16 quarts (15.2 liters) with trailer tow Emission Controls Dual close -coupled three-way catalytic converters, quad heated oxygen sensors and internal engine features(8) EPA Fuel Economy mpg (City/Hwy/Combined) AWD –14/22/17 Assembly Plant Saltillo Engine Plant, Saltillo, Mexico (a) Meets Calif. LEV II+ evaporative emission requirements in CA, NY, MA, ME, VT and Federal Bin 5+ Tier II emissions and Clean Fuel Fleet Certification (CCF). TRANSMISSION: TORQUEFLITE EIGHT -SPEED AUTOMATIC 850RE Availability Standard — on V-6 models Description Driver -interactive manual control via shifter and electronically modulated torque converter clutch Gear Ratios 1st 4.71 2nd 3.14 3rd 2.11 4th 1.67 5th 1.29 6th 1.00 7th 0.84 2019 DURANGO PURSUIT SPECIFICATIONS htta://media.fcanorthamerica.com 1 2 8th 0.67 Reverse 3.30 TRANSMISSION: TORQUEFLITE AUTOMATIC, EIGHT-SPEED OVERDRIVE 8HP70 Availability Standard — on V-8 model Description Driver-interactive manual control via shifter and electronically-modulated torque converter clutch with Eco mode Gear Ratios 1st 4.71 2nd 3.14 3rd 2.11 4th 1.67 5th 1.29 6th 1.00 7th 0.84 8th 0.67 Reverse 3.30 TRANSFER CASE: MP 3010 Availability Standard with V-6 engine Type Single-speed Operating Mode Full-time AWD Low Range Ratio None Torque Split, Front/Rear 50/50 TRANSFER CASE: MP 3023 Availability Standard with V-8 engine Type Two-speed, electronically shifted Operating Modes AWD Low (Lock), Neutral; full-time active AWD Low Range Ratio 2.72 Torque Split, Front/Rear Variable 2019 DURANGO PURSUIT SPECIFICATIONS http://media.fcanorthamerica.com 3 AXLES Front Short- and long-arm independent (SLA), coil springs, gas -charged, twin -tube coil -over shock absorbers, steel upper- and aluminum lower -control arms ("A" arms), aluminum knuckle, stabilizer bar Differential Type Conventional Ring Gear Diameter 7.7(195) Axle Ratios 3.45:1 (V-6) 3.09:1 (V-8) Rear 3.2 Differential Type Conventional Ring Gear Diameter Axle Ratios 7.7 (195) (V-6) 9.1 (230) (V-8) 3.45:1 (V-6) 3.09:1 (V-8) ELECTRICAL SYSTEM Alternator 220 -amp Battery Maintenance -free H6 650 CCA + Auxiliary 200 CCA on Electronic Stop/Start (ESS) (V-6) 800 CCA (V-8) SUSPENSION Front Short- and long-arm independent (SLA), coil springs, gas -charged, twin -tube coil -over shock absorbers, steel upper- and aluminum lower -control arms ("A" arms), aluminum knuckle, stabilizer bar Rear Multi -link rear suspension, coil spring, twin tube shocks (including load leveling for towing), aluminum lower control arm, independent upper links (tension and camber) plus a separate toe link STEERING Steering Ratio 16.7 Lock -to -Lock Steering Wheel Rotations 3.2 Turning Diameter (curb -to -curb) BRAKES 41 ft. Type Power -assisted, anti-lock braking system (ABS) Front Rotor size and type 13.8 x 1.26 (350 x 32) vented disc Caliper size and type 1.89 (48) two -piston pin -slider caliper 2019 DURANGO PURSUIT I SPECIFICATIONS htto://media.fcanorthamerica.com 4 Swept area, (sq. in. / sq. cm) 324 (2,088) Rear Rotor size and type 13.0 x 0.87 (330 x 22) vented disc Caliper size and type 1.89 (48) single-piston floating caliper Swept area, (sq. in. / sq. cm) 257 (1,658) DIMENSIONS AND CAPACITIES Wheelbase 119.8 (3,042) Track, Front 63.9 (1,623) Track, Rear 64.1 (1,627) Overall Length 201.2 (5,110) Overall Width (Width at Mirrors) 85.5 (2,172) Body Width 75.8 (1,924) Overall Height (at Roof Rail / at Antenna) 70.9 (1,800.5) Load Floor Height 32.2 (817) Sill Step Height 20.5 (521.5) Ground Clearance 8.1(207) Chassis (Fuel Tank) 10.0 (254) Front Axle 9.6 (243.2) Rear Axle 10.1 (256) Approach Angle (degrees) 16.3 Ramp Breakover Angle (degrees) 18.1 Departure Angle (degrees) 21.5 Frontal Area 31.0 sq. ft. (2.88 sq. m) Drag Coefficient 0.35 Fuel Tank Capacity 24.6 gal. (93.1 liter) ACCOMMODATIONS Seating Capacity (front/second) 2/3 Front Headroom 39.9 (1,013) Legroom 40.3 (1,025) Shoulder Room 58.5 (1,486) Hip Room 57.0 (1,449) 2019 DURANGO PURSUIT SPECIFICATIONS http://media.fcanorthamerica.com ( 5 Seat Travel 11.0 (280) driver, 9.0 (230) passenger SAE Front Volume Index 54.4 cu. ft. (1.54 cu. m) Second Row Headroom 39.8 (1,011) Legroom 38.6 (981) Shoulder Room 50.4 (1,281) Hip Room 42.8 (1,088) SAE Volume 44.8 cu. ft. (1.27 cu. m) SAE Cargo Volume Behind Second Row 47.7 cu. ft. (1.35 cu. m) Behind Front -row Seats with Second Row Folded 84.5 cu. ft. (2.39 cu. m) ENGINE GVWR(e) Ibs. (kg) CURB WEIGHT(b) lbs. (kg) PAYLOAD(c) lbs. (kg) 3.6 -liter 6,500 (2,948) 4,849 (2,199) 1,640 (744) 5.7 -liter 7,100 (3,221) 5,211 (2,364) 1,650 (748) (a) Gross Vehicle Weight Rating. (b) Curb weight includes standard equipment and full quantities of fuel, lubricant and coolant. (c) Payload is the maximum allowable weight of driver, passengers, cargo, and options, rounded to the nearest 10 lbs. (5kg). 2019 DURANGO PURSUIT I SPECIFICATIONS htti)://media.fcanorthamerica.com 1 6 WHEELS Type and Material Painted machine cast -aluminum, 10 -spoke Satin Carbon Size (inches) 18 x 8 Parking Brake Type Rear, mechanical, drum -in -hat Power Assist Single -rate, tandem diaphragm vacuum Four—wheel Anti-lock Brakes Standard Electronic stability control Standard All -speed traction control Standard Brake Assist Standard TIRES Size and Type P265/60R18 Mfr. and Model Michelin Black Sidewall On/Off Road Parking Brake Type Drum -in -hat Four—wheel Anti-lock Brakes Standard Electronic stability control Standard All -speed traction control Standard Brake Assist Standard 2019 DURANGO PURSUIT I SPECIFICATIONS http://media.fcanorthamerica.com 1 7 TRAILER TOWING: must have optional towing package to achieve maximum towing capacity ENGINE AXLE RATIO MAXIMUM TRAILER WEIGHT lbs. (kg) 3.6 -liter V-6 3.45 6,200 (2,812) AWD 5.7 -liter V-8 3.09 7,200 (3,265) 2019 DURANGO PURSUIT I SPECIFICATIONS http://media.fcanorthamerica.com 1 8 Report Generated On September 10, 2018 3:54 PM Page 1 of 4 Code Description C1A #1 Seal Foam Cushion JJ3 118 MPH Maximum Speed Calibration JKP 12V Auxiliary Power Outlet JCF 140 MPH Primary Cert. Speedometer WP1 18X8.0 Painted Aluminum Wheels DJC 195MM Front Axle DRH 195MM Rear Axle XCH 2 Additional Key Fobs BAJ 220 Amp Alternator NF4 24.6 Gallon Fuel Tank CFN 2nd Row 60/40 Folding Seat DLK 3.45 Rear Axle Ratio ERC 3.61- V6 24V VVI- Engine Upq I WESS BR8 4 -Wheel Disc Heavy Duty Brakes CYD 5 Passenger Seating NAS 50 State Emissions RCG 6 Speakers BCZ 650 Amp Maintenance Free AGM Battery RFJ 7.0" Touch Screen Display DFT 8S d Auto 850RE Trans Make RD3 Accent Color Shark Fin Antenna MRD Accent Color Wheel Lip Molding GAK Acoustic Windshield CBD Active Head Restraints CG3 Advanced Multistage Front Air Bags JMA Air Filtering RFP Apple CarPla HAH ATC w/3 Zone Temp Control LMG Automatic Headlamps BC1 Aux Battery JJM Auxiliary 12 -Volt Rear Power Outlet MWT AWD Badge CTL Base Door Trim Panel MMG Belt Moldings MNK Bodv Color Door Handles LEP Body Color Exterior Mirrors MBL Body Color SRT Front Fascia MBT Body Color/Accent Color Rear Fascia XJM Ca less Fuel Fill w/o Discriminator CKN Caro Compartment Carpet CKT Caro Tie Down Loops CGU Child Seat Anchor System -LATCH Read MFP IChrome Headlamp Bezels Report Generated On September 10, 2018 3:54 PM Page 1 of 4 Standard Features - WDEE7"URANd0 PURSUIT Code AWD 77 Description `H7 Cloth Low -Back Bucket Seats DS7 Conventional Differential Frt Axle DSS Conventional Differential Rear Axle CLG Covered Caro Storage GEG Deep Tint Sunscreen Glass CF9 Delete 3rd Row Seat X82 Door Parts Module CBR Door Trim Panel w/Ambient Lighting CGY Drvr Inflatable Knee -Bolster Air Ba JJB Dual Note Electric Homs MZJ Durango Bright Badge SBL Electric Power Steering BNB Electronic Stability Control NHA Engine Oil Cooler LSE Enhanced Accident Response System NHJ Exterior Mirrors w/Heating Element CKD Floor Carpet BNR Four Wheel Traction Control LBR Front & Rear Interior LED Lamps GCB Front Door Tinted Glass X83 Front End Parts Module X8W Front Fascias Parts Module MDA Front License Plate Bracket LAX Front Passenger Seat Belt Alert X89 Front Suspension Damper Parts Module X84 Front Suspension Parts Module CDW Frt Pass Forward Fold Flat Seat CUF Full Length Floor Console TBB Full Size Spare Tire LBC Glove Box Lam RF5 Google Android Auto AP GPS Antenna Input Z6K GVW Rating -6500# LMB Halogen Headlamps X8Y Headliner Parts Module NMC Heavy Duty Engine Cooling BNG Hill Start Assist HGA Hood Insulation CWP Illuminated Cu holders LAC Illuminated Entry JB5 Instr. Panel Platinum Chrome Bezel X81 Panel Parts Module RTFnte !Instrument rated Center Stack Radio Report Generated On September 10, 2018 3:54 PM Page 2 of 4 Report Generated On September 10, 2018 3:54 PM Page 3 of 4 Code Description XRB Integrated Voice Command w/Bluetooth CSV Interior Assist Handles XS4 K Black Interior Accents GX4 Ke ess Go GAP Laminated Front Door Glass LA3 LED Taillam s w/Red Accents CXG Lock On Sync Tire Press Sensor CLX Luxury Front & Rear Floor Mats RS6 Media Hub 2 USB Aux TZH Michelin Brand Tires APA Monotone Paint XA8 Non Adiustable Pedals CUN Overhead Console TP5 P265/60R18 BSW On/Off Road Tires XH3 Parksense Rr Park Assist w/Sto XAC ParkView Rear Back-up Camera CSR Passenger Assist Handles SCJ Perforated Leather Wrapped Strq Whl MFN Performance Grille w/ Black Texture JPU Power 4 -Way Driver Lumbar Must JPR Power 8 -Way Drvr/Manual Pass Seat JKY Power Accessory Dela GTS Power Heated MirrorsFold-Awa XJA Power Locking Fuel Filler Door JPB Power Locks JAJ Premium Instrument Cluster w/Tach HGP Premium Insulation Group LTE Premium LED Fog Lamps XPF Protective Coating and Remover JP3 Pwr Front Windows 1-Touch.Up & Down XFC R1234YF A/C Refrigerant BHC Rain Brake Support BHD Ready Alert Braking HBB Rear Air Conditioning w/Heater X8U Rear Fascias Parts Module SES Rear Load Leveling Suspension X91 Rear Suspension Damper Parts Module X85 Rear Suspension Parts Module GNK Rear View Auto Dim Mirror GFA Rear Window Defroster JHB Rear Window Wi erMasher GXM Remote Keyless Entry GXD 1 Remote Proximity Keyless Entry Report Generated On September 10, 2018 3:54 PM Page 3 of 4 tMjNFLCod9 Description X8Z Seat Parts Module XX7 Selectable Steering Modes GXX Sentry Key Theft Deterrent System MRF Sill Molding JER Silver Metal Brush Instr Panel Bezel DHY Single S eed Transfer Case AHV Special Service Group NHM Seed Control XG8 Sport Mode SDE Sport Suspension LNQ Sot Lamp Wiring Prep. WLB Steel Spare Wheel RDZ Steering Wheel Mounted Audio Ctrls XHZ Stop -Start Dual Battery System GNV Sun Visors wNanity Mirror CJ5 Supp. Side Curtain All Rows Air Bags Cil Supplemental Frt Seat Side Air Bags CGS Supplemental Side Air Bags JFJ Temperature & Compass Gauge SUD Tilt/Telescope Steering Column GBB Tinted Windshield Glass XBN Ti Start X88 Tire & Wheel Parts Module XGM Tire Pressure Monitoring Display BNT Trailer Sway Dam in NHQ Transmission Heater UAG Uconnect 4 with 7" Display RF7 USB Host Flip JHA Var Intermittent Windshield Wipers LAZ Vehicle Information Center Report Generated On September 10, 2018 3:54 PM Page 4 of 4 Package Details Customer Preferred Packa a 2BZ Packa a Contents FWP USD MSRP USD 3.6L V6 24V Wr Engine Upq I w/ESS 0 0 8-Spd Auto 850RE Trans Make 0 0 Durango Pursuit Vehicle 0 0 Package Value Price 0 0 NET PACKAGE PRICE 0 0 Report Generated On September 10, 2018 3:55 PM Page 1 of 1 �► �' CERTIFICATE OF LIABILITY INSURANCE DATE MpDry�� TYPE OF INSURANCE p�2 H CEF. 1FICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CER' IFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THL., C;ERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTICATE HOLDER IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Zurich -Account Service Center CONTACT Zurich - Account Service Center NAME: 7045 College Blvd. Overland Park, KS 66211 PHONE (AIC No. E: 877-225-5276 ms FAX (A/C No): 888-734-6776 Fax: 888-734-6776 Ph: 877-225-5276 ADDRESS: service.center@zurichna.Com INSURERS) FFORDING COVERAGE NAIC # INSURED ADMO134396 LINWOOD CHRYSLER DODGE HYUNDAI LLC DBA: LINWOOD MOTORS 3345 PARK AVE INSURER A: American Guarantee 1 urance Company 26247 INSURER B: INSURER C: PADUCAH, KY 42001 INSURER D: INSURER E: trUVtKAGE5 CFRTIFICATF NIINIRFI?• orcvr�rdu .u.■■srr.- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADD'L INs SUER WVD POLICY NUMBER POLICY EFF (MM/DDNYYY) POLICY EXP (MM/DD/YYYY) LIMITS ❑A FACOMMERICAL GENERAL LIABILITY ❑ ❑ EACH OCCURENCE $1,000,000 ❑ ❑ CLAIMS MADE ❑X OCCUR ❑ DAMAGE TO RENTED $ PREMISES (Ea occurrence) MED EXP (Any one person) $2,000 ADMO134396-00 07/01/2017 07/01/2018 ❑ GEN'L AGGREGATE LIMIT APPLIES PER: PERSONAL SADV INJURY $1,000,000 GENERAL AGGREGATE $3,000,000 POLICY ❑PROJECT ❑LOC PRODUCTS - COMP/OPAGG $ ❑ OTHER: AUTOMOBILE LIABILITY❑ ® ANY AUTO ❑ COMBINED SINGLE LIMIT (Ea Accident) $1,000,000 BODILY INJURY (Per person) $ ❑ALL OWNED ❑ SCHEDULED AUTOS AUTOS rX HIRED AUTOS RANS NON -OWNED El F_1 ADMO134396-00 07/01/2017 07/01/2018 BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ E] ❑ UMBRELLA LIAB ❑ OCCUR ❑ ❑ EACH OCCURRENCE $ ❑ EXCESS LIAR ❑ CLAIMS -MADE AGGREGATE $ DED RETENTION $ PRODUCTS - COMP/OP AGG $ ❑EMPLOYERS' WORKERS COMPENSATION AND LIABILITYANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? Y/N (Mandatory in NH) ❑ It yes, Describe under N/A ❑ P;PER UTE ER ACCIDENT $ E.L. DISEASE -EA EMPLOYEE $ DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ FAQ GARAGE LIABILITYE] �( ANY AUTO E:] ADMO134396-00 07/01/2017 07/01/2018 OTHER THAN AUTO ONLY EACH ACC: $1,000,000 ❑A I Garagekeepers - Direct Coverage ❑ ❑ ADMO134396-00 07/01/2017 07/01/2018 $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Reason for Certificate:State Requirement 30 Day notice of cancellation applies, except for cancellation due to non payment of premium. See Additional Remarks Schedule Attached /�G�TIL't/�A TC tJA� ACA -- - — — ---�• • l.A1YI,GLLA I IUN KENTUCKY MOTOR VEHICLE COMMISSION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 105 SEA HERO ROAD THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Suite 01 ACCORDANCE WITH THE POLICY PROVISIONS. FRANKFORT, KY 40601 _ Attn: AUTHORIZED REPRESENTATIVE t --•'C Fax: 502-573-1003 ACORD 25 2014/01 ©1988-2014 ACORD CORPORATION, All rights reserved. ( ) The ACORD name and logo are registered marks of ACORD 00310 010 PROPOSAL PAGE 1 OF 3 CITY OF PADUCAH, KENTUCKY ENGINEERING -PUBLIC WORKS DEPARTMENT BID PROPOSAL for EIGHT (8) POLICE PURSUIT RATED SUV'S for use by the PADUCAH POLICE DEPARTMENT Proposal of RDVCA V1 rO fz_dl� (hereinafter called Bidder), organized and existing under the laws of 11'dV_TV +c� (state) and doing business as ?Fib U CA� r0&> L nl c4ir4 by>,*Tw c *, as applicable to the City of Paducah, Kentucky (hereinafter referred to as Owner.) *Insert "A Corporation", A Partnership" or Rn Individual" In compliance with your Invitation for Bid, Bidder hereby proposes to furnish all the necessary labor, material, equipment, tools and services necessary for the purchase and delivery of Eight (8) Police Pursuit Rated SUV's for use by the Paducah Police Department in accordance with the specifications and other contract documents prepared by the City Engineering -Public Works Department, at the prices stated below. By submission of this Bid, each Bidder certifies that this Bid has been arrived at independent, without consultation, communication or agreement as to any matter relating to this Bid with any other Bidder or with any other competitor. In case of a discrepancy in the extension of a bid price, the unit price shall govern over the total price for all items. Bidder has submitted with this Bid Proposal the required signed and notarized Certifications as required by the laws of the Commonwealth of Kentucky. Failure of the Bidder to comply with these provisions will make the Bid Non -Responsive and shall result In disqualification of the submitted Bid Proposal. If Notice of the Award is given to the Bidder within Sixty (60) days after the time of receipt of Bids, the Bidder agrees to execute and deliver a Contract Agreement in the prescribed form within ten (10) days after the Contract is presented for signature. Subsequent to the execution of the Contract, Bidder hereby agrees to commence Work and to deliver the vehicles as specified within the contract documents. Prior to commencing Work, the successful Bidder shall furnish the Owner with a Certificate of Insurance showing that the required insurance as set forth in the specifications is in force. In submitting this Bid, it is understood that the right is reserved by the Owner to reject any and all Bids in accordance with the City of Paducah's Code of Ordinances and the Specifications. Additionally, any Award may be made to the lowest Bidder for all items, groups of items, or on an individual item basis, whichever is deemed to be in the best interest of the City. ADDENDUM The Bidder hereby acknowledges receipt of the following Addenda, if any, and is fully aware of the implications of the addendums on the Bid; Addendum No(s) Dated 2401,/ a/ I� 00310 810 PROPOSAL PAGE 2 OF 3 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL AMOUNT 1 Police Vehicles in accordance with g Each $ 1 $ 330P the Specifications Specifications" form shall Indicate the exception on a separate attached sheet. 4. One Copy of Full.Manufacturer. Specifications and Warranty information, including a In the event the City may need to purchase additional specifications. The manufacturer's specifications shall include information regarding vehicles prior to June 30, 2019, will the Bidder allow the Z 2 purchase of Two Additional Police Vehicles in accordance YES NO with the Specifications at the Proposed Unit Price provided herein? Proposed Body Manufacturer, Model and Year: roll% Acrok 12dR%a��Cosa 0 1 q Proposed Delivery Time (days): Location of the full service maintenance facility: 347te DARK AL4AJ2 t NO120ah1 l-ey 42 oo GRADING CRITERIA The Bidder is aware that the Owner will evaluate the Bids submitted based on the Criteria listed on the "Owner Evaluation Form - Section 00330" as included within the Specifications. ATTACHEMENTS TO THE BID PROPOSAL REQUIRED: Failure of the Bidder to submit the following documents with the Bid Proposal will make the Bid Non -Responsive and shall result in disqualification of the submitted Bid Proposal. INCLUDED ITEM 00320, JC� I, Bidder's Certification Section signed and notarized. ✓ 2. "Compliance with Technical Specifications" farm. Bidder shall Indicate compliance by checking "YES" or "NO" adjacent to each individual item. A "YES" indicates full . compliance with the specification and a "NO" indicates an exception and/or variation to the specification. 3. All individual items marked by a "NO" on the "Compliance with Technical Specifications" form shall Indicate the exception on a separate attached sheet. 4. One Copy of Full.Manufacturer. Specifications and Warranty information, including a detailed description of the equipment proposed and the conformance to the Owner's specifications. The manufacturer's specifications shall include information regarding size, type model and make of all component parts and equipment. 00310 810 PROPOSAL PAGE 3OF3 PREFERENCE TO KENTUCKY BIDDERS In accordance with KRS 45A,365, prior to a contract being awarded, a resident bidder of the Commonwealth shall be given a preference against a non-resident bidder registered in any state that gives or requires a preference to bidders from that state. The preference shall be equal to the preference given or required by the state of the non-resident bidder. Bidder is a resident of the following state: 1,e&rt)cj�q If Bidder is a non-resident of the Commonwealth of Kentucky, indicate if any preference is given by the resident's state: BID DOCUMENTS: Sid Documents shall be enclosed in an envelope clearly labeled with the words "Bid Documents, Name of Project, Name of Bidder, and Date and Time of Bid Opening," in order to guard against premature opening of the bid. Bids received late will be disqualified and returned to the sender unopened. The Bidder herein certifies that all specifications have been reviewed and that any variations to the said specifications, Including exceptions to or enhancements to same, are clearly indicated as an attachment to this bid. THE ABOVE PROPOSAL IS HEREBY RESPECTFULLY SUBMITTED BY: BIDDER: kADycA� Fos_z) L 0y e'oW DATE: a 1 /v 1 TITLE: ADDRESS: � yr=A% W.p 4'�? oo � PHONE: 2-70m+/+,q—®o � FAX: 0_Jo> +SO- 7/g2 CELLPHONE: h15 —L o 4-- 0o12_i E-MAIL: API ®off -P.,hlzohu �. ZO"Ak—, FEDERAL TAXPAYER IDENTIFICATION NUMBER: 6 I.76 Z t I �S KENTUCKY TAXPAYER IDENTIFICATION NUMBER: 0 3 3 8 CITY OF PADUCAH BUSINESS LICENSE NUMBER: 02Z 00320 CERTIFICATIONS PAGE 1 OF 2 CITY OF PADUCAH, KENTUCKY BIDDER'S REQUIRED CERTIFICATIONS The Bidder is hereby given notice that in accordance with the statutes of the Commonwealth of Kentucky, the Bidder is required to submit the following Certifications with the Bid Proposal. Failure to comply with this requirement will make the Bid Non -Responsive and shall result in disqualification of the submitted Bid Proposal. NON -COLLUSION The affiant does solemnly swear, under penalty of perjury under the Laws of the United States, that I, the undersigned Bidder, and/or any agents, officers, employees and/or subcontractors employed, or that may be employed for any activity covered by the above Project have not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with this Bid Proposal. 2. WORKERS' COMPENSATION AFFIDAVIT The affiant does solemnly swear, under penalty of perjury pursuant to KRS 198B.060(10), that 1, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project shall be in full compliance with Kentucky's requirements for Workers' Compensation Insurance according to KRS 342, and Unemployment Insurance according to KRS Chapter 341. The affiant acknowledges that failure on the affiants part to comply with the foregoing assurances can result in a fine not to -exceed four thousand dollars ($4,000.00) or an amount equal to the sum of all uninsured and unsatisfied claims that might be prosecuted under the provisions of KRS 342 or unemployment insurance claims that might be prosecuted under the provisions of KRS 341, whichever is greater. CAMPAIGN FINANCE LAWS The affiant does solemnly swear, under penalty of perjury, that in accordance with KRS 45A.395, that 1, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project have not knowingly violated any provisions of the Campaign Finance Laws of the Commonwealth of Kentucky; and that the award of a Contract to the Bidder or the entity in which he/she represents will not violate any provisions of the Campaign Finance Laws of the Commonwealth. This information provided by the Bidder will be considered confidential and exempt from the Kentucky Open Records Law, 4. KRS 45A.343 The affiant does solemnly swear, under penalty of perjury, that 1, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project are fully aware of the requirements and penalties outlined in KRS 45A.343 requiring the following: (a) the Contractor and all Subcontractors performing the work under the Contract to reveal any final determination of a violation within the previous five (5) year period pursuant to KRS Chapters 136, 139, 141, 337, 338, 341, and 342 that apply to the Contractor or Subcontractor; and that (b) the Contractor and all Subcontractors performing the work under the Contract to be in continuous compliance with the provisions of KRS Chapters 136, 139, 141, 337, 338, 341, and 342 that apply to the Contractor or Subcontractor for the duration of the Contractor. Failure to reveal a final determination of a violation or to comply with the statutes for the duration of the contract shall be grounds for cancellation of the contract and disqualification of the eligibility for future contracts for a period of two (21 years. 00320 CERTIFICATIONS PAGE 2 OF 2 KY DEPT OF REVENUE The affiant does solemnly swear, under penalty of perjury, that in accordance with KRS 45A,395, that I, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project are duly registered with the Kentucky Department of Revenue to collect and remit the sales and use tax imposed by KRS Chapter 139, and will remain registered for the duration of any contract awarded. TAXES AND FEES The affiant does solemnly swear, under penalty of perjury, that in accordance with KRS 45A.395, that I, the undersigned Bidder, and/or any agents, officers, employees and/or Subcontractors employed, or that may be employed, for any activity covered by the above Project are not delinquent on any State, City or County taxes or fees owed to the Commonwealth of Kentucky, The City of Paducah, or any other governmental agency and will remain in good standing for the duration of any contract awarded. Therefore, as a duly authorized representative for the Bidder, I have fully informed myself regarding the accuracy of all statements made in this affidavit, and acknowledge the City of Paducah, Kentucky is reasonably relying upon these statements in making a decision for contract award and any failure to accurately disclose such information may result in contract termination, repayment of funds, and other available remedies under law. Signature: Printed Name: ,224:,Yz Title: a eit"-- Company: Ge' -X r--0 Date: W149 lh� STATE OF & A�� COUNTY OF M �a.c'�G2�• The foregoing instrument was sworn to and acknowledged before me this I c7 day of 2018, bynn &r ;1l►ao�`I� %�c Q@,c.L, (title) of F0-ec Lj Go,& y`-4WA(Name of Company). My commission expires: _ Sha 1 a 1 atary blic, State at Large 1111111 ISO "", OT A = 1 ID # 579329 I pry Commission E)OW I — N► \ 05/12/2021 1 r L4RGE, �� •`��� •ti•�uuuuuu��`� POLICE PURSUIT RATED SUV TECHNICAL SPECIFICATIONS and Compliance with Technical Specifications Form The Bidder is required to accurately and fully complete this "Compliance with Technical Specifications" form and submit with the Bid Proposal. Bidder shall indicate compliance with each Technical Item by marking "YES" or "NO" with a check mark to indicate if the item being bid is exactly as specified. if the item is not being bid as exactly specified, the "NO" column must'be checked and a detailed description of the deviation shall be listed on a separate attached sheet. Failure to accurately complete and submit the "Compliance with Technical Specifications" form, along with any and all deviations, shall be grounds for rejection of the bid. If no exceptions or deviations are shown, the bidder shall be required to furnish the material exactly as specked. The burden of proof forcompliance with this specification shall be the responsibility of the bidder. SUBMITTED BY: ?AQ VfAh f o ft (Bidder) Eiaht (8) New Police Pursuit Rated SUV with Factory Police Packaae SPECIFICATIONS 1. Shalt Be V-6 no less than 300hp .....2.:..... Pursuit Rated ............................................................................................................................................................... 