HomeMy Public PortalAbout039-2018 - Sanitation - Advantage Ford - S250 TruckPURCHASE AGREEMENT ORIGINAL
THIS AGREEMENT made and entered into this � day of March, 2018, by and between the
City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary
Commissioners (hereinafter referred to as the "City") and Advantage Ford -Lincoln, Inc., 2350
Park Road, Connersville, Indiana 47331 (hereinafter referred to as the "Contractor").
SECTION 1. STATEMENT AND SUBJECT OF WORK
City hereby agrees to purchase from Contractor one (1) new vehicle, delivered to 2380 Liberty
Ave., Richmond, Indiana, with said vehicle being a 2018 Ford F-250 4x4 3/4 ton pick-up truck,
with said vehicle being more specifically described in Exhibit `B" attached hereto and
incorporated by reference herein.
City sent Request for Quotes containing certain specifications to Contractor on February 5, 2018.
A copy of said Request for Quote is attached hereto and incorporated herein by reference as
Exhibit "A".
The response of Contractor to said Request for Quotes, dated February 15, 2018, is attached
hereto and incorporated by reference herein as Exhibit `B", consisting of fourteen (14)
typewritten pages.
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.
This Agreement shall not take effect until the City is in receipt of any required bonds and
certificates of insurance, and until a purchase order has been issued by the Purchasing
Department.
SECTION H. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of
the City of Richmond.
SECTION III. PURCHASE PRICE
City shall pay Contractor a sum not to exceed Twenty -Six Thousand Six Hundred Twenty -Four
Dollars and No Cents ($26,624.00) for a 2018 F-250 4 X 4 3/4 ton pick-up truck. The monies to
be paid to Contractor are based upon the bid sheet submitted by Contractor, which is set forth in
Exhibit `B", and attached with this Agreement and made a part hereof.
The estimated delivery time for the above described equipment is within ninety (90) days after
the execution of this Purchase Agreement.
Contract No. 39-2018
Page 1 of 3
SECTION IV. PROHIBITION AGAINST DISCRIMINATION
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.
SECTION V. 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. Any such
delegation or assignment, without the prior written consent of the other party, shall be null and
void. This Agreement shall be controlled by and interpreted according to Indiana law and shall
be binding upon the parties, their successors and assigns. This document 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. By executing this Agreement the parties agree that this document supersedes any
previous discussion, negotiation, or conversation relating to the subject matter contained herein.
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 any suit
arising out of this Contract 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. By executing this Agreement, Contractor is estopped from bringing suit or any other
action in any alternative forum, venue, or in front of any other tribunal, court, or administrative
body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right
Contractor may have to bring such suit in front of other tribunals or in other venues.
Any person executing this Contract in a representative capacity hereby warrants that he/she 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 remedies,
Contractor shall be liable for costs incurred by City in its efforts to enforce this Agreement,
including but not limited to, City's reasonable attorney's fees, to the proportionate extent that
Contractor is determined to be in breach of this Agreement.
In the event that an ambiguity, 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.
If any portion of this agreement is declared unenforceable by a com 1 or tribunal, all other portions
shall remain in full force and effect.
Page 2 of 3
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
Sanitary Commissioners
By:
Sue Miller, President
e Steins, Member
Dated: .3 �1_ 7,-/g
APPROV
Pff now, -
Dated: A(P
"CONTRACTOR"
ADVANTAGE FORD-LINCOLN,
INC.
B
Printed:
Title:
Dated:
Page 3 of 3
PRICE REQUEST
CITY OF MCI MOM
DEPARTMENTOFSANITATION THIS IS NOT AN ORDER
2380 LMOrrY AVENU13•RICHMQ� INDIANA47374
PHONE (765) 983 7450•FA7:(76S) 962 2b69
NDOR
Advantage Ford
Mike Blaut
23 S 0 Park Road
Connersville, IN 47331
INSTRUCTIONS
This is a request for a price for the services of 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 and phone number below
with signature; itemize all prices and charges where
requested; and attach any explanation for any substitution to
specifications altered. Return In a sealed envelope, in care of
Richmond Sanitary District Board of Commissioners to'
the administration building at the address above by the
DATE: REPLY MUST BE IN BY: PAYMENT TERMS: JDELIVERY REQUIRED:
February 6, 2018 10:00 A.M. on February 27, 2018 UPON RECEIPT OF INVOICE DELIVERED
DESCRIPTION
This is a request for quotes to purchase One (1) V4 ton container mechanic delivery truck. Please see attached
specifications. Please include all warranty information with quote. E-Verify requirements and Indiana Local Preference
Claims will apply to this quote, information enclosed.
