Loading...
HomeMy Public PortalAbout142-2021 - Wetzel Ford - 2 crew cab trucks AGREEMENT THIS AGREEMENT made and entered into this -! day of Dee.- I , 2021, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners(referred to as the"City"),and Wetzel Ford,4500 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 two(2)2022 Ford 4X4 F150 Crew Cab Trucks,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 1999 Chevrolet Express Cargo Van and 2006 Ford Explorer XLT. 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, but not more than twenty-two(22)following the execution of this 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/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 Ninety-Six Thousand and Three Dollars and 00/100 ($96,003.00),which price reflects a credit for the above-described trade-in,in consideration for the vehicles specifically described within the Exhibits attached hereto,inclusive of delivery. Contract No. 142-2021 _._ ----_ - 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,but not more than the timeframe set forth in Section I, above. 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 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 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. 5 I Page "CITY" "CONTRACTOR" The City of Richmond,Indiana, by and Wetzel Ford through its Board of Sanitary Commis hers By: ''.. Ac, ,8ue i1ler,President � (Printed): IJ s a �1/ to- �so,J Dated: / °/c.)- F74 Title: 7 l-e c / 5 a (-e,s /1 6, Aman Bakshi,Vice President Dated: 7 2 —c7—2 Dated: (`-'l i °2-f ein Member Dated: ' - '/ APPROVED: avi . Snow, Dated: f Q y/ vr 6 I Page PRICE REQUEST Ih, A. CITY OF RICIEBIOND DEPARTMENT ESANITATION 23LBBER VENUoRICHMOND,,INDIANA47374 THIS IS NOT AN ORDER PHONE(765)983-7450oFAX(765)962-2669 VENDOR wl 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: September 29,2021 9sg0 A.M.on Octoberr12,2021 -- 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 NAME OF FIRM QUOTING: BY: STATE TAX EXEMPTION#003121909-001 AUTHORIZED BY SIGNATURE TITLE Richmond Sanitary District DATE PHONE NUMBER EXHIBIT'A'-Page 1 of 13 RSD Truck'A' Minimum Specifications for Full Size,'/z Ton,Crew Cab Pickup Truck The Richmond Sanitary District wishes to obtain one(1)2022 or newer,New,Full Size,% Ton, Crew Cab Pick-up truck. The following are minimum specifications for the vehicle: ▪ Four Wheel Drive ▪ Full Size 4-Door Crew Cab(e.g.Ford Sup erCrew) O 5.5 feet bed length ▪ V-6 Engine o Extended Range Fuel Tank • Anti-Lock Brakes Automatic Transmission w/Overdrive • Tilt Steering Wheel • Cruise Control o Power Steering ▪ Power Door Locks and Windows u Back-up/Reversing sensing system with rear camera ▪ Pre-Collision Assist with Automatic Emergency Bralcing • Blind Spot Elimination System w/Cross Traffic Alert ▪ Lane-l(eeping System ■ Daytime Running Lamps • 40/console/40 front seats ▪ 110V,400 W Outlet(Minimum 1 interior) u Interior Work Surface(fold out center console as seen on Ford F150) ▪ Factory Heater.and Air Conditioning ■ Factory Keyless Entry w/remote start(Same,single factory key fob to be used for locks, remote start and keyed start) u AM/FM Radio with Bluetooth with hands free phone calls and control,and Auxiliary Input. Compatible with Apple CarPlay and Android Auto.(Ford's Sync 4 with Enhanced Voice Recognition or equal) • Rear Window Defroster a Heated Power Adjust Side Mirrors ■ Fog Lights o Skid Plate ▪ Carpet Covered Flooring • Cloth Seats(Charcoal or Medium Dark Slate) o Fold flat rear seats with room for under seat storage(as seen on Ford F 150) • DU-HA Underseat Storage Organizer for under rear seat;Color:Match truck interior ■ 2-inch Class IV Hitch Receiver with wiring harness • Front Tow Hooks a All-Terrain Tires • Aluminum Wheels o Metallic Bumpers • Platform Style Running Boards,full length,Color:Black or Stainless • Exterior Color:White o Interior Color: Charcoal/Medium Dark Slate • Weather-Tech(tray style full coverage)Floor Mats(Mats for 1"and 2nd Row Seating, color:black) • Weather Guard Model 121-0-03 Saddle Box,Aluminum,Full Low Profile, 10.2 Cu.Ft. Toolbox,installed(no-drill