HomeMy Public PortalAbout083-2016 - Wetzel Ford - 2 Ford Pick up trucks with snow plowsPURCHASE AGREEI ENT
THIS PURCHASE AGREEMENT made and entered into this �� L day of s / , 2016, by
and between the City of Richmond, Indiana, a municipal corporation acting by and rough 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 1. STATEMENT AND SUBJECT OF AGREEMENT
City hereby retains Contractor to furnish two (2) 2017 Ford F350 4x4 pickup trucks with snow plow
packages (hereinafter "Vehicles") for the City of Richmond Street Department.
A request for quotes, dated June 21, 2016, has been made available for inspection by Contractor, is on file
with the Purchasing Department and the Street 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 July 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 terns and conditions contained in
"Exhibit A." Delivery of any Vehicles that do not meet all specifications listed on "Exhibit A" will be
considered a breach of this Agreement.
Contractor shall not modify or alter any standard warranty from the manufacturer of the above described
Vehicles. Nothing contained herein shall prevent Contractor from providing any additional or
supplemental warranty in addition to that provided by the Manufacturer. Further, Contractor shall provide
City with copies of its warranty upon receiving a written or verbal request to receive such warranty.
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 II. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of
Richmond. The Contractor shall provide, at its own expense, competent supervision of the completion of
this Purchase Agreement.
Contract No. 83-2016
Page 1 of 5
SECTION III. COMPENSATION
City shall pay Contractor the quote amount described on "Exhibit A" for the Vehicles, provided that
Contractor's total compensation shall not exceed Ninety-seven Thousand Two Hundred Eighty Dollars
zn
and Zero Cents ($97,280.00) for purchase of the Vehicles pursuant to this Agreement.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect until
delivery and acceptance of the Vehicles.
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.
Coveraje
Limits
A. Worker's Compensation & Statutory
Disability Requirements
Page 2 of 5
B. Employer's Liability
C. Comprehensive General Liability
Section 1. Bodily Injury
Section 2. Property Damage
D. Comprehensive Auto Liability
Section 1. Bodily Injury
Section 2. Property Damage
$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 VIII. PROHIBITION AGAINST DISCRIMINATION
A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on
behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for
employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms,
conditions or privileges of employment or any matter directly or indirectly related to employment,
because of race, religion, color, sex, disability, national origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
Page 3 of 5
I . 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.
"CITY"
THE CITY OF RICHMOND,
INDIANA BY AND THROUGH ITS Board of
Public Works and Safety
Vicki Robinson, President
Richard Foore, Member
Anthony L/ Foster, II,'Member
Date:
APPROVE
Date:
"CONTRACTOR"
WETZEL FORD
4500 National Road East
Richmond, IN 47374
By: ,
Printed: " "`d kl'% f--9-F -3 FJ'C-,-L-
Title: SAL
Date: 9 0 ', � 1 �p
Page 5 of 5
06/21/2016 14:24 FAX 7765y�983721+2 CITY OF RICH FINANC! 19001/UU7
° 50'� NTar'th F i ft-h Street
In RiehmGnd, Indiana 47374. PRICE REQUUEST
(765) 983-7200
HIS LS NOT ALN ORDER
Wetzel Ford
ATTN:.Brad Robinson
FAX— 962-4854
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 REPLY MUST 13E IN DELIVERY REQUIRED PAYMENT TERMS
Junc 21, 2016 Ju 1 2 116 b 12:00 noon DEUVERED I UPON RECEIPT OF MV010E
QUANTITY DESCRIPTION UNIT PRICE I TOTAL
Two Pick-up Trucks with Snow Plow
Equipment -Street Department
(see attached)
�w
Esc-
Bids may be mailed, faxed or brought to
the attention of Vicki Robinson at (765) S X _ '( ),5 C;
973-1517, City of Richmond, 50 North 5th tc
Street, Richmond, IN. 47374.
ec cc)
Pj- RM I C E 1\lJ Q dJ ,OA11.( rTAe � & � //' " /0
/
qi
BY
WCKI ROBINSON
PURCHASING DIRECTOR
State Tax Exemption No. 003121909-01
JUL � z: o���-A .
