Loading...
HomeMy Public PortalAbout085-2021 - Wetzel Ford - super cab truck ORIGINAL AGREEMENT THIS AGREEMENT made and entered into this 3 day of I)u ,,S , 2021, and referred to as Contract No. 85-2021 by and between the City of Richmon', Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (referred to as the "City"), and Wetzel Ford,5500 National Road East,Richmond,IN 47374 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor a 2021 Ford 4X4 F150 Super Cab Truck, as 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 2004 Chevy 2500 Truck. The vehicle 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 vehicle 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 vehicle described herein. SECTION III. COMPENSATION City shall pay Contractor the sum of$28886 00, which price reflects a credity oT' f$20 0 for—the above-described trade-in, in consider�a i-dn for the Vehicle specifically described within the Exhibits attached hereto, inclusive of delivery. 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 vehicle,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 vehicle 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 I Page age 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 terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII.IRAN INVESTMENT ACTIVITI Ii,S 3 Page 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 determines during the course 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 4 I Page 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. 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" "CONTRACTO " The City of Ric ond,Indiana,by and through IAI2 2✓7 �d its Board of itary Commissioners By: D(.5k.e. ue Miller ident (Printed): c Gof{ 5 Page Arran Bakshi,Vice President Title: -7t-ems ,54�.S' 7J 'i .--- Dated: -73_ 2 Sti ns,Member Dated: V2:0V f APPROVED: ,May Dated: Q 2624 6 I Page PRICEREQUIEST 04 A H •!O l i CITY OF RICILJ M[OND N 2380 LIBERTY VEEPARTMENT T S�O�°INDIANA.47374 THIS IS NOT AN ORDER PHONE(765)983-7450oFAX(765)962-2669 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 specified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: May 5,2021 9:00A.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),I-- Quote Valid Until NAME OF FIRM QUOTING: • BY: STATE TAX EXEMPTION#003121909-001 AUTHORIZED BY SIGNATURE TITLE Richmond Sanitary District DATE PHONE NUMBER .1,iL7 ri'„4' Il, )0 T k41 • • Minimum Specificatio,; for 1/2 Ton Pickup Truck for Operations -O The Richmond Sanita District wishes to obtain on 1) .42 or r ewex 1/2 Ton site tiixck4for ) ®j ezatl®ns De artanent We will be,t ing _a 0©4 C -cry 50�© 'icl�Truc q For additional Information, call Todd Hobson at(765) 983-7479 or Jeff Lohmoeller at(765)983-7464. These specifications are from a 2020 Ford F150 Super Cab. These specifications are from 2020 Ford F150 Super Cab. The Richmond Sanitary will consider any 1/2 Ton Super Cab truck meeting or exceeding these specifications ()PA.list options: 100337126 Full-Size Pickup Truck 1/2 Ton 2020 or newer Ford F150 Super Cab XL, 6 Cylinder Automatic Transmission 4 Wheel Drive *40/20/40 Vinyl Seats *Black Vinyl Floor Covering Yes No 100253060 Accessory,Full Size Pickup 1/2 Ton Running Board Yes No 100253063 Accessory, Full Size Pickup 1/2 Ton, 5 (6-in) Spotlights, Minimum 75,000 Candlepower Yes No 100253083 Accessory, Full-size Pickup 1/2 Ton,Fog Lamps-XL Yes No 100253089 Accessory,Full-Size Pickup 1/2 Ton Rear Window Defroster -XL Yes No 100253078 Accessory,Full-size Pickup 1/2, 18 Silver Heavy Duty Payload Pkg.