Loading...
HomeMy Public PortalAbout088-2021 - Bloomington Ford - two trucks ORIGINAL AGREEMENT THIS AGREEMENT made and entered into this I 1, day of J `1 , 2021, and referred to as Contract No. 88-2021 by and between the City of Richmonct4diana, a municipal corporation acting by and through its Board of Sanitary Commissioners (referred to as the "City"), and Bloomington Ford Lincoln, Inc., 2200 S. Walnut Street, Bloomington, IN 47401 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor two (2) new 2021 Ford Explorers with said vehicles being more specifically described on Exhibit `B" attached hereto and incorporated by reference herein. The contracting price, as more specifically set forth below, shall include all shipping, handling, delivery, pick-up and set-up charges, less trade-in value. City is trading in a two (2) Ford Fusions. The vehicles shall be delivered to the Richmond Sanitary District WWTP at 2380 Liberty Avenue,Richmond,Indiana 47374. A Request for Quotes has been made available for inspection by Contractor, is on file in the office of the Department of Sanitation for the City of Richmond, which is attached hereto and incorporated by reference herein as Exhibit"A". The response of Contractor to said Request for Quotes is attached hereto and incorporated by reference herein as Exhibit`B". Should any provisions, terms, or conditions contained in any of the documents attached hereto and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish and deliver the vehicles described on Exhibit`B" attached hereto as soon as is practically possible. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with I.C. § 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 work relative to the delivery of the vehicles described herein. SECTION III. COMPENSATION City shall pay Contractor the sum of$66,116.50 for both Vehicles, which price reflects a credit of $1,500 for each of the above-described trade-ins, in consideration for the Vehicles specifically described within the Exhibits attached hereto,inclusive of delivery. 1 I Page SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue until such time that the Contractor delivers the vehicles, in new and working condition, to the City, which delivery shall occur within a commercially reasonable timeframe from execution hereof. Nothing in this agreement shall be interpreted to waive any of the City's remedies that may be available to it at law or in equity, specifically those pertaining, in any manner, to laws pertaining to a purchaser's remedies for the furnishing of a defective automobile. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time before the delivery of the vehicles described above specifying the reasons for termination which shall include but not be limited to the following: a. failure,for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice,whether oral or written,by the Contractor to the City that is incorrect,incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made;or e. unavailability of sufficient funds to make payment on this Agreement. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement 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. Coverage Limits A. Worker's Compensation& Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability 2 j Page 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 $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. 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 will be terminated. If the City determines that teiiuinating 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 ACTIVITI H,S Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event Board deteinnines during the course 3 I Page of this Agreement that this certification is no longer valid, Board 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 Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the Board 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 Board 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: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub-contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub-contractor, or any person action on behalf of Contractor or any sub-contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race,religion, color, sex,national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money 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 which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. 4 I Page 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. 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 other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement,including but not limited to, City's reasonable attorney's fees. 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. 