3. Automatic Transmission ............................................. 5. Certified Speedometer ...............................................»».......................................................................................................................... 6. Front Bucket Seats -Cloth ................................................... »................................................................. .................................... ................. I..................... »..7...... Floor Cover - No Carpet ............................................................................................................................................................ 8. Full Size Spare »...........................................................................................»............................................................................................................. 9. Electric Windows and Door Locks » ......................................................................................................................................................................................................... 11. Shall Be Ail -Wheel Drive ............................................................................................................................................................................................................ 12. Hands Free Calling (Bluetooth ......................................................................................................................................................... 13.TilTilt ...................................................... ........ .......... »................... ................. .................................... I................ 14. Back -Up Camera »..........................».............................................................................................................................................................................. 15. Key Fob Feature w14 sets of keys ........................................... 16. Cruise Control ...................................................................................................................».................................................................................... 17. Back -Up Sensor ............................................................................................................................................ NO 02200 Vehicle Page 1 of 2 02200 Vehicle Page 2 o12 SPECIFICATIONS PAGE 2 Eight (8) Vehicles to be Equipped with the following: YES NO 1. Gamber Johnson Mission Control System Console with Cup Holder Specific to 1: .. ..... Vehicle , ,,,,,, .................................................................................................................................................................... 2: Wig -Wag Headlamps or LEDs Mounted in Headlamp to Simulate Wig -Wag .......... ......... ......................... ...... -3. ....................... Flashing -Back -up -Lamps Mounted in the Rear White Reverse Lens ............................................................................................................. 4. 100 Watt Siren Speaker Mounted Behind Grille Whelen�Siren Model 2955LSA6 mounted in Consoie with switch operation given 5. after bid award 6. Radio Wiring and Antenna ran to Console, Antenna Mounted on Roof rear 7.12V ............................................................... Power &Ground Wiring with (3} 12V Accessory Ouilets Mounted in Console ......................................... Charge Guard Auto Shutoff Timer Mounted in Console with All Upfitter Installed -8: Equipment -Powered by.,Charg.e-Guard...................... ...................... I.. . Gamber-Johnson Model 7160-0250 Computer Cradle mounted on Gamber 9. .... Johnson Mongoose 9" locking, slide arm (Item# 7160-0220)..................... ........................................................................................................I.,........ .8.:.... Sound -off Signal Intersector Lights (white/clear) shall be mounted on Door 10. ........................................................................................................................... Mirrors ...................................................................... .... Whalen Edge (Front)-XLP2-piece LED with Takedowns mounted top Interior. .10. windshield, Red on Driver side and Blue on Passenger side 1.1.:. .... i;IX34UFZRRRRTTBBB) B....B)........................................................ ..................................................... Whalen Edge (Rear) -RTX Series Rear Facing Super -LED with Traffic Advisor mounted top interior rear lift gate glass, Red on Driver side and Blue on ,12. ............. Passenger Side (ISTRAY8RRRRBBBB) ...........................................,............................................................................. Whelan ION Wide Angle Series Super -LED Universal Light -mounted on the interior of the rear cargo area, and facing out each of the rear side cargo windows, with Blue (TL18) on the Left and Right sides, mounted on Bottom of 13:....�l- ----- -------------------------------------------------------------------------- Eight (8) Vehicles to be Equipped with the following extras for Patrol YES NO 1. Spotli ht Mounted in Left A -Pillar -2: White Exterior Color .....3:..... Black Steel Wheel . Center Cap I...me ............................................................................................. Whalen ION Wide Angle Series Super -LED Universal Light -mounted on the interior of the rear passenger area, and facing out each of the rear side passenger windows, with Blue (TL1 B) in front arid Red (TL1 R) In rear on the Left 4. and Right sides, mounted on Bottom of glass --------------------------------------------------------- --------------• Whalen Tracer Red, Blue 60" LED Rocker Panel Lights. Dual Color Capability 5. mounted on the Right and Left side, lower rocker panel Pinch weld area ..................................................... .................. Pro -Guard Pro -cel Prisoner Transport System (131000) specific to vehicle .....6:.....instalied in rear .............................................. ................. L-3 Mobile Vision Camera System to be Installed by Vendor (Camera System will 7. ...be furnished by City of Paducah) .8.:.... Rear Door Locks, Windows and Inside Door Handle inoperable, from rear seat _9.:... Pro Guard Pro -Cell mount Gun - Rack (G -6300D) specifc to vehicle ------------------------------------------------------ ---.._.-------- Gamber Johnson MCS External Brother Printer Mount Armrest (Item# --7160- .10. 04301 W --------------------------------------------- Your satisfaction is our #1 goal. If you have any questions or concerns, or are unsatisfied with the service you are receiving, follow these steps: 1. Contact your Sales Representative or Service Advisor at your selling/servicing dealership. 2. If your inquiry or concern remains unresolved, contact the Sales Manager, Service Manager or Customer Relations Manager. 3. If you require assistance or clarification on Ford Motor Company policies or procedures, please contact the Ford Customer Relationship Center. In.t�e IInited'Statesi : `. In �eanada _ , Ford Motor Company Customer Relationship Centre Customer Relationship Center Ford Motor Company P.U. Box 6248 of Canada, Limited Dearborn, Ml 48121 P.O. Box 2000 1-800-392-3673 (FORD) Oakville, Ontario W 5E4 (TDD for the hearing impaired: 1-800-565-3673 (FORD) 1400-232-5952) www.ford.ca www.owner.ford.com ill Liait� 8C � $,8${ULr sUb-lg8)It8181( C$i. , )''lf INC* -IWo. iI.B, �izgiri is7anda, fieiltral .Ainerit�, tdle carx6lneNua, ana igrael: _ _ Ford Motor Company Ford International Ford Export Operations Business Development, Inc. Attention: Customer Relations P.O. Box 11957 1555 Fairlane Drive Caparra Ileights Station Fairlane Business Park #3 San Juan, PR 00922-1957 Allen Park, MI 48101 Telephone: (800) 841 -FORD (3673) Telephone: (313) 594-4857 Fax: (313) 390-0804 For customers in Guam, the Commonwealth of E-mail: prcac@ford.cwm the Northern Mariana Islands (CNMI), America www.ford.com.pr Samoa, and the U.S. Virgin Islands, please feel free to call our'lbll-Free Number: (800) 841 -FORD (3673) Fax: (313) 390-0804 E-mail: expcac@ford.com In Middle East: Ford Middle hast Customer Relationship Center P.O. Box 21470 Dubai, United Arab Emirates Telephone: 971-4-3,326084 Toll-free Number for the Kingdom of Saudi Arabia: 800 8971409 Local Telephone Number for Kuwait: 24810575 Fax: 971-4-3327299 E-mail: menacac@ford.com www.me.for(l.com 1. INTRODUCTION 1 2. IMPORTANT INFORMATION YOU SHOULD KNOW 2 If You Need Customer Assistance 2 Know When Your Warranty Begins 2 Check Your Vehicle 2 Maintain Your Vehicle Properly 2 Who Pays For Warranty Repairs? 3 Do Warranties Apply In Other Countries? 4 3. THE NEW VEHICLE LIMITED WARRANTY FOR YOUR 2018 -MODEL VEHICLE 5 Limitations And Disclaimers 5 What Is Covered? 8 What Is Not Covered? 12 4. IN ADDITION ... 16 Roadside Service Assistance (United States, Puerto Rico, And U.S. Virgin Islands) 16 5. FEDERAL REQUIREMENTS FOR EMISSIONS WARRANTIES 17 What Is Covered? 20 What Is Not Covered? 21 6. CALIFORNIA REQUIREMENTS FOR EMISSIONS WARRANTIES 22 What Is Covered? 26 What Is Not Covered? 29 7. ADDITIONAL INFORMATION ABOUT YOUR EMISSIONS WARRANTY COVERAGE, UNDER FEDERAL AND CALIFORNIA REQUIREMENTS 30 8. NOISE EMISSIONS WARRANTY 32 9. FORD PROTECT EXTENDED SERVICE PLAN 33 10. BETTER BUSINESS BUREAU (BBB) AUTO LINE PROGRAM 34 11. STATE WARRANTY ENFORCEMENT LAWS 35 12. IMPORTANT INFORMATION ABOUT AMBULANCE CONVERSIONS 36 Ford Motor Company and your selling dealer thank you for selecting one of our quality products. Our commitment to you and your vehicle begins with quality protection and service. When you need warranty repairs, your selling dealer would like you to return to it for that service, but you may also take your vehicle to another Ford Motor Company dealership authorized for warranty repairs. Certain warranty repairs require special training though, so not all dealers are authorized to perform all warranty repairs. That means that, depending on the warranty repair needed, the vehicle may need to be taken to another dealer. If a particular dealership cannot assist you, then contact the Customer Relationship Center at 1-800-392-3673. This booklet explains in detail the warranty coverages that apply to your 2018 -model car or light truck. If you bought a previously owned 2018 -model vehicle, you are eligible for any remaining warranty coverages. Ford Motor Company provides the Emissions Defect Warranties and Emissions Performance Warranties which cover your emissions control systems, and Noise Emissions Warranty which applies only to medium/heavy duty trucks over 10,000 pounds Gross Vehicle Weight Rating (pages 17-32). IF YOU NEED CUSTOMER ASSISTANCE Your Ford Motor Company dealer is available to assist you with all your automotive needs. Please follow the procedures outlined on the front page of this booklet. In addition, if you are an eligible U.S. owner, you may use - at no cost - the services of the BBB AUTO LINE program. For details, see Better Business Bureau (BBB) AUTO LINE program, page 34 or call 1-800-955-5100. KNOW WHEN YOUR WARRANTY BEGINS Your Warranty Start Date is the day you take delivery of your new vehicle or the day it is first put into service (for example, as a dealer demonstrator), whichever occurs first. CHECK YOUR VEHICLE We try to check vehicles carefully at the assembly plant and the dealership, and we usually correct any damage to paint, sheet metal, upholstery, or other appearance items. But occasionally something may slip past us, and a customer may find that a vehicle was damaged before he or she took delivery. If you see any damage when you receive your vehicle, notify your dealership within one week. MAINTAIN YOUR VEHICLE PROPERLY Your glove compartment contains an Owner's Manual which indicates the scheduled maintenance required for your vehicle. Proper maintenance guards against major repair expenses resulting from neglect or inadequate maintenance, may help increase the value you receive when you sell or trade your vehicle, and is important in allowing your vehicle to comply with applicable emissions standards. It is your responsibility to make sure that all of the scheduled maintenance is performed and that the materials used meet Ford engineering specifications. Failure to perform scheduled maintenance as specified in the Owner's Manual will invalidate warranty coverage on 2 parts affected by the lack of maintenance. Make sure that receipts for completed maintenance work are retained with the vehicle and confirmation of maintenance work is always entered in your Owner's Manual. Your Ford or Lincoln dealership, or Ford or Lincoln Auto Care Service Center, has factory -trained technicians who can perform the required maintenance using genuine Ford parts. The dealership looks forward to meeting your every service need to maximize your satisfaction with your vehicle. WHO PAYS FOR WARRANTY REPAIRS? You will not be charged for repairs covered by any applicable warranty during the stated coverage periods, unless specifically stated elsewhere in this guide. Some states have mandated alternate time coverage periods for parts of your vehicle (e.g. seatbelts). Some states and/or local governments may require a tax on a portion of warranty repairs. Where applicable law allows, the tax must be paid by you, the owner of the vehicle. During the Bumper to Bumper Warranty period, dealers may receive instructions to provide no -cost, service -type improvements - not originally included in your Owner's Manual - intended to increase your overall satisfaction with your vehicle. Sometimes Ford may offer a special adjustment program to pay all or part of the cost of certain repairs beyond the terms of the applicable warranty. Check with your dealer or call 1-800-392-3673 to learn whether any adjustment program is applicable to your vehicle. Please have your vehicle identification number available. 3 DO WARRANTIES APPLY IN OTHER COUNTRIES? The New Vehicle Limited Warranty and the Emissions Warranties described in this booklet apply to your vehicle if: • it was originally purchased through the Ford Export Operations Military Sales Program; or • it was originally sold or leased by Ford Motor Company or one of its dealers in the United States or U.S. Federalized Territories, and it was originally registered/licensed and operated in the United States, U.S. Federalized Territories, or Canada. If you meet either of these two requirements, you do have warranty coverage when you travel with this vehicle outside the United States, U.S. Federalized Territories, or Canada. In some cases, however, you may have to pay the servicing Ford dealer in a foreign country or U.S. Federalized Territory for a repair that is covered under the U.S. warranty. If this happens, be sure to save the paid repair order or invoice. You should present this document to a U.S. Ford Motor Company dealer for warranty refund consideration. Refer to www.Ford.com for additional customer assistance reference information. 4 LIMITATIONS AND DISCLAIMERS All of the warranties in this booklet are subject to the following limitations and disclaimers: The warranties in this booklet are the only express warranties vehicles previously, built or sold. Ford and its dealers also reserve the right to provide post -warranty repairs, conduct recalls, or extend the warranty coverage period for certain vehicles or vehicle populations, at the sole discretion of Ford: The fact that Ford has provided such measures to, a, particular vehicle or vehicle population in no. way obligates, Ford to provide similar'. accommodations to other owners of similar vehicles. , ng maintaining, and caring for your vehicle as outlined in your mer's Manual. Ford recommends that you maintain copies of -all dntenance records and receipts for review by Ford. 5 Ford and your dealer are not responsible for any time or income that you lose, any inconvenience you might be caused, the.loss of your transportation or use of your vehicle, the cost of rental vehicles, fuel, telephone, travel, meals, or lodging, the loss of personal. or commercial property, the loss of revenue, or for any other incidental or consequential damages you may have. Punitive, exemplary, or multiple damages may not be recovered unless applicable law prohibits their disclaimer. You may not bring any warranty -related claim as a class representative, a private attorney general, a member of a class of claimants or in any other representative capacity. Ford shall not be liable for any damages caused by delay in delivery or furnishing of any products and/or services. You may have some implied warranties. For example, you may,have an implied warranty of merchantability (that the car or light truck is reasonably fit for the general purpose for which it was sold) or an implied warranty of fitness for a particular purpose (that the car or light truck is.suitable for your special purposes), if a special purpose was specifically disclosed to Ford itself not merely to the dealer before your purchase, and Ford itself not just the dealer told you the vehicle would be suitable for that purpose. These implied warranties are limited, to the extent allowed by law, to the time period covered by the written warranties, or to the applicable time period provided by state law, whichever period is shorter. These implied warranties do not apply at all if you use your vehicle for business or commercial purposes. In addition,, the implied warranty of fitness fora particular purpose does not apply if your vehicle is used for racing, even if the vehicle is equipped for racing. The warranties contained in this booklet and all questions regarding their enforceability and interpretation are governed by the law of the stateSri which you purchased your Ford vehicle. Some states do not Ford 'participates in the BBB AUTO LINE warranty dispute resolution program. You may contact BBB AUTO LINE by calling 800-955-5100. You are required to submit your warranty dispute to the BBB AUTO LINE' before 'exercising rights or seeking remedies under the Federal Magnuson -Moss Warranty Act, 15 U.S.C. § 2301 et seq. To the extent permitted by the applicable state "Lemon Law", you are also required to submit your warranty dispute to :the BB$ AUTO LINE before exercising any rights or seeking remedies under. the "Lemon Law`% If dispute — although the program is still available to you. For more information regarding the BBB AUTO LINE program, see page 34 of this booklet. 7 QUICK REFERENCE: WARRANTY COVERAGE This chart gives a general summary of your warranty coverage provided by Ford Motor Company under the New Vehicle Limited Warranty. Please refer to the description of warranty coverage for more specific information. For each type of coverage, the chart shows two measures: e years in service a miles driven Your New Vehicle Limited Warranty The measure that occurs first determines how long your coverage lasts. For example: Your Bumper to Bumper Coverage lasts for three years - unless you drive more than 36,000 miles before three years elapse. In that case, your coverage ends at 36,000 miles. For more details on coverage, see: �+ What is Covered? (pages 8-12) �► What is Not Covered? (pages 12-15) WHAT IS COVERED? Your NEW VEHICLE LIMITED WARRANTY gives you specific legal rights. You may have other rights that vary from state to state. Under your New Vehicle Limited Warranty if: - your Ford vehicle is properly operated and maintained, and 8 - was taken to a Ford dealership for a warranted repair during the warranty period, then authorized Ford Motor Company dealers will, without charge, repair, replace, or adjust all parts on your vehicle that malfunction or fail during normal use during the applicable coverage period due to a manufacturing defect in factory-supplied materials or factory workmanship. This warranty does not mean that each Ford vehicle is defect free. Defects may be unintentionally introduced into vehicles during the design and manufacturing processes and such defects could result in the need for repairs. Ford provides the New Vehicle Limited Warranty only to remedy manufacturing defects that result in vehicle part malfunction or failure during the warranty period. The remedy under this written warranty, and any implied warranty, is limited to repair, replacement, or adjustment of defective parts. This exclusive remedy shall not be deemed to have failed its essential purpose so long as Ford, through its authorized dealers, is willing and able to repair, replace, or adjust defective parts in the prescribed manner. Ford's liability, if any, shall in no event exceed the cost of correcting manufacturing defects as herein provided and upon expiration of this warranty, any such liability shall terminate. Conditions that are not covered by the New Vehicle Limited Warranty are described on pages 12-15. When making warranty repairs on your vehicle, the dealer will use Ford or Motorcraft parts or remanufactured or other parts that are authorized by Ford, at the discretion of Ford or the Ford dealership. Nothing in this warranty should be construed as requiring defective parts to be replaced with parts of a different type or design than the original part, so long as the vehicle functions properly with the replacement part. Moreover, Ford and its authorized dealers are entitled to a reasonable time and a reasonable number of attempts within which to diagnose and repair any defect covered by this warranty. In certain instances, Ford may authorize repairs at other than Ford dealer facilities. Two separate warranties apply to tires on your new vehicle. The New Vehicle Limited Warranty covers tire defects in factory supplied material or workmanship for 100% of labor costs and on a pro rata adjustment basis for parts. (See the reimbursement schedule below). 