mounting only). Color: Clear,Aluminum. Installation shall EXHIBIT'A'-Page 2 of 13 III include all parts and materials as required for different bed materials(Alum,etc.)per the manufacturer's,recommendations. • LED Strobe Lights o Light Color:White o Interior Switch(s)w/Indicator Light o Final Switch location and lighting plan to be approved by owner prior to any materials being ordered or work being done o Light locations shall be as follows: • Built into front headlight assemblies Built into.fog lamps • Built into backup light within taillight assembly • Hideaway lights placed in-between tailgate and rear bumper(2 total) • Built into white part of high brake/cargo light assembly ▪ Hideaway lights placed on running board mounting brackets(2 each side)(Separate Switch for these is required) • All other standard options included MANDATORY ALTERNATE:This option shall include a 6.5 ft bed length instead of a 5.5 ft bed length. Price(add/deduct)to be included on bid sheet where indicated. Multiple vehicle builds/bids may be submitted including different engine and/or other options. Prior to award,RSD reserves the right to inspect proposed model to assure function and/or reject any or all quotes. Warranty information and full specification of quoted vehicle shall be provided with quote. You must provide a build sheet showing all options you are quoting along with a description of each option.If one of the above minimum specifications is not available with your vehicle, please not that in writing on your quote. Please supply applicable E-veiify and Indiana Local Preference forms at time of quote. EXHIBIT'A'-Page 3 of 13 Quote RSD Truck'A' Full Size,1/Ton,Crew Cab Pickup Truck Richmond Sanitary District Year/Make/Model: Dealership Submitting Quote: Price Finn for How Long: Estimated Delivery Time: In addition to the above New Vehicle,the Richmond Sanitary District would like to obtain a trade-in allowance(to be deducted from the sale price of the above new vehicle)for the following used vehicle(s): Vehicle#1 Vehicle#2 1999 Chevrolet Express Cargo Van 2006 Ford Explorer XLT 47,081 approximate miles 136,000 approximate miles VIN#1GCHG39R1X1044191 VIN# 1FMEU73E46UB34016 This vehicle(s)will be available for pick-up upon delivery of new vehicle. You may view the above trade-in vehicle(s)at the Richmond Sanitary District at 2380 Liberty Ave.during regular business hours(8:00am to 4:00pm)by appointment only. Please call or email Elijah Welch at 765-983-7483 or ewelch@richmondindiana.gov to schedule an appointment. *g.,<*g+*gcyc3:*vc********* ****$<*****ek************>:************x************* Total Price of New Vehicle w/Equipment:$ Vehicle#1 Trade-In Allowance: $ • Vehicle#2 Trade-In Allowance: $ Total Price after Trade-In(s): $ Mandatory Alternate.No.1(Add/Deduct):$ Prices to include all shipping,handling,delivery,pick-up and set-up charges. Vehicle shall be delivered to the Richmond Sanitary District WWTP at 2380 Liberty Ave.Richmond,IN 47374. Is Indiana Local Preference being submitted? Yes No All questions shall be directed to Elijah Welch at 765-983-7483 or ewelch@richmondindiana.gov. Authorized Signature Date Contact Person(Printed) Phone Number Dealership EXHIBIT'A'-Page 4 of 13 RSD Truck`B' .Minimum Specifications for Full Size,IA Ton,Crew Cab Pickup Truck The Richmond Sanitary District wishes to obtain one(1)2022 or newer,New,Full Size, 'A Ton, Crew Cab Pick-up truck. The following are minimum specifications for the vehicle: Four Wheel Drive • Full Size 4--Door Crew Cab(e.g.Ford SuperCrew) ▪ 5.5 feet bed length • V-6 Engine • Anti-Lock Brakes u Automatic Transmission w/Overdrive • Tilt Steering Wheel • Cruise Control • Power Steering • Power Door Locks and Windows u Back-up/Reversing sensing system with rear camera • Pre-Collision Assist with Automatic Emergency Braking Blind Spot Elimination System w/Cross Traffic Alert ■ Lane-Keeping System u Daytime Running Lamps • 40/console/40 front seats in 110V,400 W Outlet(Minimum 1 interior) • Interior Work Surface(fold out center console as seen on Ford F150) A Factory Heater and-Air Conditioning • Factory Keyless Entry w/remote start(Same,single factory key fob to be used for locks, remote start and keyed start) 13 AM/FM Radio with Bluetooth with hands free phone calls and control,and Auxiliary Input. Compatible with Apple CarPlay and Android Auto.