-XL Yes No Standard Options: Power Steering: Yes No (2)Front Tow Hooks: Yes No Trailer tow PKG class IV trailer hitch receiver with a 7 &4 straight pin wiring harness,brake control not needed: Yes No AM/FM Stereo: Yes No Power Windows/Locks: Yes No Heated Mirrors: Yes No Heater&Air Conditioning: Yes No Tilt Wheel: Yes No Cruise Control: Yes No Spray-In Bed Liner(Black): Yes No Strobe LED Lights (hide away mount in front grill): Yes No Strobe LED Lights (into rear backups): Yes No Minimum 17"Rims with All Terrain Tires: Yes No Warranty Information Included: Yes No Owner Manual Included: Yes No All Other Standard Options Included: Yes No Truck to be traded in. 2004 Chevy 2500 Pickup truck.VIN: 1G0HK24U34F119031 Mileage: / <I 3 G Itjvi4 A 3 of 'b PROPOSAL SHEET 1/2 Ton Truck Department of Sanitation,Richmond,Indiana Year,Brand and Model Number Price of New 1/2 Ton Truck: $ (1) 2004 Chevy 2500 Pickup Truck Trade-In Value $ Price of Truck after 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 Z-1/Xid41. 'A ido-OM llindianna Local Preference Claim: • Definitions: Affected County—Wayne County or an adjacent county. Local Indiana S:usianess-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. • • • C e Jb • • INDIANA LOCAL PREFERENCE ERENCE CLAIM (Only mill out this Part if claiming to be a Local Indiana I:,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) • O 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. • • OJ2 /11 • POST COD SUBMITTAL Local Indiana, liminess 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 Employees 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. Whea, supplying supporting records, Udder shall redact all Social Security Numbers • • 1E-Veriify Revi rements: 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 anaaaaaaaanaDaaaaaaaaaaannaaaaaaaaaamaaaaaaaanaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa_art COIiIPLJIANCIE WIT t INDIANA IE-VERIFY PROGRAM I EQU IRENJCNTS 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 orpublic 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 9 o 1� (a w.wu pa1.uud) (axriTeu2is) • pZ` Jo Lep sup papa •ate).sp.uataaiels..guzo2axoJ ace.Teta Xxafxad jo LiTeuad ail xaptm rxaA Xgazatf I •xol.oexluoogns e peajuoo n jo tazaj.atp Jo uop.exnp inotf noxt[1.um:Teo-p.m s q ulelu!.vur TIC xoloaxj.uo3 at[S •alex&ozd atj.ur Bu44dEoi i d Si pug paijoxua surf xoloea1.uoogns app.fern.ptre tag pazuom.nnun ue i pex_.uoo xo Aoldura 1S ura&ou4 4.ou saop xo1oaxpuoogns ata imp.xoioaa:puop atn. o1.A ia° off. sxolonaluoogns s,zolonxluoD paxmbax serf xo1oexJuoa at[y •w.e..T2oxcd AuaA nueiptq at[1.tf2no.Lg1.xo1.oaIJuoo at[j.Jo saaiioidtua paa fy.S aau i[e Jo snuels AA.ijtgraija Ixam.arp. por .=pue trr pal-Tama set[.zo1.o-expuoa `L•I-S-zz apop stretpuI o1.1.uen.smd•uape pazuoureun ue sz suxea'icpnanbasgns xo1.oexpoa at[t. uosxad e r[JiM.1oezgroo xo °a cojdtaa ue um.ax 1.ou jfnt[s pue uarye paztxotpnnun ue¶TA&paloe4uoo xo paAoidura Spupwo uU[1.ou ser[xo1.oexmoa at[Z •uai[e panenb xo uaz to sam pa;.iun a st alp xo at[satguaa XOTOVJ ttOI `SOOSO dtaa Sus Aioldura 1ou saop pue pakoidutajjas sz xoaoezj.uop j •uaife pazuotpnwun ue iiojduro Sf$urndot31 you saop xo1. ururop yap.bm fxad Jo so-Retract alp zapun silage ` `xoloex4uoa at[Z uogeolJ..ixaA 1uataESoIdurI Jo auepgy 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. 