Loading...
HomeMy Public PortalAboutAddendum No. 1 to Contract No. 16-2021 - Greensfork Alignment - new tiresa ADDENDIIM THIS ADDENDUM, (Number I. to Contract No. 1.6-2021) is made and entered into this 30 day of 2023, by and 'between Richmond, lindiana, a municipal corporation acting through its Board of Sanitary Commissioners, (hereinafter referred to as "City"), and Greensfork Alignment & Service, 2441 N. Centerville Road, Centerville, IN 47330 (hereinafter referred to as "Contractor"). WHEREAS, City and Contractor entered into Contract No. 16-2021 on March 16, 2021; and WHEREAS, City wishes to continue to retain Contractor to continue to provide services in connection with providing tires for the Richmond Sanitary District vehicles, as set forth within the scope of Contract No. 16-2021. NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, including the above stated recitals, City and Contractor hereby agree as follows: 1. The City and Contractor executed and entered into Contract No. 16-2021, on March 16, 2021., which Contract is incorporated herein by reference as Exhibit "A". Pursuant to Contract No. 16-2021, Section IV Term of Agreement, the City has an option to renew the Agreement for the 2023 calendar year, which option is exercised pursuant to this Addendum. Pursuant to Section XL Miscellaneous, the Parties may alter the Agreement in whole or in part at any time by filing with the Agreement a written instrument setting forth said changes. 2. Contractor shall continue to provide the tires :for the Richmond Sanitary District vehicles, as identified within Contract No. 16-2021 for the 2023 calendar year. Such services to as outlined herein shall be performed in a manner consistent with Contract No. 16-2021, which is hereby incorporated by reference and made a part hereof. 3. Compensation paid to Contractor as described in accordance with Section III (Compensation) of said Agreement shall be increased for the 2023 calendar year as reflected by Contractor's updated quotes winch are dated April 6, 2023, and which updated quotes are attached hereto as Exhibit "13" to this Addendum, and which quotes are incorporated herein by reference. The new total amount to be paid to Contractor under the Agreement for the 2023 calendar year shall be an amount consistent with said quotes incorporated herein by reference. 4. City and Contractor expressly agree that all other terms, conditions, and covenants contanted in Contract No. 16-2021, shall be applicable pursuant to this Addendum, unless such term, condition or covenant conflicts with this Addendum Number 1, in which case this Addendum Number 1 shall be controlling. 5. Both Fifties hereby agree that with the exception of the extension of the contract date of termination pursuant to the exercise of the option to renew the contract for the 2023 calendar year and the additional compensation as described herein and as reflected on the updated quote sheets, Contract No. 16-2021 shall remain intact and unchanged and in full foi.ce and effect. Page 1 of 2 6. Both parties agree that any person executing this Contract in a representative capacity hereby warrants that he or she has been duly authorized by his or her principal to execute this Addendum. IN WITNESS WHEREOF, this Addendum No. 1 to Contract No. 16-2021 is executed and approved by the undersigned representatives of the City and Contractor this clay of 2023. "CITY" "CONTRACTOR" The City of Richmond. Indiana, by and Greensfork Alignment and Service through its Board of Sanitary Commiss' ers By: Sue iller, President (Printed): ) )4/4 Dated: /L) Title: 4,ye,e/ Aman Bakshi, Vice President Dated: 6 :') Dated: reg t ns Member Dated: APPROVFD• -"rygiidSy9r., Dated: 7,0 24_ ) of 2 AGREEMENT ORIGINAL THIS AGREEMENT is made and entered into this day of ilitiekr 2021, by and between the City of Richmond,Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, 50 North 5th Street, Richmond, Indiana 47374 (hereinafter referred to as the "City") and Greens Fork Alignment & Service, 2441 Centerville Road North, Centerville,Indiana 47330 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for furnishing all tires for the Richmond Sanitary District. City sent a Request for Quotes on January 14,2021, seeking quotes for the service and furnishing of all tires for the Richmond Sanitary District. The Request for Quotes is attached hereto and incorporated herein by reference as Exhibit"A". The response of Contractor, dated January 26, 2021, is contained in Exhibit "B", which Exhibit "B"is attached hereto and incorporated herein by reference and made a part of this Agreement. 