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" "CONTRACTOR" The City of Ric nd, Indiana,by and through its Board of S tary Commissioners By: (00 a(aell,6r ue Mi = •ent ,6761.e4 (Printed): ,47 B... :: ce President Title: R1 (gyp li` - SQ S / _I �►�•�'W Dated: ? �f/(10 2-1 reg Stiens,Member 5 I Page Dated: r( APPROVED: Dave Snow, Mayor Dated: ©q I5 Zv Z r 6 I Page PRICE RBQUES p4 Ash �{ yO /h IA 7(�'�"�(j�'YI A R. OF RICHMOND DEPARIMENT OF SANITATION 2380 LTBERTYAVENUEoRICHMOND,INDTANA47374 TIIIS IS NOT AN ORDER PHONE(765)983-74500FAX(765)962-2669 VENDOVEND•R INSTRUCTIONS R 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 specified date and time to be considered. DATE: ' REPLY MUST BE IN BY: ' PAYMENT TERMS: DELIVERY REQUIRED: May 5,2021 9:00 A.M.on May 25,2021 1 UPON RECEIPT OF INVOICE • DELIVERED DESCRIPTION This is a request for quotes to purchase the attached vehicle (s). 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: vehicle(s) - Quote Valid Until NAME OF FIRM QUOTING: BY: STATE TAX EXEMPTION#003121909-001 AUTHORIZED HY SIGNATURE TITLE Richmond Sanitary District 1 16 DATE PHONE NUMBER . . LiMinimum Specification for Mid-Size Sport Utility Vehicle Richmond Sanitary District The Richmond Sanit. _ t 'et wishes to obtain (�2)20 1 newer4lVl0itd Size S�CJV ., ��� a f � r- � �. We will be trading in t eN2!.20.11 Ford Fusions. For additional Information, call Jeff Lohmoeller at(765) 983-7464. These specifications are from a 2020 Ford Explorer. The Richmond Sanitary will consider any Mid-Size SUV meeting or exceeding these specifications. (WA list options: 100337124 Vehicle,Mid-Size SUV,2020 or newer Ford Explorer, 4WD,Base Yes No 100253005 Accessory,Accessory, Mid-Size SW upgrade to Ford Explorer XLT,4 Wheel Drive (4WD) Yes No 100253007 Accessory,Mid-Size SUV,Equipment Group 202A (XLT Upgrade Required) Yes No 100253015 Accessory,Mid-Size SUV,All Weather Floor Mats Yes No 100253017 Accessory,Mid-Size SUV,Daytime Running Lamps Yes No 100253018 Accessory,Mid-Size SUV,Rear Cargo Well Protector Yes No 100253022 Accessory,Mid-Size SUV, Splash Guards Yes No Standard Options: Four Wheel Drive Yes No V-6 Engine Yes No Automatic Transmission/Overdrive Yes No Anti-Lock Brakes Yes No Power Steering Yes No Power Locks/Windows Yes No Cruise Control Yes No Heater and Air Conditioning Yes No Keyless Entry Yes No r. t.a ' Backup Sensor with Camera Yes No 2nd Row Bench and Fold Away 3rd Ro Seating Yes No Keyless Entry with Remote Start Yes No AM/FM Radio w/CD,Bluetooth and Auxiliary Input Yes No Heated Mirrors Yes No Carpet Flooring Yes No Vinyl or Leather Seats Yes No Tilt Wheel Yes No 4-Door Plus Hatch Yes No Running Boards Yes No All-Terrains Tires Yes No Exterior Color: White Yes No Interior Color:Black or Charcoal Yes No 2-Inch Custom Fit Reece Style Hitch Receiver Yes No Warrantee Tnformation Included Yes No Owner's Manual Included Yes No All Other Standard Options Included Yes No (Provide List with Quote) Strobe LED Lights (Into Rear Backup Lights and Hideaway in front Grill with single interior switch) Yes No 30fib el.nL PROPOSAL SHEET Mid-Size Sport Utility Vehicle Richmond Sanitary District Year,Brand and Model Number Price of(2)New Mid-Size SW's Each: $ (2)2011 Ford Fusions Trade-In Value VIN: 3FAHP0GA98R238648 Mileage: 59,180 $ VIN: 3FAHP0GA98R238649 Mileage: 75,029 $ Price of(2)Mid-Size SUV's after(2) Trade-In $ Price Firm for How Long: Delivery estimate: Include Warranties Yes No E-Verify: Yes No Indiana Local Preference Yes No Iran Investment Activities Yes No Price to include all shipping,handling, and set up charges. To be delivered to The Richmond Sanitary District,2380 Liberty Avenue,Richmond, Indiana,47374. Authorized Signature Date Contact Person (print) Phone number Company name 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 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 irregularities in Bid Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders. • • • r A p lb • • INDIANA LOCAL PREFERENCE CLAIM (Only fill out this Part if cllaiiiuing to'be a Local'Indiana a usiness) Pursuant to Indiana Code 5-22-15-20.9, • (Name of Business) - Claims a local Indiana business preference for the bid for Project 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) • 0 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. • • • POST i:IID SUBMITTAL Local Indiana (::-Easiness 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 Number: Project Name: Bidder: Contact Name: Phone Number: Principal Place of Business: Number of Months Address has been Principal Place of Business: Number of all.Employees for the twelve (12)months prior to the date of Bid submission: Number of Rmployees who were residents of Affected Counties for the twelve(12)months prior to the date of Bide submission: 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 explaining 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. 