(Ford's Sync 4 with Enhanced Voice Recognition or equal) Rear Window Defroster a Heated Power Adjust Side Mirrors Fog Lights • Skid Plate • Carpet Covered Flooring Cloth Seats(Charcoal or Medium Dark Slate) • Fold flat rear seats with room for under seat storage(as seen on Ford F 150) DU-HA Underseat Storage Organizer for under rear seat;Color:Match truck interior • 2-inch Class IV Hitch Receiver with wiring harness Front Tow Hooks. • All-Terrain Tires Aluminum Wheels • Metallic Bumpers • Platform_Style Running Boards,full length,Color:Black or Stainless • Exterior Color:White • Interior Color: Charcoal/Medium Dark Slate • Weather-Tech(tray style full coverage)Floor Mats(Mats for 1"and 2"d Row Seating, color:black) • Weather Guard Model 117-0-02 Saddle Box,Aluminum,Full Extra Wide,15.3 Cu.Ft. Toolbox,installed(no-drill mounting only). Color: Clear,Aluminum. Extra tray with dividers,for a total of two,shall be included(Weather Guard Part#617). Installation • EXHIBIT'A'-Page 5 of 13 shall include all parts and materials as required for different bed materials(Alum,etc.) per the manufacturer's recommendations. • LED Strobe Lights o Light Color:White o Single Interior Switch w/Indicator Light o Final Switch location and lighting plan to be approved by owner prior to any materials being ordered or work being done o Light locations shall be as follows: • Built into front headlight assemblies • Built into fog lamps LI Built into backup light within taillight assembly • Hideaway lights placed in-between tailgate and rear bumper(2 total) • Built into white part of high brake/cargo light assembly El Hideaway lights placed on running board mounting brackets(2 each side)(Separate Switch for these is required) • Ail other standard options included MANDATORY ALTERNATE:This option shall include a 6.5 ft bed length instead of a 5.5 ft bed length. Price(add/deduct)to be included on bid sheet where indicated. Multiple vehicle builds/bids may be submitted including different engine and/or other options. Prior to award,RSD reserves the right to inspect proposed model to assure function and/or reject any or all quotes. Warranty information and full specification of quoted vehicle shall be provided with quote. You must provide a build sheet showing all options you are quoting along with a description of each option. If one of the above minimum specifications is not available with your vehicle, please not that in writing on your quote. Please supply applicable E-verify and Indiana Local Preference forms at time of quote. EXHIBIT'A'-Page 6 of 13 Quote RSD Truck`B' Full Size,V2 Ton,Crew Cab Pickup Truck Richmond Sanitary District Year/Make/Model: Dealership Submitting Quote: Price Firm for How Long: Estimated Delivery Time: In addition to the above New Vehicle,the Richmond Sanitary District would like to obtain a trade-in allowance(to be deducted from the sale price of the above new vehicle)for the following used vehicle(s): Vehicle#1 2011 Ford Fusion 115,000 approximate miles VIN#3FAHP0GA98R239651 This vehicle(s)will be available for pick-up upon delivery of new vehicle. You may view the above trade-in vehicle(s)at the Richmond Sanitary District at 2380 Liberty Ave.during regular business hours(8:00am to 4:00pm)by appointment only. Please call or email Elijah Welch at 765-983-7483 or ewelch@richmondindiana.gov to schedule an appointment. Total Price of New Vehicle w/Equipment: $ Vehicle#1 Trade-In Allowance: $ Total Price after Trade-In(s): $ Mandatory Alternate No.1(Add/Deduct):$ ************ :************** :*********:*************************** :* **** Prices to include all shipping,handling,delivery,pick-up and set-up charges. Vehicle shall be delivered to the Richmond Sanitary District WWTP at 2380 Liberty Ave.Richmond,IN 47374. Is Indiana Local Preference being submitted? Yes No All questions shall be directed to Elijah Welch at 