Return this sheet and the proposal sheet in a sealed envelope address to:
Richmond Sanitary District
Denise Johnson, Customer Service Mgr
2380 Liberty Avenue
Richmond, IN 47374
Re: % ton pick up truck
Quote Valid Until elh
Questions? Call Tim Linear at 766.983-7478. $ ew .
STATE TAX EXEMPTION # 003f 21909-001
Richmond Sanitary District
NAM F FIRM QUOTING:
AUTHORIZED BY SIGNATURE
(11-' h/1"
TITLE
DATE PHONE NUMBER
Minimum Specifications for 3/4 Ton Pick-up Truck
The Richmond Sanitary District wishes to obtain one (1) 2018 3/4 ton container mechanic
delivery truck for use at the Richmond Sanitary District, Richmond Indiana. For additional
Information, call Tim Lingar at (765) 983-7468. IV9
Minimum Specifications
Four Wheel Drive:
Regular Cab (2 doors)
V-6 Eco Boost or Equivalent:
Power Steering:
Yes V/ No
Yes r/ No
Yes f No
Yes—/ No
"l
yllri!���fL� ��ewe.
Trailer tow PKG class IV trailer hitch receiver with a 7 & 4 straight pin wiring harness, brake
control not needed Yes_ .No
AM/FM Stereo: Yes_ / No
Power Windows/Locks: Yes No
Heater & Air Conditioning: Yes_ No
Tilt Wheel:
Yes
No
Cruise Control:
Yes
No
Automatic Transmission:
Yes-
No
Spray -In Bed Liner (Black):
Yes
No
Strobe LED Lights (hide away mount in front grill):
Yes
No
Strobe LBD Lights (into rear backups):
Yes
No
Warranty Information Included:
Yes
No
Owner Manual Included:
Yes V/
No
All Other Standard Options Included:
Yes7
No
PROPOSAL SHEET
3/4 Ton Pickup Truck
Department of Sanitation, Richmond, Indiana
Year, Brand and Model Number oV 0/k /;- -d v?1i
Price of Unit Bid
Price Firm for How Long
Delivery estimate
$
Price to include all shipping, handling, and set up charges. To be delivered to The
Richmond Sanitary District 2380 Liberty Avenue, Richmond, Indiana.
jug6�ritSignature
Contact erson (print)
Company n affie
Date
Phone number
Indiana Local Preference Claim:
Definitions:
Affected Couniy— Wayne County or an adjacent county.
Local Indiana Business — A business whose principal place of business is in an Affected County; a
business that pays a majority of its payroll (in dollar volume) to residents of Affected Counties; or a
business that employees residents of Affected Counties as a majority of its employees.
Local kreferenee Documentation
If the Bidder is claiming local preference as defined by Indiana Code S 22-15-20.9, it shall include such
claim with its Bid. In addition the Bidder shall submit, as a Post -Bid submittal, all documentation
required. by the Local Indiana Preference form.
If the Bidder is a Joint Venture and is claiming local preference pursuant to�Indiana Code 5-22-15-20.9,
the Bidder shall submit all post bid documentation as required by the Post Bid submittals. In
determining whether the Joint Venture qualifies as a Local Indiana Business, as defined by Indiana Code
S 22-15 20.9, the Owner will evaluate the Joint Venture by combining each business's total payroll,
payroll paid to residents of Affected Counties, total number of employees, and total number of
employees who are residents of Affected Counties. Ihuther, each part of the Joint Venture shall subunit
the location of it's principal place of business will be a consideration in whether the Joint Venture
qualifies as a local Indiana business, The Owner will determine whether the Joint Venture qualifies as a
Local Indiana business. The total overall. Joint Venture must qualify as a Local Indiana Business to
receive the local preference w defined in Indiana Code 5-22-15-20.9.