9 For vehicles within the New Vehicle Limited Warranty time in service and mileage coverage period, defective tires will be replaced on a pro rata adjustment basis according to the following mileage -based Reimbursement Schedule: MILES DRIVEN PERCENT OF PARTS COVERED BY FORD 1-12,000 100% 12,001-24,000 60% 24,001-36,000 30% The tire manufacturer also provides you with a separate tire warranty that may extend beyond the New Vehicle Limited Warranty coverage. You will find the manufacturer's tire warranty with the owner literature supplied with your vehicle. You have the option of having a tire warranty repair performed by the tire manufacturer's authorized service center. If you go to a tire service center for a repair covered by the New Vehicle Limited Warranty, you may be charged a prorated amount for wear or other charges. If so, you should present your paid invoice detailing the nature of the charges to any Ford Motor Company dealership for refund consideration. When making warranty repairs on your vehicle, the dealer will use Ford or Motorcraft parts or remanufactured or other parts that are authorized by Ford. In certain instances, Ford may authorize repairs at other than Ford dealer facilities. Tire replacements under warranty will be made with the same brand and model as originally equipped with the vehicle unless the same brand and model is no longer available, in which case a tire of the same brand, size, load, speed and tread type will be used. In some circumstances, Ford may authorize another brand and/or model to substitute for the original brand and model, even if still available. Normal tire wear or damage is not reimbursable. See page 15 for details of what is not covered. Extended warranty coverage periods are available for certain vehicle parts and conditions. Specifically, (1) Your vehicle's Powertrain components are covered for five years or 60,000 miles, whichever occurs first. The extended coverage applies to the Engine: all internal lubricated parts, cylinder block, cylinder heads, electrical fuel pump, powertrain control module, engine mounts, flywheel, injection pump, manifold (exhaust and intake), manifold bolts, oil pan, oil pump, seals and gaskets, engine thermostat, engine thermostat housing, timing chain cover, timing chain (gears or belt), turbocharger/supercharger unit, valve covers, water pump; 10 nansmission: all internal parts, clutch cover, seals and gaskets, torque converter, transfer case (including all internal parts), transmission case, transmission mounts; Front -Wheel Drive: axle shafts, front bearings, seals and gaskets, universal and constant velocity joints; Rear -Wheel Drive: axle shafts, rear bearings, center support bearing, drive axle housing (including all internal parts), drive shaft, retainers, supports, seals and gaskets, universal and constant velocity joints. Four-Wheel/All-Wheel Drive: axle shafts, bearings (front and rear), center support bearing, drive shafts, final drive housing (including all internal parts), hubs -automatic front locking (four-wheel drive), locking rings (four-wheel drive), seals and gaskets, universal and constant velocity joints. (2) Your vehicle's safety belts and air bag Supplemental Restraint System (SRS) are covered for an extended Safety Restraint Coverage Period, which lasts for five years or 60,000 miles, whichever occurs first. (3) Your vehicle's body sheet metal panels are covered for an extended Corrosion Coverage Period, which lasts for five years, regardless of miles driven. The extended warranty coverage only applies if a body sheet metal panel becomes perforated due to corrosion during normal use due to a manufacturing defect in factory -supplied materials or factory workmanship. If aluminum body panels have corrosion or rust damage, and the damage is not the result of abnormal usage, vehicle accident, customer actions and/or extreme environmental conditions, the corrosion or rust damage repairs are covered for 5 years, unlimited miles. For damage caused by airborne material (environmental fallout) where there is no factory -related defect involved and therefore no warranty — our policy is to provide free repair of paint damage due to the airborne material for 12 months or 12,000 miles, whichever occurs first. (4) Your vehicle's direct injection diesel engine and certain engine components are covered during the PowerStroke Diesel Engine Coverage Period, which lasts for five years or 100,000 miles, whichever occurs first. The following parts are covered during this extended coverage period: the engine, cylinder block, heads and all internal parts, intake and exhaust manifolds, timing gear, harmonic balancer, valve covers, oil pan and pump, water pump, fuel system (excluding fuel lines, fuel tank and frame mounted fuel conditioning module sometimes referred to as the frame mounted pump/filter/water separator or frame mounted fuel filter/water separator), high pressure lines, gaskets and seals, glow plugs, turbocharger, two-stage turbocharger assembly, turbocharger actuator, 11 powertrain control module, high pressure fuel injection pump assembly, injectors, injection pressure sensor, fuel rail pressure sensor, exhaust back pressure regulator and sensor, exhaust pressure sensor, manifold pressure sensor, intake air temperature sensor, crankshaft position sensor, camshaft position sensor, accelerator switch. NOTE: Some components may also be covered by the Emissions Warranties. For more information, see pages 17-31. If you own or lease a 2018 -model Next Generation Police Interceptor Vehicle (NGPI), refer to the Warranty Addendum Card that was given to you when you took delivery of your vehicle for further explanation of Amendments to the New Vehicle Limited Warranty. The Warranty Addendum applies only the NGPI vehicles delivered in the State of Florida and New York. WHAT IS NOT COVERED UNDER THE NEW VEHICLE LIMITED WARRANTY? Damage Caused By: • accidents, collision or objects striking the vehicle (including driving through a car wash) • theft, vandalism, or riot • fire or explosion • using contaminated or improper fuel/fluids • customer -applied chemicals or accidental spills • driving through water deep enough to cause water to be ingested into the engine • misuse of the vehicle, such a driving over curbs, overloading, racing or using the vehicle as a permanent stationary power source Damage Caused by Alteration or Modification The New Vehicle Limited Warranty does not cover any damage caused by: • alterations or modifications of the vehicle, including the body, chassis, electronics or their components, after the vehicle leaves the control of Ford Motor Company • tampering with the vehicle, tampering with the emissions systems or with the other parts that affect these systems (for example, but not limited to exhaust and intake systems) 12 • the installation or use of a non -Ford Motor Company part or software (other than a certified emissions part or software) or any part or software (Ford or non -Ford) designed for off-road use only installed after the vehicle leaves the control of Ford Motor Company, if the installed part fails or causes a Ford part to fail. Examples include, but are not limited to lift kits, oversized tires, roll bars, cellular phones, alarm systems, automatic starting systems and performance -enhancing powertrain components or software and performance "chips". Your vehicle may allow, enable or facilitate the use of certain non -Ford Motor Company software. Ford is not responsible for the functionality of such software. Ford may disallow, discontinue or modify your ability to use such software at any time without prior notification or incurring any warranty or other obligation. Non -Ford Motor Company software may be governed by End User License Agreement or warranty provided by the software provider. For Ford Motor Company software see End User License Agreement found in the Owner Manual. Damage Caused by Use and/or the Environment The New Vehicle Limited Warranty does not cover surface rust, deterioration and damage of paint, trim, upholstery, and other appearance items that result from use and/or exposure to the elements. You, as the owner, are responsible for these items. Some examples are: • dings, dents • cuts, burns, punctures or tears • road salt • tree sap, bird and bee droppings • windstorm, lightening, hail • earthquake • freezing, water or flood • stone chips, scratches (some examples are on paint and glass) • windshield stress cracks. However, limited coverage on windshield stress cracks will be provided for the first 12 months or 12,000 miles (which ever occurs first), even though caused by use and/or exposure to the elements. 13 MaintenanceMear The New Vehicle Limited Warranty does not cover: (1) parts and labor needed to maintain the vehicle; and (2) the replacement of parts due to normal wear and tear. You, as the owner, are responsible for these items. See your Owner's Manual. Some examples of maintenance and normal wear are: • oil changes • clutch linings • oils, lubricants, other fluids • wiper blades* • oil/air filters • wheel alignments and tire • tire rotation/inflation balancing* • cleanhWpolishing • brake pad/lining* * Ford will replace or adjust certain maintenance items when necessary, free of charge during a limited period: • Wiper blade replacements will be provided during the first six months in service, regardless of miles driven. • Wheel alignments and tire balancing will be provided during the first 12 months or 12,000 miles in service, whichever occurs first. • Brake pad/lining replacements will be provided during the first 12 months or 18,000 miles in service, whichever occurs first. SYNC Hands -Free Communications and Entertainment System If your vehicle is equipped with SYNC, the New Vehicle Limited Warranty does not cover repairs under certain conditions, such as failure to provide proper installation environment. The New Vehicle Limited Warranty does not cover repairs of certain damage or loss, such as: • Loss of personal recording media, software or data • Loss, change, or discontinuation of functionality because of: • system updates to Ford Motor Company software or lack of compatibility with non -Ford Motor Company electronic devices • non -Ford Motor Company software, or • obsolescence of vehicle software or hardware • lack of network coverage or availability • Damage caused by: • abnormal use such as insertion of foreign objects, fluid spillage • unauthorized modification to alter functionality or capability • computer or internet viruses, bugs, or malware, such as worms, Trojan Horses, cancelbots 14 • installation of unauthorized software, peripherals and attachments • unauthorized, unapproved and/or incompatible repairs, upgrades and modification • the defective function or obsolescence of your cellular phone or digital media device (for example, inadequate signal reception by the external antenna, viruses or other software problems) Tire Wear or Damage The New Vehicle Limited Warranty does not cover normal wear or worn out tires. Tires will not be replaced (unless required by a warranty repair) for wear or damage including: • tire damage from road hazard such as cuts, snags, bruises, bulges, puncture, and impact breaks • tire damage due to under or over inflation, tire chain use, racing, spinning (as when stuck in snow or mud), improper mounting or dismounting, or tire repair Other Items or Conditions Not Covered The New Vehicle Limited Warranty does not cover: • vehicles that have had the odometer disconnected, altered, or inoperative for an extended period of time with the result that the actual mileage cannot be determined • vehicles that have ever been labeled or branded as dismantled, fire, flood, junk, rebuilt, reconstructed, or salvaged; this will void the New Vehicle Limited Warranty • vehicles that have been determined to be a total loss by an insurance company; this will void the New Vehicle Limited Warranty • converted ambulances that are not equipped with the Ford Ambulance Prep Package, see important information about ambulance conversions (page 36) • Aftermarket parts or components, sometimes installed by Ford Motor Company or an authorized Ford dealership, may not be covered by the New Vehicle Limited Warranty. Any damage caused to Ford components due to the failure of aftermarket parts (other than a certified emissions part) is not covered. 15 ROADSIDE SERVICE ASSISTANCE (UNITED STATES, PUERTO RICO, AND U.S. VIRGIN ISLANDS) Your vehicle is covered by the complimentary Ford Roadside Assistance Program (unless you are driving a daily rental unit). Under this program, Ford will cover: • Towing to the nearest Ford Motor Company dealership, or towing to your selling dealership if within 35 miles of the disablement • Flat tire change (vehicle must have useable spare) • Fuel delivery (limited to two occurrences in a 12 -month period up to 2 gal. gas, 5 gal. diesel) • Jump starts • Lock -out assistance (replacement key cost is customer responsibility) • Winch out services: includes pulling a vehicle within 100 feet of a paved or county maintained road. No recoveries. The Roadside Assistance Program is separate from the New Vehicle Limited Warranty. It begins at the warranty start date and lasts for five years or 60,000 miles (whichever occurs first). If you need towing beyond the five years or 60,000 miles (whichever occurs first) period, Ford can arrange roadside assistance and charge your credit card. If the reason for the vehicle disablement is later found to be covered by another Ford warranty, Ford will provide a refund for the tow charge under the other warranty, through the dealership. For emergency roadside assistance, call 1-800-241-3673, 24 hours a day, 365 days a year. Ford Rent-A-Car (FRAC) and Dealer Daily Rental (DDR) vehicles that must be towed because a covered repair failed during the warranty coverage period, Ford will cover towing to the nearest Ford Motor Company dealership. Ford Motor Company reserves the right to modify or discontinue Roadside Assistance at any time. Certain restrictions apply to Roadside Assistance benefits. Call 1-800-241-3673 for further details. 16 QUICK REFERENCE: EMISSIONS WARRANTY COVERAGE This chart shows your warranty coverage under two emissions warranties that Ford Motor Company provides, in compliance with Federal requirements. The warranties are: • Emissions Defects Warranty • Emissions Performance Warranty Emissions Warranties for Your Vehicle TYPE OF I YEARS IN COVERAGE SERVICEIMILES DRIVEN ' Applies to vehicles up to 8,500 pounds gross vehicle weight rating (GVWR) " Applies to trucks over 8,500 pounds gross vehicle weight rating (GVWR) up to 19,500 pounds gross vehicle weight rating (GVWR). Vocational vehicle tires covered for 2124,000 for defects that affect compliance with greenhouse gas requirements. For full details on emissions control coverage, see: Emissions Defect Warranty (page 18) �► Emissions Performance Warranty (page 19) �► What is Covered? (pages 20-21) What is Not Covered? (page 21) 17 EMISSIONS DEFECT WARRANTY COVERAGE During the warranty coverage period, Ford Motor Company warrants that: • your vehicle or engine is designed, built, and equipped to meet - at the time it is sold - the emissions regulations of the U.S. Environmental Protection Agency (EPA). • your vehicle or engine is free from emission -related defects in factory -supplied materials or workmanship, which are defects that could prevent the vehicle or engine from conforming with applicable EPA regulations. • you will not be charged for diagnosis, repair, replacement, or adjustment of parts containing an emissions -related defect. A list of emission -related parts can be found in What is Covered? on pages 20-21. The warranty coverage period for: • The emissions defects warranty coverage period for passenger cars and light duty trucks (applies to vehicles up to 8,500 pound GVWR) is as follows: — 8 years or 80,000 miles (whichever occurs first) for catalytic converters, electronic emissions control unit, and onboard emissions diagnostic devices, including the Battery Energy Control Module (BECM). — 2 years or 24,000 miles (whichever occurs first) for all other covered parts. (Note: Ford's 3 -year, 36,000 -mile bumper -to -bumper coverage, as described above, surpasses this mandatory federal coverage.) • Heavy duty vehicles (applies to trucks over 8,500 pounds GVWR up to 19,500 pounds GVWR) — The emissions warranty coverage period for heavy duty vehicles (HDVs) is 5 years or 50,000 miles (whichever comes first) for all parts covered by your emissions warranty. • Only for HDVs not designated as "vocational vehicles" on the underhood "VEHICLE EMISSION CONTROL INFORMATION" label: The 5 year/50,000 mile warranty includes coverage of components whose failure would increase the vehicle's emissions of air conditioning refrigerants. • Only for HDVs designated as "vocational vehicles" on the underhood "VEHICLE EMISSION CONTROL INFORMATION" label: Tire defects that affect compliance with emission standards are covered for 2 years or 24,000 miles, whichever comes first. 18 EMISSIONS PERFORMANCE WARRANTY COVERAGE Under Emissions Performance Warranty Coverage, Ford Motor Company will repair, replace, or adjust - with no charge for labor, diagnosis, or parts - any emissions control device or system, if you meet all of the following conditions: • You have maintained and operated your vehicle according to the instructions on proper care in the Owner's Manual and this booklet. • Your vehicle fails to conform, during the warranty coverage period, to the applicable national EPA standards, as determined by an EPA approved inspection and maintenance program. • You are subject to a penalty or sanction under local, state, or federal law because your vehicle has failed to conform to the emissions standards. (A penalty or sanction can include being denied the right to use your vehicle.) • Your vehicle has not been tampered with, misused, or abused. The warranty coverage period for: • Passenger cars and light duty trucks (applies to vehicles up to 8,500 pounds GVWR) is as follows: — 8 years or 80,000 miles (whichever occurs first) for catalytic converter, electronic emissions control unit, and onboard emissions diagnostic devices. — 2 years or 24,000 miles (whichever occurs first) for all other covered parts . • Heavy duty vehicles (applies to trucks over 8,500 pounds GVWR up to 19,500 pounds GVWR) — 5 years or 50,000 miles (whichever occurs first) for all covered parts. See WHAT IS COVERED? below for list of covered parts. Note that the warranty period begins on the Warranty Start Date as specified on page 2 of this booklet. 19 WHAT IS COVERED? For your vehicle if these parts contain an emissions -related defect, they are covered by both the Emissions Defect Warranty and the Emissions Performance Warranty. • Air Flow Sensor • Air/Fuel Feedback Control System and Sensors • Air Induction System • Catalytic Converters (including Selective Catalytic Reduction and Diesel Oxidation Catalysts) • Cold Start Enrichment System (diesel only) • Controls for Deceleration (diesel only) • Diesel Exhaust Fluid System • Diesel Particulate Filter • Electronic Ignition System (diesel only) • Electronic Engine Control Sensors and Switches • Powertrain Control Module (PCM)/Engine Control Module (ECM)* • Evaporative Emission Control System • Exhaust Gas Recirculation (EGR) System • Exhaust Manifold • Exhaust Pipe (Manifold to Catalyst) • Fuel Injection System • Fuel Injector Supply Manifold • Fuel Tank (non -diesel only) • Fuel Tank Pressure Control Valve • Heating Elements of Side Mirrors and Back Windows (3.OL Diesel F-150 only) • Ignition Coil and/or Control Module • Intake Manifold • Intercooler Assembly - Engine Charger • Malfunction Indicator Lamp (MIL)/On-Board Diagnostic (OBD) System • PCV system and Oil Filler Cap • Secondary Air Injection System • Spark Control Components • Spark Plugs and Ignition Wires • Thermostat • Throttle Body Assembly (MFI) • Transmission Control Module (TCM) and Solenoids • Turbocharger Assembly • Vacuum Distribution System • Fuel Filler Tube and Seal (non -diesel only) * Includes hardware and emissions related software changes only 20 Important Information About List of Parts Also covered by the two emissions warranties are all emissions-related bulbs, hoses, clamps, brackets, tubes, gaskets, seals, belts, connectors, non-diesel fuel lines, sensors, and wiring harnesses that are used with components on the list of parts, above. Concerning parts that should be replaced on a certain maintenance schedule: these parts remain under warranty until : (a) the first replacement time that is specified in your Owner's Manual; or (b) the time or mileage limits of the Federal Defect and Performance Warranties (whichever occurs first). Your Ford Motor Company dealer maintains a complete list of parts covered by the emissions performance warranty. For questions about emission-related parts, contact your dealer. WHAT IS NOT COVERED? Ford Motor Company may deny you emissions warranty coverage if your vehicle or a part does not contain an emissions-related defect or has failed because of abuse, neglect, improper maintenance, unapproved modifications, or any items included in What Is Not Covered?, pages 12-15. If you need more information about getting service under the Federal Emissions Performance Warranty, or if you want to report what you believe to be violations of the terms of this warranty, you may contact: U.S. Environmental Protection Agency Office of Transportation and Air Quality Compliance Division, Light-Duty Vehicle Group Attn: Warranty Complaints 2000 Traverwood Drive Ann Arbor, MI 48105 Email: complianceinfo@epa.gov 21 6. California requirements for emissions warranties QUICK REFERENCE: EMISSIONS WARRANTY COVERAGE This chart shows the emission warranty that Ford Motor Company provides for your vehicle under the emissions control warranty in accordance with the regulations of the California Air Resources Board. This coverage is in addition to Federal Emission warranties (Page 17). Emissions Warranties for California Certified Vehicles TYPE OF YEARS IN COVERAGE SERVICENILES DRIVEN * Gross Vehicle Weight Rating ** These specific parts were selected on the basis of their estimated replacement cost at Ore time the California Air Resources Board certified your vehicle for sale in California (up to 14,(x)0 GV WR). * * * Diesel engine vehicles over 14,000 pounds GV WR are covered for 5 years or 100,000 miles. 22 Vehicles Eligible for California Emission Warranty Coverage California emission warranty coverage applies if your vehicle meets the following two requirements: • Your vehicle is registered in a state' that has adopted and is enforcing California emission warranty regulations applicable for your vehicle at the time of repair, and • Your vehicle is certified for sale in California as indicated on the vehicle emission control information label. ' Subject to change, the following states have adopted and are enforcing California emission warranty regulations: - Passenger Car & Light-duty Trucks (up to 8,500 pounds GVWR) - California, Connecticut, Delaware, Maine, Maryland, Massachusetts, New Jersey, New York, Oregon, Pennsylvania, Rhode Island, Vermont and Washington - Medium -Duty Passenger Vehicles (up to 10,000 pounds GVWR designed primarily for the transportation of persons. Excludes incomplete trucks, trucks with a seating capacity either over twelve persons total or over nine persons rearward of the driver's seat, or trucks with an open cargo area of at least six feet of interior length): California, Connecticut, Delaware, Maine, Maryland, Massachusetts, New York, Oregon, Rhode Island, Vermont and Washington - Medium -Duty Vehicles (over 8,500 pounds GVWR up to 14,000 pounds GVWR) - California, Connecticut, Delaware, Maine, Maryland, Massachusetts, New York, Oregon, Rhode Island, and Vermont. - Light Heavy -Duty Diesel Engine Vehicles (over 14,000 pounds GVWR up to 19,500 pounds GVWR) - California, Maine and Pennsylvania. For full details about coverage under California requirements for emissions control, see: so Defects Warranties (pages 24-30) ♦ Performance Warranty (pages 24-25) so What Is Covered? (pages 26-29) a► What Is Not Covered? (page 29) 23 EXPLANATION OF CALIFORNIA EMISSIONS WARRANTIES Your Warranty Rights and Obligations The California Air Resources Board and Ford Motor Company are pleased to explain the emission control system warranty on your 2018 -model vehicle. In California, new motor vehicles must be designed, built, and equipped to meet the State's stringent anti -smog standards. Ford must warrant the emission control system on your vehicle for the periods of time listed on pages 24-25, provided there has been no abuse, neglect, or improper maintenance of your vehicle. Your emission control system may include parts such as the fuel injection system, the ignition system, catalytic converter, and the engine computer. Also included may be hoses, belts, connectors, and other emissions -related assemblies. Where a warrantable condition exists, Ford Motor Company will repair your vehicle at no cost to you including diagnosis, parts, and labor. Manufacturer's Warranty Coverage For Vehicles Eligible for California Emission Warranty Coverage If Gross Vehicle Weight Rating is 14,000 lbs. or less: For 3 years or 50,000 miles (whichever first occurs): 1. If your vehicle fails a Smog Check inspection, all necessary repairs and adjustments will be made by Ford to ensure that your vehicle passes the inspection. This is your emission control system PERFORMANCE WARRANTY. 2. If any emissions -related part on your vehicle is defective, the part will be repaired or replaced by Ford. This is your short-term emission control system DEFECTS WARRANTY. For 7 years or 70,000 miles (whichever first occurs): If an emissions -related part listed on pages 27 and 29 with coverage for 7 years or 70,000 miles is defective or if its failure causes your vehicle to fail a Smog Check inspection, the part will be repaired or replaced by Ford. This is your long-term emission control system DEFECTS WARRANTY. If Gross Vehicle Weight rating is over 14,000 lbs.: For 5 years or 50,000 miles (gasoline powered engines and vehicles) or 5 years or 100,000 miles (diesel powered engines and vehicles) (whichever first occurs): If an emissions -related part on your vehicle is defective, the part will be repaired or replaced by Ford. This is your emission control system DEFECTS WARRANTY. 24 Owner's Warranty Responsibilities As the vehicle owner, you are responsible for the performance of the required maintenance listed in your owner's manual. Ford Motor Company recommends that you retain all receipts covering maintenance on your vehicle, but Ford cannot deny warranty coverage solely for the lack of receipts or for your failure to ensure the performance of all scheduled maintenance. You are responsible for presenting your vehicle to a Ford Motor Company dealer as soon as a problem exists. The warranty repairs should be completed in a reasonable amount of time, not to exceed 30 days. As the vehicle owner, you should also be aware that Ford Motor Company may deny you warranty coverage if your vehicle or a part has failed due to abuse, neglect, improper maintenance, or unapproved modifications. If you have any questions regarding your warranty rights and responsibilities, or if you want to report what you believe to be violations of the terms of this warranty, you may contact the Ford Customer Relationship Center at 1-800-392-3673 (FORD) or the California Air Resources Board at: California Air Resources Board 9528 Telstar Avenue El Monte, California 91731 25 WHAT IS COVERED? If the parts on the following list contains a defect that affects emissions, they are covered by the Defects Warranties. • Air Flow Sensor • Air/Fuel Feedback Control System and Sensors • Air Induction System • Catalytic Converters (including Selective Catalytic Reduction and Diesel Oxidation Catalysts) • Cold Start Enrichment System (diesel only) • Controls for Deceleration (diesel only) • Diesel Exhaust Fluid System • Diesel Particulate Filter • Electronic Ignition System (diesel only) • Electronic Engine Control Sensors and Switches • Powertrain Control Module (PCM)/Engine Control Module (ECM) * • Evaporative Emission Control System • Exhaust Gas Recirculation (EGR) System • Exhaust Manifold • Exhaust Pipe (Manifold to Catalyst) • Fuel Filler Tube and Seal (non -diesel only) • Fuel Injection System • Fuel Injector Supply Manifold • Fuel Tank (non -diesel only) • Fuel Tank Pressure Control Valve • Heating Elements of Side Mirrors and Back Windows (3.OL Diesel F-150 only) • Ignition Coil and/or Control Module • Intake Manifold • Intercooler Assembly - Engine Charger • Malfunction Indicator Lamp (MIL)/On-Board Diagnostic (OBD) System • PCV System and Oil Filler Cap • Secondary Air Injection System • Spark Control Components • Spark Plugs and Ignition Wires • Thermostat • Throttle Body Assembly (MF'I) • Transmission Control Module (TCM) and Solenoids • Turbocharger Assembly • Vacuum Distribution System * Includes hardware and emissions related software changes only 26 j O 0 O O O O ri LL to O 7 W w J y V 0) 2 e W m O WLu U ... G O O O N LL W W U sisseyp dins le'9 klpP drtS-j 19'9 -W-3 le'9 A{npmdnS j IL'9 AjnpWr,5 j 12-9 eupouoo3 le -9 Buelenyy lZ'9 09L-3 10'9 Buelsnry 10'9 gsuell u jwaPa Iv e smnel lL'£ 1!smli We osl-j lye mippadn l5'e raigdn 19'e YOU l9'£ .6p3 ITV srunel l9'£ M -j l£'£ IPseid P-11 71 Iesei0 09L -j 10'£ 09 L-3 IfZ eBP3 lL'Z uasnj lLZ uuo� `­1 ISd odeoe3 l94Z uasnj Is'? —J&3 le'Z um -V4 l£'Z A le'Z eBP3 l0'Z -d-3107Z un 1l0'Z UPdeoo3 l0'Z -j l0'Z uoisnj 10'e else j 19' l edeos3 IS L uoisnj S' 4 IUodso33 10 L 2% iA r N H V W LL W Q w W F Z3 O v J O W C � Z m m N t N v We J 3 w N N E m O �o O O 00' v� LL o T 7 28 slsse4p dms 18'9 ANp,atln53 l8'9 eugaum3 18'9 Sip APP -d -Sy IL'9 Aln m&S-3 In oupouoa3 IN eueisnpy IZ'S 051-3 IO'9 Buelenyy 10.9 Usual Ice ,axrydv3 Ice -e1 ITS Usuo,1 ISE OSl-3 IS E UOMP�X3 19 E ,aMdx3 l5'E *a1319'E a6P3 WE sunel 15'E ()SL -3 ICT lesep 1-11 ITE leseip OSl-3 196 OSl-3 Vz eBP3 IL'Z UMN l6'Z I39U.0 llsuel Ige atleae3 19'Z uasn3 lS'Z ,a,Pidx3 lE'Z Buelsnry lE'Z snao3 Vz aBP3 IO'Z ad -310'Z sunel 10'Z uods003 10'Z —m A 10'Z uolsn3 IO'Z elsaH i9l edeas3 191 ugsn3 9't 1,odsao3 19t Sn j l0' I M-Ij 10 l Important Information about List of Parts There may be additional coverage for these parts through the Bumper to Bumper, Powertrain, or Diesel Engine limited warranties. In any case, the warranty with the broadest coverage applies. Also covered by this warranty are all emissions -related bulbs, hoses, clamps, brackets, tubes, gaskets, seals, belts, connectors, non diesel fuel lines, and wiring harnesses that are used with components on the list of parts above. Concerning parts that should be replaced on a certain maintenance schedule: these parts remain under warranty until the first required replacement time that is specified in your Owner's Manual. NOTE: If the diagnosis does not reveal a defect, the Defects Warranty does not apply. Your Ford Motor Company dealer maintains a complete list of covered parts. For more details about the specific parts that are covered by the Defects Warranty, contact your dealer. WHAT IS NOT COVERED? Ford Motor Company may deny you emissions warranty coverage if your vehicle or a part does not contain a defect that affects emissions or has failed because of abuse, neglect, improper maintenance, unapproved modifications, or any items included in What Is Not Covered?, pages 12-15. 