HomeMy Public PortalAbout147-2018 - Sanitation - Bloomington Ford - Cab Fordt PURCHASE AGREEMENT ORIGINAL
THIS AGREEMENT made and entered into this k day of September, 2018, by and between
the City of Richmond, Indiana, a municipal corporation acting by and through its Board of
Sanitary Commissioners, 50 North 5`h Street, Richmond, Indiana 47374 (hereinafter referred to as
the "City") and Bloomington Ford, Inc., 2200 S. Walnut Street, Indianapolis, Indiana 47401
(hereinafter referred to as the "Contractor").
SECTION I. 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 2019 F350 one -ton truck with a rotary
compressor, lift gate and a 3000 watt inverter, with said vehicle being more specifically described
in Exhibit `B" attached hereto and incorporated by reference herein.
City sent a Request for Quotes containing certain specifications to Contractor on June 14, 2018,
consisting of eight (8) pages. 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 July 10, 2018, is attached hereto
and incorporated by reference herein as Exhibit "B", consisting of fifteen (15) 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 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.
SECTION III. PURCHASE PRICE
City shall pay Contractor a sum not to exceed Eighty Thousand One Hundred Seventy -Five
Dollars and No Cents ($80,175.00) for a 2019 F350 one -ton truck with a rotary compressor, lift
gate and a 3000 watt inverter. 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 price includes all shipping, handling and set up charges, with delivery to
be to the Richmond Sanitary District, 2380 Liberty Avenue, Richmond, Indiana during normal
business hours of Monday through Friday from 6:00 A.M. to 3:00 P.M, excluding Holidays.
The estimated delivery time for the above described equipment is within 150 days after receipt of
purchase order.
Contract No. 147 -2018
Page 1 of 3
d
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.
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.
Any person executing this Purchase Agreement in a representative capacity hereby warrants that
he or she has been duly authorized by his or her principal to execute this Contract and that such
authorization has not been revoked or rescinded.
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
;l
Aman Bakshi, Vice President
.-I_
Member
Dated:
APPROVE
now, Ma o
Dated: ( 1 <�— 16
"CONTRACTOR"
BLOOMINGTON FORD, INC.
By:
66wt"o�—
Printed: �' lzo e>aq�;
Title: &0 f �/� L455 N��•
Dated: / � a 1,2-018
Page 3 of 3
PRICE REQUEST
D
* 1
�M
CM OF IILI.IIlY1O"
DEPAKlIff M OF SANUATION
2380 i 1RF.RTYAVENUE.RICHMOND, INDIANA47374
PHONE (765) 983 7450.FAX (765) 962 2669
THIS IS NOT AN ORDER
VENDOR
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
s ecified date and time to be considered.
DATE:
REPLY MUST BE IN BY:
PAYMENT TERMS:
DELIVERY REQUIRED:
June14, 2018
10:00 A.M. on July 10, 2018
UPON RECEIPT OF INVOICE
DELIVERED
DESCRIPTION
This is a request for quotes to purchase One (1) one ton Crew Cab 4WD Service Truck with Utility Bed. 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 addressed to:
Richmond Sanitary District
Denise Johnson, Customer Service Mgr
2380 Liberty Avenue
Richmond, IN 47374
Re: one ton pick up truck
Quote Valid Until
Questions? Call Jeff Lohmoeller at 765-983-7464. $
NAME OF FIRM QUOTING:
M
STATE TAX EXEMPTION # 003121909-001
AUTHORIZED BY SIGNATURE
TITLE
Richmond Sanitary District,, �� 9 DATE PHONE NUMBER
Minimumspecifications for 2018 or newer, 1-Ton Crew Cab 4WD
Service Truck with Utility Bed
Our Vehicle Maintenance Department is purchasing a 4-wheel drive truck with a mounted full
service utility bed, 3000 watt inverter, and rotary screw air compressor.