Subject to Indiana Code 5-22-1 S 209, award of the Contract will be made to the lowest, responsive and
responsible Bidder, where the Bid is reasonable and does not exceed the funds available for the project.
The Owner reserves the right to reject all Bids and may waive or allow a Bidder to correct errors,
omissions or other intgularities in Bid Documents that are found not to have afforded the Bidder a
substantial competitive advantage over other Bidders.
MIANA LOCAL PREFERRNCE CLAIM
(Only fill out this Part if claiming to be a Local Indiana Business)
Pursuant to Indiana Code 5 22-15 209, nc �4i'Z
(Name of Business) - q
Claims a local Indiana business preference for the bid for Project /af J✓ Di A -15j,wawd__
�,,,,% �,►,f ; in Wayne County, Indiana.
(Name of Project)
The Claim of applicability of the Local Indiana Business preference is based upon the following
(Check all that apply)
1. The location of the Business's principal place of business is:
A) in Wayne County, or
/ B) in an adjacent county
W 2. The majority of the business's payroll, for the previous twelve (12) months from the
/ date of this Bid, is to residents in Wayne or an adjacent county.
�f 3. The majority of the business's employee's, for the previous twelve (12) monf from
the date of ibis Bid, are residents of Wayne or an adjacent county.
If business is deemed to be the apparent low bidder, business shall provide information pursuant to
Post -Bid submittal (Local Indiana Business Preference), to substantiate the claim of a local Indiana
business.
POST BID SUBMITTAL
Local Indiana Business Preference
Pursuant to the City of Richmond Bidding and Contract Requirements, this application for the local
Indiana business, pursuant to Indiana Code section 5-22-15-20.9, is hereby submitted for the Project
listed below by Bidder/Applicant (hereinaf%r Bidder). (Use additional sheets if necessary.)
Date Bid Submitted: n ZI-6- zk Project Number:
Project I
Bidder:
ContactName: /her- ie Phone Number:
Principal Place of Business:
Number of Months Address has been Principal Place of Business: oV ,/gg�/
Number of all Employees for the twelve (12) months prior to the date of Bid submission:
Number of Employees who were residents of Affected Counties for the twelve (12) months prior to
the date of Bide submission: 3 :
If the Bidder claims it is a local Indiana business because the Bidder's principal place of business
is in Wayne County or an adjacent county, give a statement explaining the reasons the business
considers the.locationnamea as the business's principal_ place of business:
2. In order to claim local preference pursuant to Indiana Code section 5 22-15 209, the Bidder
must supply below its total payroll and the amount of the business's payroll paid t residents of
Affected Counties for the previous twelve (12) months from the date of the Bid,
a. Total Amount of payroll paid to all employees of Bidder in the previous twelve (12)
months from the date of the Bid: $
b. Total Amount of payroll paid to residents of affected counties for the previous twelve
(12) months fiom the date of the Bid: DV d
Bidder shall supply supporting payroll records sufficient for Owner to establish the above
representations. When supplying supporting records, Bidder shall redact all Social Security
Numbers
E-Verify Requirements:
Definitions:
E-Veriiy Proms — A electrnnio verification of work authorization program of the Illegal
Immigration Reform and hunnigration Responsibility Act -of 1996 (P.L. 104 208), Division C, Title
IV,s.403 (a), as amended, operated by the United States Department of Homeland Security or
successor work authorization program designated by the United States Depart of Homeland Security
or other federal agency authorized to verify the work authorization status of newly hired employees
under the Immigration Reform and control Act of 1986 (P.L. 99-603).
