Loading...
HomeMy Public PortalAbout157-2016 - Fire-Spartan Motors USA for fire truckPURCHASE AGREEMENT THIS PURCHASE AGREEMENT made and entered into this � day of by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Public Works and Safety (hereinafter referred to as the "City") and Spartan Motors USA, Inc., 907 7t' Avenue North, Brandon, SD 57005 (hereinafter referred to as the "Contractor"). SECTION 1. STATEMENT AND SUBJECT OF AGREEMENT City hereby retains Contractor to furnish one (1) Spartan 1500 GPM Custom Pumper (Star Series on a Gladiator Chassis) Fire Truck (hereinafter "Vehicle") for the City of Richmond Fire Department. Certain Bid Specifications dated October 14, 2016, have been made available for inspection by Contractor, are on file with the Director of the Office of Purchasing and Fire Department, are hereby incorporated by reference, and made a part of this Agreement. Contractor agrees to abide by the same. Portions of the response of Contractor to said Bid Specifications are attached hereto as "Exhibit A", which Exhibit is dated November 10, 2016, consists of seven (7) 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 its response to the Bid Specifications and "Exhibit A." Delivery of any vehicle that does not meet all specifications listed on its response to the Bid Specifications and "Exhibit A" will be considered a breach of this Agreement. Contractor shall not modify or alter any standard warranty of the above described Vehicle. Nothing contained herein shall prevent Contractor from providing any additional or supplemental warranty. 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. Contract No.157-2016 Page 1 of 6 No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the completion of this Purchase Agreement. SECTION III. COMPENSATION City shall pay Contractor the quote amount described on "Exhibit A" for the Vehicle, provided that Contractor's total compensation shall not exceed Five Hundred Thousand Four Hundred Thirty-three Dollars and Zero Cents ($500,433.00) for purchase of the Vehicle pursuant to this Agreement. Payment shall not be made until the Vehicle has been fully accepted by the Richmond Fire Department after delivery and after receipt of invoice from Contractor. 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. Delivery of the vehicle is anticipated to be on or before December 31, 2017, or within three hundred and seventy-five (375) days from the execution of this Agreement, whichever is longer. The length of the term of this Agreement may be extended by mutual agreement of the Parties. This Agreement may be terminated, in whole or in part, only by mutual Agreement of the parties and 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. Page 2 of 6 Coverage Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $30,000,000 each occurrence $30,000,000 each aggregate F. Garagekeepers Coverage $1,500,000 Direct/Primary $5,000 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. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement Page 3 of 6 will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. 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: l . 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 Page 4 of 6 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 X. 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 XI. 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 5 of 6 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 Date: APPROVED: Snow, or Date: � Z - % �-- / (- "CONTRACTOR" SPARTAN MOTORS USA, INC. 907 7t' Avenue North Brandon, SD 57005 By: V Printed: * ►1 ,A' V.-, A Title:S�iS�-�.y�" IQOtiSu--�2�/ Date: I r3' I !o -'- I �O Page 6 of 6 1500 GPM CUSTOM PUMPER FIRE TRUCK RICHMOND FIRE DEPARTMENT The Richmond Fire Department in Richmond, Indiana is soliciting bids for a 1500 GPM Custom Pumper Fire Truck. The following specifications are completely generic. The intention of the specifications is to give multiple manufacturers the ability to bid on this apparatus based on our need within our budget. SPECIFICATIONS General Requirements 1500 GPM 2-stage pumper fire truck with all Akron valves; 20-30 gallon foam cell not to take away from 1000 gallon water. This apparatus will be used to respond to a fire and medical emergencies within run jurisdiction