NAME OF FIRM QU,01
BY 3rra4 Rio 6,Ri-,o.0
�UTHOR= BY—
DATE
/ TITLE
% ��b L ^ ,
Phone No.
WebConnect
Page 1 of 1
CNGP530
==> BLANK
VEHICLE ORDER CONFIRMATION 07/01/16 11.37.39
2017 F-SERIES SD
Order No: 1111 Priority: H5 Ord FIN: QK589
Ord PEP: 610A Cust/Flt Name: CITY OF RICHM
RETAIL
Dealer: F47546
Page: 1 of 2
Order Type: 5B Price Level: 725
PO Number:
X3B F350 4X4 SIC $39045 17X FX4 OFF -ROAD PK
164" WHEELBASE
Z1
OXFORD WHITE
A
VNYL 40/20/40
S
MEDIUM EARTH GR
610A
PREF EQUIP PKG
.XL TRIM
.TRAILER TOW PKG
572
AIR CONDITIONER
NC
.AM/FM STER/CLK
99T
6.7L V8 DIESEL
8595
44W
6-SPEED AUTO
NC
TBM
LT245 BSW AT 17
165
X3J
3.55 ELOCKING
390
WebConnect
.SKID PLATES
11300# GVWR PKG
425 50 STATE EMISS
473 SNOW PLOW PKG
512 SPARE TIRE/WHL2
59H HI MNT STOP IMP
592 ROOF CLEAR LGTS
RETAIL
$295
NC
85
NC
NC
80
TOTAL BASE AND OPTIONS 50650
TOTAL 50650
*THIS IS NOT AN INVOICE*
* MORE ORDER INFO NEXT PAGE
----------- ----- � coo _a,_^�
Page 1 of 1
CNGP530 VEHICLE ORDER CONFIRMATION 07/01/16 11:41:16
Dealer: F47546
2017 F-SERIES SD Page: 2 of 2
Order No: 1111 Priority: H5 Ord FIN: QK589 Order Type: 5B Price Level: 725
Ord PEP: 610A Cu9t/Flt Name: CITY OF RICHM PO Number:
