HomeMy Public PortalAbout126-2021 - Street - Wright Implement 1 - New Mower O1GINAL
PURCHASE AGREEMENT
THIS PURCHASE AGREEMENT made and entered into this / WIday of iCf , 2021,
by and between the City of Richmond, Indiana, a municipal corporation acting by and through its
Board of Public Works and Safety (hereinafter referred to as the "City") and Wright Implement 1,
LLC, 3225 Carter Road, Owensboro,Kentucky, 42301 (hereinafter referred to as the"Contractor").
SECTION I. STA I bMENT AND SUBJECT OF AGREEMENT
City hereby retains Contractor to furnish one (1) Tiger Boom Mower with 611M John Deer Tractor
(hereinafter referred to as"Vehicle"or"Equipment") for the City of Richmond Street Department.
Requests for Quotes were made August 23, 2021. Responses to said request are on file in the office
of the Richmond Street Department and Richmond Purchasing Department, and are hereby
incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the
same.
The response of Contractor received September 9, 2021, is attached hereto as "Exhibit A", which
Exhibit consists of five (5) pages, and is hereby incorporated by reference and made a part of this
Agreement. Contractor agrees to comply with all terms and conditions contained in "Exhibit A."
Delivery of any Vehicle that does not meet all specifications listed on"Exhibit A"will be considered
a breach of this Agreement.
Contractor shall not modify or alter any standard warranty from the manufacturer of the above
described Vehicle. Nothing contained herein shall prevent Contractor from providing any additional
or supplemental warranty in addition to that provided by the Manufacturer. Further, Contractor shall
provide City with copies of its warranty upon receiving a written or verbal request to receive such
warranty.
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the
provisions,terms, or conditions of this Agreement,this Agreement shall be controlling.
The Contractor shall furnish all labor material, equipment, and services necessary for and incidental
to the proper completion of this Purchase Agreement.
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
2. A purchase order has been issued by the Purchasing Department.
Contract No. 126-2021
Page 1 of 6
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
completion of this Purchase Agreement.
SECTION III. COMPENSATION
City shall pay Contractor the quote amount described on "Exhibit A" for the Vehicle, provided that
Contractor's total compensation shall not exceed One Hundred Fifty-eight Thousand Five Hundred
Forty-nine Dollars and Sixty Cents ($158,549.60) for purchase of the Vehicle pursuant to this
Agreement.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect until
•delivery and acceptance of the Vehicle.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part,
for cause, at any time by giving at least five (5) working days written notice specifying the effective
date and 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 and proper manner its
obligations under this Agreement;
b. submission by the Contractor to the City of reports that are incorrect or incomplete 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.
In the event of such termination, the City shall be required to make payment for all work performed
prior to the effective date by Contractor,but shall be relieved of any other responsibility herein.
This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by
setting forth the reasons for such termination, the effective date, and in the case of partial
termination,the portion to be terminated.
This Agreement may also be terminated by the City if a force-majeure event occurs and the results or
aftereffects of said event causes the performance of this Agreement to become impossible or highly
impracticable. Said event or results or aftereffects of said event would include events or effects
Page 2 of 6
which the parties to this Agreement could not have anticipated or controlled. Examples of a force-
majeure event, or its results, would include, but would not be limited to, events such as an Act of
God, an Act of Nature, an Act of Law, or an Emergency Act of Executive Enforcement of the
Federal government,the State of Indiana, or local government.
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
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
$2,000,000 each 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
Page 3 of 6
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. 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.
SECTION VIII. 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 monies 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.
Page 4 of 6
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 IX. 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 for negligence which may arise in the course of Contractor's
performance of its obligations pursuant to this Agreement.
SECTION X. 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. It shall be
controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It
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.
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 suit arising
under this Contract, if any, 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.
Any person executing this Contract in a representative capacity hereby warrants that he 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 due to the enforcement of this
Agreement,including but not limited to City's reasonable attorney's fees,whether or not suit is filed.
[Signature Page to Follow.]
Page 5 of 6
In the event that an ambiguity or 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 RICHMOND, WRIGHT IMPLEMENT 1,LLC
INDIANA BY AND THROUGH ITS BOARD 3225 Carter Road
OF PUBLIC WORKS AND SAFETY Owensboro,Kentucky, 42301
By: k tkr Lv By:
Vicki Robinson,President
By: • Printed: D4iraic/4am v"-c
mily P1lmer,Member (�/}
By: �� Title: Qo„t,.„ i.,,,, f �cls f
Matt Evans,Member
APPROVED: ( ate: /g/2
David M. Snow, rt.
Date: l0 4/2024
Page 6 of 6
BID, OFFER OR PROPOSAL FOR SALE OR LEASE OF MATERIALS
(Please type or print)
Date: V-7a123e-1
• 1. Governmental Unit: .tcX,w,r., ;""�',
• 2. County: 1rJonv,``; • •
3. Bidder(Firm): •
``,,;�
• . Address: -%o G'.r\u •
City/State: 0 w4-44 .�.)`fit;
4. Telephone Number: TA-0-1•
•5. Agent of Bidder(if applicable): • .