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, when requested, provide the phone call, text message or email specified by City. 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 signed by Contractor in accordance with Indiana Code 22-5-1.7-1I(a)(2);and 3. A purchase order has been issued by the Purchasing Department. SECTION H. 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. SECTION III. COMPENSATION, City shall pay Contractor a sum not to exceed Eighty Thousand Dollars and No Cents ($80;000.00) for supplying tires to City from January 1, 2021 through December 31, 2021. The price rates on the tires supplied by Contract are set forth in Exhibit"B". Contract No. 16-2021 Page 1 of 6 EXF-Hai:\ PAGE 0E7,0 SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all the parties hereto, but retroactive to January 1,2021, and shall continue in effect through and including December 31,2021. City and Contractor agree that this Agreement may be extended, on a calendar year-by-year basis, for up to two (2) additional calendar years after 2021. Both City and Contractor agree that the parties may change the terms on the agreement but only with a written extension or addendum approved in writing by City and Contractor. The potential changes would involve, among other potential changes,the prices of tires by Contractor and the spending cap imposed by City. This Agreement shall become effective upon the execution of this Agreement by both City and Contractor and shall terminate upon completion of the work performed,which is anticipated to be completed within thirty(30) days of the execution of this Agreement, but by no later than June 1, 2018. 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 aDd 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. In the event of such termination, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, 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. 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. PEI.ge 2 of 6 [EXHIBIT PAGE / _OF Z.& 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(if applicable) 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 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 2.2-5-1.7 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 Page 3 of 6, 1E5Hoir ,f) PAGE 3 1 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. IRANIN"VESTMENT 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 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. Page 4 of 6 EXHIBiT jr—P-AGE Li OF 2(0 C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X.RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. SCEL E . 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 tie 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 discussioi,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. 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. • Any person executing this Contract in a representative capacity hereby warrants that he or she has authorization, in writing, by his or her principal to execute this Contract on behalf of the Contractor and that such authorization has not been revoked or rescinded. Page 5 of 6 PAGE E oF?...71 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, GREENS FORK ALIGNMENT 'INDIANA.by and through its & SERVICE Board of Sanitary Commissioners ,-77 • , ..- : . , Sue Miller,President Printed: • Title: ' id Ctz-i Amer. a shi,Vice-President • 1 By: iI. Date: 3- Greg tens,Member APPROVED:_L — ,--..DtwidM. Sno N or • City of Richt ond,Indiana Date: 'i _ i 4 [Z41.1 / . , Page 6 of 6 F.X1-1IBIT fk ,PAGE PRICE RE . UE „ ;,), CITY OF RIC° :OND DEPARTMENT OF SANITATION 2380 LIBERTY AVENURICEIMOND,INDIANA 47374 THIS IS NOT AN OADER PHONE(765)98.3-74511.FAX(765)962-2669 „„„ _ h- -771 VENDOR INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire'proposal. Please complete your full name and phone number below with signature; itemize all prices and charges where requested; and attach any explanation for any substitution to specifications altered. Return In a sealed envelope,in Care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the specified date and time to be considered_ DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: January 14,2021 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a price request far TIRES FOR THE RICHMOND SANITARY DISTRICT, The period of Setvice will be from signing of Contract to 2021 with the option to renew for year two (2022)and year three(2023) at the same cost ending December 31, 2023, PLEASE ENTER ALL INFORMATION ON ATTACHED PROPOSAL SHEET. Richmond Sanitary District Board of Commissioners 2380 Liberty Avehue Richmond, IN 47374 Re: 2021 TIRE QUOTES Please include Certificate of Insurance with Quote, Quote Valid Until Questionp'? cu qaenpyi\li?raca§at 5:q83.77466,o(*Jaff,Lohmpeller _ . NAME OF FIRM QUOTING:.. •,- BY: STATE TAX EXEMPTION#003121909-001 AUTHORIZED BY SIONATURE TITLE Pea Aeditilteedet Richmond Sanitary_Distric BIT TE PHONE NUMBER [EXHI i) PAGE OF-2f0 t r Pq °-C • illt:31tVIONb SANITARY bliSTRIeT Requestfor Quote four "likes" 2021 PROPOSAL SHEET Ric o: D Tilt QUOTE SPECIFICATIONS Goodyear Tires Onz• 1) .Front and Rear Tires,for International Impac Trash Trucks.