Mechanical
Engine — 6.7L I6 Cummins Turbo
Diesel (or equivalent)
Yes
No
6-Speed HD Automatic Transmission
Yes
No
HD Engine Cooling System
Yes
No
Engine Block Heater
Yes
No
Electronically Controlled throttle
Yes
No
Aux transmission oil cooler
Yes
No
19,500# GVWR
Yes
No
7,250# Front Axle GARW
Yes
No
13,500# Rear Axle GARW
Yes
No
Anti -spin differential rear axle
Yes
No
Four Wheel Drive
Yes
No
730-amp maintenance free battery
Yes
No
Battery with run down protection
Yes
No
Electronic Stability
Yes
No
1— 220-amp Alternator
Yes
No
Max Tow Package
Yes
No
Trailer Brake Control
Yes
No
Power Take Off Prep
Yes
No
�Wi %� 14 2 A-� g'
7-pin wiring harness
Yes
No
HD shock absorbers front/rear
Yes
No
Front stabilizer bar
Yes
No
HD Rear stabilizer bar
Yes
No
Power steering
Yes
No
Pwr 4-wheel anti -lock disc brakes (ABS)
Yes
No
Traction Control
Yes
No
Exterior
Dual Rear Wheels
Yes
No
Chrome front bumper/grill
Yes
No
Automatic halogen headlamps
Yes
No
Clearance lamps
Yes
No
Slack folding heated
trailer tow mirrors
Yes
No
Tinted glass windows
Yes
No
Variable intermittent wipers
Yes
No
Primary Paint (RED)
Yes
No
Interior
Heater
Yes
No
Air Conditioning
Yes
No
Pwr windows/locks keyless entry
Yes
No
Interior Color — Gray/Black
Yes
No
HD vinyl 40/20/40 split bench
Yes
No
,14J A
3 � '
Black vinyl floor covering Yes No
Tilt steering column Yes No
Instrument cluster w/tachometer Yes No
12 volt auz pwr outlet Yes No
Safe
Advanced multistage front airbag
Yes
No
Driver and Front side airbags
Yes
No
Height adjustable shoulder belts
Yes
No
Black Aluminum Running Boards
Yes
No
Strobe lights (hide away front,
body mounted rear)
Yes
No
Backup Camera/Screen
Yes
No
The Richmond Sanitary District is requesting Quotes for this
Service Body and 3000 Watt Inverter
This bed must be made for the truck type chassis. No exceptions.
Body & Equipment — Provide and Install
9FT Dual Wheel Service Body with
3000 Watt Inverter
Dual Wheel Service Body 9 foot long suitable for 60CA Chassis with the following:
• Stainless Steel rotary paddle latches
• Heavy Duty bolt on adjustable hinges
• Light guards, recessed light per FMVSS108
• Aluminum stone shield and fuel fill
• Powdercoated white throughout
• Shelving, add additional second shelving in horizontal both sides and dividers
• Gas strut door holders
• Automotive bulb door seals
• Incorporate 60" high roadside and curbside compartments with 2 point locks on all
doors and vertical lapping horizontal compartment doors over wheel wells.
• Vent Curbside front compartment
• Install C Tech 9 drawer mechanics cabinets with 300 lb. roller bearing slides on
each drawer, aluminum, installed in front compartment roadside (1)12", (1) 8", (1)
691, (2) 4" and (3) 3" drawers
• A60 double sided Galvanized Steel body, E Coat Primer, and powder coat to match
chassis.
• LED compartment lights
• Recessed pooched Step Bumper
• Install Receiver Hitch
• Install 7 Way Trailer Plug
• Apply Spray -On bed liner in Cargo Area and Tailgate and Bumper
IT I X'LA fi <a
Additional Items
Rotary Screw Air Compressor (equal or greater)
• 35CFM Air at 100psi, Hose Reel, FLR
• 6 Gallon Air Reserve Tank I Yes No
• This will be listed separately on proposal sheet.
Lift Gate 2 piece (equal or greater)
• Direct cylinder lift with no chains or cables. Fully enclosed power unit 50001b tow
rated bumper.
• 2 Piece Platform to be of Aluminum Construction
• Platform to be 53" � x 26" + 6" ramp Yes No
• This will be listed separately on proposal sheet.
Inverter
• Install 3000 Watt inverter in curbside front compartment and add a group AGM
battery and battery box. Fuse and cabling. .
Yes No
o This will be listed separately on proposal sheet.
Safety Items
• Install 4 Corner Strobe System, 2 in Grille, 2 on Rear Panel (12 diode) all switched
in Cab
• Install Ecco 5590 Mini LED Light bar (or equivalent) on Acari drill -free mount (or
equivalent) switched in cab
Yes No
• This will be included in cost of truck on proposal sheet.