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.
an a a a own noun a Knox unman own a maxo noun N Nunn* NUNN a &anus a am noun "a "*ANN MR no Nunn am a an woux ANNE
COMPLIANCE WITH INDIAN.A► Lr-VERI Y 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 tp verify the work eligibility status of all newly hired employees of the contractor through
the Indiana IU Verify program if the Indiana E—Verify program no longer exists. Prior to the
performance of the 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 (a) (2). In
the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no
later than thirty (30) days after the City notifies the Contractor of the violation. If the Contractor Mails to
remedy the violation within, the thirty (3 0) day period provided above, the City shall consider the
Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City
determines that terminating this Agreement would be detrimental to the public interest orpublic
properly, 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.
Affidavit of Employment Eligibility Verification
The Contractor, v . g�4' r�,Z& j,J, affirms under the penalties of perjury that
Contractor does not knowingly employ an unauthorized alien. If Contractor is self employed
and does not employ any employees, Contractor verifies he or she is a United States citizen or
qualified alien.
The Contractor has not knowingly employed or contracted with an unauthorized alien and shall
not retain an employee or contract with a person that the Contractor subsequently learns is an
unauthorized alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified
the work eligibility status of all newly hired employees of the contractor through the Indiana E-
Veo * program.
The Contractor has requited Contractor's subcontractors to certify to the Contractor that the
subcontractor does not knowingly employ or contract with an unauthorized alien and that the
subcontractor has enrolled and is participating in the E-Verify program. The Contractor will
maintain ibis certification throughout the duration of the tmm of a contract with a subcontractor.
I hereby verify under the penalty of perjury that the foregoing statement is true.
Dated this ,�2a_ day of 201.
signature)
(printed naan )
IRAN Ii4MTAHM ACTIVITIES
Pursuant to Indiana Code (IC) S 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 aft -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 notrefuted 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.
Exception Item:
The % ton (F250) the ecoboost engine is not available only the 6.2 L gas and the 6.7 diesel are available
on the 3/4ton(F250) . In a clarification with Tim Ungar he really like the ecoboost engine so I quoted
both the F250 with the 6.2 liter gas engine and also included a quote for the F150(1/2 ton) with the 3.5
ecoboost engine.
VIRTC10p
CNGP530
VEHICLE
ORDER CONFIRMATION 02/14/18 10:41:36
Dealer: F47779
2018
F-SERIES SD
Page: 1 of 2
Order
No: 0001 Priority: D3 Ord FIN: QS029 Order Type: 5B Price Level: 820
Ord
Code: 600A Cust/Flt
Name: RICHMOND
PO Number:
RETAIL
RETAIL
F2B
F250 4X4 SD R/C $35685
JOB #1 BUILD
142" WHEELBASE
10000# GVWR PKG
Z1
OXFORD WHITE
425
50 STATE EMISS NC
A
VNYL 40/20/40
512
SPARE TIRE/WHL2 NC
S
MEDIUM EARTH GR
525►
CRUISE CONTROL 235
600A
PREF EQUIP PKG
TELE TT MIR-PWR
.XL TRIM
JACK
,TRAILER TOW PKG
85S;
TOUGH BED 540
572
.AIR CONDITIONER
NC
.AM/FM STER/CLK
TOTAL
BASE AND OPTIONS 38670
996
.6.2L EFI V8 ENG
NC
TOTAL
38670
44S•
6-SPD AUTOMATIC
NC
*THIS
IS NOT AN INVOICE*
TD8
.LT245 BSW AS 17.
X37
3.73 REG AXLE
NC
* MORE ORDER INFO NEXT PAGE
90L4
PWR EQUIP GROUP
915
FB=Next
F1=Help
F2=Return
to Order
F3/F12=Veh Ord Menu
F4=Submit
FS=Add to
Library
5006
- MORE DATA IS AVAILABLE.