•
Pursuant to notices given, the undersigned offers bid(s)to
(Governmental Unit)in accordance with the following attachment(s)which specify the class or item number or
description, quantity, unit, unit price and total amount.
•
The contract will be awarded•by classes or items,in accordance with specifications.Any changes or altera-
tions in the items specified will render such bid void as to that class or item.Bidder promises that he has not
offered nor received a less price than the price stated in his bid for the materials included in said bid.Bidder fur-
ther agrees that he will not withdraw his bid from the office In which it is filed.A certified check or bond shall
be filed with each bid if required,and liability for breach shall be enforceable upon the contract,the bond o cer-
tified check or both as the case may be.
•
Signature of Bidder or Agent
• BID OFFER OR PROPOSAL
•
Attach separate sheet listing each item bid based on specifications published by governing body.Following
is an example of the bid format:
•
Class or item Quantity Unit Description Unit Price - Amount
(�ai'ha ru�ONc,r I ' I v r I I►,�. �I I%1BSS514,C Co S15Ybb 5 kck.6 0
NON-COLLUSION AFFIDAVIT •
'STATE OF INDIANA
ss: •
COUNTY
•
The undersigned bidder or agent,being duly sworn on oath,says that he has not,nor has any other member,
representative,or agent of the firm,company,corporation or partnership represented by him,entered into any
combination,collusion or agreement with any person relative to the price to be bid by anyone at such letting nor
to prevent any person from bidding nor to induce anyone to refrain from bidding,and that this bid is made without
reference to any other bid and without any agreement, understanding or combination with any other person in
reference to such bidding.
He further says that no person or persons,firms,or corporation has,have or will receive directly or indirect-
ly, any rebate,fee,gift,commission or thing of value on account of such sale. .
Amber Coleman • w � \"�
Notary Public_State of Kentucky
State at Large . Signature of Bid or A 7
Nbtary ID#68746.81 and sworn to kefore me this day of
Commission extslr $:11122L "I -kO2 �(/ '
Notary"Public
County of Residence: D9IIi
ACCEPTANCE
There now being sufficient unobligated appropriated funds available, the contracting authority of
(Governmental Unit) hereby accepts the terms of the attached bid for
classes or items numbered and promises : .ay t -undersigned bidder upon delivery
the price quoted for the materials stipulated in said bid. 0*
Contracting Authority Members: G� te:
�H■If'.r n -a Ar- 1 Arm r't• •
JOHN DEERE Purchase Order for PO Revision# Original
John Deere Equipment (U.S. Only)
PURCHASER'S NAME-First Signer(First,Middle Initial,Last) DATE OF ORDER COMPANY UNIT DEALER ACCOUNT NO.
CITY OF RICHMOND RICHMOND STREET DIVISION Sep 22,2021 03 031567
(SECOND LINE OF OWNER NAME) DEALER ORDER NO.
03059774
STREET OR RR SOC.SEC. IRS NO. EIN.NO.
700 RICHMOND AVE
TOWN STATE ZIP CODE TRANSACTION TYPE PURCHASER SALES TAX EXEMPT
RICHMOND IN 47374 Cash Sale
COUNTY PURCHASER ACCT. PHONE NO. SELLERS NAME&ADDRESS
Wayne 765-983-7225 Wright Implement 1,LLC
REWARDS# 3225 Carter Road,Exit 12 off the Bypass
Owensboro,KY 42301
E-MAIL ADDRESS 270-683-3606
I (We), the undersigned, hereby order from Dealer the Equipment described below, to be
PURCHASER'S NAME-Second Signer delivered as shown below.This order is subject to Dealer's ability to obtain such Equipment
from the manufacturer and Dealer shall be under no liability if delivery of the Equipment is
STREET OR RR delayed or prevented due to labor disturbances,transportation difficulties,or for any reason
beyond Dealer's control.The price shown below is subject to Dealer's receipt of the Equipment
prior to any change in price by the manufacturer. It is also subject to any new or increased
TOWN STATE ZIP CODE taxes imposed upon the sale of the Equipment after the date of this order.