PROPOSAL SKEET
Department of Sanitation, Richmond, Indiana
2018 or Newer Crew Cab 4WD Service Truck 4
Dual Wheel Service Body with 3000 Watt Inverter and Rotary
Screw Air Compressor
Price of Truck, Service Bed and Unit
Rotary Screw Air Compressor
Lift Gate 2 piece
3000 Watt inverter.
Price Firm for How Long
Delivery estimate
• E-VERIFICATION FORM FILLED OUT:
• LOCAL PREFERENCE CLAIM FORM:
• ALL WARRANTY INFORMATION INCLUDED:
IRAN INVESTMENT ACTIVITIES:
YES NO
YES NO
YES NO
YES NO
Price to include all shipping, handling, and set up charges. To be delivered to The
Richmond Waste Water Treatment Plant 2380 Liberty Avenue, Richmond, Indiana.
Authorized Signature/ Title
Contact Person (print)
Company name
Date
Phone number
Indiana Local Freference Claim:
Affected Count/ — 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 Preference Documentation
If the Bidder is claiming local preference as defined by Indiana Code 5-22-15-20.9, 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
5-22-15-20.9, 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. Further, each part of the Joint Venture shall submit
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 as defined in Indiana Code 5-22-15-20.9.
Subject to Indiana Code 5-22-15-20.9, award of the Contract will be made to the loweA 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 irregularities in Bid Documents that are found not to have afforded the Bidder a
substantial competitive advantage over other Bidders.
t,-.IeL-f-R �a�
I
PRICE REQUEST
O
(i o
h
CITY OF MCHMOND
DEPARTMENT OF SANITATION
2380 LIBERTY AVENUE.RICHMOND, INDIANA 47374
PHONE (765) 983-7450.FAX (765) 962-2669
THIS IS NOT AN ORDER
VENDOR
INSTRUCTIONS
Bloomington Ford, Inc.
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
2200 S. Walnut Street
the right to accept all or part, or decline the entire proposal.
Please complete your full name and phone number below
Indianapolis, IN 47401
prices and charges harsh where
with signature; itemize a y allexplanation
requested; and attach an ex lanation for an substitution to
ATTN: Sam Roberts
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
specified date and time to be considered.
DATE:
REPLY MUST BE IN BY:
PAYMENT TERMS: 06 �Q
DELIVERY REQUIRED:
June14, 2018
10:00 A.M. on July 10, 2018
UPON RECEIPT OF INVOICEJ
DELIVERED
DESCRIPTION
This is a request for quotes to purchase One (1) one ton Crew Cab 4WD Service Truck with Utility Bed. 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 addressed to:
Richmond Sanitary District
Denise Johnson, Customer Service Mgr
2380 Liberty Avenue
Richmond, IN 47374
Re: one ton pick-up truck
Quote Valid Until
Questions? Call Jeff Lohmoeller at 765-983-7464. $ , ;) 77. 00
STATE TAX EXEMPTION # 003121909-001
Richmond Sanitary District
0%
NAME OF FIRM QUOTING:
B
AUTHORIZED IfY SIGNMfURIEV
Cso � %
TITLE
-7 10 hD I 331-Z006
DAT9 PHONE NUMBER
i
Minimum specifications for 2018, or newer, I -Ton Crew Cab 4WD
Service Truck with Utility Bed
Our Vehicle Maintenance Department is purchasing a 4-wheel drive truck with a mounted full
service utility bed, 3000 watt inverter, and rotary screw air compressor.
Mechanical
Engine — 6.7L I6 Cummins Turbo
Diesel (or equivalent)
Yes
tF
No
6-Speed HD Automatic Transmission
Yes
No
HD Engine Cooling System
Yes
V
No
Engine Block Heater
Yes
No
Electronically Controlled throttle
Yes
V/
No
Aug transmission oil cooler
Yes
V/
No
19,500# GVWR
Yes
No
7,250# Front Axle GARW ` ;��`i+�,
Yes
y
No
13,500# Rear Axle GARW /a.741
Yes
No
s
/
Anti -spin differential rear axle
Yes
A/
No
Fi)Four Wheel Drive
Yes
No
730-amp maint-nance free battery
Yes_ /
No
.1 9—( / l� "
Battery with run down protection
Yes__z
No
Electronic Stability
Yes
No
1— 220-amp Alternator
Yes
V
No
53 5� Max Tow Package
C
Yes
✓
No
Trailer Brake Control
Yes
✓�
No
�{) Power Take Off Prep
Yes
No,
7-pin wiring harness
Yes
°O
No.
