HomeMy Public PortalAbout086-2021 - Wetzel Ford - super cab truck ORIGINAL
AGREEMENT
THIS AGREEMENT made and entered into this a day of , , 2021, and
referred to as Contract No. 86-2021 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
Silverado Truck with Utility Bed. 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 f29886"0 -which price reflects a crediro; 100:O for the
above-described trade-in, in consideration for the Vehicle specifically described within the
Exhibits attached hereto,inclusive of delivery.
1 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 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
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 ACTIVITIES
3 I 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 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" "CONTRACTOR"
The City of Rich ond,Indiana,by and through
its Board of S itary,Commissioners 16,-17e o
By: li'c et- �Wit4/ 'n.
ue Mille ' - •
(Printed): s0- aDi( --"R D 6 I.,Joa A-)
5 I Page
A an Bakshi,Vice President Title: e Avnele-r--
Dated:
eg e s,Member
Dated: 6) -al, a- -sg--
APPROVED:
ITh
e Snow,
Dated:
6 Page
PRICE REQUEST
04 x y�r
ti O
u o
ualj ,nl, u(
)
II
�JLT IA
`L OF RCJL1 MOND
DEPARTMENTITATIN
AWNU ZISA BMOC°TNDIANA47374 THIS IS NOT AN ORDER
PHONE(765)983-7450.1AX(765)962-2669
VEN DO INSTRUCTIONS
9 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 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 )�
Quote Valid Until
NAME OF FIRM QUOTING:
BY:
STATE TAX EXEMPTION#003121909-001
AUTHORIZED BY SIGNATURE
TITLE
Richmond Sanitary District DATE PHONE NUMBER
.1)1 I. is I 9h
•
Minimum Specification for 1/2 Ton Pickup Truck for Sewer Maintenance Department
The Richmond Sanitary District wishes to obt ' ne 14 2021 of newer 0 2Ton-rsi n—CY-foi+
iS;eweiIa r ice Dent. We will be .a19"6® or ;,2I5'4PAT Truck/. or
additloiial hifori fation, call Jason Berry at(765) 983=7463 or eff Lohmoeller at(765)983-7464._
These specifications are from a 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
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 Silverado/Utility Bed. VIN: 1GBJK33UX4F157055
Mileage: /5—br /4 G
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 Silverado/Utility Bed 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
hidiana 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.
•
•
I NDIANA LOCAL PREFERENCE ENCE CLAM
(Only Ell out this Part i f claiming to be a Local Indiana It usineas)
•
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) •
❑ 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 COD SUBMITTAL
Local Indiana i:.usMaess 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-I5-20.9,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. When supplying supporting records, i:>idder shall redact all Social Security
Numbers
b
•
]E-Verify Requirements:
Definitions:
E-Verify Program—A electronic verification of work authorization program of the Illegal
Tmmigration 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.
11El G7Hi/Ti)Ti ati nn Ti LI O[7j]fl'13 Ti a U Tl ki rt Li a guru I�7+0'IT17fl'�'3 Ti�Ti 13 jIITi 1713 Ti;a 131131 tt�11 T!REQUIREMENTS
[j3�U Ti G L�67'�Ui'�'E1�G'�U U Ti U U H 9 Ti Ti a 29999 Ti B @ A Ti PAP
COMPLIANCE CE WIT i:1 END I.A1VA J -W ERI 1L P��•°GJl�i1�LM 1 EQ iLl�.l@IL'/l9'JLE TS
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 fox actual damages.
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)
k t-b C &" Ao
•
IRAN INVEST 'DENT 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.
PRIC? RELJEST
4 A
�,D
jL
CITY OF R LCEIIVIOND �[�{ /� yy
ANITATION
DEPARTMENT
3 0 LIBERTYAVVENUESRICHMOND,INDIANA 47374 J[LUL S IS N is T 1�.N I�'Ri9 E R
PHONE(765)983-7450oFAX(765)962-2669
INSTRUCTIONS
VENDOR
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) 3
Quote Valid Until DO v4
•
NAME OF FIRM QUOTING:
BY:
�
STATE TAX EXEMPTION#003121909-001 o 4-8, f/�'� <4.4' 63'71'
AUTHORIZED BY SIGNATURE
I
TITLE
Richmond Sanitary District DATE PHONE NUMBER
,
Minimum Specification for 1/2 Ton Pickup Truck for Sewer Maintenance Department
The Richmond Sanitary District wishes to obtain one (1)2021 or newer 1/2 Ton site truck for
Sewer Maintenance Department.We will be trading in a 2009 Ford F250 Pickup Truck. For
additional Infotzuation, call Jason Berry at(765) 983-7463 or JeffLohmoeller at(765) 983-7464._
These specifications are from a 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%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 1' No
100253060 Accessory,Full Size Pickup 1/2 Ton Running Board Yes 17-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 Ye No I"-
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 V No
AM/FM Stereo: Yes 1/' No
Power Windows/Locks: Yes eir No
•
Heated Mirrors: Yes / No
Heater&Air Conditioning: Yes No
Tilt Wheel: Yes 1/ No
•
Cruise Control: Yes AC.No
Spray-In Bed Liner(Black): Yes _ No
Minimum 17"Rims with All Terrain Tires: Yes 1/No
Warranty Tnformation Included: Yes / No
Owner Manual Included: Yes /7 No
All Other Standard Options Included: Yes (7No
Truck to be traded in.
2004 Chevy Silverado/Utility Bed.VIN: 1GBJK33UX4F157055
Mileage: /lib 1415
PROPOSAL SHEET
1/2 Ton Track
Department of Sanitation,Richmond,Indiana
Year,Brand and Model Number �� � c '"� St-
Price of New 1/2 Ton Truck: $ �l
jgP
1 004 C evy Silverado/Utility Bed Truck
alue $
Price of Truck after Trade-In ) . .
Price Firm for How Long:
Delivery estimate: / t`- 51,-;
Include Warranties Yes t VNo •
�
• -161-700101 ,
E-Verify: Yes /No
Indiana Local Preference Yes V 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
Lig) f= ? . iTter
Company name