765-983-7483 or ewelch@richmondindiana.gov. Authorized Signature Date Contact Person(Printed) Phone Number Dealership EXHIBIT'A'-Page 7 of 13 II 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 light 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. • EXHIBIT'A'-Page 8 of 13 • INDIANA LOCAL PREFERENCE ERL+NCE CLAIM (Only fill out this Part if claiming to be a Local Indiana usiness) Pursuant to Indiana Code 5-22-15-20.9, • (Name of Business) CIaims 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. • EXHIBIT'A'-Page 9 of 13 POST 1ID SUBMITTAL Local Indiana Business Preference Pursuant to the City of Richmond Bidding and Contract Requirements,this application for the local Indiana business,pursuant to Indiana Code section 5-22-15-20.9,is hereby submitted for the Project listed below by Bidder/Applicant(hereinafter Bidder). (Use additional sheets if necessary.) Date Bid Submitted: Project 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 F,mployees 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, ,kidder shall redact all Social Security Numbers EXHIBIT'A'-Page 10 of 13 Ili • • lE-Verify fy 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 hi 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 a a a a a a a a a a a a n a a a a a a a p a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a n n a a a a a a a a a a a v1tl COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22.5.1,7,Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of the Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7(a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedythe 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. EXHIBIT'A'-Page 11.of 13 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) • EXHIBIT'A'-Page 12 of 13 • 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 fRils 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. EXHIBIT'A'-Page 13 of 13 ,x rG PJI c RBQ ! .SST O. y O 4''II R IIII A , A CITY OF RICHMONJ) DEPARThIENT OF SANITATION 2380 LIBERTY AV NUUEoRICHMOND,INDIANA47374 THIS 1LILS IS NOT OT Al l 01\DER PHONE(765)983-7450oFAX(765)962-2669 VENDOVENDOR INSTRUCTIONS R ft 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. 4500 E. National Road 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 ATTN• Brad Robinson 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: September29,2021 9:00 A.M.org October 12,2021 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 Sr) r.Qry, NAME OF FIRM QUOTING: Wt`'/ 70r(/1 BY:: / STATE TAX EXEMPTION 003121909-001 GGllo� AUTHORIZED BY SIGNATURE / TITLE ,1t1-/T f 'zitC- Richmond Sanitary District DATE PHONE NUMBER EXHIBIT'B'-Page 1 of 15 1I Quote RSD Truck'A' Full Size,'4 Ton,Crew Cab Pickup Truck Richmond Sanitary District Year/Make/Model: ret re&) iJey Dealership Submitting Quote: Ulf e.fy ( Fr,raj Price Firm for How Long: '� Estimated Delivery Time: :2,> —.2 2 Pate(�6 In addition to the above New Vehicle,the Richmond Sanitary District would like to obtain a trade-in allowance(to be deducted from the sale price of the above new vehicle)for the following used vehicle(s): Vehicle#1 Vehicle#2 1999 Chevrolet Express Cargo Van 2006 Ford Explorer XLT 47,081 approximate miles 136,000 approximate miles VIN#1GCHG39R1X1044191 VIN#1FMEU73E46UB34016 This vehicle(s)will be available for pick-up upon delivery of new vehicle. You may view the above trade-in vehicle(s)at the Richmond Sanitary District at 2380 Liberty Ave.during regular business hours(8:00am to 4:00pm)by appointment only. Please call or email Elijah Welch at 765-983-7483 or ewelch@richmondindiana.gov to schedule an appointment. c;<::rr:*;::t<:;::;<;e$:e*g.,•J•::(c*:J:*%b%i:$:i**Y.:Y.;****Ri** * <ai:l::;is'eseaY:k>;t>3+ehx4a**B:4=**d<**** *$a:;:*:k**!{* Total Price of New Vehicle w/Equipment:$ -1; �� ie Vehicle#1 Trade-1n Allowance:$ 5 J U Vehicle#2 Trade-In Allowance:$ f cO rU A'! Total Price after Trade-In(s): $ 1/ Mandatory Alternate No.1(Add/Deduct):$ - } � bd7 �a�0$5. 4- &Lei't1rA, :1::is8:skY�s�%�*x�::I:��*$�*X:*$�*$�v'**:k*X:>t::k%p:i:%k:i::i::,L•�lcara',::k:;::�:a::;.