Loading...
HomeMy Public PortalAbout096-2016 - Police - Wetzel Ford - Ford F150 - Animal Control VehichlePURCHASE AGREEMENT THIS PURCHASE AGREEMENT made and entered into this I� aay of &q4 , 2016, by and between the City of Richmond, Indiana, a municipal corporation acting by and ffirough its Board of Public Works and Safety (hereinafter referred to as the "City") and Wetzel Ford, 4500 National Road East, Richmond, Indiana, 47374 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF AGREEMENT City hereby retains Contractor to furnish one (1) new 2017 Ford F-150 pickup truck (hereinafter "Vehicle") for the City of Richmond Police Department. A request for quotes, dated July 21, 2016, has been made available for inspection by Contractor, is on file with the Richmond Purchasing Department and the Richmond Police Department, is hereby incorporated by reference, and made a part of this Agreement. Contractor agrees to abide by the same. The response of Contractor to said Request for Quotes is attached hereto as `Exhibit A", which Exhibit is dated August 1, 2016, consists of consists of four (4) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to comply with all terms and conditions contained in "Exhibit A." Delivery of any Vehicle that does not meet all specifications listed on "Exhibit A" will be considered a breach of this Agreement. Contractor shall not modify or alter any standard warranty from the manufacturer of the above described Vehicle. Nothing contained herein shall prevent Contractor from providing any additional or supplemental warranty in addition to that provided by the Manufacturer. Further, Contractor shall provide City with copies of its warranty upon receiving a written or verbal request to receive such warranty. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor material, equipment, and services necessary for and incidental to the proper completion of this Purchase Agreement. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; and 2. A purchase order has been issued by the Purchasing Department. SECTION JI. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the completion of this Purchase Agreement. Contract No. 96-2016 Page 1 of 5 SECTION III. COMPENSATION City shall pay Contractor the quote amount described on "Exhibit A" for the Vehicle, provided that Contractor's total compensation shall not exceed Six Thousand Five Hundred Ninety-four Dollars and Zero Cents ($6,594.00) for purchase of the Vehicle pursuant to this Agreement (with trade-in allowance for a blue 2014 Ford Mustang with 11,312 miles, VIN# 1ZVP8AMXE5331812). SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until delivery and acceptance of the Vehicle. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely and proper manner its obligations under this Agreement; b. submission by the Contractor to the City of reports that are incorrect or incomplete in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the effective date by Contractor, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub- contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation & Statutory Page 2 of 5 1:3 C IK' Disability Requirements Employer's Liability Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage $100,000 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3- 5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION VIIL PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: Page 3 of 5 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all monies due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION IX. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability for negligence which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION X. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. It shall be controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and suit arising under this Contract, if any, must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. Any person executing this Contract in a representative capacity hereby warrants that he has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed. Page 4 of 5 In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. THE CITY OF RICHMOND, INDIANA BY AND THROUGH ITS Board of Public Works and Safety By: l'a• y, � W/� Vicki Robinson, President By: Richard Foore, Member By: Anthony L. Oster, II, Date: APPROVED Date: "CONTRACTOR" WETZEL FORD 4500 National Road East Richmond, IN 47374 By:_ &-ed Page 5 of 5 Printed: , D ri c �� �'z n b > .t� 3�+ rCJ Title: -71,• " L 6, Date: O — �Q •--! U 71'o 1 i i G K P kQ� t` a�t.