HD shock absorbers front/rear
Yes
No.
Front stabilizer bar
Yes
No
HD Rear stabilizer bar
Yes
f
No
V
Power steering
Yes
No
Pwr 4-wheel anti -lock disc brakes (ABS)
Yes
No
Traction Control
Yes
No
Exterior
Dual Rear Wheels
Yes
No.
Chrome front bumper/grill
Yes 6,-/
No,
Automatic halogen headlamps
Yes
No.
Clearance lamps
Yes
No.
Black folding heated
trailer tow mirrors
Yes
No.
Tinted glass windows
Yes
V
No.
Variable intermittent wipers
Yes
No
Primary Paint (RED)
Yes
No
Interior
Heater Yes No
Air Conditioning YesV/ No/
�9� Pwr windows/locks keyless entry Yes V No
Interior Color — Gray/Black Yes No
T.— w /
HD vinyl 40/20/40 split bench Yesy No
r- A)`1i+ 9 3 c fl5'
Black vinyl floor covering
Yes
No
Tilt steering column
Yes
No,
Instrument cluster w/tachometer
Yes
,/
No,
12 volt aux pwr outlet
Yes
No,
Safe
Advanced multistage front airbag Yes No
Driver and Front side airbags Yes No,
Height adjustable shoulder belts EFT-o Yes V No
Black Alu um Running Boards Yes No
�5 I �G
Strobe lights (hide away front,
body mounted rear) Yes No
4- Backup Camera/Screen Yes No
The Richmond Sanitary District is requesting Quotes for this
Service Body and 3000 Watt Inverter
This bed must be made for the truck type chassis. No exceptions.
Body & Equipment — Provide and Install
9FT Dual Wheel Service Body with
3000 Watt Inverter
Dual Wheel Service Body 9 foot long suitable for 60CA Chassis with the following:
• Stainless Steel rotary paddle latches
• Heavy Duty bolt on adjustable hinges
• Light guards, recessed light per FMVSS108
• Aluminum stone shield and fuel fill
• Powdercoated white throughout
• Shelving, add additional second shelving in horizontal both sides and dividers
• Gas strut door holders
• Automotive bulb door seals
• Incorporate 60" high roadside and curbside compartments with 2 point locks on all
doors and vertical lapping horizontal compartment doors over wheel wells.
• Vent Curbside front compartment
• Install C Tech 9 drawer mechanics cabinets with 300 lb. roller bearing slides on
each drawer, aluminum, installed in front compartment roadside (1)12", (1) 8", (1)
695, (2) 4" and (3) 3" drawers
• A60 double sided Galvanized Steel body, E Coat Primer, and powder coat to match
chassis.
• LED compartment lights
Ey_(, . • Recessed pooched Step Bumper MO
• Install Receiver Hitch �6
• Install 7 Way Trailer Plug
• Apply Spray -on bed liner in Cargo Area and Tailgate and Bu er
i
PROPOSAL SHEET
Department of Sanitation, Richmond, Indiana
2018 or Newer Crew Cab 4WD Service Truck 4
Dual Wheel Service Body with 3000 Watt Inverter and Rotary
Screw Air Compressor
Price of Truck, Service Bed and Unit
Rotary Screw Air Compressor
Lift Gate 2 piece
3000 Watt inverter
Price Firm for How Long
s- Hot 3 100
3300
% A93
Delivery estimate ISO t ' � A
• &VERIFICATION FORM FILLED OUT: YES NO
• LOCAL PREFERENCE CLAIM FORM: YES NO
• ALL WARRANTY INFORMATION INCLUDED: YES NO.
• IRAN INVESTMENT ACTIVITIES: YES NO
Price to include all shipping, handling, and set up charges. To be delivered to The
Richmond Waste Water Treatment Plant 2380 Liberty Avenue, Richmond, Indiana.