29 HOW DO I GET WARRANTY SERVICE? To get service under your emissions warranties, take your vehicle to any Ford Motor Company dealer as soon as possible after illumination of the Malfunction Indicator Light or it has failed an EPA-approved test or a California Smog Check inspection. Be sure to show the dealer the document that says your vehicle has failed the test. Your dealer will determine whether the repair is covered by the warranty. If the dealer has a question about Emissions Performance Warranty coverage, it will forward the question to Ford Motor Company, which must make a final decision within 30 days after you bring your vehicle in for repair. (The decision will be made within a shorter time if state, local, or federal law requires you to have the vehicle repaired more quickly in order to avoid additional penalties.) The deadline for a determination about Emissions Performance Warranty Coverage does not need to be met if you request a delay, agree to a delay in writing, or if the delay is caused by an event for which neither Ford nor your dealer is responsible. If a question about Emissions Performance Warranty coverage is referred to Ford Motor Company, you will be notified by Ford Motor Company in writing if your claim for warranty coverage is denied. The notice will explain the basis for denying your claim. If you fail to receive this notice within a timely manner, as determined above, Ford will perform the warranty repair for you free of charge. HOW DO I HANDLE EMERGENCY REPAIRS? If your vehicle needs an emergency warrantable repair and a Ford Motor Company dealer is not available, or if a Ford Motor Company dealer cannot perform warrantable repair(s) within 30 days of you bringing your vehicle to the dealer, repairs may be performed at any service establishment or by you using Ford equivalent replacement parts. Ford will reimburse you for the cost of these warranty repairs including diagnosis, if you take the part(s) that are replaced and the repair receipt(s) to a Ford Motor Company dealer. The reimbursement shall not exceed Ford's suggested retail price for the warranted parts that are replaced and labor charges based on Ford's recommended time allowance for the warranty repair and the geographically appropriate hourly rate. 30 WHAT REPLACEMENT PARTS SHOULD I USE? Ford Motor Company recommends that you use genuine Ford replacement parts. However, when you are having non -warranty work done on your vehicle, you may choose to use non -Ford parts. If you decide to use non -Ford parts, be sure they are equivalent to Ford parts in performance, quality, and durability. If you use replacement parts that are not equivalent to Ford parts, your vehicle's emissions control systems may not work as effectively, and you may jeopardize your emissions warranty coverage. Under the Federal and California emissions warranties, Ford will repair or replace covered parts if they are properly installed Ford parts or the equivalent, or non -Ford parts that have been certified by the U.S. EPA or the California Air Resources Board (CARS). Ford is not responsible for the cost or repairing or replacing non -Ford parts that are not equivalent to Ford parts or that have not been certified by EPA or CARB. The maintenance, replacement, or repair of emissions control devices or systems can be performed by any automotive repair establishment or individual using Ford replacement parts or the equivalent, or EPA- or CAR.B-certified parts, without voiding your emissions warranty coverage for future repairs during the applicable warranty period. PROPER MAINTENANCE PRESERVES YOUR WARRANTY If you do not maintain your vehicle properly, Ford may have the right to deny you warranty coverage. To have repairs made under this warranty, you may have to show that you have followed Ford's instructions on properly maintaining and using your vehicle. You will fund these instructions in your Owner's Manual. Be sure to save your service receipts and to keep accurate records of all maintenance work. CUSTOMER ASSISTANCE If you are not satisfied with the handling of a warranty matter, see Customer Assistance, on the inside front cover, and Better Business Bureau (BSB) AUTO LINE program, page 34. 31 NOISE EMISSIONS WARRANTY FOR CERTAIN LIGHT TRUCKS Ford Motor Company warrants to the first person who purchases this vehicle for purposes other than resale and to each subsequent purchaser that this vehicle as manufactured by Ford, was designed, built and equipped to conform at the time it left Ford's control with all applicable U.S. EPA Noise Control Regulations. This warranty covers this vehicle as designed, built and equipped by Ford Motor Company, and is not limited to any particular part, component or system of the vehicle as manufactured by Ford. Defects in design, assembly or in any part, component or system of the vehicle as manufactured by Ford, which, at the time it left Ford's control, caused noise emissions to exceed Federal standards, are covered by this warranty for the life of the vehicle. THE NOISE EMISSIONS WARRANTY OBLIGATIONS DO NOT APPLY TO: • loss of time, inconvenience, loss of use of the vehicle, commercial loss or, other consequential damages. • any vehicle which is not covered by the U.S. EPA Medium and Heavy Trucks Noise Emission Standards (40 C.F.R. Part 205, Subpart B). Among the non -covered vehicles are those lacking a partially or fully enclosed operator's compartment, such as a basic stripped chassis, those having a Gross Vehicle Weight Rating of 10,000 pounds or less, and those sold outside the United States and its territories. To the extent permitted by law, THIS WARRANTY IS EXPRESSLY INSTEAD of any express or implied warranty, condition, or guarantee, agreement, or representation, by any person with respect to conformity of this vehicle with the U.S. EPA Noise Control Regulations, including ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS. 32 MORE PROTECTION FOR YOUR VEHICLE You can get more protection for your new car or light truck by purchasing a Ford Protect Extended Service Plan (Ford Protect ESP). Ford Protect ESP service contracts are backed by Ford Motor Company or subsidiaries of Ford Motor Company (examples are but not limited to: Ford Motor Service Company or the American Road Insurance Company). Ford Protect plans provide up to S years and 160,000 miles of coverage. They provide: • benefits during the warranty period, depending on the plan you purchase can be: reimbursement for a rental vehicle, protecting against tire and wheel road hazard damage, coverage for certain maintenance and wear items, lost key replacement, other plans are available; • protection against covered repair costs and continuing Roadside Service Assistance benefits after your Bumper to Bumper Warranty expires. You may purchase Ford Protect ESP from any Ford Motor Company dealer or see our website at Ford-ESP.com. There are several Ford Protect ESP plans available in various time, distance and deductible combinations. Each plan is tailored to fit your own driving and vehicle ownership needs, including reimbursement for towing and rental. When you purchase Ford Protect ESP, you receive peace -of -mind protection throughout the United States, Canada and Mexico, provided by a network of more than 4,600 Ford Motor Company dealers. NOTE: Repairs performed outside the United States, Canada, Mexico, Guam or Puerto Rico, Virgin Islands, American Samoa, and District of Columbia are not eligible for Ford Protect ESP coverage. This information is subject to change. Ask your dealer for complete details about Ford Protect ESP coverage. 33 Your satisfaction is important to Ford Motor Company and to your dealer. If a warranty concern has not been resolved using the three-step procedure outlined on the first page of the Customer Assistance section, you may be eligible to participate in the BBB AUTO LINE program. The BBB AUTO LINE program consists of two parts — mediation and arbitration. During mediation, a representative of the BBB will contact both you and Ford Motor Company to explore options for settlement of the claim. If an agreement is not reached during mediation and your claim is eligible, you may participate in the arbitration process. An arbitration hearing will be scheduled so that you can present your case in an informal setting before an impartial person. The arbitrator will consider the testimony provided and make a decision after the hearing. You are not bound by the decision, but should you choose to accept the BBB AUTO LINE decision, Ford must abide by the accepted decision as well. Disputes submitted to the BBB AUTO LINE program are usually decided within forty days after you file your claim with the BBB. BBB AUTO LINE Application: Using the information provided below, please call or write to request a program application. You will be asked for your name and address, general information about your new vehicle, information about your warranty concerns, and any steps you have already taken to try to resolve them. A Customer Claim Form will be mailed that will need to be completed, signed, and returned to the BBB along with proof of ownership. Upon request, the BBB will review the claim for eligibilty under Program Summary Guidelines. You can get more information by callng BBB AUTO LINE at 1-500-955-5100, or writing to: BBB AUTO LINE 3033 Wilson Boulevard, Suite 600 Arlington, Virginia 22201 BBB AUTO LINE applications can also be requested by calling the Ford Motor Company Customer Relationship Center at 1-800-392-3673. Note: Ford Motor Company reserves the right to change eligibility limitations, modify procedures, or to discontinue this process at any time without notice and without obligation. 34 These state laws - sometimes called lemon laws - allow owners to receive a replacement vehicle or a refund of the purchase price, under certain circumstances. The laws vary from state to state. To the extent your state law allows, Ford Motor Company requires that you first send us a written notification of any defects or non -conformities that you have experienced with your vehicle. (This will give us the opportunity to make any needed repairs before you pursue the remedies provided by your state's law.) In all other states where not specifically required by state law, Ford Motor Company requests that you give us the written notice. Send your written notification to: Ford Motor Company Customer Relationship Center P.O. Box 6248 Dearborn, MI 48126 35 Ford vehicles are suitable for producing ambulances only if equipped with the Ford Ambulance Prep Package. In addition, Ford urges ambulance manufacturers to follow the recommendations of the Ford Incomplete Vehicle Manual and the Ford Truck Body Builders Layout Book (and pertinent supplements). Using a Ford vehicle without the Ford Ambulance Prep Package to produce an ambulance could result in elevated underbody temperatures, fuel overpressurization, and the risk of fuel expulsion and fires. Such use also voids the Ford Bumper to Bumper Warranty and may void the Emissions Warranties. You may determine whether the vehicle is equipped with the Ford Ambulance Prep Package by inspecting the information plate on the driver's rear door pillar. You may determine whether the ambulance manufacturer has followed Ford's recommendations by contacting the ambulance manufacturer of your vehicle. 36 00500 AGREEMENT Page 1 of 1 CITY OF PADUCAH, KENTUCKY ENGINEERING -PUBLIC WORKS DEPARTMENT AGREEMENT TO PURCHASE EIGHT (8) POLICE PURSUIT RATED 689 THIS AGREEMENT, made this day of , 20 by and between the CITY OF PADUCAH, hereinafter called the OWNER, and Paducah Ford hereinafter called the VENDOR, for the consideration hereinafter named, agrees as follows: ARTICLE 1. SCOPE OF WORK The Vendor shall provide EIGHT (8) POLICE PURSUIT RATED SUVs to be used by the Paducah Police Department in full compliance with the Bid Proposal Dated September 20, 2018 and with this Agreement, the Specifications and any Addendum(s) issued. ARTICLE 2. TIME FOR COMPLETION AND LIQUIDATED DAMAGES The Vendor hereby agrees to commence work under this Contract and to fully complete the delivery of the aforementioned Vehicle(s) within 149 consecutive calendar days thereafter from the date of this Agreement. ARTICLE 3. THE CONTRACT SUM The Owner agrees to pay the Vendor the following, subject to additions and deductions provided therein: Three Hundred Thirty Thousand One Hundred Sixty -Eight Dollars and Zero Cents ($330,168.00) as quoted in the aforementioned HQBid Proposal and as approved by the Board of Commissioners on by Municipal Order # ARTICLE 4. PAYMENTS The Owner will make Payment in full upon satisfactory delivery in accordance with the Contract Documents and the Specifications. The Payment shall constitute full compensation for the work and services authorized herein. ARTICLE 5. GOVERNING LAW The Parties agree that this Agreement and any legal actions concerning its validity, interpretation and performance shall be governed by the laws of the Commonwealth of Kentucky. The parties further agree that the venue for any legal proceeding relating to this Agreement shall exclusively be in McCracken County, Kentucky. ARTICLE 6. THE CONTRACT DOCUMENTS The Specifications and any addendum that may have been issued are fully a part of this Contract as if thereto attached or herein repeated. IN WITNESS WHEREOF: The parties hereto have executed this Agreement, the day and year first above written. VENDOR BY _ TITLE ADDRESS: CITY OF PADUCAH, KENTUCKY BY Brandi Harless, Mayor ADDRESS: Post Office Box 2267 Paducah, Kentucky 42002-2267 MUNICIPAL ORDER NO. A MUNICIPAL ORDER ADOPTING CHANGE ORDER NO. 1 AND CHANGE ORDER NO. 2 TO THE LICENSE AND SERVICES AGREEMENT WITH TYLER TECHNOLOGIES, INC., FOR THE COMPUTER AIDED DISPATCH SYSTEM FOR THE CITY OF PADUCAH 911 SERVICES DEPARTMENT FOR A PRICE REDUCTION IN A TOTAL AMOUNT OF $59,745 AND AUTHORIZING THE MAYOR TO EXECUTE THE CHANGE ORDERS WHEREAS, by Ordinance No. 2018-4-8524, the City of Paducah authorized a License and Services Agreement with Tyler Technologies, Inc. for the purchase and installation of a computer aided dispatch system for the City's 911 Communication Services Department; and WHEREAS, the City now desires to amend the contract through two (2) separate Change Orders to remove certain items from the contract that have become unnecessary for the City of Paducah. NOW, THEREFORE, BE IT ORDERED BY THE BOARD OF COMMISSIONERS OF THE CITY OF PADUCAH, KENTUCKY: SECTION 1. The City Commission hereby approves Change Order No. 1 to the License and Services Agreement with Tyler Technologies, Inc. in order to remove certain hardware from the agreement resulting in a price decrease of $34,720 and to add Red Hat Enterprise Linux Server 3 -year subscription resulting in a price increase of $2,500 for a total price decrease to the agreement in an amount of $32,220 and authorizes the Mayor to execute Change Order 1 in behalf of the City. SECTION 2. The City Commission hereby approves Change Order No. 2 to the License and Services Agreement with Tyler Technologies, Inc. in order to remove redundant items that are no longer needed by the City of Paducah for a price decrease to the agreement in an amount of $27,525 and authorizes the Mayor to execute Change Order No. 2 in behalf of the City. SECTION 3. The adoption of Change Order No. 1 and Change Order No. 2 decreases the License and Services Agreement by a total of $59,745, henceforth reducing the total agreement to an amount of $856,537. SECTION 4. This Order shall be in full force and effect from and after the date of its adoption. Brandi Harless, Mayor ATTEST: Lindsay Parish, City Clerk Adopted by the Board of Commissioners, November 13, 2018 Recorded by Lindsay Parish, City Clerk, November 13, 2018 \ord\change order 1 & 2 CAD 911 •••�°� y t I e r .,... Empowering people who serve the public' Paducah,KY 4/10/18 Submitted by: Date: D. i Customer Code: Project Code(s): Problem/Concern/Reason for Scope Change: See below Description of Change: ED144:11 Emi C1801606 - Message Switch Installation = $4,640 C180112107 — Warm Spare Message Switch installation = $3,480 C1801X13 - Message Switch (3 -year warranty) (2 units) = $26,600 The above item(s) will be cancelled and closed. The above item(s) were not delivered so no invoices were generated, ADD Red Hat Enterprise Linux Server (3 -year subscription) = $2,500 Your initial subscription fees are invoiced when we make the product available to you for downloading. Subscription fees are renewable directly through Red Hat Support (renewals@readhat.com) Special Considerations: 1 Operations Name/Title: Kevin Flynn —Vice President of Professional Services — Public Safety Name/Title: Date: Signature: CONFIDENTIAL. -1- Paducah KY 1927 DEL Message Switch Installs ADD Red Hat Template C.0,100218 840 W, Long Lake Road 9 Troy • Michigan 48098. 248-269-1000 • www_tylenech.com •••'•• t y ler .... •• technologies Empowering people who serve the publlc' Paducah KY -. , Danen Lott PAD1927 .. - , See below Description Third Party Software Products 4/10/18 10/23/18 C1801X04, X05, X06, X07, X08, X09 C1801X04 - Mobile VPN Software — NetMotion Mobility (Perpetual Pricing) = $14,500 C1801X05- Mobile VPN Software — NetMotion Mobility Annual Maintenance = $3,625 C1801X06 - NetMotion mobile solutions Group — Sure Start Express = $2,000 C1801X07 - Rapididentity eSSO —1 Year Software Subscriptions and Support = $1,100 C18OIX08 - Rapididentity MFA Standard Setup = $4,000 C1801X09 - Rapididentity OTP (Hard/Soft Token) Push —1 Year Software = $2,300 Nothing has been invoiced or paid towards this. Just needs to be removed from the contract. Special Considerations: Acknowledged and Agreed to by: (Tyler) Operations Name/Title: Kevin Flynn —Vice President of Professional Services -- Public Safety Date: 10/ /1$ 4tow Signature: ___.• Name/Title- Date: Signature: CONFIDENTIAL -1- Paducah KY 1927 DEL 3P NetMotion_RapIdID C.O. 102318 840 W. Long Lake Road • Troy • Michigan 48098 •248-269-1000 + www.tylertech.com MUNICIPAL ORDER NO. A MUNICIPAL ORDER ADOPTING CHANGE ORDER NO. 1 TO THE SOFTWARE LICENSE/HARDWARE PURCHASE AGREEMENT WITH EQUATURE, INC., FOR THE UPGRADED RECORDING SYSTEM FOR THE CITY OF PADUCAH 911 SERVICES DEPARTMENT FOR A PAYMENT TIMELINE CHANGE AND AUTHORIZING THE MAYOR TO EXECUTE THE CHANGE ORDER WHEREAS, by Ordinance No. 2018-4-8525, the City of Paducah authorized a Software License/Hardware Purchase Agreement with Equature, Inc., for the purchase and installation of an upgraded recording system for the City's 911 Communication Services Department; and WHEREAS, the Software License/Hardware Purchase Agreement provides for the third payment milestone to be issued during Phase II installation and transition to production; and WHEREAS, the City of Paducah has planned for a delay in the Phase II portion of the project which is expected to be two to three years; and WHEREAS, Equature, Inc., has already delivered all functions and features for the Phase II Installation and Transition to Production Environment portion of the project; and WHEREAS, the City now desires to amend the contract to change the third payment milestone to reflect that installation milestones have been met by Equature, Inc., and allow for payment to be released. NOW, THEREFORE, BE IT ORDERED BY THE BOARD OF COMMISSIONERS OF THE CITY OF PADUCAH, KENTUCKY: SECTION 1. The City Commission hereby approves Change Order No. 1 to the Software License/Hardware Purchase Agreement with Equature, Inc. to amend the payment schedule in said agreement. This Change Order authorizes the release of the third milestone payment to Equature, Inc., for the delivery and completion of Phase II Installation and Transition to Production Environment of the agreement. This change order modifies only the timing of the third milestone payment and has no effect on the total amount of the agreement. SECTION 2. The City Commission hereby authorizes the Mayor to execute Change Order No. 1, as authorized in Section 1 above, in behalf of the City. SECTION 3. This Order shall be in full force and effect from and after the date of its adoption. Brandi Harless, Mayor ATTEST: Lindsay Parish, City Clerk Adopted by the Board of Commissioners, November 13, 2018 Recorded by Lindsay Parish, City Clerk, November 13, 2018 \ord\change order 1 Equature 911 Logging Recorder equature CHANGE REQUEST (1) Project ID Payment Milestone Change EQ01 Request # (3) Project Title Equature — Paducah/McCracken Requestor Jeff Vezina County Implementation (5) Business Project Jeff Vezina — Industry Specialist Submission Manager Don Gillis — Program Manager Date 10/29/2018 Paul Frezza — Project Manager (7) Technical Project Requested 12/16/2018 Manager Jonathon La Duke by Date (9) Document Date 10/16/2018 Purpose: The Change Request form is used to document changes to project variables including, but not limited to, project scope, schedule, and budget. Description of Requested Change No -cost change order to the Contract for the Equature Recording Solution project at Paducah/McCracken County Dispatch. This change order modifies only the timing of the third milestone payment. Equature is requesting the next 30% milestone payment be paid now on the project, holding 20% for the finalization of Phase II (Radio Implementation). Contract Amount: $261,699.00 20% Payment = $52,339.80: Paid in Full 30% Payment = $78,509.70: Paid in Full 30% Payment = $78,509.70: Pending (Proposed Change Order to be Paid in Full) 20% Payment = $52,339.80: Pending Phase 11 (Radio) Implementation Vn equature 1831.1 W. Tea Mile Road Southfield, fvli 48075 te:ephi; ne' 866.377.2677 Flax: 248.569.6 567 Reason for Change The agreement covers the new Equature recording systems for both Phase I and Phase II along with pre- paid maintenance for a total of 10 years. Additionally for the consideration pre -paying the maintenance and project a discount incentive was applied to the agreement. Equature's RFP response did not anticipate a customer delay of the Phase II portion of the project (P25 radio system) of 2-3 years. Equature has provided a recording system that provides all functions and features for both Phase I and Phase 11, which was installed and accepted on July 11, 2018. The project deliverables includes the licensing for all phones and radios upfront to ensure when the radio portion of the project is due the implementation will be ready from the recording side. Equature believes that all tasks to meet Phase II have been performed, including making provisions for connection of the P25 radio system, and therefore the next payment milestone of 30% of the Contract price should be paid now. Impact to the Project A) Description The impact is isolated to the payment allocation only. The project deliverables and total cost will not be affected. The payment milestone number 3 which totals $78,509.70 is the only impact for the requested change. This still holds the last payment milestone in place until a radio vendor is selected and implementation is completed. B) Project Cost Impact: None Change Disposition Decision: ® Accept ❑ Reject ❑ Defer "" equature Vi J�Mll W, Ten M.'He Road Southfield, 10 48075 (18) Approval I Signatures Role Name (please pant) Signature Date Budget Approval (when applicable) Mayor Brandi Harless 11/13/2018 Business Project Manager Ed McManus--- 11/01/2018 Technical Project Manager Brent Stringer 11/01/2018 MUNICIPAL ORDER NO. A MUNICIPAL ORDER AMENDING MUNICIPAL ORDER NO. 1600 ENTITLED, "A MUNICIPAL ORDER SETTING THE CHARGES FOR CONTRACTUAL OFF-DUTY SECURITY SERVICE BY PADUCAH POLICE OFFICERS AND SETTING THE PAY RATE FOR POLICE OFFICERS PERFORMING OFF-DUTY SECURITY WORK" TO INCREASE THE OFF-DUTY SECURITY HOURLY RATE BE IT ORDERED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the City of Paducah hereby increases the hourly rate charged to parties that contract off-duty security employment for Paducah police officers from X59 to $65 per hour, effective April 1,281 t January 1, 2019. SECTION 2. The blended rate of pay for officers performing contracted off-duty security work will be $32.21- $37.00 per hour. SECTION 3. The Human Resources Department is hereby directed to establish a special base pay rate for security work for each individual officer in accordance with the procedures set by the Kentucky Department of Labor. Each police officer shall sign a form accepting this special rate of pay before performing any contracted security work. SECTION 4. This municipal order shall be in full force and effect from and after the date of its adoption. Brandi Harless, Mayor ATTEST: Lindsay Parish, City Clerk Adopted by the Board of Commissioners, November 13, 2018 Recorded by Lindsay Parish, City Clerk, November 13, 2018 \mo\police-contractual rate of pay (2018) MUNICIPAL ORDER NO. A MUNICIPAL ORDER AUTHORIZING THE MAYOR TO EXECUTE A HOUSING CHOICE VOUCHER PROGRAM MANAGEMENT AGREEMENT WITH HOUSING AUTHORITY OF PADUCAH FOR MANAGEMENT OF THE HOUSING CHOICE VOUCHER PROGRAM, ALSO KNOWN AS SECTION 8 PROGRAM WHEREAS, the Housing Choice Voucher program provides a critical service to Paducah residents; and WHEREAS, in order to achieve a high level of service and increase efficiency, the City desires to enter into an agreement with the Housing Authority of Paducah to administer the Housing Choice Voucher Program. KENTUCKY: NOW THEREFORE, BE IT ORDERED BY THE CITY OF PADUCAH, SECTION 1. That the City of Paducah hereby authorizes the Mayor to execute a Housing Choice Voucher Program Management Agreement with the Housing Authority of Paducah for the administration of the Housing Choice Voucher program, also known as the Section 8 Program, in substantially the same form as attached hereto Exhibit A and made part hereof. SECTION 3. This Order will be in full force and effect from and after the date of its adoption. Brandi Harless, Mayor ATTEST: Lindsay Parish, City Clerk Adopted by the Board of Commissioners, November 13, 2018 Recorded by Lindsay Parish, City Clerk, November 13, 2018 MO\Housing Authority Section 8 Agreement Exhihit A HOUSING CHOICE VOUCHER PROGRAM MANAGEMENT AGREEMENT This Housing Choice Voucher Program Management Agreement (hereinafter the "Agreement") is made and entered into this the day of November, 2018 by and between the CITY OF PADUCAH, P.O. Box 2267, Paducah, Kentucky 42002-2267, a municipal corporation, (hereinafter "City") and HOUSING AUTHORITY OF PADUCAH, of 2330 Ohio Street, Paducah, Kentucky 42003, (hereinafter "HAP"). WITNESSETH: WHEREAS, HAP agrees to manage the Housing Choice Voucher Program (hereinafter "HCV"), also known as the Section 8 Program, for City in accordance with 24 CFR Part 982; WHEREAS, the parties have come to an agreement as to the terms and conditions of such management and do now desire to formalize such agreement; and NOW, THEREFORE, in consideration of the foregoing premises, the mutual covenants as herein set forth, and other good and valuable consideration, the sufficiency, adequacy, and receipt of which is acknowledged by each party, the parties do covenant and agree as follows: 1. EFFECTIVE DATE. The effective date for this Agreement shall be December 1, 2018. 