RETAIL RETAIL
JACK
66S UPFITTER SWTCH 165
67D XTR HVY DTY ALT NC
76C REVERSE ALARM 140
85S TOUGH BED 495
SP FLT ACCT CR
FUEL CHARGE
DEST AND DELIV 1195
TOTAL BASE AND OPTIONS 50650
TOTAL 50650
*THIS IS NOT AN INVOICE*
F7=Prev
F1=Help F2=Return to Order F3/F12=Veh Ord Menu
F4=Submit F5=Add to Library
5- PRESS F9 TO SUBMIT f 066291
fmcdecdealr@Brad-PC � `lr
Jul 1, 2016 11:41:21 AM Es Ufl
,�e li RS,�rs Gd Gam/tr erpile
c-le
EXHIBIT PACE _2OF
NE'-� _:PL-SLE,OHIO
Phon- (-37)845-3804
Fai:: '93") 6S7-9068
_DAY'-'_-1,0,10 45439
Phcr.(537) 298-9991
Far: 937 298-5S80
QU, --E 70 : 1111
WETZEL FORD
4500 NATIONAL RD. E.
RICHMOND IN 47374
CITY OF RICHMOND
COI-T ACT:
****** QUOTE ******
KTEC
KAFFENBARGER TRUCK EQUIPMENT
COMPANY
www.kaffenbarger.com
QUOTE# 0701160802
_CINCINNATI, OHIO 45241
Phcne: (S13) 772-6800
Fax: (S13) 772-7609
_COLUMBUS, OHIO 43207
Phone: (614) 443-3600
Fax: (614) 44 3 -3 612
QUOTE DATE: 07/01/16
QUOTE#: 0701160802
SALES REP: 27
PARL = DESCRIPTION QTY. PRICE EXTENDED
FURNISH AND INSTALL
TRUCK INFO:2017 FORD F350 4X4 SUPERCAB
(_) WESTERN FLEET FLEX 8.0' PRO PLUS SNOWPLOW ...................$6,075.00
8.0' X 31-1/2" STEEL MOLDBOARD (76980)
1/2" X 6" STEEL CUTTING EDGE
4 TRIP SPRINGS AND 2 SHOCK ABSORBERS
SQUARE TUBE QUADRANT
PLOW BOX (75700) INCLUDES:
PIVOT BAR, UPPER & LOWER LIFT FRAMES
NIGHTHAWK HEADLIGHTS
ELEC/HYD POWER UNIT
UNIVERSAL HANDHELD CONTROL (96900)
ULTRAMOUNT ATTACHMENT SYSTEM
MOUNTING CARTON (TBD)
3-PORT ISOLATION MODULE ELECTRICAL SYSTEM (29070-1)
HEADLAMP ADAPTER (TBD)
DRIVING GUIDES
RUBBER SNOW DEFLECTOR (62530-1)
SET UP TRUCK FOR V-BOX SALT SPREADER................................$4,790.00
BUYERSS HV715EP ELECTRIC/HYDRAULIC SPREADER CONTROLS
7 GPM SPINNER CARTRIDGE
*** CONTINUED NEXT PAGE ***
MAHIBIT 1� PAGE 3 OF�
NE�-•=ARLISLE,OHIO
Ph:n-: (937)84S-3804
Fa (937) 8S7-9068
DA":T=9,OHIO 45439
Ph-n_: (937) 298-9991
Fa>:: (937) 298-5580
QUD E TO: 1111
WETZEL FORD
4500 NATIONAL RD. E.
RICHMOND IN 47374
CITY OF RICHMOND
CO=7_ACT :
PAR':
****** QUOTE ******
KTEC
KAFFENBARGER TRUCK EQUIPMENT
COMPANY
www.kaffenbarger.com
DESCRIPTION
QUOTE# C701160802
CINCINNATI, OHIO 45241
Phone: (S13) 772-6600
Fax: (S13) 772-7609
COLUMBUS, OHIO 43207
Phone: (614) 443-3600
Fax: (614) 443-3612
QUOTE DATE: 07/01/16
QUOTE#: 0701160802
SALES REP: 27
QTY. PRICE EXTENDED
15 GPM CONVEYOR CARTRIDGE
12V PROGRAMMABLE CONTROLLER
DUAL LED DISPLAYS
MOMENTARY BLAST BUTTON
2 WIRE HARNESS;POLY ENCLOSURE
MOUNTING BRACKET
FORCE AMERICA TRANSMISSION MOUNT PTO AND PUMP;12.9 GPM@1200 ENGINE RPM
HOSES & QUICK COUPLERS
TERMS: COD OR NET 30 W/PRIOR APPROVAL
FOB: KAFFENBARGER TRUCK EQUIPMENT
SALESPERSON'S SIGNATURE
SUBTOTAL
SALES TAX
TOTAL
10,865.00
0.00
10,865.00
NOT RESPONSIBLE FOR LOSS OR DAMAGE I hereby authorize the above work to be done along with the necessary material and hereby
TO VEHICLES OR ARTICLES LEFT IN grant you and/or your employees permission to operate the vehicle herein described on streets,
VEHICLES IN CASE OF FIRE, THEFT OR highways or elsewhere for the purpose of testing and/or inspection. An artisan-s
ANY OTHER CAUSE BEYOND OUR CONTROL. lien is hereby acknowledged on above vehicles to secure the amount of work thereto.
QUOTATION VALID FOR 30 DAYS FROM DATE QUOTED -- Customer's Signature
EEX H :1B IT DAIGE