/iD 7-Ot FS
Date
25km- '�; - 4 - 71'- -3 5
C ntact Person (print) Phone number
(00om �o4r' f0 rot, �TA- c -
Company name
6 a(%ir
Additional Items
Rotary Screw Air Compressor (equal or greater) VA N A -I
• 35CFM Air at 100psi, Hose Reel, FLR (vO C- F K
• 6 Gallon Air Reserve Tank Yes No
• This will be listed separately on proposal sheet.
Lift Gate 2 piece (equal or greater) j k, j e NA aA 7 Ar L
• Direct cylinder lift with no chains or cables. Fully enclosed power unit 50001b tow
rated bumper.
• 2 Piece Platform to be of Aluminum Constructio
�/
• Platform to be 53" a 26" + 6" ramp Yes No
• This will be listed separately on proposal sheet.
Inverter
• Install 3000 Watt inverter in curbside front compartment and add a group AGM
battery and battery box. Fuse and cabling.
Yes_ No
• This will be listed separately on proposal sheet.
Safety Items
• Install 4 Corner Strobe System, 2 in Grille, 2 on Rear Panel-(12 diode) all switched
in Cab
• Install Ecco 5590 Mini LED Light bar (or equivalent) on Acari drill -free mount (or
equivalent) switched in cab
Yes V No
• This will be included in cost of truck on proposal sheet.
C Anil Cl ARK TRUCK EQUIPMENT
105W. 580 N. Quotation
SRI%CRAWFORDSVILLE, IN. 47933 #6252Qi$AL
Phone: (800) 382-0873 RICHMOND
Fax: 765-362-4103 SANITARY
SAM ROBERTS Phone: 812 331-2200
BLOOMINGTON FORD Date: 6/26/Za718
2200 S WALNUT ST Fax: (812)331-3377 Rep.:
Bloomington, IN 47401 Email: poiicecarsam@gmail.com
1 - Knapheide model 610BD541 special service body (dual rear
wheel / 60" cab to axle) - 108" long - 60"high - 20" deep
compartments - 54" floor width - 94" wide - galva-grip bumper with
pintle recess - premium "slammable" tailgate with center release -
flush mount lights with automotive wire harness - standard
shelving package (7 total 250 lb. capacity) - rotary latches -
automotive door seals - K-coat corrosion protection with
Knapheide"s exclusive Electro-coating prime paint system - body
fully undercoated - finish paint (single stage - white) to match the
cab (including door backs) - interior light guards - 14 gauge two-
sided A-40 galvaneal steel body shell - return flange floor design -
double spring over center door closures on all vertical doors - all
stainless steel continous hinge - double shell 20 gauge two-sided A-
40 galvaneal steel hat section reinforced doors - 6 year Iimited
warranty - manual master locking system_- over lapping doors on
horizontal compartments - LED compartment lights - vertical door
gas shock assist --LED surface mount rear stop, turn, tail, strobe
lights - aluminum front rock guards - factory- white paint
(Knapheide) - two point door latches - C Tech nine drawer unit -
shelves per spec. - Reese type hitch -- 7 way RV trailer socket - 4
corner strobe kit - drill free light mount with Ecco 5590 LED light
bar - spray liner (Gator-Hyde) on load area, tailgate, and bumper -
PRICE INSTALLED - $16,481.OG
Exceptions: stainless steel spot welded continuous hinge in lieu of bolt on — Knapheide
factory spray on paint in lieu of powder coat.
6P4
Page 2
1 — Thieman TT15E-AL liftgate — two piece aluminum platform
(53"x26"+67) -- 1500 lb, capacity — light kit -
PRICE INSTALLED - $3344.00
Exceptions: No bumper on liftgate -- Thieman does not offer that anymore on that model.
1 — 3000 watt power inverter (PV3000HF) — PV-14 installation kit — battery
with box — heavy duty hook up cables — installation -
PRICE INSTALLED - $1775.00
1 — Vanair Viper G60 gas powered compressor — 150 PSI — 60 CFM — 26.5
HP Kohler V-twin engine with 5 gallon fuel capacity — electric start with
battery — FLR kit installed — /z" x 50' air hose and reel — installation -
PRICE INSTALLED - _$8734.00
Submitted by:
Prices are F.O.B. Crawfordsville, In.
Prices are good for 30 days.
Any applicable taxes are additional.
Approx. delivery is 14-26 weeks after receipt of
order.
Paint matches are approximate.