with the maximum of four people riding in the apparatus. It will also be used to respond to local airport for aircraft emergencies. Maximum allowable dimensions of apparatus: Overall height: 116" (measured at the highest projection, water tank empty). Overall length: not to exceed 385" (measured at the front and rearmost projections) Wheelbase: not to exceed 204" (measured from the center of the front axle to the center of the rear axle) Width: not to exceed 120" (measured at the outside of the mirrors) Gross vehicle weight in pounds: Minimum of 50,000# Maximum weight on the front axle in pounds: approximately 40% of total weight Maximum weight on the rear axle in pounds: approximately 60% of total weight Maximum wall-to-wall turning radius allowable: 35' ft. Maximum grade that apparatus will climb if over 6 percent Minimum ambient air temperature in which the apparatus is to operate is -10' F Maximum ambient air temperature in which the apparatus is to operate is 100' F Specify the apparatus road performance if it is to exceed the minimum specified in this standard: Maximum road speed required is 70 mph Number of crew riding positions required is 4 Hose Thread Size Information TPI X OD or size and type (e.g., 2%Z In. NH or 4 In. storz) 1 in,= 200' NST Booster line 1 1/4" 750' NST 3 in.= 300' + 1 sec. 15' NST 5 in.= 850' + 1 sec. 15' STORZ 6 in.= 1 - 10' Sections Hydrant Testing and Acceptance: If independent certification of tests is required for the pump system, aerial device, line voltage power source, or other systems, Independent Laboratories is to certify the tests. Road tests are to be conducted in the factory. Standard testing will be required to be performed on delivery by the Contractor. Suction Hose 5.8.2, 6.8.2, 7.8.2, 9.8.2, 10.8.29 11.8.2 Hard suction hose is required: 1 — 6", 10 ft. section Connection type and size: NST, 1-6" storz adapter Mounting arrangement, bracket style, and location is to be determined (possibly inside compartment). Ground Ladders to be carried — 5.8.1, 6.8.1, 8.8.1, 9.8.1, 10.8.1 Aluminum by DUO — Safety Series ladders are required. Number Length Type Mounting location and bracket type 1 28' Ext. Ladder Solid Beam - Would accept in box load from rear of box 1 14' Roof Ladder Solid beam — see above 1 10, Folding, Attic Ladder Breathing Apparatus Quantity Make/Model Mounting Location 4 MSA / FIREHAWK Lt. seat — rear jump seats Left front compartment The breathing apparatus is to be supplied by the Richmond Fire Department. Vehicle brackets for MSA Fire Hawk SCBA's are required. The attached list of equipment and tools is to be supplied and mounted or carried with all mounting and brackets supplied by the vendor. Locations will be determined before delivery. .Chassis and Vehicle Components Apparatus to contain a Cummings Diesel engine, minimum of 11 liters, to be located in the front. An electric fuel pump or re -priming pump is required. Auto chassis lube system is required. Industry standard fuel and air filters are required. Enhanced performance ember separator requirements The exiting location of the exhaust system to be right side, just to the front of rear tires. Full air type brake system is required. Jacobs Engine brake or comparable auxiliary brake system. Tires Required tires: Front: Goodyear 315/80R 22.50 radials 20 ply — Rear: Goodyear 12R22.50 radials 16 ply all season Front: Alcoa 22.5x9.00" polished aluminum disc wheels —10 studs 11.25" bolt; Rear: 22.50x8.25" polished aluminum Rear fender liners are required. Automatic transmission is required. Fuel tank capacity of 65 gallons. Tow hooks must be accessible without opening compartment doors. Low -Voltage Electrical Systems and Warning Devices Kuusmal battery charger/conditioner system, located on the driver's side just to the rear of the driver's door frame, is to be provided. If a load management system is required, specify the sequence of control (shutdown): Elm required side warning overhead warning — aux. lighting. Warning Light Information Location Make and Model Color Upper level, forward facing g 1" Whelen Freedom IV LED Light bar TBD Upper level, side -facing, front (2) Whelen M6 C LED Red Upper level, side -facing, mid -ship (2) Whelen M6 C LED Red Upper level, side -facing, rear (2) Whelen M9 C LED Red Upper