•�::5-**�F:4i::}::F��st:is�:$:c}:%h:is�F*rkeksl:s,::k:i::4•::y:�::l; dGJ , Prices to include all shipping,handling,delivery,pick-up and set-up charges. Vehicle,shall be delivered to the Richmond Sanitary District WWTP at 2380 Liberty Ave.Richmond,IN 47374. Is Indiana Local Preference being submitted? Yes l/ No All questions shall be directed to Elijah Welch at 765-983-7483 or ewelch@richmondindiana.gov. —ort Authorized Signature Date Contact Person(Printed) Phone Number tAJ0.-f26 L v rZe Dealership EXHIBIT'B'—Page 2 of 15 • RSD Truck'A' Minimum Specifications for Tull Size,'/Ton,Crew Cab Pickup Truck The Richmond Sanitary District wishes to obtain one(1)2022 or newer,New,Full Size,'%Ton, Crew Cab Pick-up truck. The following are minimum specifications for the vehicle: Four Wheel Drive Full Size 4-Door Crew Cab(e.g.Ford SuperCrew) j/5.5 feet bed length b Engine 5-, / Extended Range Fuel Tank pi Anti-Lock Brakes j¢r Automatic Transmission w/Overdrive yr"' Tilt Steering Wheel a Cruise Control cf Power Steering u 'Power Door Locks and Windows �/ ack-up/Reversiug sensing system with rear camera 7 V Pre-Collision Assist with Automatic Emergency Brakin A j .1—r Q. ind Spot Elimination System w/Cross Traffic Ale .4 L Ay-Lane-Keeping System u Da nnin Lamps c /ronsole/ .or sea 10V,400 W Outlet(Minimum 1 interior) Inferior Work Su-1Tace n er console as seen on Ford F150 iv" Factory Heater and Air Conditioning actory Keyless Entry w/remote start(Same,single factory key fob to be used for locks, remote start and keyed start) e/AM/FM Radio with Bluetooth with hands free phone calls and control,and Auxiliary Input. Compatible with Apple CarPlay and Android Auto.(Ford's Sync 4 with Enhanced Voice Recognition or equal) Rear Window Defroster -- AZT -Heated Power Adjust Side Mirrors 0 v . Fog Lights iv "6 it- C1z st_ s. lfl 1 Plate 1)„,..-Carpet Covered Flooring ;iCloth Seats(Charcoal or Medium Dark Slate) .1?,/1-old flat rear seats with room for under seat storage(as seen on Ford F150) • DU-HA Underseat Storage Organizer for under rear seat;Color:Match truck interior 2-inch Class IV Hitch Receiver with wiring harness o Front Tow Hooks • All-Terrain Tires tom'Aluminum Wheels ' Metallic Bumpers Platform Style Running Boards,full length,Color:Black or Stainless e xterior Color:White interior Color: Charcoal/Medium Dark Slateo ,Zw • Weather-Tech(tray style full coverage)Floor Mats(Mats f?r 1"and 2od Row Seating, y7 color:black) • Weather Guard Model 121-0-03 Saddle Box,Aluminum,Full Low Profile, 10.2 Cu.Ft. l'P Toolbox,installed(no-drill mounting only). COlor:Clear,Aluminum. Installation shall . , EXHIBIT'B'-Page 3 of'f5 ;we,/ r� tit shall include all parts and materials as required for different bed materials(Alum,etc.) per the manufacturer's recommendations. • LED Strobe Lights o Light Color;White o Single Interior Switch w/Indicator Light o Final Switch location and lighting plan to be approved by owner prior to any materials being ordered or work being done o Light locations shall be as follows: • Built into front headlight assemblies • Built into fog lamps Built into backup light within taillight assembly A Hideaway lights placed in-between tailgate and rear bumper(2 total) • Built into white part of high brake/cargo light assembly • Hideaway lights placed on running board mounting brackets(2 each side)(Separate Switch for these is required) ▪ All other standard options included MANDATORY ALTERNATE:This option shall include a 6.5 ft bed length instead of a 5.5 ft bed length. Price(add/deduct)to be included on bid sheet where indicated. Multiple vehicle builds/bids may be submitted including different engine and/or other options. Prior to award,RSD reserves the right to inspect proposed model to assure function and/or reject any or all quotes. Warranty information and full specification of quoted vehicle shall be provided with quote. You must provide a build sheet showing all options you are quoting along with a description of each option. If one of the above minimum specifications is not available with your vehicle, please not that in writing on your quote. Please supply applicable)-verify and Indiana Local Preference