04 A P IC E' E OUEST , ) CITY OF RICHMOND ANITATION 2380 LIBERTYVENUEPARTMENT ESRICHMOND,INDIANA47374 THIS IS 1- S T AN e RD E11. PHONE(765)983-74500FAX(765)962-2669 VENDOR 1 D O R INSTRUCTIONS �! f� This is a request for a price for the services of materials described below. Any additional specifications may be Wetzel attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. 5500 National Road East Please complete your full name and phone number below with signature; itemize all prices and charges where Richmond, IN 47374 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) Quote Valid Until &ice 5 NAME OF FIRM QU,OTING_:� rce BY: STATE TAX EXEMPTION#003121909-001 77 ,, "a r2, AUTHORIZED BY SIGNATURE C i ' f r ed iJa'r'c-a TITLE Richmond Sanitary District DATE PHONE NUMBER j0(9 Minimum Specification for 1/2 Ton Pickup Truck for Operations The Richmond Sanitary District wishes to obtain one(1)2021 or newer 1/2 Ton site truck for Operations Department. We will be trading in a 2004 Chevy 2500 Pickup Truck.For additional Information, call Todd Hobson at(765) 983-7479 or Jeff Lohmoeller at(765) 983-7464. These specifications are from a 2020 Ford F150 Super Cab. These specifications are from 2020 Ford F150 Super Cab. The Richmond Sanitary will consider any 1/2 Ton Super Cab truck meeting or exceeding these specifications (SPA list options: 100337126 Full-Size Pickup Truck'A Ton 2020 or newer Ford F150 Super Cab XL, 6 Cylinder Automatic Transmission 4 Wheel Drive *40/20/40 Vinyl Seats ° *Black Vinyl Floor Covering Yes _a No 100253060 Accessory,Full Size Pickup 1/2 Ton Running Board Yes No 100253063 Accessory,Full Size Pickup 1/2 Ton, 5 (6-in)Spotlights, , Minimum 75,000 Candlepower Yes No 100253083 Accessory,Full-size Pickup 1/2 Ton,Fog Lamps—XL Yes 4 No 100253089 Accessory,Full-Size Pickup 1/2 Ton Rear Window Defroster -XL Yes No 100253078 Accessory,Full-size Pickup 1/2, 18 Silver Heavy Duty Payload Pkg.—XL Yes } No Standard Options: Power Steering: Yes VNo (2)Front Tow Hooks: Yes ,� No Trailer tow PKG class IV trailer hitch receiver with a 7 &4 straight pin wiring harness,brake control not needed: Yes No AM/FM Stereo: Yes No Power Windows/Locks: Yes ,, No •' Heated Mirrors: Yes � No V Heater&Air Conditioning: Yes /. No t g er 3 76 4 Tilt Wheel: Yes No Cruise Control: Yes r No Spray-In Bed Liner(Black): Yes No Strobe LED Lights (hide away mount in front grill): Yes / No Strobe LED Lights (into rear backups): Yes / No • r Minimum 17"Rims with All Terrain Tires: Yes / No Warranty Tnfonuation Included: Yes.//'No Owner Manual Included: Yes' No All Other Standard Options Included: Yes ,. No Truckto be traded in. 1.4 Chevy 2500 Pickup truck.VIN: 1G0I]K24U34F119031 Mileage: 2,0 n rt 3 3 of9 PROPOSAL SHEET 1/2 Ton Truck Department of Sanitation,Richmond,Indiana Year,Brand and Model Number r ( el �- 2z 1.2 42-4:6 Price of New 1/2 Ton Truck: $ '" ' ` . (1) 2004 Chevy 2500 Pickup Truck Trade-In Value $ . O Price of Truck after Trade-In 10 itK . 'f Price Firm for How Long: ez Delivery estimate: tdee Include Warranties Yes No E-Verify: Yes /No Indiana Local Preference Yes 7 No Iran Investment Activities Yes 7No 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 r.2)t, of 1 rib ci 0,500 7,7 ic-- -96,47 Contact Person(print) Phone number ) / 7 j Company name