level, rear facing (2) Whelen M9 C LED Red Lower level, forward facing (2) Whelen M6 C LED Red &. Clear Lens Lower level, side -facing, front (2) Whelen M6 C LED Red & Clear Lens Lower level, side -facing, mid -ship (2) Whelen M9 C LED Red & Clear Lens Lower level, side -facing, tear (2) Whelen M9 C LED Red & Clear Lens Lower level, rear facing (2) Whelen M6 C LED Red & Clear Lens Electronic siren — Whelen 295SLSA1 Federal Q213 recessed in front bumper in center Buell Dual Air horns to be activated by foot pads located front, driver, and passenger are required. Federal Q-Siren compartment door open warning light & buzzer are required. Cab hand lights or mounted adjustable spotlights are required. Perimeter ground lighting around cab area is required. Interior lighting white/red dual operation located front, driver, passenger, rear, FF times two. Provisions must be made for the following rechargeable equipment- Portable suction unit — S-Scort VX-3 / Stream Light Vulcan Flashlight Industry standard backup camera system is required. Driving and Crew Areas 911 vehicle seats - air ride for driver 911 vehicle seat to accommodate SCBA for the officer. 911 vehicle seat to accommodate SCBA for the crew. Helmets will be stored in the driver/crew compartments in holders. David Clark (or equivalent) — wireless intercom system is required, located at all four seats with radio interface. Voice activation in crew area push -to -talk & communications Fire extinguishers, hand lights will be within the driving or crew compartment. Compartment for EMS bag, AED, C Collars, etc. is needed. Open steps & grips. A tilt or telescoping steering column is required. Compartment door open warning light is required Small driving compartment mirrors to see crew area are required. Body Compartments, and Equipment Mounting Aluminum body, minimum of 190 ft 3 Special compartment features and finish required: 500# adjustable shelving (painted). All cabinets full width & depth; air bottle storage, two each side front and rear corners of wheel well. Compartment floor material or covering to be Dry Deck or comparable. Gortite Rollup or equivalent compartment doors. Non -locking lift bar style door latches. Compartment lighting required in all compartments - LED, NFPA 2009 minimum. Radio equipment to be used: Kenwood 7180 to be provided and installed by the manufacturer, to be mounted under non- adjustable front seat and second radio 800 mhz Kenwood (model and location to be determined at pre -bid meeting) installed with antenna for each radio installed on roof of cab. Mounting location for control(s) and speaker(s) to be determined on visit. Tray for lap top with pull out. Aluminum body tread plate material is required. Rear and front fold down steps. NOTE: high and low anchor points on rear of body; running boards min. of 12" deep, tail board min. of 16" deep. Apparatus colors: White / Red to match current RFD engines. Color code to be supplied post -bid award. Paint number and manufacturer to be supplied. Six inch (6") stripping, white reflective each side. Richmond Fire Department to supply decals for two front doors. Bidder to supply decals for both sides and front which are to say "Engine 4". Exact location to be determined prior to application. Rustproof treatment is required underside of apparatus. 2 pc. aluminum tread plate with hydraulic lift assist bed cover is required. Hose to Be Carried for Pre -connected Lines 5.7, 6.7, 7.7, 8.7, 9.7, 11.7 Length Size Location Bed or Reel 200' 1 3/4" Crosslay Bed 150' 1 3/4" Crosslay Bed 200' 1 3/4" Passenger Side Bed 150' 1 3/4', Drivers Side Bed 200' 1" Passenger Side Reel Hose to Be Carried In Hose Bed or on Reels 5.7, 6.7, 7.7, 8.7, 9.7, 11.7 Length Size Location Bed or Reel 850' S" To right of 1 3/4" drivers side Bed 300' 3" Between 5" + 1 3/4" passenger side Bed 200' 1" Dunage Compartment (Right Side) Reel ,dire Pump 1500 G.P.M., two -stage Waterous fire pump is required. Pump to be located mid -ship, left side; drive shaft driven. Type of engine to drive pump if other that the chassis propulsion engine: Positive displacement primer system. Four inch (4") master gauges. Individual line pressure gauges are required. Panel S/S LED light shield, 2" pressure, water level, foam tank level, throttle included with pressure