forms at time of quote. EXHIBIT'B'-Page 4 of 15 CNGP530 VEHICLE ORDER CONFIRMATION 10/12/21 07:54:26 Dealer: F47546 2022 F-150 Page: 1 of 2 Order No: 5555 Priority: A4 Ord FIN: QK589 Order Type: 5B Price Level: 215 Ord PEP: 302A Cust/Flt Name: CITY OF RICH PO Number: RETAIL RETAIL W1E F150 4X4 CREW $44505 44G ELEC 10-SPDAUTO 145" WHEELBASE 275/65R-18 YZ OXFORD WHITE X26 3.73 REG AXLE NC U CLTH 40/CON/40 295 6470# GVWR S MED DARK SLATE CHROME STEP BAR 302A EQUIP GRP 5675 413 SKID PLATES 160 .XLT SERIES .AUTO TEMP CNTL TOTAL BASE AND OPTIONS 55120 .SIRIUSXM RADIO XLT HIGH CHRM OR SPRT (2000) .SYNC 4 TOTAL 53120 .LED SPOTLIGHTS *THIS IS NOT AN INVOICE* .REMOTE START *TOTAL PRICE EXCLUDES COMP PR .XLT CHROME PKG .18" CHROME-LIKE * MORE ORDER INFO NEXT PAGE * 99B 3.3L V6 PFDI F8=Next F.1=Help F2=Return to Order F3/F12=Veh Ord Menu F4=Submit F5=Add to Library F9=View Trailers S006 - MORE DATA IS AVAILABLE. QC066291 CNGP530 VEHICLE ORDER CONFIRMATION 10/12/21 07:54:56 > Dealer: F47546 2022 F-150 Page: 2 of 2 Order No: 5555 Priority: A4 Ord FIN: QK589 Order Type: 5B Price Level: 215 Ord PEP: 302A Cust/Flt Name: CITY OF RICH PO Number: RETAIL RETAIL 425 50 STATE EMISS NC FUEL CHARGE 47R FLR TRAY/CARPET 200 DEST AND DELIV 1695 400W OUTLET 50M INT WORK SURFCE 195 TOTAL BASE AND OPTIONS 55120 53A TRAILER TOW PKG 1090 XLT HIGH CHRM OR SPRT (2000) .TRL BRAKE CONTR TOTAL 53120 MIR DUAL PWR *THIS IS NOT AN INVOICE* 60P FOLD FLAT STORG 215 *TOTAL PRICE EXCLUDES COMP PR 655 EXT RANGE TANK 445 /PDT 794 PRICE CONCESSN laeicaoro' lloo ` 1 � REMARKS TRAILER JI 94W LED WARNING WHT 600 e(��j l� �U�. �'- 'LL ` ' 942 DAY RUN LIGHTS 45 C : V0' ' 4,4 FLEX FUEL SP FLT ACCT CR F7=Prev EXHIBIT'B'-Page 5 of 15 Affidavit of Employment Eligibility.Verifi cation The Contractor, . Tz ( �o re4 , affirms under the penalties of peijuiy 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 ack6er- ,20,(. (signature) !3rc.d oh,+�SO� (printed name) • • EXHIBIT'B'-Page 6of15 • }INDIANA LOCAL PREF.IU'ffli NC]C CLAIM (Only fill out t n i s Part if claiming to'be a Local Indiana l'easiness) Pursuant to Indiana Code 5-22-15-20.9, UJ +ze( rel (Name of Business) Claims a local Indiana business preference for the bid for Project C; b1 o 'i ►. %� at% 5o4 fi .L rY D 1y D . 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) • prf. The location of the Business's principal place of business is: A) in Wayne County,or B) in an adjacent county C�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. • • • • • EXHIBIT'B'-Page 7 of 15 PREC II IT EI � DF � • *it k i``rw DD III * P CITY OF RICIEIMOND THIS �+ /� TATION 2380LIBERTYAVENUEoRINT OF CHMOND,,INDIANA47374 1L H11S IS NOT 1- N ORDER PHONE(765)983-74500FAX(765)962-2669 VENDOR INSTRUCTIONS 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. 4500 E. National Road 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 ATTN: Brad Robinson 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: September 29,2021 9:00 A.M.on October 12,2021 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 3o otAyd NAME OF FIRM QUOTING: ✓ ee( I=ara( u t/ STATE TAX EXEMPTION#003121909-001 BY: GC �r'4 'tr // AUTHORIZED BY SIGNATURE 1CeTQ9-117/nerCral J5<.k uhi5 TITLE Richmond Sanitary District DATE PHONE NUMBER EXHIBIT'B'-Page 8 of 15 Quote RSD Truck`B' Full Size,'/:Ton,Crew Cab Pickup Truck Richmond Sanitary District Year/Make/Model: 2,a,2 Io rr'� 1= 1 y(1 (r eUL,1 TA/ Dealership Submitting Quote: Fu r-c Price Firm for How Long: . Estimated Delivery Time: In addition to the above New Vehicle,the Richmond Sanitary District would like to obtain a trade-in allowance(to be deducted from the sale price of the above new vehicle)for the following used vehicle(s): Vehicle#1 2011 Ford Fusion 115,000 approximate miles VIN#3FAHP0GA981i239651 This vehicle(s)will be available for pick-up upon delivery of new vehicle. You may view the above trade-in vehicle(s)at the Richmond Sanitary District at 2380 Liberty Ave.during regular business hours(8:00am to 4:00pin)by appointment only. Please call or email Elijah Welch at 765-983-7483 or ewelch@richmondindiana.gov to schedule an appointment. g:;:;ly:x>:s;:*:khe*:g:le*h:j:xr1:1:$:41- ?yeq:*:l,*srgi<slc*scx>':h,:g:,**1**$e** ;:>;:*:rq::gy:l;:;::g:;e::.:4*g:******* Total Price of New Vehicle w/Equipment:$ . J +°7,l�1a Vehicle#1 Trade-In Allowance: $ Y-11"--11-1470 Total Price after Trade-In(s): $ '7_ • ��- �Q Mandatory Alternate No,1(Add/Deduct):$ Add OD , -,b,55/ ,e � LQr f�r.