� �c..+ . �G,,,tg,.�r►�,� O vAaa�` 14tar •o 'ij CITY OF RICHMOND 50 North Fifth Street PRICE REQUEST 1 DT NP Richmond, Indiana 47374 (765) 983-7200 THIS IS NOT AN ORDER VENDOR INSTRUCTIONS This is a request for a price or quote for the services or materials described below. Any additional specifications may be attached hereto. This is not an order and the City reserves the right to accept all or part, or decline the entire proposal. Please complete your full name, address, and phone number below with signature; itemize all prices and charges where requested; and attach explanation for any substitution to specifications altered. Please return in care of Purchasing to the address above by the specified date and time to be considered unless otherwise specified. DATE July 21, 2016 REPLY MUST BE IN Au ust 12016 b 12:00 noon DELIVERY REQUIRED DELIVERED PAYMENT TERMS UPON RECEIPT OF INVOICE QUANTITY CATALOG NO. DESCRIPTION UNIT PRICE TOTAL Pick-up Track for Animal i Control -Police Dept., (see attached) 'Vj/j ' a �.�s. � r Bid documents may be mailed to the attention of Vicki Robinson, Purchas- Street, Richmond, ing, 50 North 5th t al-e IN 47374 or faxed to (765) 973-1517 9 Al d10 /AJ4'*, - Any questions, please call Vicki Rob- inson at (765) 983-7209.�i"te ✓ ,' PRICE REQUEST 4(' ,A �f/�� fiWt'F �� ZM�£ rJ�J /�1 f�"r �F4-we BY - VICEI ROBINSON PURCHASING DIRECTOR State Tax Exemption No. 003121909-001 AUG 01 2016 14 MOW ll. 57a. hi, NAME OF FIRM QUOTING /."; � BY Cf✓'/ei Weiol"Us Wee ,�° AUTHORIZED BY --,e -- fib TITLE DATE Phone No. Zj�i— r 5 6 2-f5- EXHIBIT -tk PAGE �®F Pick-up Truck — Richmond Police Department The Richmond Police Department is soliciting quotes for a new 2015, 2016, or 2017 one- half ton pick-up truck. This truck will be for Animal Control which will need to accommodate the existing animal containment box. The containment box is presently on the current Animal Control vehicle which was damaged during an accident. The truck quoted should meet the following minimum requirements: BRAND: Ford, Chevrolet, GMC, or Dodge YEAR: New 2015, 2016, or 2017 1/z ton, two -wheel drive Base trim model or similar with a full size 8 ft. bed Extended cab (cab and a half) may be considered as long as the truck is equipped with the requested 8 ft. bed. Six cylinder is preferred. An eight cylinder will be considered based on the totality of the trim package. Automatic transmission Power steering Power brakes Power windows and locks Air conditioning TRADE-IN INFORMATION: The Police Dept. has a trade-in of a 2014 Ford Mustang, six cylinder with approximately 11,900 current miles. The vehicle has been solely owned and dear titled to the City of Richmond with no lien. The verified VIN number is 1ZVBP8AMXE5331812. The trade- in may be viewed by contacting Major Mike Britt at (765) 983-7254. Please include the following information with your quote: 1) Complete specifications of the vehicle quoted including year, make, model, color, other options, etc. 2) Total price of vehicle 3) Total value of trade-in 3) Mileage 4) Warranty information Any questions may be directed to Vicki Robinson at (765) 983-7209. All bids are to be mailed, faxed, or brought to the attention of Vicki Robinson in Purchasing, 50 North 5th Street, Richmond, IN 47374, fax is (765) 973-1517 by Aug.1, 2016 by 12:00 noon to be accepted. EXHIBIT -:R- PAGE 3 OF N CNGP530 VEHICLE ORDER CONFIRMATION 08/01/16 11:40:53 --�, Dealer: F47546 2017 F-150 Page: 1 of 1 Order No: 1111 Priority: J4 Ord FIN: QK589 Order Type: 5B Price Level: 725 Ord PEP: 100A Cust/Flt Name: CITY OF RICHM PO Number: RETAIL RETAIL F1C F150 4X2 R/C $26840 85A POWER EQUIP GRP $970 141" WHEELBASE FLEX FUEL YZ OXFORD WHITE SP DLR ACCT ADJ A VINYL 40/20/40 NC SP FLT ACCT CR G MED EARTH GRAY FUEL CHARGE 100A EQUIP GRP B4A NET INV FLT OPT NC .XL SERIES DEST AND DELIV 1195 .17"SILVER STEEL TOTAL BASE AND OPTIONS 29500 998 3.5LV6 TIVCTFFV XL BASE DISCT PEG.& TT (500) 446 ELEC 6-SPD AUTO TOTAL 29000 245/70R-17 A/S *THIS IS NOT AN INVOICE* X26 3.73 REG AXLE NC 6100# GVWR 53A TRAILER TOW PKG 495 23 GAL TANK F1=Help F2=Return to Order F4=Submit F5=Add to Library S099 - PRESS F4 TO SUBMIT pr ►4� F3/F12=Veh Ord Menu Sr, QC06629 e., A9 wo-et e &w - A/ F . EXHI13IT PAGE �1 OF b-robi22@Brad-PC - Auq 1, 2016 11:41:01 AM