controller are required at the pump operator's panel. The engine speed control at the pump operator's panel should be enabled when the apparatus is parked but not in pump mode. The intake relief system to be adjustable at Passenger side pump panel above discharges. A relief valve is to be supplied. Pump Intake Connections Size Type of Connections Location Valved (Y/N) Control Location 6" NST Pump manifold inlet Each side of vehicle N 2.5 F-NST Left side inlet Y Left side pump panel 2.5 F-NST Right side inlet Y Right side pump panel Special adapters are required on the pump intakes - TFT ball valve 6" NST to 5" Storz. Pump Discharge Outlets without pre -connected Hose Lines Quantity Size Type of Connection Location Flow Requirement 2 2.5 M-NST Left side pump panel 1 2.5 M-NST Right side pump panel 1 4" M-NST Right side pump panel 2 2.5 M-NST Rear of Truck TFT Extend — A -Gun Model X618 deck gun is required, mounted in the Dunage compartment. Piping size and arrangement: 4" Pump panel color coding is required; color coordinating pull handles and gauges. One booster reel is required, located in Dunnage area deploy to passenger side. Hose size and length: 200', 1" Hannay electric reel is required. 1 Piping to reel: minimum of 1" supply piping with Akron 1" full -flow inline ball valve. Water Tank 1000 gallon poly water tank is required. Electronic LED tank level indicator located on pump panel and each side of cab to rear of jump seat doors (Whelen tank LED Module) Minimum of 500 G.P.M. tank to pump flow rate is required. The booster tank will be connected to the intake side of the pump with heavy duty piping and a quarter turn 3" Akron full flow line valve with the control remotely located at the operator's panel. Foam System Positive displacement self -priming linear actuated design driven by hydraulic system Protein — Fluroprotein — ATFF, FFFP or AR-AFFF foam will be used. 20 gallon foam concentrate storage capacity is required. Discharge outlets to be used with foam and their performance. Discharge Location Required Flow Proportioning Rate Hose Length Hose Diameter Left side rear 200' 1 3/" # 1 Crosslay 200' 1 3/4" Foam tank drain is required. Line Voltage Electrical System Line voltage electrical system is required. 110 volts, hydraulically driven generator. Make and model of generator to be determined at pre -bid meeting. Panel location -driver's side, compartment nearest to the pump operator panel. Cord Reel Information Reel # 1 Reel # Reel # Reel # Mounting location Rear Amperage Voltage Length of Cord in feet 200' Receptacle Style 2 — 3-Twist, 2 Regular Distribution box Yes Rewind system Electric Reel SPARTAN ERV 907 r Ave. North — Brandon, SD 57005 (605) 582-4000 Phone - (605) 582-4001 Fax PROPOSAL for PURCHASE SINGLE UNIT November 10, 2016 City of Richmond 50 North 51' St. Richmond, IN 47374 Gentlemen/Ladies: The undersigned is prepared to manufacture for you, upon an order being placed by you, for final acceptance by Spartan Emergency Response at its headquartered office in Brandon, South Dakota. The apparatus and equipment herein named and for the following prices: Quantity: One (1) Spartan Star Series Pumper on a.Gladiator Chassis For the sum of: FIVE HUNDRED THOUSAND FOUR HUNDRED THIRTY-THREE AND 001100 Dollars each. BID TRUCK: $500,433.00 No State, Federal or local taxes included. The Apparatus and Equipment shall be ready for delivery from a Spartan Emergency Response factory, within 360-375 days after the Effective Date. This delivery timeframe is contingent on completion of a pre -construction meeting and corresponding signed change order returned to the factory as required. Spartan Emergency Response commits to have all information necessary for the pre - construction to meet the requirements. Any further delays after the pre -construction has been completed in providing additional desired specifications, change approvals, inspection timelines, or other required information for the Apparatus and Equipment may result in an extension of the above referenced delivery timeline by the amount of time Spartan Emergency Response requires, in its sole but reasonable discretion, to provide the Apparatus and Equipment following Customers delay, but in any event by at least the duration of Customers delay. The penalty