2. TERM. The initial term of this agreement shall be for a term beginning on the effective date stated above and ending twenty-four (24) months following said date on November 30, 2020 (the "Initial Term"), unless sooner terminated as provided in Section 3. Thereafter, this Agreement shall be automatically renewed for an additional twelve (12) months always ending on November 30th, unless sooner terminated as provided in Section 3. 3. TERMINATION OF AGREEMENT. Either party may terminate this agreement upon delivery of written notice to the other no less than one hundred twenty (120) days prior the end of the applicable term. 4. MANAGEMENT SERVICES. HAP shall provide management, training, oversight, and quality control that results in the fulfillment of all obligations and requirements of the HCV program in accordance with 24 CFR Part 982, as amended. HAP shall ensure that all required documentation and reporting to the U.S. Housing and Urban Development (HUD) are completed accurately and in a timely manner, including the Annual Administrative Plan and the 5 -Year Administrative Plan as required by HUD. HAP shall continue participation in the HUD-VASH program, and continue participation in a program partnership to address the needs of recent domestic violence victims. 5. EMPLOYEES. HAP may provide the following positions to administer the HCV Program: a. Executive Director b. Finance Director c. Inspector d. Occupancy Specialist or Housing Specialist e. Housing Coordinator. The Housing Coordinator is currently an employee of the City; The Housing Coordinator will continue to be an employee of the City during the Initial Term of the Agreement, subject to the City's personnel policies. Following the initial term, the Coordinator will then become a HAP employee, subject to HAP personnel policies. If, during the initial term, a new Housing Coordinator is hired, the Coordinator will become an employee of HAP, hired by HAP and subject to HAP personnel policies. 6. CONSULTANTS. HAP and City will equally split the costs of any consultants which are necessary for the management of the HCV Program. HAP and City will mutually agree on the retention and/or hiring of all consultants and any costs related thereto. 7. INSPECTIONS. HAP will coordinate and compensate for any and all necessary inspections of HCV properties. 8. OFFICE SPACE. HAP will provide the necessary office space to manage the HCV program with any expenses relating thereto to be reimbursed through payments from the Administrative Fund. This includes two offices, a conference room, waiting room or area, an outside entrance to the office space, and room or area, if required, dedicated to document retention in compliance with the Health Insurance Portability and Accountability Act (HIPAA). 9. SOFTWARE. HAP will continue to use the Lindsey Software currently in place at City for the HCV program during the Initial Term. City shall be responsible for any cost of the initial set-up and conversion of the Lindsey Software in order for HAP to operate the Lindsey Software beginning with the Initial Term. Following the Initial Term, HAP will make a determination as to whether they wish to continue using the Lindsey Software or change to a different software provider. Should HAP continue use of Lindsey Software, HAP shall assume all support costs for the Lindsey software and the online backup software that is on the server, through payments from the Administrative Fund. Any required repair or replacement of same will be charged against the Administrative Fund, and HAP may use its own vendors and procurement policies. The parties will discuss beforehand and mutually agree on the responsibility, if any, for costs of terminating the use of Lindsey Software. 10. COMPUTER HARDWARE. City shall provide HAP four (4) personal computers, one (1) printer and one (1) server with Lindsey software purchased using HUD funds and currently used in the offices that administer the HCV program, free of any charge or compensation. Any required repair or replacement of same will be charged against the Administrative Fund and HAP may use its own vendors and procurement policies. The City shall provide a local administrative password. 11. EQUIPMENT AND FURNITURE. City shall provide HAP access to all telephone numbers, telephone equipment, office equipment, and furniture, which is in City's possession and currently used in the offices which administer the HCV Program, free of any charge or compensation. If the city is unable to give HAP possession of telephone numbers, the City will make phone numbers available through rollover or transfer calls. 12. WEBSITE. City shall provide HAP with initial access to the content of City's website relating to the HCV Program so that HAP may copy and move the information to its website, free of any charge or compensation. City shall also provide a link to same on its website on a permanent basis. City shall maintain the HCV Program website until the HAP website is operational. Once the HAP site is operational, the City shall direct Section 8 Housing Choice Voucher traffic to the HAP site. 13. VEHICLES. Title to one (1) vehicle used in connection with the HCV Program shall remain with the City. Insurance for this vehicle shall remain with the City. HAP shall have full use of this vehicle. The City shall name HAP as an additional insured party for this vehicle. HAP shall be responsible for maintenance and upkeep of this vehicle. If any additional vehicle(s) are needed, HAP will provide, own, insure, and maintain the additional vehicle(s). 14. COMPENSATION AND ADMINISTRATIVE FUND OVERAGES. All compensation and fees within this Agreement, except for those specifically designated otherwise, are contemplated to be paid for through the HCV Administrative Fund or HUD reserve fund. Any expenses in excess of the Administrative Fund balance shall be mutually agreed upon by City and HAP prior to the expenditures being incurred. Any agreed-upon expenditure incurred in excess of the Administrative Fund shall be paid from the HUD reserve fund, and if the HUD reserve fund is exhausted, shall be covered by the City. 15. EXPENSES. HAP shall be responsible for the costs of utilities, maintenance, recordkeeping, and all other similar business expenses associated with the HCV Program. 16. BANK ACCOUNT. City shall provide HAP access to all HPV Program bank accounts, including the ability to write checks on said accounts. Any checks relating to the HCV Program shall be written and issued by HAP. 17. RECORDKEEPING. HAP shall provide a location at which to store all physical files related to the HCV Program. City shall have all files in their possession transferred to the HAP property and placed in the area designated by HAP at City's expense. HAP shall maintain all records in accordance with HUD and HIPAA regulations, as applicable. 18. HUD APPROVAL. HAP and City will cooperatively and jointly coordinate with HUD regarding this Agreement. Additionally, HAP and City will work together to receive any necessary approvals regarding this relationship moving forward, including any possible mergers or transfers in the future. 19. COMPLIANCE WITH APPLICABLE LAW. City hereby represents and warrants that as of the effective date of this Agreement, the HCV Program is in compliance with all applicable laws and regulations. HCV represents and warrants that it will ensure that the HCV Program will be in compliance with all applicable laws and regulations after the effective date of this Agreement. 20. INDEMNIFICATION. City shall indemnify, defend, and hold harmless HAP for violations of any applicable laws and regulations which occurred prior to the commencement of this Agreement. HAP shall indemnify, defend, and hold harmless City for violations of any applicable laws and regulations which occurred following the effective date of this Agreement. 21. NOTICE. Any notice required or permitted to be given hereunder shall be deemed sufficiently mailed by registered or certified mail as follows: To City: City of Paducah Attn: City Manager P.O. Box 2267 Paducah, Kentucky 42002-2267 To Housing Authority: Housing Authority of Paducah Attn: Executive Director 2330 Ohio Street Paducah, Kentucky 42003 22. APPROVALS. Approval of this agreement shall be made by the Board of Commissioners of the City of Paducah, Kentucky, and the Board of Commissioners, on behalf of HAP. 23. GENERAL PROVISIONS. a. Assignment. Neither party may assign any rights nor delegate any duties under this Agreement without the other party's prior written consent. This Agreement will bind and inure to the benefit of the parties and their respective successors and permitted assigns. b. Choice of Law; Forum. This Agreement will be governed by, and construed and interpreted according to the substantive laws of the Commonwealth of Kentucky, without giving effect to its choice of law provisions. The parties hereby consent to the exclusive jurisdiction of the state courts sitting in McCracken County, Kentucky and/or the federal court for the Western District of Kentucky, Paducah Division with respect to all matters arising out of or related to this Agreement. C. Amendment. This Agreement may be amended, modified or supplemented only by a writing that refers explicitly to this Agreement and that is signed by authorized representatives on behalf of both parties. d. Waiver. No waiver will be implied from conduct or failure to timely enforce any rights. No waiver will be effective unless in writing and signed on behalf of the party against which the waiver is asserted. e. Severability. If any part of this Agreement is found invalid or unenforceable, then that part will be enforced to the maximum extent permitted by law, and the remainder of this Agreement will remain fully in force. f. Entire Agreement; Purpose and Effect of Agreement. This Agreement (including any exhibits, schedules, or attachments) constitutes the final and entire agreement between the parties relating to its subject matter and supersedes any and all prior or contemporaneous letters, memoranda, representations, discussions, negotiations, understandings and agreements, whether written or oral, with respect to such subject matter, all of the same being merged herein. g. Headings. The Article and Section headings contained herein are for reference only and shall not be construed as substantive parts of this Agreement. h. No Third Party Beneficiaries. There are no third party beneficiaries of this Agreement, and no person other than City and HAP shall have any legally enforceable rights hereunder. IN WITNESS WHEREOF, City of Paducah and Housing Authority of Paducah have hereunto subscribed their names to this Housing Choice Voucher Program Management Agreement, the date first written above. CITY OF PADUCAH Brandi Harless, Mayor STATE OF KENTUCKY) COUNTY OF McCRACKEN ) HOUSING AUTHORITY OF PADUCAH John Shadle, Chair of Board of Commissioners The foregoing was acknowledged, subscribed, and sworn to before me this day of , 2018 by Brandi Harless, Mayor, on behalf of the City ofPaducah. My commission expires: Notary Public, State at Large STATE OF KENTUCKY) COUNTY OF McCRACKEN ) The foregoing was acknowledged, subscribed, and sworn to before me this day of , 2018 by John Shadle, Chair of the Board of Commissioners on behalf ofthe Housing Authority of Paducah. My commission expires: Notary Public, State at Large FILE: R:\Planning\80 Section 8 Housing\Govemance\Local Agreement Paducah Housing\HCV 103118 Agreement Final.docx 221270 HOUSING CHOICE VOUCHER PROGRAM MANAGEMENT AGREEMENT This Housing Choice Voucher Program Management Agreement (hereinafter the LEIJUIP to this the day of November, 2018 by and between the CITY OF PADUCAH, P.O. Box 2267, Paducah, Kentucky 42002-2267, a municipal FRURIDW,EAUHLAIVJ=BVEFEEGHOUSING AUTHORITY OF PADUCAH, of 2330 Ohio OU14M DCLFDi ID FIMIN I I I I I I I I I I EJ4JLIJ)RJLL ❑ 3 = WITNESSETH: WHEREAS, HAP agrees to manage the Housing Choice Voucher Program (hereinafter EEI ❑9 =DW2flZD MIFVR❑3 UU LIP ARU❑ ) 5 3 DW= WHEREAS, the parties have come to an agreement as to the terms and conditions of such management and do now desire to formalize such agreement; and NOW, THEREFORE, in consideration of the foregoing premises, the mutual covenants as herein set forth, and other good and valuable consideration, the sufficiency, adequacy, and receipt of which is acknowledged by each party, the parties do covenant and agree as follows: 1. EFFECTIVE DATE. The effective date for this Agreement shall be December 1, 2018. 2. TERM. The initial term of this agreement shall be for a term beginning on the effective date stated above and ending twenty-four (24) months following said date on November 30 11111 1 1 1 111111IIIA EBMM HP 3ANNUZEFURP L1_IRYIGF5U161FW= Thereafter, this Agreement shall be automatically renewed for an additional twelve (12) months always ending on November 30th, unless sooner terminated as provided in Section 3. 3. TERMINATION OF AGREEMENT. Either party may terminate this agreement upon delivery of written notice to the other no less than one hundred twenty (120) days prior the end of the applicable term. 4. MANAGEMENT SERVICES. HAP shall provide management, training, oversight, and quality control that results in the fulfillment of all obligations and requirements of the HCV program in accordance with 24 CFR Part 982, as amended. HAP shall ensure that all required documentation and reporting to the U.S. Housing and Urban Development (HUD) are completed accurately and in a timely manner, including the Annual Administrative Plan and the 5 -Year Administrative Plan as required by HUD. HAP shall continue participation in the HUD-VASH program, and continue participation in a program partnership to address the needs of recent domestic violence victims. 5. EMPLOYEES. HAP may provide the following positions to administer the HCV Program: a. Executive Director b. Finance Director c. Inspector 115 d. Occupancy Specialist or Housing Specialist e. Housing Coordinator. The Housing Coordinator is currently an employee of the City; The Housing Coordinator will continue to be an employee of the City during the Initial Term RINO-EE JLH-P FURLLH10PI ELL 3NI-L initial term, the Coordinator will then become a HAP employee, subject to HAP personnel policies. If, during the initial term, a new Housing Coordinator is hired, the Coordinator will become an employee of HAP, hired by HAP and subject to HAP personnel policies. 6. CONSULTANTS. HAP and City will equally split the costs of any consultants which are necessary for the management of the HCV Program. HAP and City will mutually agree on the retention and/or hiring of all consultants and any costs related thereto. 7. INSPECTIONS. HAP will coordinate and compensate for any and all necessary inspections of HCV properties. 8. OFFICE SPACE. HAP will provide the necessary office space to manage the HCV program with any expenses relating thereto to be reimbursed through payments from the Administrative Fund. This includes two offices, a conference room, waiting room or area, an outside entrance to the office space, and room or area, if required, dedicated to document retention in compliance with the Health Insurance Portability and Accountability Act (HIPAA). 9. SOFTWARE. HAP will continue to use the Lindsey Software currently in place at City for the HCV program during the Initial Term. City shall be responsible for any cost of the initial set-up and conversion of the Lindsey Software in order for HAP to operate the Lindsey Software beginning with the Initial Term. Following the Initial Term, HAP will make a determination as to whether they wish to continue using the Lindsey Software or change to a different software provider. Should HAP continue use of Lindsey Software, HAP shall assume all support costs for the Lindsey software and the online backup software that is on the server, through payments from the Administrative Fund. Any required repair or replacement of same will be charged against the Administrative Fund, and HAP may use its own vendors and procurement policies. The parties will discuss beforehand and mutually agree on the responsibility, if any, for costs of terminating the use of Lindsey Software. 10. COMPUTER HARDWARE. City shall provide HAP four (4) personal computers, one (1) printer and one (1) server with Lindsey software purchased using HUD funds and currently used in the offices that administer the HCV program, free of any charge or compensation. Any required repair or replacement of same will be charged against the Administrative Fund and HAP may use its own vendors and procurement policies. The City shall provide a local administrative password. 11. EQUIPMENT AND FURNITURE. City shall provide HAP access to all telephone EEP IIH1F%MK Z=1_ISP H7V IIIFHIY1_ISP Q I ]mBVV-VSRV and currently used in the offices which administer the HCV Program, free of any charge or compensation. If the city is unable to give HAP possession of telephone numbers, the City will make phone numbers available through rollover or transfer calls. 12. WEBSITE. City shall provide HAP with initial access to the content FJEIWTVI website relating to the HCV Program so that HAP may copy and move the information to its website, free of any charge or compensation. City shall also provide a link to same on its website 2/5 on a permanent basis. City shall maintain the HCV Program website until the HAP website is operational. Once the HAP site is operational, the City shall direct Section 8 Housing Choice Voucher traffic to the HAP site. 13. VEHICLES. Title to one (1) vehicle used in connection with the HCV Program shall remain with the City. Insurance for this vehicle shall remain with the City. HAP shall have full use of this vehicle. The City shall name HAP as an additional insured party for this vehicle. HAP shall be responsible for maintenance and upkeep of this vehicle. If any additional vehicle(s) are needed, HAP will provide, own, insure, and maintain the additional vehicle(s). 14. COMPENSATION AND ADMINISTRATIVE FUND OVERAGES. All compensation and fees within this Agreement, except for those specifically designated otherwise, are contemplated to be paid for through the HCV Administrative Fund or HUD reserve fund. Any expenses in excess of the Administrative Fund balance shall be mutually agreed upon by City and HAP prior to the expenditures being incurred. Any agreed-upon expenditure incurred in excess of the Administrative Fund shall be paid from the HUD reserve fund, and if the HUD reserve fund is exhausted, shall be covered by the City. 15. EXPENSES. HAP shall be responsible for the costs of utilities, maintenance, recordkeeping, and all other similar business expenses associated with the HCV Program. 16. BANK ACCOUNT. City shall provide HAP access to all HPV Program bank accounts, including the ability to write checks on said accounts. Any checks relating to the HCV Program shall be written and issued by HAP. 17. RECORDKEEPING. HAP shall provide a location at which to store all physical files related to the HCV Program. City shall have all files in their possession transferred to the HAP property and placed in the area designated by HAP at ❑lxpense. HAP shall maintain all records in accordance with HUD and HIPAA regulations, as applicable. 18. HUD APPROVAL. HAP and City will cooperatively and jointly coordinate with HUD regarding this Agreement. Additionally, HAP and City will work together to receive any necessary approvals regarding this relationship moving forward, including any possible mergers or transfers in the future. 19. COMPLIANCE WITH APPLICABLE LAW. City hereby represents and warrants that as of the effective date of this Agreement, the HCV Program is in compliance with all applicable laws and regulations. HCV represents and warrants that it will ensure that the HCV Program will be in compliance with all applicable laws and regulations after the effective date of this Agreement. 20. INDEMNIFICATION. City shall indemnify, defend, and hold harmless HAP for violations of any applicable laws and regulations which occurred prior to the commencement of this Agreement. HAP shall indemnify, defend, and hold harmless City for violations of any applicable laws and regulations which occurred following the effective date of this Agreement. 21. NOTICE. Any notice required or permitted to be given hereunder shall be deemed sufficiently mailed by registered or certified mail as follows: To City: City of Paducah Attn: City Manager 3/5 P.O. Box 2267 Paducah, Kentucky 42002-2267 To Housing Authority: Housing Authority of Paducah Attn: Executive Director 2330 Ohio Street Paducah, Kentucky 42003 22. APPROVALS. Approval of this agreement shall be made by the Board of Commissioners of the City of Paducah, Kentucky, and the Board of Commissioners, on behalf of HAP. 23. GENERAL PROVISIONS. a. Assignment. Neither party may assign any rights nor delegate any duties under this Agreement without the other party's prior written consent. This Agreement will bind and inure to the benefit of the parties and their respective successors and permitted assigns. b. Choice of Law; Forum. This Agreement will be governed by, and construed and interpreted according to the substantive laws of the Commonwealth of Kentucky, without giving effect to its choice of law provisions. The parties hereby consent to the exclusive jurisdiction of the state courts sitting in McCracken County, Kentucky and/or the federal court for the Western District of Kentucky, Paducah Division with respect to all matters arising out of or related to this Agreement. C. Amendment. This Agreement may be amended, modified or supplemented only by a writing that refers explicitly to this Agreement and that is signed by authorized representatives on behalf of both parties. d. Waiver. No waiver will be implied from conduct or failure to timely enforce any rights. No waiver will be effective unless in writing and signed on behalf of the party against which the waiver is asserted. e. Severability. If any part of this Agreement is found invalid or unenforceable, then that part will be enforced to the maximum extent permitted by law, and the remainder of this Agreement will remain fully in force. f. Entire Agreement; Purpose and Effect of Agreement. This Agreement (including any exhibits, schedules, or attachments) constitutes the final and entire agreement between the parties relating to its subject matter and supersedes any and all prior or contemporaneous letters, memoranda, representations, discussions, negotiations, understandings and agreements, whether written or oral, with respect to such subject matter, all of the same being merged herein. g. Headings. The Article and Section headings contained herein are for reference only and shall not be construed as substantive parts of this Agreement. h. No Third Party Beneficiaries. There are no third party beneficiaries of this Agreement, and no person other than City and HAP shall have any legally enforceable rights hereunder. 