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 from the date of the Bid: Bidder shall supply supporting payroll records sufficient for Owner to establish the above representations. When supplying supporting records, I:idder shall redact all Social Security Numbers ) • IE-Verify Requirements: Definitions: E-Verify 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. a a a a 4 a g Q a D n a G G G a n E7 0 a a O a a C 3 O O a A a n II C G a o A a a a a a a n G E a a A 0 0 a G a R 0 0 a 9 a a G A a H 0 E H 3 a 9 a H a a a H a 9 H P_F p1F CI MPLIA.NCE WIT INDIANA IE-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. • �� . A Of 1d Affidavit of Employment Eligibility Verification The Contractor, , 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- 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 day of ,20 (signature) (printed name) d `��. L'I 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. n io 01 l4 • RI C U4 R CITY OF RICHMOND 2380 DEPASANITATION RTMENT VENUF RICHM0ND°INDIANA47374 THIS IS INierr AN ORDER PHONE(765)983-74500FAX(765)962-2669 77 VENDOR I INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications may be Bloomington Ford Lincoln attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. 2200 South Walnut I Please complete your full name and phone number below with signature; itemize all prices and charges where Bloomington, IN 47401 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 specified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: May 5,2021 9:00 A.M. on May 25,2021 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes to purchase the attached vehicle(s). 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: vehicle(s)4 4 Quote Valid Until NTOF FIRM QUOTING: 0,.(06 eA it Ai> !J BY: STATE TAX EXEMPTION#003121909-001 AUTHORIZED BY SIGNATURE elel• bov, su s TITLE r/rioz1 L`�3)(--1,1- co Richmond Sanitary District D TE PHONE NUMBER A. a A n c Minimum Specification for Mid-Size Sport Utility Vehicle Richmond Sanitary District The Richmond Sanitary District wishes to obtain three (2) 2021 or newer Mid-Size SUV.We will be trading in three (2) 2011 Ford Fusions. For additional Information, call Jeff Lohmoeller at(765) 983-7464. These specifications are from a 2020 Ford Explorer. The Richmond Sanitary will consider any Mid-Size SUV meeting or exceeding these specifications. ()PA list options: 100337124 Vehicle,Mid-Size SUV,2020 or newer Ford Explorer, 4WD,Base Yes °'/No 100253005 Accessory,Accessory,Mid-Size SUV upgrade to / Ford Explorer XLT,4 Wheel Drive(4WD) (�� Yes V No 100253007 Accessory,Mid-Size SUV,Equipment Group 202A (XLT Upgrade Required) 2 U 4c-Yes No 100253015 Accessory,Mid-Size SW,All Weather Floor Mats 1 0A Yes / No 100253017 Accessory,Mid-Size SW,Daytime Running Lamps tL Yes -/No 100253018 Accessory,Mid-Size SW,Rear Cargo Well Protector .-1 F Yes / No 6.-___,(- 100253022 Accessory, Mid-Size SW, Splash Guards Yes No r' Standard Options: Four Wheel Drive Yes / No V-6 Engine Ll -C [ Yes No Automatic Transmission/Overdrive Yes V'No Anti-Lock Brakes Yes No Power Steering Yes / No Power Locks/Windows Yes V No Cruise Control Yes 'VNo Heater and Air Conditioning Yes '�No Keyless Entry Yes ` No 6),-)_r0 Backup Sensor with Camera Yes 1/No 2nd Row Bench and Fold Away 3'd Ro Seating Yes No Keyless Entry with Remote Start Yes VNo AM/FM Radio w Bluetooth and Auxiliary Input Yes ✓No Heated Mirrors Yes I/ No Carpet Flooring Yes L./No Vinyl or Leather Seats o (> L4 Yes 'V, ' o v" Tilt Wheel Yes Io 4-Door Plus Hatch Yes L7No Running Boards 1 A Yes No L7 All-Terrains Tires It/1�- 5ek S®lA.--Th Yes No Exterior Color: White Yes `/ No Interior Color:Black or Charcoal Yes /No 2-Inch Custom Fit Reece Style Hitch Receiver Yes , No Warrantee Information Included Yes 1/ No Owner's Manual Included Yes No All Other Standard Options Included Yes /No (Provide List with Quote) / Strobe LED Lights (Into Rear Backup Lights and Hideaway in front / Grill with single interior switch) Yes VVV No nil PROPOSAL SHEET Mid-Size Sport Utility Vehicle Richmond Sanitary District Year,Brand and Model Number 3I 6)9.111 & t..o 91.0 K LT Price of(2)New Mid-Size SW's Each: C51-td-rx $ 6Qj (2)2011 Ford Fusions Trade-In Value ` VIN: 3FAI 0GA98R238648 Mileage: 59,180 ç E 5009 OLO) VIN: 3FAHP0GA98R238649 Mileage: 75,029 $ ' OOD Price of(2)Mid-Size SW's after(2) Trade-In $ ''/ [ L 4 S Price Firm for How Long: I Z-87 / 01-1 1 0 ILI O Delivery estimate: PI Include Warranties Yes &/No E-Verify: Yes °`No Indiana Local Preference Yes No Iran Investment Activities Yes No Price to include all shipping,handling, and set up charges. To be delivered to The Richmond Sanitary District,2380 Liberty Avenue,Richmond,Indiana,47374. uthorize ignature Date ontact Person(print) Phone number - TIGOLta fO-Si 11"-. Company i. i P e Y Affidavit of Employment Eligibility Verification The Contractor, t 6ui f-o f , ( i,C', affirms under the penalties of perjury that • Contractor does not knowingl 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 B-Verify program. The Contractor will maintain this certification throughout the duration of the tens of a contract with a subcontractor. I hereby verify under the penalty of perjury that the foregoing statement is true. Dated this day of p L I ,20 2-19 (signature) geir_v �� printed name) IRAN INVESTMENT ACTNITU-?S 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.