Loading...
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