4/5 IN WITNESS WHEREOF, City of Paducah and Housing Authority of Paducah have hereunto subscribed their names to this Housing Choice Voucher Program Management Agreement, the date first written above. C0 111 k'&1] 2 71111101:101 Brandi Harless, Mayor STATE OF KENTUCKY) COUNTY OF McCRACKEN ) 1.1:1111.y1►[ffft81111117M11Y1]27:\11110FR111 John Shadle, Chair of Board of Commissioners The foregoing was acknowledged, subscribed, and sworn to before me this day of , 2018 by Brandi Harless, Mayor, on behalf of the City of Paducah. My commission expires: Notary Public, State at Large STATE OF KENTUCKY) COUNTY OF McCRACKEN ) The foregoing was acknowledged, subscribed, and sworn to before me this day of , 2018 by John Shadle, Chair of the Board of Commissioners on behalf of the Housing Authority of Paducah. My commission expires: Notary Public, State at Large FILE: R:\Planning\80 Section 8 Housing\Governance\Local Agreement Paducah Housing\HCV 103118 Agreement Final.docx 515 AN ORDINANCE AUTHORIZING THE MAYOR TO EXECUTE AN AGREEMENT WITH BACON FARMER AND WORKMAN ENGINEERING & TESTING, INC., FOR PROFESSIONAL LANDSCAPE ARCHITECTURAL DESIGN, CONSTRUCTION DOCUMENTATION, LAND SURVEYING SERVICES AND PERMITTING ASSISTANCE FOR THE PECK MEMORIAL AND OUTDOOR LEARNING AREAS LOCATED WITHIN NOBLE PARK IN AN AMOUNT OF $36,320.00 AND AUTHORIZING THE WITHDRAWAL OF FUNDS UP TO $250,000 AS NEEDED FROM THE COMMUNITY FOUNDATION OF WEST KENTUCKY ACCOUNT ESTABLISHED BY LANE PECK FOR THE NOBLE PARK PECK ADDITION PROJECT BE IT ORDAINED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the City of Paducah hereby approves an agreement with Bacon Farmer and Workman Engineering & Testing, Inc., for professional landscape architectural design, construction documentation, land surveying services and permitting assistance for the Peck Memorial and Outdoor Learning Areas located within Noble Park in an amount of $36,320.00 and authorizes the Mayor to execute an agreement for same. SECTION 2. This expenditure shall be charged to the Noble Park Peck Donation account number 40002401-523070, project number PA0108. SECTION 3. That the City of Paducah hereby authorizes the Finance Director to withdraw funds up to $250,000 as needed from the Community Foundation of West Kentucky account which was established by Mr. Lane Peck for the purpose of funding the Noble Park Peck Addition project. SECTION 4. If any section, paragraph or provision of this Ordinance shall be held to be invalid or unenforceable for any reason, the invalidity or unenforceability of such section, paragraph or provision shall not affect any of the remaining provisions of this Ordinance. SECTION 5. The City Commission hereby finds and determines that all formal actions relative to the adoption of this Ordinance were taken in an open meeting of this City Commission, and that all deliberations of this City Commission and of its committees, if any, which resulted in formal action, were in meetings open to the public, in full compliance with applicable legal requirements. SECTION 6. This Ordinance shall be read on two separate days and will become effective upon summary publication pursuant to KRS Chapter 424. Mayor ATTEST: Lindsay Parish, City Clerk Introduced by the Board of Commissioners, October 23, 2018 Adopted by the Board of Commissioners, Recorded by Lindsay Parish, City Clerk, Published by The Paducah Sun, \ord\Parks\agree — Noble Park Peck Addition Design BFW — Community Foundation Account BFWBACON I FARMER (WORKMAN ENGINEERING 8 TESTING, INC. October 15, 2018 RE: Peck Memorial Relocation, Noble Park — Proposal for Site Design Services Mark H. Thompson, Director City of Paducah, Parks and Recreation 1400 H.C. Mathis Drive Paducah, KY 42001 mthompson(cr)paducahky.eov Dear Mr. Thompson: Bacon Farmer Workman Engineering & Testing, Inc. is pleased to be given the opportunity to submit a proposal to you to perform landscape architectural design, construction documentation, and permitting assistance for the relocation of the Peck memorial and outdoor learning areas located within Noble Park for a lump -sum of $30,000.00. I have also included a lump -sum cost of $6,320.00 for land surveying services. I ask that you please review the scope of work and deliverables below to ensure I have covered all necessary items per our discussions. The scope of work to be provided is as follows: Schematic Design/Design Development Phase: $10,500 (350/.) • Project Kick-off/Initial design/Owner input meeting (1 meeting) • Schematic Design concept development (including relocation of Peck monument) o Schematic design review meeting (I meeting) o Owner coordination Construction Documents Phase: $12,000 (40%) Permitting Assistance: o Kentucky Division of Water (DOW) permitting o Archeological study coordination (by Others; fees not included in proposal) o Wetlands Delineation study and coordination (by Others; fees not included in proposal) Construction Documentation: o Site demolition/tree removal/erosion control o Tree protection/preservation plan o Site design/landscape drawings o Site/monument lighting layout — Marcum Engineering, LLC o Prepare Project Manual/Specifications o Construction document review meeting (I meeting) 500 South 17th Street P.O. Box 120 Paducah, KY 42002-0120 Phone: (270) 443-1995 Fax: (270) 443-1904 1215 Diuguid Drive Murray, KY 42071 Phone: (270) 753-7307 Fax: (270) 759-4950 966 Double Bridge Road Phone: (931) 359-4882 Lewisburg, TN 37091 www.bfwengi neers.com 403 N. Court Street Marion, IL 62959 Phone: (618) 993-6700 Phone: (618) 997-9190 Fax: (618) 993-6717 Bidding/Contract Negotiation Phase: $1,500 (5%) • Bidding assistance o Conduct Pre-bid meeting (as needed) o Respond to Bidder questions/comments o Produce Addenda items Construction Administration Phase: $6,000 (20%) • Conduct pre -construction meeting • Conduct site observations/progress meetings (estimate 10 meetings) o Prepare revision drawings/respond to questions • Prepare As -built drawings • Close-out project * Land Surveying Services (Separate from site design and construction documentation): $6,320.00 • Obtain all topographic information. o The area of this survey shall include a 50' wide corridor along the proposed field centerline location, proposed outdoor classroom spaces and proposed parking areas. o Random spot elevations within the survey area shall be obtained and a map prepared showing contours at V intervals. o Datum will be based on NAVD 88. • Prepare a Topographic Survey drawing. • Set permanent control, near the site in a location where it will not be disrupted by development. • All drawings will be submitted with hard copies, pdf sand digital AutoCAD 2018 format. Total If you agree with the scope and proposed costs, please sign the attached services agreement and this proposal on the lines provided below and return to me at PO Box 120, Paducah, KY 42003-0120 or feel free to email a digital version to the email address below. If you have any questions or need additional information, please feel free to call me at 270-443-1995 or e- mail me at iperkinsnabfwengineers.com. Sincerely, Bac I Farmer I Workman Engineering &Testing, Inc. Jona an E. Perkins, PLA, ASLA Landscape Architect Attachment: 1 BFWBACON I FARMER WORKMAN _ wo�n�seixo a ncrma mc. Authorization to Proceed: Proposal Date — October 15, 2018 Peck Memorial Relocation, Noble Park — Proposal for Site Design Services Mark H. Thompson, Director City of Paducah, Parks and Recreation Signature Name (Printed) Title Date BF BACON I FARMER I WORKMAN exmueearm a reenna, me. `moi PROFESSIONAL SERVICES AGREEMENT PROJECT: BACON, FARMER, WORKMAN ENGINEERING & TESTING, Peck Memorial Relocation - City of Paducah INC. JOB #: P17404 CLIENT: 1400 H.C. Mathis Drive ADDRESS: Paducah, KY 42001 CONTACT: Mr. Mark Thompson, Director TEL: 270-444-8696 FAX: CONSULTANT: BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. ADDRESS: 500 S. 17' St Paducah, KY 42003 CONTACT: Jonathan E. Perkins TEL: 270-443-1995 FAX: 270-443-1904 PROJECT DESCRIPTION: Relocate existing Peck monument from Cairo Road location to park drive loop: Design new landscape areas to suit relocated monument; Trail, outdoor classroom, native plant demonstration bed design; Site topographic survey. ❑ SCOPE OF SERVICES (See Attachment) ❑ SCHEDULE (See Attachment) COMPENSATION: ElLUMP SUM (Not to Exceed). Compensation for these services shall be a Lump Sum of $36,320-00. ❑ TIME AND MATERIALS. Billing will be hourly per our rate schedule. See attached proposal. ❑ BACON, FARMER, WORKMAN ENGINEERING & ❑ List of BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC.'s Direct Job Wages times a factor of _ TESTING, INC.'s Hourly Rates. ❑ COST PLUS FIXED FEE. Compensation for these services shall be BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. Cost plus a fixed professional fee, including Reimbursable Expenses times a factor of plus Subconsultant Expenses times a factor of and per BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. 's attached Definitions. The estimated compensation for services is $ _ plus a fixed fee of $ for a total of $ Direct Job Wages or Hourly Rates for Time and Materials or Cost plus Fixed Fee contracts are subject to change to reflect adjustments in BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. salary levels. In the event services beyond those specified in the Scope of Services and not included in the compensation above are required, BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. shall submit a fee estimate for such services and a contract modification shall be negotiated and approved by the Client prior to any effort being expended on such services. SCHEDULE OF PAYMENTS: BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. shall be paid monthly on the basis of invoices submitted. These invoices will be for the portion of the agreed upon compensation earned by BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. during that month. (Cost plus Fixed Fee will be for costs incurred during the invoice period plus the portion of the agreed upon fixed fee earned by BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. during that month. Lump Sum will be based on percent of effort completed as estimated by BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. ) BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. shall be paid for all invoices within 30 days of submittal. In the event the Client disputes the invoice or any portion thereof, the undisputed portion shall be paid to BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. based on contractual teens. Invoices not in dispute and unpaid after 30 days shall accrue interest at the rate of one and one-half percent per month (or the maximum percentage allowed by law, whichever is the lesser). See Standard Conditions for invoices unpaid after 60 days. EXECUTION: Execution of this document by duly authorized representatives of BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. and Client, including BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC.'s Standard Conditions (reverse side) and any attachments, Additional Provisions as indicated, and addenda, represents the entire Agreement between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement may be amended or modified by written instrument, but such instrument is valid only upon signature by both parties. Neither BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. nor Client shall assign, transfer, or encumber any rights, duties, or interests accruing from this Agreement without the express prior written consent of the other. CLIENT: City of Paducah, Kentucky BY: Mark Thompson SIGNATURE: TITLE: Director of Parks and Recreation DATE: CONSULTANT: Bacon, Farmer, Workman Engineering & Testing, Inc BY: Jona ray Perkins, PLA, ASLA SIGNATURE: A — TITLE: Landscape Architect DATE: 10/15/2018 BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. STANDARD CONDITIONS 1. SERVICES. BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. shall provide professional services in accordance with the agreed upon scope of work. 2. EXECUTION. This Agreement becomes effective upon signatures by authorized representatives of the Client and BACON. FARMER, WORKMAN ENGINEERING & TESTING, INC. and upon receipt by BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. of a signed original or facsimile transmittal. If facsimile transmittal Is initially sent to BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. , Client will provide BACON. FARMER, WORKMAN ENGINEERING & TESTING, INC. with a signed original for record as soon as practicable. S. INITIATION. BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. is authorized to proceed with services upon receipt of an executed Agreement or written Notice to Proceed. 4. COMPLETION/TERMINATION. This Agreement shall remain in force until completion and acceptance of the services or until terminated by mutual agreement. This contract may be terminated by the Client and/or BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. upon 10 days written notice. In the event of such termination, BACON. FARMER, WORKMAN ENGINEERING & TESTING, INC. will be paid the portion of the compensation (and fixed fee, if applicable) for services performed in accordance with the scope of services under the terms of this Agreement to the date of termination together with all costs arising out of such termination. Continuing Service Agreements shall be reviewed annually for rates and shall remain in force until terminated in writing by either party, or otherwise stipulated contractually. S. STANDARD OF CARE. Services provided by BACON, FARMER. WORKMAN ENGINEERING & TESTING, INC. under this Agreement will be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. makes no warranty or guaranty, either express or implied. 6. INDEPENDENT CONSULTANT. BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. is and shall be at all times during the term of this Agreement an independent consultant and not an employee or agent of the Client. Y. COMPLIANCE WITH LAWS. BACON, FARMER. WORKMAN ENGINEERING & TESTING. INC. will endeavor to comply with Federal, State, and local laws and ordinances applicable to the services to be provided under this Agreement. S. COLLECTION COSTS. In the event legal action is necessary to enforce the payment provisions of this Agreement if Client fails to make payment within sixty (60) days of the invoice date, BACON. FARMER, WORKMAN ENGINEERING &TESTING. INC. shall be entitled to collect from the Client any judgment or settlement sums due, reasonable attorneys' fees, court costs and expenses incurred by BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. in connection therewith and, in addition, the reasonable value of BACON. FARMER, WORKMAN ENGINEERING & TESTING, INC. 's time and expenses spent in connection with such collection action, computed at BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC.'s prevailing fee schedule and expense policies. 9. OWNERSHIP OF DOCUMENTS. Drawings, specifications, reports, programs, manuals, or other documents, including all documents on electronic media, prepared under this Agreement are instruments of service and are, and shall remain, the property of BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. . BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. will retain all common law, statutory, and other reserved rights, including the copyright thereto. BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. shall not be held liable for reuse of documents or modifications thereof by the Client or Its representatives for any purpose other than the original intent of this Agreement, without written authorization of and appropriate compensation to BACON, FARMER, WORKMAN ENGINEERING &TESTING, INC.. 10. SITE VISITS/OBSERVATION. If included in the Scope of Work, BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. shall visit the project and/or construction site at appropriate intervals to become generally familiar with the progress, quality of work (contractors' work), and to determine if the work is proceeding in genera] accordance with the Contract Documents. Visits to the project site and observations made by BACON, FARMER, WORKMAN ENGINEERING & TESTING. INC. as part of services during construction under Agreement shall not make BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. responsible for, net relieve the construction contractorls) of the obligation to conduct comprehensive monitoring of the work sufficient to ensure conformance with the intent of the Contract Documents, and shall not make BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. responsible for, nor relieve the construction contractor(s) of the full responsibility for all construction means, methods, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions incidental thereto. 11. EQUAL OPPORTUNITY EMPLOYMENT. BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. will comply with federal regulations pertaining to Equal Opportunity Employment. BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. is in compliance with applicable local, state, and federal regulations concerning minority hiring. It is BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC.'s policy to ensure that applicants and employees me treated equally without regard to race, creed, sex, age, color, religion, veteran status, ancestry, citizenship status, national origin, marital status, sexual orientation, or disability. BACON. FARMER, WORKMAN ENGINEERING & TESTING, INC. expressly assures all employees, applicants for employment, and the community of its continuous commitment to equal opportunity and fair employment practices. BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. 's equal opportunity employment policy applies to all phases of employment, including recruiting, hiring, job assignment, supervision, training, upgrading, transfer, compensation, benefits, promotion, education, recreation, layoff and termination. 12.INSURANCE. BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. will provide a certificate of insurance upon request. 13. INDEMNIFICATION/HOLD HARMLESS. BACON. FARMER, WORKMAN ENGINEERING & TESTING, INC. shall indemnity and hold harmless the Client and Its employees from any liability, settlements, loss, or costs (including reasonable attorneys' fees and costs of defense) to the extent caused by BACON, FARMER, WORKMAN ENGINEERING & TESTING. INC. 's negligent acts, errors, or omissions in services provided pursuant to this Agreement. Provided, however, that if any such liability, settlements, loss, or costs result from the concurrent mgjigence of BACON. FARMER, WORKMAN ENGINEERING & TESTING, INC. and the Client, this indemniffcatiun applies only to the extent of the negligence of BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC.. 14. LIMITATION OF LIABILITY. In recognition of the relative risks and benefits of the project to both the Client and BACON, FARMER, WORKMAN ENGINEERING & TESTING. INC. , the risks have been allocated such that the Client agrees, to the fullest extent permitted by law, to limit the liability of BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. and its subconsultants to the Client and to all construction contractors and subcontractors on the project for any and all claims, losses, costs, damages of any nature whatsoever or claims expenses from any cause or causes, so that the total aggregate liability of BACON, FARMER, WORKMAN ENGINEERING & TESTING, INC. and Its subconsultants to all those named shall not exceed $50,000 or the amount of BACON, FARMER, WORKMAN ENGINEERING & TESTING. INC. 's total fee paid by the Client for services under this Agreement, whichever is the greater. Such claims and causes include, but are not limited to negligence, professional errors or omissions, strict liability, breach of contract or warranty. 15. DISPUTES. Any action for claims arising out of or relating to this Agreement and/or respective services shall be governed by the laws of the State of Kentucky. Venue shall be in McCracken County Circuit Court. Mediation is an express condition precedent to the filing of any legal action. Unless the parties agree otherwise, the mediation shall be conducted pursuant to the Construction Mediation Rules of the American Arbitration Association. 16. ATTORNEY FEES. Should there be any suit or action instituted to enforce any right granted in this contract, the substantially prevailing party shall be entitled to recover its casts, disbursements and reasonable attorney fees from the other party. The party who is awarded a net recovery against the other shall be deemed the substantially prevailing party unless such other party has previously made a bona fide offer of payment in settlement and the amount of recovery Is the same or less than the amount offered in settlement. Reasonable attorney fees may be recovered regardless of the foram in witch the dispute is heard, including an appeal. � § I; �\ t a'or It < 7 0 �\ t `i 1 \ �t t a'or It `i �t t vv c Peck Addition Noble Park SCHEMATIC Landscape Planting & Mulching Estimate of Probable Cost Noble Park, Paducah, Kentucky [$300K Bine[ North Side Updated: 08/2412018 - 29 SFW# P17404 v4.1 Erosion Control Systems (Silt Control fencing, Check dams) $3,000.00 LS 0.5 $1,500.00 Install Salvaged Downed/Felled Tree $1,200.00 IS 1.0 $1,200.00 Remove Existing Trees/Clem and Grub Woods $4,000.00 LS 0.5 $2,000.00 Topsoil - Strip and Stockpile - $12.00 CY 50.0 $600.00 Topsoil - Spread from Sockpile to Rough Finish Grade 6" $15.00 CY 200.0 $3,000.00 Subtotal: $8, 300.00 Overhead Pergola Structures (Steel Tubes with Wood) $20,000.00 LS 1.0 $20,000.00 Information Kiosk/Trailhead Structure $3,000.00 Each 1.0 $3,000.00 Interpretive Signage - Large Graphics with 2 Posts $1,500.00 Each 2.0 $3,000.00 Interpretive Signage - Tree Identification Signage $100.00 Each 20.0 $2,000.00 Pre-engineered Picnic/Classroom Shelter $15,000.00 Each 2.0 $30,000.00 Creek Overlook Deck Structure $6,000.00 Each 1.0 $6,000.00 Subtotal: $64,000.00 PlanfxlTopsoillOrganicQuantity: Shade Trees (2.5" Caliper) $475.00 Each 10.0 $4,750.00 Ornamental Trees/Large Shrubs (T-8' Min., Multi -stern) $250.00 Each 12.0 $3,000.00 Shrubs (Spaced 3 -fret on -center) $65.00 Each 100.0 $6,500.00 Perennials/Grasses/Groundcovers (4" Pots) $6.00 Each 4000.0 $24,000.00 Raised Garden Beds (18" Timber frames [10'x10'] & Planting Sods) $125.00 Each 20.0 $2,500.00 Spreading City of Paducah Compost/Mulch (hand -placed C& 34" dee $25.00 CY 119.6 $2,990.83 Subtotal. $43,740.83 Quanti(v: Subtotal: Standard Duty Asphalt Subgrade (6" DGA) $30.00 Ton 111.1 $3,333.33 Standard Duty Asphalt Base (2.5") $90.00 Ton 46.7 $4,200.00 Standard Duty Asphalt Surface (1.5") $100.00 Ton 27.8 $2,777.78 Colored Concrete Labyrinth (Multiple Colors) $75.00 SY 266.0 $19,950.00 Crushed Limestone Surface Course (4") $7.00 SY 2376.0 $16,632.00 Standard Duty Aggregate Base (6" DGA) $30.00 Ton 475.2 $14,256.00 River Cobbles Mulch (4"-8" dim. @ 6" Deep) $150.00 CY 21.7 $3,250.00 Dry Streambed/Water Feature - Stone lined w/ EPDM Liner (390 LF) $8,500.00 LS 0.0 $0.00 Natural Boulders - Various Sizes (200-400 lbs on Avg.) $180.00 Each 30.0 $5,400.00 8' -Wide Boardwalk on Helical Piers (Segment at Nature Trail $170.00 LF 65.0 $11,050.00 Subtotal: $80,849.11 HEP PricelUnit: unit., Quantitv: Pedestrian/Pathway Pole -mounted Lights (Paducah P+R Standard, 1-2 per "node") $3,000.00 Each 5.0 Subtotal: $15,000.00 Cold Water Piping $20.00 LF 300.0 $6,000.00 Frost -proof water hdram/s igot-hose water $1,500.00 Each 2.0 $3,O0o.oO Subtotal: $24_000.00 FurnishingslOuldoor Kitchen Plicelunit: Unit: Quantity:Site Trash Receptacle - Generic(Vinyl-coated Expanded Metal) $600.00Each 3.0 $1,800.00 Concrete Garden Bench (Belson) $925.00 Each 10.0 $9,250.00 Picnic Tables - Generic (Vinyl -coated Expanded Metal) $900.00 Each 8.0 $7,200.00 Fixed Shade Canopy Tension (Fabric) Structures (Approx. 30'x30') $15,000.00 Each 1.0 $15,000.00 Concrete Footing for Tension Structures $400.00 Each 4.0 $1,600.00 Subtotal: $34,850.00 Total: $255,739.94 Grand Total Cost: $255731:9#� Site Development/Landscape $215,139.94 Site Survey North/Levee -side of road ONLY $4,000.00 KY Division of {Vater Permitting IArchaelo ical Study/ Wetlands Delineation $15,000.00 A/E Fee: 1 0.12 $30,688.79 Site Developrrent/Landscape & A/E Fee/Additional Services & Permitting: $305,428.74 Note: This document is an estimate of probable construction cost. FEW Engineering & Testing, Inc., has no control over the cost of labor, materials, or equipment, or over the Contractor's method for determining prices, or over the local market conditions. This estimate of probable cost is based on past experience and represents BFW Engineering & Testing, Ines best judgement. BFW Engineering & Testing, Inc. can not guarantee that proposals, bids, or the actual construction cost will not vary from this estimate. Mark Thompson From: Tony Watkins <tjwatkins5l @aol.com > Sent: Friday, November 10, 2017 12:43 PM To: Mark Thompson Subject: J. Lane Peck - Noble Park Project Mark, I've been out of town most of the week and in Murray today. Let's touch base Monday. I pledged to Lane that we would either complete the project or run out of the available funding. I will get you, John and whomever what they need to get this project moving again financially toward completion. Tony Watkins Community Foundation of West Kentucky, Inc. P.O. Box 7 Paducah, KY 42002 270-442-8622 - office 270-205-0151 - cell Like us on Facebook ! Visit our web page at cfwestky.ora 1 AN ORDINANCE PROVIDING FOR THE CLOSING OF AN ALLEY RUNNING PARALLEL BETWEEN MURRAY AVENUE AND BROWN STREET, EAST OF D.A.V. DRIVE, AND AUTHORIZING THE MAYOR TO EXECUTE ALL DOCUMENTS RELATING TO SAME BE IT ORDAINED BY THE CITY OF PADUCAH, KENTUCKY: SECTION 1. That the City of Paducah does hereby authorize the closing of an alley running parallel between Murray Avenue and Brown Street, East of D.A.V. Drive, and being more particularly described as follows: Tract A A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a rebar and cap (set) 20.00 feet east of the centerline of D.A.V. Drive, said centerline point be located 150.00 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence from the point of beginning South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet along the north line of a 15 foot wide alley and the south line of the Disabled American Veterans Chapter #7 property described in Deed Book 834, Page 306 to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet crossing to the center of the alley to a rebar and cap (set); Thence North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet along the centerline of the alley to a Mag nail with washer stamped "2900" (set) 20.00 feet east of the centerline of D.A.V. Drive; Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet along the east right of way of D.A.V. Drive to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract B A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a rebar and cap (set) in the south line of the Disabled American Veterans Chapter #7 property described in Deed Book 834, Page 306 and Deed Book 648, Page 618, said point being located South 63 Degrees 07 Minutes 32 Seconds East for a distance of 60.