�1# 1/• :I:***** *:{ 4d:*Ne*$t$::eye:i:*g,**,Cy:JtF:it:I:a:****"r:Y•sg**** : :x:%k:h:l****4:koF8:*****:****J::;::Cf:**** Prices to include all shipping,handling,delivery,pick-up and set-up charges. Vehicle shall be delivered to the Richmond Sanitary District WWTP at 238080 Liberty Ave.Richmond,IN 47374. Is Indiana Local Preference being submitted? Yes v No All questions shall be directed to Elijah Welch at 765-983-7483 or ewelch®richmondindiana.gov. r--7 c kFr% ti /b—if—-20 Authorized Signature Date Contact Person(Printed) Phone Number Dealership EXHIBIT'Br-Page 9 of 15 RSD Truck B' Minimum Specifications for Full Size,'A Ton,Crew Cab Pickup Truck The Richmond Sanitary District wishes to obtain one(1)2022 or newer,New,Full Size,'A Ton, Crew Cab Pick-up truck. The following are minimum specifications for the vehicle: • Four Wheel Drive • Full Size 4-Door Crew Cab(e.g.Ford SuperCrew) a 5.5 feet bed length n V-6 Engine u Anti-Lock Brakes d Automatic Transmission w/Overdrive • Tilt Steering Wheel• • Cruise Control • Power Steering a Power Door Locks and Windows a Back-up/Reversing sensing system with rear camera • Pre-Collision Assist with Automatic Emergency Braking • Blind Spot Elimination System w/Cross Traffic Alert a LaneKeeping System a Daytime Running Lamps a 40/console/40 front seats a 110V,400 W Outlet(Minimum 1 interior) • Interior Work Surface(fold out center console as seen on Ford F150) ▪ Factory Heater and Air Conditioning a Factory Keyless Entry w/remote start(Same,single factory key fob to be used for locks, remote start and keyed start) • AM/FM Radio with Bluetooth with hands free phone calls and control,and Auxiliary Input. Compatible with Apple CarPlay and Android Auto.(Ford's Sync 4 with Enhanced Voice Recognition or equal) a Rear Window Defroster • Heated Power Adjust Side Mirrors a Fog Lights a Skid Plate • Carpet Covered Flooring • Cloth Seats(Charcoal or Medium Dark Slate) ▪ Fold flat rear seats with room for under seat storage(as seen on Ford F150) DU-HA Underseat Storage Organizer for under rear seat;Color:Match truck interior a 2-inch Class IV Hitch Receiver with wiring harness a Front Tow Hooks a All-Terrain Tires a Aluminum Wheels a Metallic Bumpers a Platform Style Running Boards,full length,Color:Black or Stainless • Exterior Color:White o Interior Color:Charcoal/Medium Dark Slate a Weather-Tech(tray style full coverage)Floor Mats(Mats for 1"and 2nd Row Seating, color:black) a Weather Guard Model 117-0-02 Saddle Box,Aluminum,Full Extra Wide,15.3 Cu.Ft. Toolbox,installed(no-drill mounting only). Color: Clear,Aluminum. Extra tray with dividers,for a total of two,shall be included(Weather Guard Part p617), Installation EXHIBIT'B'-Page 10 of 15 include all parts and materials.as required for different bed materials(Alum,etc.)per the manufacturer's recommendations. " LED Strobe Lights o Light Color:White o Interior Switch(s)w/Indicator Light o Final Switch location and lighting plan to be approved by owner prior to any materials being ordered or work being done o Light locations shall be as follows: • Built into front headlight assemblies • Built into fog lamps LI Built into backup light within taillight assembly ▪ Hideaway lights placed in-between tailgate and rear bumper(2 total) • Built into white part of high brake/cargo light assembly 11 Hideaway lights placed on running board mounting brackets(2 each side)(Separate Switch for these is required) All other standard options included • MANDATORY ALTERNATE:This option shall include a 6.5 ft bed length instead of a 5.5 ft bed length. Price(add/deduct)to be included on bid sheet where indicated. Multiple vehicle builds/bids may be submitted including different engine and/or other options. Prior to award,RSD reserves the right to inspect proposed