clause will stop once apparatus has shipped from Spartan Emergency Response. The specifications herein contained shall form a part of the final contract, and are subject to changes desired by the purchaser, provided such alterations are interlined prior to the acceptance by the company of the offer to purchase, and provided such alterations do not materially affect the cost of the construction of the apparatus. If this proposal is not accepted by the purchaser within 90 days from the bid date, we reserve the right to withdraw this proposal. Spartan Motors USA, Inc. (d/b/a Spartan Emergency Response) Respectfully submitted by, Cindy VanGordon Sales Represontative Don_ye Safety 5546 Elmwood Court Indianapolis IN 46203 800/345-2268/Cell 317/910-7104 Phone Number Spartan Motors USA Inc 907 76 Ave. North Brandon SD 57005 605-5824000 Phone Number Part of State Form 52414 (R2) 2-13) ) Form 96 (Remed 2013) BID OF Spartan Motors (Con(rador) 907 7th Avenue North '(Adtlress) Brandon, SD 57005 FOR PUBLIC WORKS PROJECTS OF City of Richmond 50 N 5th St Richmond IN 47374 Filed Action taken CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 1 State Form 52414 (R2 / 2-13) / Form 96 (Revised 2013) Prescribed by State Board of Accounts PART (To be completed for all bids. Please type or print) Date (month, day; year): November 10, 2016 1. Governmental Unit (Owner): City of Richmond 2. County: Wayne 3. Bidder (Firm): Spartan Motors Address: 907 7th Avenue North City/State/ZlPcode: Brandon, SD 57005 .. Telephone Number: 605-582-4000 5. Agent of Bidder (if applicable): Donley Safety Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of City of Richmond (Governmental Unit) in accordance with plans and specifications prepared by Spartan Motors and dated 11/10/2016 for the sum of (See Proposal Page) -(See Proposal Page) The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or. indirectly related to employment because of race, religion; ' color, sex, national origin or ancestry. _- Breach of this.covenant may be regarded .as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (if applicable) 1, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (I.C. 5-16-8-2). 1 hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of subject to the following conditions: Contracting Authority Members: PART II (For projects of $150,000 or more — IC 36-1-12-4) Governmental Unit: City of Richmond Bidder (Firm) Spartan Motors Date (month, day, year): 11/10/16 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work Completion Date Name and Address of Owner N/A 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner N/A XIEIT PAGE _0 ' E 3. Have you ever failed to complete any work awarded to you? N/A No 4. List references from private firms for which you have performed work. N/A SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE If so, where and why? Explain your plan or layout for performing proposed work. (Examples could include a narrative of when You could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) See Specifications 2. Please list the names and addresses of all subcontractors (i.e. persons orfrrms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. N/A 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Untii the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. N/a 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. We do not sub contract. We will utilize cranes, paint booths, welding machines, various tooling 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Yes SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidders capability for completing the project if awarded. T.P SECTION IV CONTRACTOR'S NON — COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. SECTION V OATH AND AFFIRMATION I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT. Dated at Charlotte this 7th day of November 2016 ACKNOWLEDGEMENT STATE OF Mchigan COUNTY OF Eaton ) ss Before me, a Notary Public, personally appeared the above -named John Slawson and swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to before me this 7 day of November 2016 Notary Public My Commission Expires: ler . -7 �0�1 County of Residence: ea+,'" DMOKS F, CLEMENTS NOTjlRY i�Lr�•• t$-T11TE OF MlCHIGAN . COUM OF•EATON Afjr epmmission•Expires De ..7, 202t . A4`Ihip 1gthe Cpuay.of_