REWARDS#
Use County Use State/Province
WAYNE IN
DELIVERED
D N U Hours PRODUCT CASH PRICE
EMANET S
E Equipment&Value Added Service of IDENTIFICATION (Or Total Lease
QTY w o L D (Give Model,Size&Description) Use NUMBER Payments)
1 x JOHN DEERE 6110M Cab Tractor Stock#186867 0 $95,080 00
1 x Tiger 22'Bengal 0 $63,469 60_
I(We)offer to sell,transfer,and convey the following item(s)at or prior to the time of delivery of the
above Equipment,as a"trade-in"to be applied against the cash price.Such item(s)shall be free and
clear of all security agreements,liens,and encumbrances at the time of transfer to you.The following
is a description and the price to be allowed for each item. TOTAL CASH PRICE $158,549 60
Hours PRODUCT
QTY DESCRIPTION OF TRADE-IN of Use IDENTIFICATION NUMBER AMOUNT
TOTAL TRADE-IN ALLOWANCE $0 00
PURCHASER TYPE MARKET USE 1.TOTAL CASH-PRICE $158,549 60
1 Commercial 17 General Utility 2.TOTAL TRADE-IN ALLOWANCE $0 00
COMMENTS: 3.TOTAL TRADE-IN PAY-OFF $0 00
4.BALANCE $158,549 60
5.UCC/ORIGINATION FEE $0 00
6.PHYSICAL DAMAGE INSURANCE. $0 00
7.DELIVERY $0 00
11.EST.SERVICE AGREEMENT $0 00
TAXES
12.SUB-TOTAL $158,549 60
13.CASH WITH ORDER $0 00
14.RENTAL APPLIED $0 00
15.CASH DISCOUNT $0 00
16.BALANCE DUE $158,549 60
IMPORTANT WARRANTY NOTICE:The John Deere warranty applicable to new John Deere Equipment is printed and included with this document.There is no
warranty on used equipment.The new equipment warranty is part of this contract.Please read it carefully.YOUR RIGHTS AND REMEDIES PERTAINING TO
THIS PURCHASE ARE LIMITED AS SET FORTH IN THE WARRANTY AND THIS CONTRACT. IMPLIED WARRANTIES OF MERCHANTABILITY AND
FITNESS ARE NOT MADE AND ARE EXCLUDED UNLESS SPECIFICALLY PROVIDED IN THE JOHN DEERE WARRANTY.
Telematics: Orders of telematic devices include only the hardware. Where available,telematics software,including JDLinkTM connectivity service,may he
enabled from your local John Deere Operations Center or JDLink website. Please see your authorized John Deere dealer for assistance.
DISCLOSURE OF REGULATION APPLICABILITY:When operated in California,any off-road diesel vehicle may be subject to the California Air Resources
Board.In-Use Off-Road Diesel Vehicle Regulation.It therefore could be subject to retrofit or accelerated turnover requirements to reduce emissions of air
pollutants.
ACKNOWLEDGEMENTS-I(We)promise to pay the Balance Due(linel6)shown above in cash,or to execute a Time Sale Agreement(Retail InstallmentContract),
or a Loan Agreement,for the purchase price of the Equipment,plus additional charges shown thereon or execute a Lease Agreement,on or before delivery of the
Equipment ordered herein.Despite physical delivery of the Equipment,title shall remain in the seller until one of the foregoing is accomplished.
USE OF INFORMATION/PRIVACY NOTICE I understand that Deere&Company and its affiliates("John Deere")and Dealer collect information,including my
personal information and machine data to provide warranty, customer service, product and customer support, marketing and promotional information about
Dealer,John Deere and their equipment,products and services and to support other business processes and purposes.See the John Deere Privacy Statement
(https:liwww.deere.comlen/privacy-and-datalprivacy-statements/)for additional information on the types of personal information and machine data John
Deere collects,how it is collected,used and disclosed.See Dealer directly for information about its privacy policy.
)EXHIBIT P PAGE 2 OF '
2 In
WS JOHN DEERE Purchase Order for PO Revision# Original
John Deere Equipment (U.S. Only)
Quote ID: 25106677 Purchaser Name: CITY OF RICH N ICHMOND STREET DI'
Purchaser's Accepted
Signature BY Q ��
Purchasers (�@+ Date Saps_ rson MONTGOMERY,DAKOTA
Signature Accepted
Delivery Acknowledgement �\
Deliv= -
Warranty Begins: Signature Date
•
•
N CO Ln CO c0 d7 N co c0 O O (V co .4. tf) Cfl r-- c0 O ( N M t1) CON 8 r-- f� h- ti COCOc0 COc0 COc0 COCOc0 COc0 COc0 COc0 CO O O O O O O O 6') O O O O O O O O O O
T r r
PAGELFEXHIBITE 3 F _
JOHN DEERE Iligg'ir .
l„plemegt
Quote Id: 25106677
Prepared For:
CITY OF RICHMOND RICHMOND STREET DIVISION
1111.
0 DA101 f '
P Power
O
°10 Equipment
Neat
y , i ! rI
r . ,J,timp.cam
Prepared By: Dakota Montgomery
Wright Implement 1, LLC
3225 Carter Road
Exit 12 Off The Bypass
Owensboro, KY 42301
Tel: 270-683-3606
Fax: 270-683-0036
Email: dakotamontgomery@wrightimp.com
4wcr'
6:-rpt 6:4c) ci,g ki.?
fe,u1c- GatittetildAltrs
�vw.c.
or
ro
Date: 23 August 2021 Offer Expires: 05 September 2021
Confidential
EXHIBIT` p PAGE Li OF r
re
Jo -IN DEERE 1��"
0,,,pleget
Quote Id: 25106677
23 August 2021
CITY OF RICHMOND RICHMOND STREET DIVISION
700 RICHMOND AVE
RICHMOND, IN 47374
Wright Implement would like to thank you for giving us the opportunity to serve you.
We look forward to providing you the best possible service available from our
knowledgeable sales staff, to our fully stocked parts department, as well as our
factory trained service department. Thank you for your interest and we_look forward to
serving you in the future.
Dakota Montgomery
270-683-3606
Wright Implement 1, LLC
•
Nonfidential
1EXHIBR PAGE, " OE