A 3% fee will be added to all credit card charge:
Thank you for your business
G
CD �
2�xp8o
rL
o �
�
CD CD
�Q-p 0
0�
�o
co o
R
•�
yd
o
C CD `Gn o
w Y
'v°a~
o
c"u
�J
a
o
C
a
C
o o 0 o
a o 0
o td cD a. a
O
�C
' p�
¢ oo 0 y.
NCD
o x
o td
y o o
c?
CD ID
o
O11
I
o a
w
o
0 cD
v rL
CD
rL
o��"0
oh CD o p ,o.D
� o P+ cCD .
p
O @ p co
ul O n
un ,, O
0 0 o
acne' p w
to oa
p)t o
o a
CD CD
N
° w
0CD"
o CD o 0
0, P,
0 0 UQ
w F�
CD
CD
0 Ks o
0
rn
cCD p
R.
0
0
C�
Wo r' %d No a
S,
� � O
N o p
0
0. LA �.
CD �, o
N
o o Q
oCD LA
O
CDo 0
y
! cn
0
Gobe
b9 b9 b9
b9 69 b9
CD
J. w oo rn
(A N N J
�JwrniW
:��'D
�oA �A
O cNii N
O CN w J 0
0 0 6 0
x N :-I In o
0 0 0 o
W Lh kA o C.
0
O�
n
O
�
n
�
CD
CD-
CD
9 0
A CD
fD
CD
II
�
N
O
'p
�
w
CD
ono
O
v,
O
ono w
O N
O
1 rn
x
CJ
J
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 (hereinafter Bidder). (Use additional sheets if necessary.)
Date Bid Submitted:
Project Name:
Bidder:
Contact Name:
Principal Place of Business:
Project Number:
A. 11V,LLV J. `l UJL"U J.
331=z
pp,
Number of Months Address has been Principal Place of Business: ?j6 O
Number of all Employees for the twelve (12) months prior to the date of Bid submission:
Number of Employees who were residents of Affected for the twelve (12) months prior to
the date of Bide submission: C O m r
1. 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 expl 'mining the reasons the business
considers the location named as the business's principal place of business:
2. In order to claim local preference pursuant to Indiana Code section 5-22-15-20.9, 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. N 11%
a. Total Amount of payroll paid to all emplof Bidder in the previous twelve (12)
months from the date of the Bid: $ ;
b. Total Amount of payroll paid to residents of Weeted counties for the previous twelve
(12) months from the date of the Bid: ;FC
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
MLA NA LOCAL PREFERENCE CLAIM
(Only fill out this Part if claiming to be a Local Indiana Business)
Pursuant to Indiana Code 5-22-15-20.9, 01 Ar
(Name ofbusiness) -
Cla nis a local Indiana business preference for the bid for Project
9,\(-R0J;1V3> f' kW (i ATl19►�
01 66-Tw TuC(t-- 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
❑ 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.
❑ 3. The majority of the business's employee's, for the previous twelve (12) months from
the date of this 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.
Affidavit of Employment Eligibility Verification
The Contractor, IAOlt 0l' �Yl affirms under the penalties of perjury that
Contractor does iiot kno * y 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-
Verify program.
The Contractor has required 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 this certification throughout the duration of the term of a contract with a subcontractor.
I hereby verify under the penalty of perjury that the foregoing statement is true.
Dated this 04ay of �JLl, 20j—Z
JI.
���
;L �� 1
E-Verify Requirements:
Definitions:
E-Ve ' Program — A electronic verification of work authorization program of the Illegal
Immigration Reform and Immigration 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.
■rrrrrrrrrrrrsrrrrrrerrrrrrru rrrrrrrerrrrrrrrrr a rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr■
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 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 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 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.
6XL,�_,4 / C 4 ,
lal
Indiana Local Preference Claim:
Definitions:
Affected County — 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 Preference Documentation
If the Bidder is claiming local preference as defined by Indiana Code 5-22-15-20.9, 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
5-22-15-20.9, 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. Further, each part of the Joint Venture shall submit
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 as defined in Indiana Code 5-22-15-20.9.
Subject to Indiana Code 5-22-15-20.9, award of the Contract will be made to the lowesf, responsive and
responsible Bidder, where the Bid is reasonable and does not exceed the fiends 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 irregularities in Bid Documents that are found not to have afforded the Bidder a
substantial competitive advantage over other Bidders.
t -.)c g f J(
Lot