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 150.00 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence from the point of beginning South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet along the north line of a 15 foot wide alley and the south line of the Disabled American Veterans Chapter #7 property described in Deed Book 648, Page 618 to an existing 1/2" diameter rebar with plastic cap stamped "R. TOSH KYPLS 2900"(found); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet crossing to the center of the alley to a rebar and cap (set); Thence North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet along the centerline of the alley to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. The above described property is subject to an Ingress/Egress easement to serve the adjoining properties lying north and south of the closed alley right-of-way. Tract C A certain portion of a 15 foot wide alley containing 0.0344 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at an existing 1/2" diameter rebar with plastic cap stamped "R. TOSH KYPLS 2900" (found) in the south line of the Larry Caldwell property described in Deed Book 1103, Page 642 and Deed Book 1259, Page 359, said point being located South 63 Degrees 07 Minutes 32 Seconds East for a distance of 100.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 150.00 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence from the point of beginning South 63 Degrees 07 Minutes 32 Seconds East for a distance of 200.00 feet along the north line of a 15 foot wide alley and the south line of the Larry Caldwell property recorded in Plat Section "M", Page 913 to an existing 1/2" diameter rebar with plastic cap stamped "R. TOSH KYPLS 2900" (found); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet crossing to the center of the alley to a rebar and cap (set); Thence North 63 Degrees 07 Minutes 32 Seconds West for a distance of 200.00 feet along the centerline of the alley to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. The westernmost 80.00 feet of the above described property is subject to an Ingress/Egress easement to serve the adjoining properties lying north and south of the easement. Tract D A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at an existing 1/2" diameter rebar with plastic cap stamped "R. TOSH KYPLS 2900" (found) at the southwest corner of the MDF Atlas Holdings, LLC property described in Deed Book 1265, Page 630, said point being located South 63 Degrees 07 Minutes 32 Seconds East for a distance of 300.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 150.00 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence from the point of beginning South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet along the north line of a 15 foot wide alley and the south line of the MDF Atlas Holdings, LLC property to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet crossing to the center of the alley to a rebar and cap (set); Thence North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet along the centerline of the alley to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract E A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a rebar and cap (set) at the southwest corner of the MDF Atlas Holdings, LLC property described in Deed Book 1258, Page 611, said point being located South 63 Degrees 07 Minutes 32 Seconds East for a distance of 340.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 150.00 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence from the point of beginning South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet along the north line of a 15 foot wide alley and the south line of the MDF Atlas Holdings, LLC property to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet crossing to the center of the alley to a rebar and cap (set); Thence North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet along the centerline of the alley to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract F A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a rebar and cap (set) in the south line of the MDF Atlas Holdings, LLC property described in Deed Book 1258, Page 611, said point being located South 63 Degrees 07 Minutes 32 Seconds East for a distance of 380.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 150.00 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence from the point of beginning South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet along the north line of a 15 foot wide alley and the south line of the MDF Atlas Holdings, LLC property to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet crossing to the center of the alley to a rebar and cap (set); Thence North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet along the centerline of the alley to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract G A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a Mag nail with washer stamped "2900" (set) in the centerline of a 15 foot wide alley, said point being located 20.00 feet east of the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a point, [and passing through a 1/2" diameter rebar with plastic cap stamped WITNESS PT. KYPLS 2900 (set) at 4.50 feet]; Thence along the north line of the Disabled American Veterans Chapter #7 property described in Deed Book 834, Page 306 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a Mag nail with washer stamped "2900" (set), said point being located 20.00 feet east of the centerline of D.A.V. Drive; Thence along the east line of D.A.V. Drive North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. The above described property is subject to an Ingress/Egress easement to serve the adjoining properties lying north and south of the closed alley right-of-way. Tract H A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 60.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Joan Bruyns property described in Deed Book 456, Page 232 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a point; Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet [and passing through a 1/2" diameter rebar with plastic cap stamped WITNESS PT. KYPLS 2900 (set) at 3.00 feet] to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. The above described property is subject to an Ingress/Egress easement to serve the adjoining properties lying north and south of the closed alley right-of-way. Tract I A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 100.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Joan Bruyns property described in Deed Book 456, Page 232 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a point; Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. The above described property is subject to an Ingress/Egress easement to serve the adjoining properties lying north and south of the closed alley right-of-way. Tract J A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 140.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Larry Caldwell property described in Deed Book 811, Page 600 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. The above described property is subject to an Ingress/Egress easement to serve the adjoining properties lying north and south of the closed alley right-of-way. Tract K A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 180.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a point; Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Elva Brown property described in Deed Book 525, Page 366 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract L A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a point in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 220.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Elva Brown property described in Deed Book 525, Page 366 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract M A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 260.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Elva Brown property described in Deed Book 726, Page 426 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract N A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 300.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Elva Brown property described in Deed Book 726, Page 426 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract O A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 340.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to an existing 1/2" diameter rebar with plastic cap stamped "DH Dummer PLS 1955" (found); Thence along the north line of the George Etheridge Estate property described in Deed Book 221, Page 241 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract P A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900" unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 380.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set) at a common corner to the Tobby and Stacey Haines property described in Deed Book 1357, Page 771 and Deed Book 1030, Page 20, recorded in Plat Section "K", Page 324; Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to an existing 1/2" diameter rebar with plastic cap stamped "DH Dummer PLS 1955" (found); Thence along the north line of the Tobby and Stacey Haines property North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to an existing 1/2" diameter rebar with plastic cap stamped "DH Dummer PLS 1955" (found); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. SECTION 2. In support of its decision to close the aforesaid public way, the Board of Commissioners hereby makes the following findings of fact: a. Disabled American Veterans Chapter # 7, Larry Caldwell, MDF Atlas Holdings, Tobby & Stacey Haines, Elva Brown and Joan Bruyns, are the owners of property abutting the public way which the Board of Commissioners has authorized to be closed as is evidenced by the application for street and/or alley closing which is attached hereto Exhibit A and made part hereof. b. On the 20th day of August, 2018, the Paducah Planning Commission of the City of Paducah adopted a resolution recommending to the Mayor and Board of Commissioners of the City of Paducah closure of the aforesaid public way. Written notice of the proposed closing was given to all property owners in or abutting the public way or the portion thereof being closed as is evidenced by the application for street and/or alley closing which is attached hereto and made a part hereof. d. All above mentioned property owners in or abutting the public way or the portion thereof being closed have given their written notarized consent to the closing as is evidenced by the application for street and/or alley closing which is attached hereto and made a part hereof. SECTION 3. One property owner, known as George Etheridge Estate, whose land adjoins the public right-of-way proposed to be closed has not signed the application for street and/or alley closing and the plat. Therefore, applicant Larry Caldwell has signed a Public Right -Of -Way Closure Guarantee, as attached hereto Exhibit B and made a part hereof, agreeing to be personally liable for and shall promptly pay all damages, including attorney fees, that may be awarded pursuant to KRS 82.405 in any civil action for the closing of the Public Right -of -Way. SECTION 4. All requirements of KRS 82.405(1), (2), (3) and (4) having been met, the Board of Commissioners of the City of Paducah hereby concludes that the aforesaid public way, as described above, should be closed in accordance with the provisions of KRS 82.405. SECTION 5. The Mayor is hereby authorized, empowered, and directed to execute a quitclaim deed from the City of Paducah to each of the property owners in or abutting the public way to be closed with each to acquire title to that portion of the public way contiguous to the property now owned by said property owners up to center line of the said public way. Provided, however, that the City shall reserve such easements upon the above described real property as it deems necessary. Said deed shall provide the reservation by the City of Paducah any easements affecting the herein described real property as described in Section 1 above. SECTION 6. This ordinance shall be read on two separate days and will become effective upon summary publication pursuant to KRS Chapter 424. Brandi Harless, Mayor ATTEST: Lindsay Parish, City Clerk Introduced by the Board of Commissioners, November 13, 2018 Adopted by the Board of Commissioners, Recorded by Lindsay Parish, City Clerk, Published by The Paducah Sun, \ord\eng\stclosing\alley-Brown St & Murray Ave CERTIFICATION I, Lindsay Parish, hereby certify that I am the duly qualified and acting Clerk of the City of Paducah, Kentucky and that the foregoing is a full, true and correct copy of Ordinance No. adopted by the Board of Commissioners of the City of Paducah at a meeting held on City Clerk Exhibit A CITY OF PADUCAH, KENTUCKY PUBLIC RIGHT-OF-WAY CLOSURE APPLICATION Hate: 19 -Jul -18 Application is hereby made to the Mayor and Board of Commissioners for the closing of.- Public f: Public Right-of-Way:.1 V Alley lying east of D.A.V. Dr between Brown St & Murray Ave. Included herewith is a filing fee of Five Hundred Dollars ($500) together with twenty (20) copies of a Plat showing the Public Right -of -Way to be closed. This Application indicating consent of the Public Right -of -Way closure, has been signed and notarized by all real property owners whose land adjoins the portion of Public Right -0f -Way proposed to be closed. If the application is not signed by all adjoining real property owners, the "Public Right -of -Way Closure Guarantee" must be attached. Respectfully submitted by all adjoining property owners: Y "SignSture of Property Owner Larry Caldwell Property Owner's Name Printed 1016 Brown St Paducah, KY 42003 Address OOL ss� Signature of Property Owner Elva Brown Property Owner's Name Printed 1131 Murray Ave Paducah, KY 42003 Address STATE OF KENTUCKY COUNTY OF MCCRACKEN The foregoing instrument was sworn end acknowledge before a this _Z day of 2pfff, , by GAL>W& r — My Commission •�� � �C t n G� STATE OF KENTUCKY ) COUNTY OF MCCRACKEN ) The foregoing instrument was swop before me thissy by A e � � My Commission Y '}•p.k SEA 4 Ff BE acknowledge 20 lona ure of Property Owner Joan Bruyns Property Owner's Name Printed 1137 Murray Ave Paducah, KY 42003 Address ' Signature o Property Owner W ✓_—e -6A u'tf^ c6RA*,+l>RL Disabled American Vererans Chapter #7 Property Owner's Name Printed 1133 Murray Ave Paducah, KY 42003 Address Signature of Property Owner MA-1--y—"I A-1rKCSakq MDF Atlas Ho dings, LLC Property Owner's Name Printed PO Box 610 Paducah, KY 42002 Address STATE OF KENTUCKY ) COUNTY OF MCCRACKEN ) The foregoing instrument was swo n to and acknowledge before a this day of C 20-0 by �i+Jrt,tl� aJ My Commisslo Nu �y�• � ,oe fF• �;� gri0`� r11 t;c�"q`04�\ STATE OF KENTUCKY ) COUNTY OF MCCRACKEN ) The foregoing instrument was sworg.1gLand acknowledge(Ljj beforey Te this day of I20La by . MSS My Commission s t _ f j STATE OF KENTUCKY ) COUNTY OF MoCRACKEN ) The foregoing Instrument was swom to and acknowledged_ before me this Z day of 20 by MA My Commission p Ik:, StYte, rg� i o' ignature of Property Owner Tobby Haines Property Owner's Name Printed 1907 Irvin Cobb Dr Paducah, KY 42003 Address r' A &q 4 ) J6 1� I -A Sign of P nor Stacy Haines Property Owner's Name Printed 1907 Irvin Cobb Dr Paducah, KY 42003 Address Signature of Property Owner Property Owner's Name Printed Address STATE OF KENTUCKY COUNTY OF McCRACKEN The foregoing instrument was sworn to and acknowledged before me this day of Jv 201A, by MyCommlasl k��-S079 STATE OF KENTUCKY ) COUNTY OF MCCRACKEN ) The foregoing Instrument was sworn tP and acknovAAedoad before me this day of 211 by as h y r9 My Commission expie STATE OF KENTUCKY ) COUNTY OF MCCRACKEN ) The foregoing Instrument was swom to and acknowledged before me this day of 20_, by My Commission expires Exhibit B Notary Public, State at Large SEAL CITY OF PADUCAH, KENTUCKY PUBLIC RIGHT-OF-WAY CLOSURE GUARANTEE Date: October 25, 2018 If all real property owners whose land adjoins the Public Right -of -Way proposed to be closed have not signed the Application and the Plat, then the following guarantee shall be executed by the Applicant and notarized: The undersigned Applicant unconditionally Guarantees that I shall be personally liable for and shall promptly pay all damages, including attorney fees, that may be awarded pursuant to KRS 82.405 in any civil action for the closing of the Public Right -of -Way named herein. Public Right -of -Way: IT Alley tying east of D.A.V. Dr. between Brown St. & Murray Ave. STATE OF KENTUCKY ) COUNTY OF McCRACKEN ) 4[GLDL✓L The foregoing instrument was sworn to and acknowledged Signature of Property Owner before me this day of October 20 18, by Larry CAldwW , Larry Caldwell Property Owner's Name Printed My 1016 Brown St Paducah, KY 42003 Address SEAL #5:i50"r9 A RESOLUTION CONSTITUTING THE FINAL REPORT OF THE PADUCAH PLANNING COMMISSION ON THE PROPOSED CLOSING OF AN ALLEY RUNNING PARALLEL BETWEEN MURRAY AVENUE AND BROWN STREET, EAST OF D.A.V. DRIVE. WIIEREAS, a public hearing was held on August 20, 2018 by the Paducah Planning Commission after advertisement pursuant to law, and VMEREAS, this Commission has duly considered said proposal and has heard and considered the objections and suggestions of all interested parties who appeared at said hearing, and WHLREAS, this Commission adopted a proposal to close an alley running parallel between Murray Avenue and Brown Street, east of D.A.V. Drive. NOW THEREFORE, BE rr RESOLVED BY THE PADUCAH PLANNING COMMISSION: SECTION 1. That this Commission recommend to the Mayor and Board of Commissioners of the City of Paducah to close an alley nmmng parallel between Murray Avenue and Brown Street, east of D.A.V. Drive as follows: Tract A A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 18' long rebar with a plastic cap stamped "R. TOSH KYPLS 2900' unless stated otherwise. Beginning at a rebar and cap (set) 20.00 feet east of the centerline of D.A.V. Drive, said centerline point be located 150.00 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence from the point of beginning South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet along the north line of a 15 foot wide alley and the south line of the Disabled American Veterans Chapter #7 property described in Deed Book 834, Page 306 to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet crossing to the center of the alley to a rebar and cap (set); Thence North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet along the centerline of the alley to a Mag nail with washer stamped WOW (set) 20.00 feet east of the centerline of DAN. Drive; Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet along the east right of way of D.A.V. Drive to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract B A certain portion of a 15 foot wide alley containing 0.0089 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped "R. TOSH KYPLS 2900' unless stated otherwise. Beginning at a rebar and cap (set) in the south line of the Disabled American Veterans Chapter #7 property described in Deed Book 834, Page 306 and Deed Book 648, Page 618, said point being located South 63 Degrees 07 Minutes 32 Seconds East for a distance of 60.00 feet from a point in the centerline of DA.V. Drive, said centerline point be located 150.00 feet south of the centerline intersection of DAN. Drive and Brown Street; Thence from the point of beginning South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet along the north line of a 16 foot wide alley and the south line of the Disabled American Veterans Chapter #7 property described in Deed Book 648, Page 618 to an existing 112° diameter rebar with plastic cap stamped OR. TOSH KYPLS 2900°(found); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet crossing to the center of the alley to a rebar and cap (set); Thence North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet along the centerline of the alley to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. The above described property is subject to an Ingress/Egress easement to serve the adjoining properties lying north and south of the dosed alley righW way. Traci C A certain portion of a 15 foot wide alley containing 0.0344 awes as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of DA.V. Drive and between Broom Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 18' long reber with a plastic cap stamped OR. TOSH KYPLS 29000 unless stated otherwise. Beginning at an existing 112" diameter rebar with plastic cap stamped °R. TOSH KYPLS 2900" (found) in the south line of the Larry Caldwell property described in Deed Book 1103, Page 642 and Deed Book 1259, Page 359, said point being located South 63 Degrees 07 Minutes 32 Seconds East for a distance of 100.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 150.00 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence from the point of beginning South 63 Degrees 07 Minutes 32 Seconds East for a distance of 200.00 feet along the north line of a 15 foot wide alley and the south line of the Lary Caldwell property recorded in Plat Section "M', Page 913 to an existing 1120 diameter rebar with plastic cap stamped OR. TOSH KYPLS 2900" (found); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet crossing to the center of the alley to a rebar and cap (set); Thence North 63 Degrees 07 Minutes 32 Seconds West for a distance of 200.00 feet along the centerline of the alley to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. The westernmost 80.00 feet of the above described property is subject to an Ingress/Egress easement to serve the adjoining properties lying north and south of the easement. Tract D A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of DA.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 180 long rebar with a plastic cap stamped OR. TOSH KYPLS 29000 unless stated otherwise. Beginning at an existing 1W diameter rebar with plastic cap stamped OR. TOSH KYPLS 2900' (found) at the southwest corner of the MDF Atlas Holdings, LLC property described in Deed Book 1265, Page 630, said point being located South 63 Degrees 07 Minutes 32 Seconds East for a distance of 300.00 feet from a point in the centerline of D.A.V. Drive, said centerilne point be located 150.00 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence from the point of beginning South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet along the north line of a 15 foot wide alley and the south line of the MDF Atlas Holdings, LLC property to a rebar and cap (set); N Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet crossing to the center of the alley to a rebar and cap (set); Thence North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet along the centerline of the alley to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract E A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes --00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 18" long rebar with a plastic cap stamped OR. TOSH KYPLS 2900' unless stated otherwise. Beginning at a rebar and cap (set) at the southwest comer of the MDF Atlas Holdings, LLC property described in Deed Book 1258, Page 611, said point being locked South 63 Degrees 07 Minutes 32 Seconds East for a distance of 340.00 feet from a point in the centerline of DA.V. Drive, said oentedine point be located 150.00 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence from the point of beginning South 63 Degrees 07 Minutes 32 Seconds Fast for a distance of 40.00 feet along the north line of a 15 foot wide alley and the south line of the MDF Atlas Holdings, LLC property to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet crossing to the center of the alley to a rebar and cap (set); Thence North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet along the centerline of the alley to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract F A certain portion of a 15 -foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 18" long rebar with a plastic cap stamped OR. TOSH KYPLS 2900' unless stated otherwise. Beginning at a rebar and cap (set) in the south line of the MDF Atlas Holdings, LLC property described in Deed Book 1258, Page 611, said point being located South 63 Degrees 07 Minutes 32 Seconds East for a distance of 380.00 feet from a point in the centerline of DA.V. Drive, said centerline point be low 150.00 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence from the point of beginning South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet along the north line of a 15 foot wide alley and the south line of the MDF Atlas Holdings, LLC property to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet crossing to the center of the alley to a rebar and cap (set); Thence North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 That along the centerline of the alley to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. 3 Tract G A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying S Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 Ionated east of DA.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 18' long rebar with a plastic cap stamped 'R. TOSH KYPLS 2900' unless stated otherwise. Beginning at a Mag nail with washer stamped `2900' (set) in the centerline of a 15 foot wide alley, said point being located 20.00 feet east of the centerline of DA.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of DA.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a point, [and passing through a 112' diameter rebar with plastic cap stamped WITNESS PT. KYPLS 2900 (set) at 4.50 feet]; Thence along the north line of the Disabled American Veterans Chapter #7 property described in Deed Book 834, Page 306 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a Mag nail with washer stamped 02900' (set), said point being locked 20.00 feet east of the centerline of D.A.V. Drive; Thence along the east line of D.A.V. Drive North 26 Degrees 52 Minutes 28 Seconds lest for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. The above described property is subject to an Ingress/Egress easement to serve the adjoining properties lying north and south of the closed alley right -0f -way. Tract H A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of DA.