QC03347
VlDP0235 2,6
i
CNGP530
1ART OP 'S.112 EN
VEHICLE ORDER CONFIRMATION 02/14/18 10:42:22
2018 F-SERIES SD
Order No: 0001 Priority: D3 Ord FIN: QS029
Ord Code: 600A Cust/Flt Name
RETAIL
SP DLR ACCT• ADJ
SP FLT ACCT CR
FUEL CHARGE
B4A NET INV FLT OPT NC
PRICED DORA NC
DEST AND DELIV 1295
TOTAL BASE AND OPTIONS 38670
TOTAL 38670
*THIS IS NOT AN INVOICE*
F1=Help F2=Return to Order
F4=Submit FS=Add to Library
Dealer: F47779
Page: 2 of 2
Order Type: 5B Price Level: 820
PO Number:
RETAIL
F7=Prev
F3/F12=Veh Ord Menu
S099 - PRESS F4 TO SUBMIT QC03347
VlDP0235 2,6
****** INVOICE ******
#
REMIT TO:
10100 BALLENTINE PIKE
NEW CARLISLE, OHIO 45344
2929 NORTHLAWN AVE
DAYTON, OHIO 45439
KTEC
KAFFENBARGER TRUCK EQUIPMENT
COMPANY
www.kaffenbarger.com
REMIT TO:
3260 E. KEMPER ROAD
CINCINNATI, OHIO 45241
2265 REFUGEE RD.
COLUMBUS,OHIO 43207
INVOICE#:
SOLD TO: 1111 INVOICE DATE: 02/14/18
ROSS BUICK INC., BOB TERMS: N30
85 Loop Road P • O A :
COUNTY: 0
Centerville OH 45459 SALESPERSON: 0
JOB ORDER#: 0214181301
PART # DESCRIPTION QTY. UNIT PRICE AMOUNT
EQM EQUIPMENT -MUNICIPALITY I
MUNCIPALITY - CITY OF RICHMOND, IN SANITARY DISTRICT
4 CORNER STROBE LIGHT KIT
2) ECCO AMBER LED SURFACE MOUNT STROBES IN FRONT GRILL (3510A)
2) ECCO AMBER LED STROBES IN REAR TAIL LIGHTS (ED0010A)
WIRED TA FACTORY UPFITTER SWITCH IF SO EQUIPPED. IF NOT
WIRED TO SWITCH ON THE DASH.
TERMS: 30 DAY NET.
THANK YOU
CUSTOMER'S SIGNATURE SUBTOTAL
I ACKNOWLEDGE REDEIPT OF OWNER, SALES TAX
OPERATOR AND MAINTENANCE MANUALS
TOTAL:
TERMS NET 30 DAYS FROM DATE OF THE INVOICE. A FINANCE CHARGE OF 2% PER MONTH AFTER 30 DAYS.
THE. ANNUAL PERCENTAGE RATE IS 241.
NOTE: NO REFUNDS OR CREDITS WILL BE ISSUED UNLESS COPY OF INVOICE IS RETURNED.
CNGP530
VIRTCI DP 'ti; 2" ja
VEHICLE ORDER CONFIRMATION 02/14/18 10:43:22
2018 F-150
Order No: 0001 Priority: E2 Ord FIN: QS029
Ord Code: 100A Cust/Flt Name: RICHMOND
RETAIL
Dealer: F47779
Page: 1 of 1
Order Type: 5B Price Level: 820
PO Number:
RETAIL
F1E
F150 4X4 R/C •$32555
53A'
TRAILER TOW PKG
$595
141" WHEELBASE
85A'
POWER EQUIP GRP
970
YZ
OXFORD WHITE
96Wi
SPRAY- IN LINER
495
A
VINYL 40/20/40 NC
SP DLR ACCT ADJ
G
MED EARTH GRAY
SP FLT ACCT CR
100A.
EQUIP GRP
FUEL CHARGE
,XL SERIES
B4A
NET INV FLT OPT
NC
.17"SILVER STEEL
PRICED DORA
NC
99G.
3.5L V6 GTDI 2595
DEST AND DELIV
1395
44Gi
ELEC 10-SPDAUTO
TOTAL
BASE AND OPTIONS
38830
.265/70R-17
XL BASE DISCT PEG & TT
(500)
X27
3.31 REG AXLE NC
TOTAL
38330 _..
7050# GVWR
*THIS
IS NOT AN INVOICE*
JOB #2 ORDER
50Si CRUISE CONTROL 225
F1=Help F2=Return to Order F3/F12=Veh Ord Menu
F4=Submit FS=Add to Library
S099 - PRESS F4 TO SUBMIT QC03347
VlDP0235 2,6
to*w/oro
7.25 o a