model to assure function and/or reject any or all quotes. Warranty information and full specification of quoted vehicle shall be provided with quote. You. must provide a build sheet showing all options you are quoting along with a description of each option.If one of the above minimum specifications is not available with your vehicle, please not that in writing on your quote. Please supply applicable E-verify and Indiana Local Preference forms at time of quote. • EXHIBIT'B'-Page 11 of 15 CNGP530 VEHICLE ORDER CONFIRMATION 10/12/21 08:05:12 __> Dealer: F47546 2022 F-150 Page: 1 of 2 Order No: 5555 Priority: A4 Ord FIN: QK589 Order Type: 5B Price Level: 215 Ord PEP: 302A Cust/Flt Name: CITY OF RICH PO Number: RETAIL RETAIL W1E F150 4X4 CREW $44505 44G ELEC 10-SPDAUTO 145" WHEELBASE 275/65R-18 YZ OXFORD WHITE X26 3.73 REG AXLE NC U CLTH 40/CON/40 295 6470# GVWR S MED DARK SLATE CHROME STEP BAR 302A EQUIP GRP 5675 413 SKID PLATES 160 .XLT SERIES .AUTO TEMP CNTL TOTAL BASE AND OPTIONS 54675 .SIRIUSXM RADIO XLT HIGH CHRM OR SPRT (2000) .SYNC 4 TOTAL 52675 .LED SPOTLIGHTS *THIS IS NOT AN INVOICE* .REMOTE START *TOTAL PRICE EXCLUDES COMP PR .XLT CHROME PKG .18" CHROME-LIKE * MORE ORDER INFO NEXT PAGE * 99B 3.3L V6 PFDI F8=Next F1=Help F2=Return to Order F3/F12=Veh Ord Menu F4=Submit F5=Add to Library F9=View Trailers S006 - MORE DATA IS AVAILABLE. QC066291 CNGP530 VEHICLE ORDER CONFIRMATION 10/12/21 08:05:30 ==> Dealer: F47546 2022 F-150 Page: 2 of 2 Order No: 5555 Priority: A4 Ord FIN: QK589 Order Type: 5B Price Level: 215 Ord PEP: 302A Cust/Flt Name: CITY OF RICH PO Number: RETAIL RETAIL 425 50 STATE EMISS NC DEST AND DELIV $1695 47R FLR TRAY/CARPET 200 400W OUTLET TOTAL BASE AND OPTIONS 54675 50M INT WORK SURFCE 195 XLT HIGH .CHRM: OR SPRT (2000) 53A TRAILER TOW PKG 1090 TOTAL 52675 .TRL BRAKE CONTR *THIS IS NOT AN INVOICE* MIR DUAL PWR *TOTAL PRICE EXCLUDES COMP PR 60P FOLD FLAT STORG 215 794 PRICE CONCESSN REMARKS TRAILER 94W LED WARNING WHT 600 942 DAY RUN LIGHTS 45 FLEX FUEL SP FLT ACCT CR FUEL CHARGE F7=Prev EXHIBIT B'-Page 12 of 15 F1=Help F2=Return to Order F3/F12=Veh Ord Menu F4=Submit F5=Add to Library F9=View Trailers 5099 - PRESS F4 TO SUBMIT QC066291 CNGP530 VEHICLE ORDER CONFIRMATION 10/12/21 08:05:30 ==> Dealer: F47546 2022 F-150 Page: 2 of 2 Order No: 5555 Priority: A4 Ord FIN: QK589 Order Type: 5B Price Level: 215 Ord PEP: 302A Cust/Flt Name: CITY OF RICH PO Number: RETAIL RETAIL 425 50 STATE EMISS NC DEST AND DELIV $1695 47R FLR TRAY/CARPET 200 400W OUTLET TOTAL BASE AND OPTIONS 54675 50M INT WORK SURFCE 195 XLT HIGH CHRM OR SPRT (2000) 53A TRAILER TOW PKG 1090 TOTAL 52675 .TRL BRAKE CONTR *THIS IS NOT AN INVOICE* MIR DUAL PWR *TOTAL PRICE EXCLUDES COMP PR 60P FOLD FLAT STORG 215 794 PRICE CONCESSN REMARKS .TRAILER f'O94W LED WARNING WHT 600 yj° 942 DAY RUN LIGHTS 45 FLEX FUEL ort : t . f SP FLT ACCT CR FUEL CHARGE F7=Prev F1=Help F2=Return to Order F3/F12=Veh Ord Menu F4=Submit F5=Add to Library F9=View Trailers S099 - PRESS F4 TO SUBMIT QC066291 EXHIBIT'B'-Page 13 of 15 ]NEDIIANA ILOCA]L PREFERENCE CLAIM (Only fill out this Part if claiming to'be a Lee !Indiana usiness) Pursuant to Indiana Code 5 22-15;1 20.9, . 11�� �� co 1-611 • (Name of Business) Claims a local Indiana business p leference for the bid for Project C; 1--t o F '1 04w . &.iJ n.rY I 0 1". I , 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) • s' The location of the Business's principal place of business is: A) in Wayne County,it B) m an adjacent county V2. The majority of the business's payroll,for the previous twelve(12)months from the date le this Bid,is to residents in Wayne or an adjacent county. tY 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. Li EXHIBIT'B'-Page 14 of 15 Affidavit of Employment Eligibility.Verification The Contractor, Lt1 c ret ,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 emiSloyees,I 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 peljury that the foregoing statement is true. Dated this I/ day of Ocr.ber. ,20A(. I ' .73ic,f/ViA201-- (signature) b rc.oQ �hrJV,aJ519/0. (printed name) • • • I .EXHIBIT'B'-Page 15 of 15