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 18' long rebar with a plastic cap stamped 'R. TOSH KYPLS 2900' unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 60.00 feet from a point in the centerline of DA.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of DA.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Joan Bruyns property described in Deed Book 456, Page 232 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a point; Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet [and passing through a 112' diameter reber with plastic cap stamped WITNESS PT. KYPLS 2900 (set) at 3.00 feet] to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. The above described property is subject to an IngresslEgress easement to serve the adjoining properties lying north and south of the dosed alley righW-way. `lrfi1 A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 looted east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: 4 Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 18" long rebar with a plastic cap stamped OR. TOSH KYPLS 29000 unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 100.00 feet from a point in the centerline of DA.V. Drive, said centerline point be looted 157.50 feet south of the centerline intersection of DA.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Joan Bruyns property described in Deed Book 456, Page 232 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a point; Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. The above described property is subject to an Ingress/Egress easement to serve the adjoining properties lying north and south of the dosed alley right -f -way. Tract J A certain portion of a 15 foot wide alley containing 0.0069 awes as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 18" long rebar with a plastic cap stamped OR. TOSH KYPLS 2900' unless stated otherwise. Beginning at a rebar and cap (set) in the oenterline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 140.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the cerderline intersection of D.A.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Lary Caklwell property described in Deed Book 811, Page 600 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. The -above described::property is subject to an Ingress/Egress easement to serve the adjoining properties lying north and south of the dosed alley right-of-way. Tract K A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of DA.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as fellows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 180 long rebar with a plastic cap stamped OR. TOSH KYPLS 2900' unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 That wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 180.00 feet from a point In the centerline of DA.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of DA.V. Drive and Brown Street; 5 Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a point; Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Elva Brown property described in Deed Book 525, Page 366 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract L A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of DA.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a mord bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 18" long rebar with a plastic cap stamped OR. TOSH KYPLS 2900" unless stated otherwise. Beginning at a point in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 220.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of DA.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a reber and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Elva Broom property described in Deed Book 525, Page 366 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds Fast for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract M A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firth of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 18" long rebar with a plastic cap stamped OR. TOSH KYPLS 2900" unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 260.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of DA.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Elva Brown property described in Deed Book 726, Page 426 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract N A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of 6 D.A.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 1/2" diameter by 18" long rebar with a plastic cap stamped OR. TOSH KYPLS 2900° unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 300.00 feet from a point In the centerline of D.A.V. Drive, said centerline point be located 157.50 feet south of the centerline intersection of DA.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to a rebar and cap (set); Thence along the north line of the Elva Brown property described in Deed Book 726, Page 426 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract O A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 located east of D.A.V. Drive and between Brown. Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as follows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 18" long rebar with a plastic cap stamped OR. TOSH KYPLS 29000 unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 340.00 feet from a point in the centerline of D.A.V. Drive, said centerline point be low 157.50 feet south of the centerline intersection of DA.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set); Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to an existing 112' diameter rebar with plastic cap stamped "DH Dummer PLS 1955' (found); Thence along the north line of the George Etheridge Estate property described in Deed Book 221, Page 241 North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to a rebar and cap (set); Thence North 26 Degrees 52 Minutes 28 Seconds East for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. Tract P A certain portion of a 15 foot wide alley containing 0.0069 acres as surveyed by Ricky A. Tosh, PLS 2900 of the firm of Dummer Surveying & Engineering Services, Inc. of Paducah, Kentucky on August 1, 2018 looted east of DA.V. Drive and between Brown Street and Murray Street in Paducah, McCracken County, Kentucky and being more particularly described as foilows: Bearings described herein are based on a record bearing of North 27 Degrees 44 Minutes 00 Seconds West along the centerline of U.S. Highway 62. All rebars and caps (set) are 112" diameter by 18" long rebar with a plastic cap stamped OR. TOSH KYPLS 2900' unless stated otherwise. Beginning at a rebar and cap (set) in the centerline of a 15 foot wide alley, said point being South 63 degrees 07 Minutes 32 Seconds East for a distance of 380.00 feet from a point in the centerline of DAN. Drive, said centerline polnt be located 157.50 feet south of the centerline intersection of D.A.V. Drive and Brown Street; Thence along the centerline of said alley South 63 Degrees 07 Minutes 32 Seconds East for a distance of 40.00 feet to a rebar and cap (set) at a common corner to the Tobby and Stacey Haines property described in Deed Book 1357, Page 771 and Deed Book 1030, Page 20, recorded in Plat Section "K", Page 324; 7 Thence South 26 Degrees 52 Minutes 28 Seconds West for a distance of 7.50 feet to an existing 112" diameter rebar with plastic cap stamped 'DH Dummer PLS 1955' (found); Thence along the north line of the Tobby and Stacey Haines property North 63 Degrees 07 Minutes 32 Seconds West for a distance of 40.00 feet to an existing 112' diameter rebar with plastic cap stamped 'DH Dummer PLS 1955' (found); Thence North 26 Degrees 52 Minutes 28 Seconds l=ast for a distance of 7.50 feet to the point of beginning. Together with a subject to covenants, easements, right of ways and restrictions of record and in existence. SECTION 2. That this Resolution shall be treated as, and is, the final report of the Paducah Planning Commission respecting the matters appearing herein. SECTION 3. That if any section, paragraph or provision of this Resolution shall be found to be inoperative, ineffective or invalid for any cause, the deficiency or invalidity of such section, paragraph or provision shall not affect any other section, paragraph or provision hereof, it being the purpose and intent of this Resolution to make each and every section, paragraph and provision hereof separable ficin all other sections, paragraphs and provisions. SECTION 4. Any agreements between the parties that are affected by the closure of this alley shall be forwarded to the City Commission with this Resolution. .,, ew-r��� Cathy Cre us Chairwoman Adopted by the Paducah Planning Commission on August 20, 2018 8 - r CITY OF PADUCAH, KENTUCKY PUBLIC RIGHT-OF-WAY CLOSURE APPLICATION Date: 19 -Jul -18 Application is hereby made to the Mayor and Board of Commissioners for the closing of: Public Right -of -Way:. 15'Alley lying east of D.A.V. Dr between Brown St & Murray Ave. Included herewith is a filing fee of Five Hundred Dollars ($500) together with twenty (20) copies of a Plat showing the Public Right -of -Way to be closed. This Application indicating consent of the Public Right -0f --Way closure, has been signed and notarized by all real property owners whose land adjoins the portion of Public Right -0f --Way proposed to be closed. If the application is not signed by all adjoining real property owners, the "Public Right -of -Way Closure Guarantee' must be attached. Respectfully submitted by all adjoining property owners: ig ture of Property Owner Larry Caldwell Property Owner's Name Printed 1016 Brown St Paducah, KY 42003 Address 11LW'61,2, . -' -"ZA&:QA - Signature of Property Owner Elva Brown Property Owner's Name Printed 1131 Murray Ave Paducah, KY 42003 Address STATE OF KENTUCKY COUNTY OF MCCRACKEN The foregoing instrument was sworn P and acknowledg before a this day of 20!J, by CALI>WEELI My Commission .; • 42bA4e r U rrrarrrgsro+ STATE OF KENTUCKY COUNTY OF McCRACKEN The foregoing instrument was before me this ay _ by 1� gMy Commisslon acknowledge 20 j1g*naureAorf4roperI:yOwnqj Joan Bruyns Property Owner's Name Printed 1137 Murray Ave Paducah, KY 42003 Address - .f lLa�lo Signature of Property Owner W i VC-15M+•tr C6t bW- Disabled Amerlcin Vererans Chapter #7 Property Owner's Name Printed 1133 Murray Ave Paducah, KY 42003 Address �W �C�e' - Signature of Property Owner MDF Atlas Ho dings, LLC Property Owner's Name Printed PO Box 610 Paducah, KY 422002 Address STATE OF KENTUCKY COUNTY OF MCCRACKEN The foregoing instrument was swo n to and acknowledge before . e this day of , 202 by ��,kAjy `5 -•--- LL STATE OF KENTUCKY COUNTY OF McCRACKEN The foregoing Instrument was swo nd acknowled before a this ,,qday of , 20g by LN STATE OF KENTUCKY COUNTY OF McCRACKEN The foregoing Instrument was swom to and acknowledge before me this Z day of , 20L, by 1 j L5014T! My Commission 9"D jW080co STATE OF KENTUCKY ) COUNTY OF McCRACKEN ) �� ` The foregoing instrument was sworn to and acknowiedged ignature of Property Owner before me this day of •,� 201 by x Tobby_Haines Property Owner's Name Printed My Commissi 1907 Irvin Cobb Dr Paducah, KY 42003 • 479 Address C. t,q 9411 STATE OF KENTUCKY ) COUNTY OF MCCRACKEN ) 'gj— . . JJA The foregoing instrument was sworn tp and acknowledlaad Signswife of P ner before me this -aL day of 20, by P ej4 VA,�+ Stacy Haines „ Property Owner's Name Printed My Commission exp r9 1907 Irvin Cobb Dr Paducah, KY 42003 Address Signature of Property Owner Property Owner's Name Printed Address STATE OF KENTUCKY COUNTY OF MCCRACKEN The foregoing instrument was sworn to and acknowledged before me this day of 20_ by My Commission expires Notary Public, State at Large SEAL CITY OF PADUCAH, KENTUCKY PUBLIC RIGHT-OF-WAY CLOSURE GUARANTEE s Date: October 25, 2018 If all real property owners whose land adjoins the Public Right -of -Way proposed to be closed have not signed the Application and the Plat, then the following guarantee shall be executed by the Applicant and notarized: The undersigned Applicant unconditionally Guarantees that l shall be personally liable for and shall promptly pay all damages, including attorney fees, that may be awarded pursuant to KRS 82.405 in any civil action for the closing of the Public Right -of -Way named herein. Public Right -of -Way: ITAlley lying east of D.A.V. Dr. between Brown St. & Murra Ave. , �-J Signature of Property Owner STATE OF KENTUCKY COUNTY OF McCRACKEN The foregoing instrument was sworn to and acknowledged before me this day of October , 20 18, by Larry CI _ Larry Caldwell Property Owner's Name Printed My 1016 Brown St Paducah, KY 42003 Address 1ov. 211'019 State #5A50 -r9 SEAL - i CERTIFICATE OF OWNERSHIP: CERTIFICATION OF ACKNOWLEDGMENT CERTIFICATION OF ACKNOWLEDGMENT I(WE). DO HEREBY CERTIFY THAT I AM (WE ARE) THE REAL PROPERTY OWNERS SHOWN AND DESCRIBED STATE OF KENTUCKY, COUNTY OF McCRACKEN: STATE OF KENTUCKY, COUNTY OF McCRACKEN: HEREON AND FREELY GIVE OUR CONSENT TO CLOSE THE PUBLIC RIGHT OF WAY AS SHOWN AND ��'r DESCRIBED HEREON.. I, r(&yT��`L' A NOTARY PUBLIC IN THE STATE & COUNTY I, A NOTARY PUBLIC IN THE STATE & COUNTY c TO ME AFORESAID DO, HF�EBY VCERTIFY�A(/T��FOREGOING PLAT OF SURVEY WAS THIS DAY PRESENTED AFORESAID DO, HEREBY CERTIFY THAT THE FOREGOING PLAT OF SURVEY WAS THIS DAV PRESENTED CJIYI-S.) V5 KNOWN TOME, TOGETHER WITH THE CERTIFICATE OF TO ME BY ,KNOWN TO ME, TOGETHER WITH THE CERTIFICATE OF O DATE OWNERSHIP AND DEDICATION SHOWN EREON, WHICH WAS, EXECUTED IN MV PRESENCE AND ACKNOW- OWNERSHIP AND DEDICATION SHOWN HEREON, WHICH WAS, EXECUTED IN MV PRESENCE AND ACKNOW- LEDGED `O BaT44�FRlEE ACT AND DEED. LEDGED TO BE THEIR FREE ACT AND DEED. OWN (( DATE WITNFjD "`lY' T IS _DAY OF 20tS/ WITNESS MV HAND AND SEAL THIS DAY OF_, 20 MV,�O E �5 DAV OF 20f MY COMMISSION EXPIRES ON THE DAY OF 20_ OWNER DATE 4S6 7j OWNER DATE•< 4LIC NOTARY PUBLIC , ti CERY►A ACKNOWLEDGMENT CERTIFICATE OF APPROVAL: OWNER DATE OWNER DATE STATE dP,KIEWrUCKY, COUNTY OF McCRACKEN: UNDER THE AUTHORITY PROVIDED BY CHAPTER 100, KENTUCKY REVISED STATUTES, ADOPTED BY THE CERTIFICATION OF ACKNOWLEDGMENT I, I - , A NOTARY PUBLIC IN THE STATE& COUNTY BOARD OF COMMISSIONERS OF THE CITY OF PADUCAH, THIS PLAT HAS BEEN GIVEN APPROVAL AND MAYOR'S CERTIFICATE OF CITY APPROVAL: STATE OF KENTUCKY, COUNTY OF McCRACKEN: AFORESAI HEREBY CERTIFY THAT THE FOREGOING PLAT OF SURVEY WAS THIS DAY PRESENTED ACCEPTED AS FOLLOWS: IN ACCORDANCE WITH KENTUCKY REVISED STATUTES CHAPTER 82 AND BY ORDINANCE# , �1 cY.N fl TO ME BY M KNOWN TOME, TOGETHER WITH THE CERTIFICATE OF APPR ED BY PADUCAH. pPLANNING AND ZONING COMMISSION MEETING HELD ON THE�..� ZL=DAY THEREBY CERTIFY THAT THE PUBLIC WAY AS SHOWN ON THIS PLAT HAS BEEN OFFICIALLY CLOSED. hF A NOTARY PUBLIC IN THE STATE & COUNTY OWNERSHIP AND DEDICATION SHMM HEREON, WHICH WAS, EXECUTED IN MY PRESENCE AND ACKNOW-OF 20L AFORESAID Db, H TIFY THAT THE FOREGOING PLAT OF SURVEY WAS THIS DAV PRESENTED LEDGED TO8[N. 11411 ; CT AND DEED. TOMES. tAi L92L- ,KNOWN TO ME, TOGETHER WITH THE CERTIFICATE OF A. OWNERSHIP AND DEDICATION SHOWN HEREON, WHICH WAS, EXECUTED IN MY PRESENCE AND ACKNOIN- WITNESSiRNB AND' 4NIS 1 �/ DAV OF 2019 MAYOR, CITY OF PADUCAH DATE LEDGED TO BE THEIR FREE ACT AND DEED. I y+e,aeesaprpexaa;rx CHAIRMAN OFT(E CANNING AND ZONING COMMISSION MY CO r-q�,`���•% 7�3 DAV OF 20 WITNESS yA " It ffl§f DAY OF ,20 .J pY CERTIFICATE OF RECORDING: `•OF -, PUBLIC UTILITY OWNERS: "STATE OF KENTUCKY, COUNTY OF McCRACKEN" MYCO SI E T E DAY OF N ,201/ WE THE UTILITY OWNERS INDICATED BELOW FREELY GIVE OUR CONSENT TOTHE isdE`� : • = N A C... C♦ CLOSING OF THE 15 FOOT WIDE PUBLIC ALLEY RIGHT OF WAY LOCATED BETWEEN I, JULIE GRIGGS, CLERK FOR THE COUNTY AND STATE AFORESAID DO HEREBY CERTIFY THAT THIS PLAT 1,�(,�++++ BROW TREET AND MURR AVE A D EAST OF DAN. DRIVE AS SHOWN HEREON. WAS THIS DAY LODGED IN MV OFFICE FOR RECORD AND THAT I HAVE RECORDED SAME WITH THIS AND CERTI,.a(6p�KWCKNOWLEDGMENT / AVE 7 THE FOREGOING CERTIFICATE OF MY OFFICE. STATE OF ATLINTUCKY, COUNTY OF MCCRACKENI: GIVEN UNDER MY HAND AND SEAL THIS THE _ DAY OF . 20_ CERTIFIcTRJ'IQ (Q IE}IOWLEDGMENT L -z�w r`5'� ANOTARV PUBLIC IN THE STATE &COUNTY �{/�,�_� �q ATMOS ENERGY DATE BY D.C. STATE OF RL•ATUi0i, COUNTY OF McCRACKEN: AFORESAID DA HERE& �C,ERTIFY HfPT�T��1EE REGOING PLAT OF SURVEY WAS THIS DAY PRESENTED TO ME BY A FfAI^'� KNOWN TO ME, TOGETHER WITH THE CERTIFICATE OF I, 1F.A. y A NOTARY PUBLIC IN THE STATE &COUNTY OWNERSHIP A ' 4TION SH HEREON, WHICH WAS, EXECUTED IN MY PRESENCE AND ACKNOW- 8 Z �/ RECORDED IN PLAT SECTION ,PAGE AFORESAID ,HEREBY CERTIFAAY��T�HA�TH�%OR�EGOING PLAT OF SURVEY WAS THIS DAV PRESENTED LEDGED T T EA2 Ff&AND DEED. TO ME BY 116?" 5:44 �I L'YTn, kJIj01� L, KNOWN TOME, TOGETHER WITH THE CERTIFICATE OF +a+ G S. #ire BELLSOUTH TELECOMMUNIC S, INC., D/B/A AT&T KENTUCKY DATE 4_ L=� 2 WITNE NO AND SP �T DAV OFp�f' 0_ CERTIFICATE RACY: OWNERSHIP AND DEDICATION SHOWN HEREON. WHICH WAS, EXECUTED IN MV PRESENCE AND ACKNOW- � �; � ��-'Q-L- qqq QPAJfM � 1 //n CE (FICA E OF ACCOLEDGED TO BE THEIR FREE ACT AND DEED.V/rxN/IDOHEREBV CERTIFY TO LARRY CALOWELL ANO THE CITYOF PADUCAH +MVC X i01S �Z DAV OF 1 VVV 20X�� i""""'111XXXTHAT THE SURVEY SHOWN AND DESCRIBED HEREON WAS PERFORMED UNDER MY WITNES$.hY),A&AN14S THIS 2iZ-DAYOF �, 200 ">gm CCRA JOINTSEWER AGENCY(JSA) DATE SUPERVISION BY THE METHOD OF RANDOM TRAVERSE WITH SIDE SHOTS. THE UNADJUSTED PRECISION a i 0 '! BEARINGS AND DISTANCES SHOWN HEREON HAVE .`F. 'n OF RATIO OF THE TRAVERSE WAS 1:22300. THE BEA GS MY CQ�1.7 ION ..1, NTfjE DAY OF �VV 2tl� TRT/ e�H..,� +++ �� / /'T� BEEN ADJUSTED. THIS SURVEY IS AN URBAN CLASS SURVEY AND MEETS THE ACCURACY, PRECISION AND r6Fe(h� ga �9 j.�(s+ey ;a+++ r �/V �� SPECIFICATIONS OF THIS CLASS PER THE STANDARDS OF PRACTICE FOR PROFESSIONAL LAND SURVEYORS "G m CERTIF14iiI /LSP ACKNOWLEDGMENT COIZABI OF PADUCA INC. DATE IN KENTUCKY (201 KAR 18.150). THIS SURVEY MEETS THE REQUIREMENTS OF THE CITY OF PADUCAH BEARINGS SHOWN HEREON ARE BASED ON A RECORD BEARING OF N 27°44'00"W ALONG THE CENTERLINE OF US HIGHWAY 62 (IRVIN COBS DRIVE). 20' 0' 20' 40' GRAPHIC SCALE STATE OF KENTUCKY, COUNTY OF McCRACKEN: CER Ofs` KNOWLEDGMENT I, A NOTARY PUBLIC IN THE STATE B COUNTY STATE,"tµa12Y, COUNTY OF McCRACKEN: AFORESAID DO, HEREBY CERTIFY THAT THE FOREGOING PLAT OF SURVEY WAS THIS DAY PRESENTED aaenlao TO ME BY . KNOWN TO ME, TOGETHER WITH THE CERTIFICATE OF DATE PLANNING AND ZONING COMMISSION, AND ALL MONUMENTS HAVE BEEN FOUND OR SETAS SHOWN HEREON. I, 'FlkVA. !KS , A NOTARY PUBLIC IN THE STATE &COUNTY OWNERSHIP AND DEDICATION SHOWN HEREON, WHICH WAS, ED TO BE TH EI R FREE ACT AND DEED. EXECUTED IN MY PRESENCE AND ACKNOW- 40.00' -- 7.50' 1 O // RICKY A. TOSH PLS No. 2900 DATE AFORESAID DO HERE THAT THE FOREGOING PLAT OF SURVEY WAS THIS DAY PRESENTED LEDO DEED BOOK 1265, PAGE 630 I .1� 00069 ACRES I LOT 1.5 i ,�ERTIFV TO ME BV �L)LYi,YINJ AI KNOWN TOME, TOGETHER WITH THE CERTIFICATE OF WITNESS MV HAND AND SEAL THIS DAY OF 20_ P LICA WATER DATE THE PROPERTY IS SUBJECT TO ALL RIGHT-OF-WAYS, EASEMENTS, COVENANTS, AND RESTRICTION OF OWNERSHIP AND DEDICATION SHOWN HEREON, WHICH WAS, EXECUTED IN MV PRESENCE AND ACKNOW- STAMPED "R TOSH KYPLS 2900" (SET) , DEED BOOK 221, PAGE 241 LOT 4 I I RECORD AND IN EXISTENCE. LEDGED TO BE THEIR FREE ACT AND DEED. 12"0 x 18" LONG REBAR WITH PLASTIC CAP 0 ANGLE POINT (CORNER INnccssslaLE) f STAMPED'WITNESS PT. KYPLS 2900" (SET MV COMMISSION EXPIRES ON THE DAV OF ,20_ $ j'.� �•y � �Q /i CAVOF 20Y/ THIS DRAWING NOT VALID UNLESS ORIGINAL SIGNATURE AND AL ARE ANY REPRODUCTION WITNESS MYqpkI� AND SEAL THIS CITU OF PADUC ST M ER DATE SARENOT TOB. OR ANY OTHER MEANS ARE NOT TO BE CONSIDERED IANCE O THIS SURVEY BY MEANS LILICENSED ,4aecaeFeaia,cp4Fap' M THE �/-/ DAV OF 1` ) SSUEDOR BY THE LAND SURVEYOR. ,20�NOTARY �s PUBLIC CENTERLINE BROWN STREET - ,^ 7 P � o ty: as"%r.iuga4�+a I I w W al 7 Kwi $ D p0lc ihU awe W al 2U, Jwo l .-031 W OI U i C) rc I I ZONING INFORMATION: THE PROPERTY SHOWN HEREON IS CURRENTLY ZONED "M-2" I PER CITY OF PADUCAH PLANNING DEPARTMENT. 12"0 CMP ZONE "M-2" = HEAVY INDUSTRIAL ZONE I DROP INLET MINIMUM YARD REQUIREMENTS: I, / a. PERMITTED 10,000SQ U RE HAVING A TOTAL PLAN FLOOR AREA OF Ilr(. 20.00'' t 0,000 SQUARE FEET OR LESS: 1. FRONT YARD: 25 FEET EXCEPT FOR HIGHWAY STRIP USES FOR N 26`52'28"E WHICH A 50' FRONT YARD IS REQUIRED. 2, SIDE YARD: 10 FEET 15,00' 3. REAR YARD: NONE, EXCEPT WHERE ABUTTED BY A 12"0 CMP RESIDENTIAL ZONE, IN WHICH CASE A REAR YARD OF 25 FEET. 1 4. NO STORAGE OF MATERIALS OR EQUIPMENT SHALL BE MAG NAIL WITH ALLOWED IN THE MINIMUM FRONT YARD WASHER STAMPED IL PERMITTED USES HAVING A TOTAL PLAN FLOOR AREA OF "2900r' (SET) Ij\ MORE THAN 10,000 SQUARE FEET: I j 1. FRONT YARD: 50 FEET 2. SIDE YARD: 25 FEET 3. REAR YARD: NONE, EXCEPT WHERE ABUTTED BY A Jli- RESIDENTIAL ZONE, IN WHICH CASE A REAR YARD OF 25 FEET. I MINIMUM AREA REQUIREMENTS: a. PERMITTED USES HAVING A TOTAL PLAN FLOOR AREA OF 4,000 SQUARE FEET OR LESS: I 1. MINIMUM LOT AREA: 7,500 SQUARE FEET 2. MINIMUM LOT WIDTH: 60 FEET b. PERMITTED USES HAVING A TOTAL PLAN FLOOR AREA OF MORE THAN 4,000 SQUARE FEET: I 1. MINIMUM LOT AREA: 15,000 SQUARE FEET 2. MINIMUM LOT WIDTH. 75 FEET MAXIMUM BUILDING HEIGHT: NONE MAXIMUM LOT COVERAGE: a. PRINCIPAL STRUCTURES: 50 PERCENT OF GROSS LOT AREA. b. TOTAL COVERAGE BY PRINCIPAL STRUCTURES, ACCESSORY STRUCTURES AND OUTSIDE STORAGE: 70 PERCENT OF GROSS LOT AREA. (50' RIGHT OF WAY PER PLAT SECTION "A", PAGE 136) - - - - - - - - - i - - - - - - - - - - - - - - - - - DISABLED AMERICAN VETERANS I LARRY CALDWELL - CHAPTER #7 DEED BOOK 1103, PAGE 642 DEED BOOK 834, PAGE 306 DEED BOOK 648, PAGE 618 I DEED BOOK 1259, PAGE 359 CONSOLIDATION PLAT SECTION "M", PAGE 913 OF LOTS 10-14 [0 111119 LOT I THE HATCHED PORTION OF THE CLOSED ALLEY IS A PRIVATE INGRESS/EGRESS EASEMENT ESTABLISHED BY THIS PLAT TO SERVE THE ADJOINING PROPERTIES. TRACT "A" a"OIIICMP TRACT NB" 0.0069 ACRES /r 0.0069 ACRES / DROP INLET, I / 7.50'/ 1/ i % / / 7.50; °=-=-=V-4-0-No' -- I TRACT"G" 0,0069 ACRES ROP INLET 2"O CMP DISABLED AMERICAN VETERANS CHAPTER#7 DEED BOOK 834, PAGE 306 LOT O 40.00' TRACT "11" 0.0069 ACRES CMP P INLET CHAMBLIN, MURRAY & BROWN'S ADDITION "BLOCK'" PLAT SECTtON'.T'. PAGE 136 TRACT"C" 0.0344 ACRES S 63'07'32"E 400.00' 80.00' / / / / / / / 7.50' 120.00' S 63°07'3 'E 400.00' 7.50' / / 40.00' / / 7.50' 40.00' 7.50' 40,00' 7 40.00' 40.00'ao.00' 40.00' RACT "I" TRACT "J"N 63°07'3 "W 400.00' TRACT "L" 0069 ACRES I 0.0069 ACRES I TRACT"K" 0.0069 ACRES 0.0069 ACRES JOAN BRUYNS I LARRY CALDWELL DEED BOOK 45 6, PAGE 232 I DEED BOOK 811, PAGE 600 IR73 ELVA BROWN DEED BOOK 525 , PAGE 366 LOT I LOT � I MDF ATLAS I (MDF ATLAS 7.50` 40.00' -- 7.50' 1 40.00 HOLDINGS, LLC HOLDINGS, LLC TRACT "M" DEED BOOK 1265, PAGE 630 I DEED BOOK 1258, PAGE 611 00069 ACRES I LOT 1.5 i LOT 16 I LOT I? r/TRACT NDN I 0.0069 ACRES ('TRACT NEN I TRACT "F" / 0.0069 ACRES rD0069ACRES , ao.oa 7.50' •�ao.00' 7.50` 40.00' -- 7.50' 1 40.00 40.00j40.0 TRACT "M" TRACT "N" TRACT"O" 00069 ACRES I 0.0069ACRES I 0.0069 ACRES ELVA BROWN I GEORGE ETHERIDGE DEED BOOK 726, PAGE 426 ROAD CENTERLINE ESTATE STAMPED "R TOSH KYPLS 2900" (SET) I DEED BOOK 221, PAGE 241 LOT 4 I I LOT 3 I I LOT 2 7.50' 15.00' 7.50' 40 00' J TRACT .rprr 00069 ACRES 12"O REBAR AND CAP STAMPED D.H. DUMMER PLS 1955 (FOUND) TOBBY AND STACEY HAINES DEED BOOK 1357, PAGE 771 DEED BOOK 1030, PAGE 20 TRACT 3 OF PLAT SECTION "K", PAGE 324 (.ATI �N.111 P T�Nrg Stafion 7e Y� a. I Ltttle le Zc 1- r ws x� %, • i' F ca s, Ya .rte t I t • �' ,• �.,, .4. v � VICINITY MAP SCALE: 1"= 2,000' r LEGEND ® 1/2"0 REBAR WITH PLASTIC CAP STAMPED "R.TOSH KYPLS 2900" (FOUND) PROPERTY LINE (UNLESS NOTED OTHERMSE) 12"0 x 18" LONG REBAR WITH PLASTIC CAP - ROAD CENTERLINE STAMPED "R TOSH KYPLS 2900" (SET) (UNLESS NOTED orneavase) - - - ADJOINING PROPERTY LINE ® 12"0 x 18" LONG REBAR WITH PLASTIC CAP 0 ANGLE POINT (CORNER INnccssslaLE) STAMPED'WITNESS PT. KYPLS 2900" (SET FLOOD INFORMATION: THE PROPERTY SHOWN HEREON IS LOCATED IN ZONE'X" (SHADED) AS SHOWN ON THE FEMA FLOOD INSURANCE RATE MAP No. 21145CO153F DATED 11/022011. ZONE "X" (SHADED) = AREAS OF 0.2% ANNUAL CHANCE FLOOD; AREAS OF 1% ANNUAL CHANCE FLOOD WITH AVERAGE DEPTHS OF LESS THAN 1 FOOT OF WITH DRAINAGE AREAS OF LESS THAN 1 SQUARE MILE; AND AREAS PROTECTED BY LEVEES FROM I% ANNUAL CHANCE FLOOD. TITLE OPINION: THIS SURVEY WAS MADE WITHOUT THE BENEFIT OF A TITLE OPINION. A DILIGENT EFFORT WAS MADE AT THE TIME OF THIS SURVEY TO OBTAIN AND SHOW RIGHT-OF-WAYS, EASEMENTS, COVENANTS, AND RESTRICTIONS PERTAINING TO THIS PROPERTY. HOWEVER THIS SURVEY IS SUBJECT TO THE FINDINGS THAT WOULD BE REVEALED IN AN ACCURATE TITLE OPINION. r INTENT: THE INTENT OF THIS SURVEY IS TO CLOSE THE 15' WIDE ALLEY LOCATED EA F D.V.A. DRIVE BETWEEN ETWEEN BROWN STREET AND MURRAY AVENUE; AND TO ESTABLISH A 15'x 160' INGRESS/EGRESS EASEMENT ON THE WESTERNMOST PORTION OF THE CLOSED ALLEY TO SERVE THE ADJOINING PROPERTIES. BOUNDARY SURVEY: THIS PLAT OF SURVEY REPRESENTS A BOUNDARY SURVEY AND COMPLIES WITH 201 KAR 18.150. CLIENT: LARRY CALDWELL 1016 BROWN STREET PADUCAH, KV 42003 COPYRIGHT: ALL RIGHTS RESERVED -COPYRIGHT© 2018 DUMMER SURVEYING & ENGINEERING SERVICES, INC. Reserve all rights to the information shown hereon. These plans may not be reproduced or copied without the express written consent of DUMMER SURVEYING 8 ENGINEERING SERVICES, INC. with full penalty of the law. DRAWN BY T. MEADOWS FIELD 6/18/18 DATE --- 8/17/18 SDA EY 8/1/18 SCALE 1"= 20' REVIEWEDBY R TOSH FIELD 136, PAGE 35 coo6o FILE 2018086 DATE 8/17/18 BOOKNo. 171, PAGE 23 APPROVEDBY REF. SCREEN FILE', DATE --- - - - JOB No. 2015071 2018086 ALLEY CLOSURE REV 8-17-18 DUMMER SURVEYING & _ ENGINEERING SERVICES, INC. 434 South 6th Street KV. 270-444-0220 FAX 270444-9493 Paducah, Kentucky 42003 IL. 618-524-4209 www.dsande.mm 00 PLAT OF SURVEY OF ALLEY CLOSING IN BLOCK 7 OF THE CHAMBLINI MURRAY & BROWN'S ADDITION SOUTH OF BROWN STREET, EAST OF D.A.V. DRIVE PADUCAH, McCRACKEN COUNTY, KENTUCKY J SHEET No. 001 DS&E JOB No: 2018086