(approx. 0:tires) . Size::11-:fit-222.5 G622 Goodyear RSD '2) Front and Rear Tires fOr International Im.pac Trash Trucks (approx.20 tines) Size: 11- 22. C Goodyear Endurance RSA G. 3) Front.and Rear Tires for McNeil's Trash Trucks (approx. 20 tires) Size: 11-:R-22»5 Armor Max:M SI) 4} Front and Rear Floatation.Tires forEVO Local Trash Trucks (approx. 20 uses) Size: 4251651422.51, G296 MA Goodyear .. -5)-- Ptont anci Rear T:ires'for New:Waa"y-TrLlcks (appro . 16-tires) ,.. . - . : .. • Sizei:315f80-R2i5 L - G289WI A.Goedyeax=:._ . 6) Front and Rear Tires for New Way Trucks (approx. 25 trucks for LT tires) S` .5 . . Goodyear Mara:then.RSA XI {P (), PAGE OF L 7) Front and Rear Tires.for Pickupa.:I'rite c:s and IJV's:(U truck fires) Goodyear Endurance RSA �. .. Please juelude the following wily quote:, Vendor Name: Date4,... Quote Valid Till: .. ..... . , Include Warranties .. -. E-Verify: YES. NO Indiana Local Preference YES ._..__..._._..._ NO . m._ . Iran Investment Activities. YES... . ... o EXHIBIT €1.._ PAGE e.,A) 1. _ .340 ( 2 a II WIC I B k . INSTRUCTIONS TO BIDDERS FNDfMNU.EICATION,ThTSUIt.ANZE AND PROTECTION OF LIVES AND FROPERTY I' 17.1.-.1.1•VD1-]Md•fi ICATIOs.I . ., _ . k... P;1..1 The contiactot shall indemnify and hold harmless the City of Richmond•anal its officers and employees from and against all claims,damages,losses,expenses,includingbutnot limited to j • attorney's fees;arising out of or resulting from the performance of the contract,provided that • any such claim,damage,loss or expanse(a)is,atttibutable to bodily injury,sickness,disease or •..:. - death;or to injtiiy'tb or destruction.oftangtblepropetty(other than Materials and- -- - eanipulentf.irnlshed under this'contract)ineluciirrg'the loss of use resulting there kom,and,(b) ' is caused in wlagle or in part by any negligent act or omission of the corflraator,any subctnrtractor,or anyone directly employed,by-any oftbeui or anyone for whole acts any of . •them-maybe liable,regardless Hof whether or not itis caused in part by a party indemnified hereunder. .g.1,2 In.any and all Maims against-the City-or any of its ofZoets or employees by any employee of-the : eons actoY,any stheoniracto4 anyone directly iiiindireotly enoployedby any ofthepi Or anyone:. • for wbose acts pity of them may.be liable,theindemriification obligatte/11m erti s paragraph i a, shall i t•be limited litany way by any limitation of the amount or type of damages, - ' Compensation or benefits payable by or for the eoitractor or any sub-coniraetor under worker's : srworlanen's compensation act%,.disabl7.ity benefit acts or other employee benefit acts. I F,2 WORKER'S COMPENSATIONU'TTSURANCE F,2,1• •'Porcontractsinvolvingperfortmahceof-York pursuant to the provisions of Indiana Code IC22-.. : 3-2-14(a)bidders are I-ea to fiimish a certificate.front-tiro in,diaiia Worker's Board showing that suchbidderliar complied with IC 22,3-2-3,22-3-5-1 finale 22-3 S 2. P.3 INSURANCE s • F.3.1 The Contzactarshalt,,as prerd,visite to this Agreement,p•urcE�aseantithereafter-psintain'sucb.— 1- — — = ry which may arise oat oz z -''-= insurance claims set — a� esult „ .. . • :::., • • 'from the Crurractor's operations imdes'is- greenaent;w e ersuch opera aons•, • 10,- .. • :•', ' Contractor.or by any Sub-.contractors orby,anyone who directly or indirectly employed by any , of them,or by.anyone for-whose acts any of them may be liable. • • EXHIBIT F",) PAG I . OF 2(0 " . r ,tits d-�111) . , g , Ell { Coverage, - , Stattatory ;A. `1 'ork r°s Gotnpensatso7a, , Disability Re ircx i ite B. Employer's Liability $iQ0;000 C, . : Comprehensive General Liability , . ° . eotiaial. o� a $1;OOO,pc10 each occurrence' .. $2,000;000 aggregate Sect on' 2. Property Damage $1,000,000 each occurrence D, Comprehensive Auto Liability 'Section 1, 13odilyInjury: $1,000,000 each person( $1,000,000 each occurrence 'Section 2. Property Damage $1,0004000 each occurrence $1,000,000 each occurzence . B. GmxeheszsiveT]wlarellaliabiLy $2,000,000 each aggregate F. Walprdctice/txrrors 84 Omissions $1,000,000 per clad4 Insttrance $2;000,000 each aggregate =Xl#IIT , PCB 0 ZC r ✓xJ � ' • E+-Ver fy Retiai ennents: Definitions: . Vex' :Pro:Progr a---A electronic verification-of-work-authorization program.of the Illegal_._._.. __.:......,. .._._. Immigration Reform and Iian igration.Responsibility Act-of 1996(P.L. 104.208),Division C,Ti-de IV,sA03 (a),as araer led, 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 ann n ammo nis5Rnnaan5A5.n555naa5LAW5Ann5AaAanuaula1F1 Aann nnn a54AAa5AAaaann1a.aa'aannA rra nalla C OMYLIANCIE liVI'rIh I ND A1E-VERITY PROGRAM REQUI dEEI ES 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-Verifyprogram. Contractor is not required tp verify the work eligibility status of all newly lured employees of the contractor through the Indiana.E-Verify program if the Indiana E-Verify prograni 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 Ater:the City notifies the Contractor of the violation. .If the Contractor fails to later than"thiity (30) days --_ reed theviolationwithtm;1e 3b•-da pexzodprovrdedabove;,theCity Iiallconssl ee e- -W - C©ntractor'to be'iii bieach' f that A ( ) p`gteenient'aiidihis.Agieeniexit•will be te7niiilated:.,.Ifthe City ... _ :,'. determines that terminating this Agreementwould be detrimental-to the public interest or public ;,property,:tlhe. city w.tbis_Ag}eeme tto xe nin.,effect.until the,City.:procuxes a:new,cc?utxactar. N Tftbls�Agreement'i�ter�xite`did�atli�sect3osi;tliea pi�xsunt`fv'`IC 22 5 2-:7=13-( ).t71eorittc ' will_jemain.-liable orthe-C Cy-foraetia7:_darnages.__ EXNIHIT PAGE 12 OF 2C9 �,. _ . . ..• ._ .• �.E�.d�.�5?�.`t"0�'E2�1.�7l{3 :E21"t"�tg1�:17l.7.�t�':�e7'�[Clt7:Clil::;-_ -__: _ ,. .: - The Contractor, .- . -, the pen fp ry ,., affirms 1padex" altx�O t , _..�..vim.._�__ - Contractor does not knowingly employ an unauthorized alien. If Contractor is'selfemp.oyed : and does not,employ ay employees, Contractor verifies he or she is a United Stales.Citizen'or cioa i ed alien ° . ... . The Contractor has not ko•owingly:employed or contracted with an unarathonzed 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 thewark eligibil ty 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-Centractorthat the - • subcontractor.does .ot.;kn:ow .a.gly employ or contract with an unauthorized alien.anci that the -- subcontractor has e slled and is participating.in the E-VerifY program. The.Contractor:ill . ... . :maxntam s diction.through out the duration ofthe term of a contract with a subcontractor. I hereby verify under the penalty"of p fury that the foregoing statem entis true. ` Dated thiS day of ,,20 ,„. (signature) . ` (irr,7.uted name) ' ! BIT fl PAGE r 0 0, - - • Ifn.dianna.Locali Pi eferera ➢a nE _._.._ Definitions: . Affected County'_Wayne County or an adjacent county. • Local Indiana Business—A business whose principal place of business is in an Affected Count ;a business that pays a majority of its payroll(in dollar volume)to residents of Affected Counties; or a business that employees =sidents of Affected Counties as a rnajority of its employees: • • -Local PreferenceJ)ocunentation -. 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 adcition the Bidder shall submit, as a Post-Bid submittal, all documentation required by the.Local Indiana Preference form. If the Bidder is a"Joint V€ature and is claiming ideal preference purstlant to Itadiana Code 5-22-1520.9, the Bidder shall.siibmmt • post bid documentation as required by the Post-Bid submittals. In determining whether the Joint Venture qualifies as a Local Indiana Busines , 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 . quialifies,as a local Indiana business. The Owner will determine whether the Joint Venture qualifies as a Local Iudiana.business. The total overall Joint Venture must qualify as a Local Indiana Business to receive the locatpreference 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.tigrht to reject all Bids and may waive or allow a Bidder to correct errors, omissions or other irregula<ities in Bid Documents that are found.not to have afforded the Bidder a substantial competitive advantage over other Bidders. • {—Xi-11-31T PAGE OF Co 0 m,. IN . A A LOCAL PR FE EN :CLAIM__ , (0 out this Part 71 elainallog to be aLocal IIan `a tna 1 is% ess) • Pursuant to Indiana Code 5-22-15-20 9, . (Maineof Business :::Claims a local Indiana btisiness preference for the bid for.Project _....... _ . in,Wayne County;,India. (Name of Project) • ' ,. . The.Claim,of applicability of the Local Indiana Business preference is based upon the following (Check all that apply) ° C1 1. The location.of the Busi ess'-s;pr nncipal..p:lace ofbusi ..ess i s: .- A) in Wayne County,or 13) ins'an adjacent county , El 2. The majority of the business's payroll,for ihe.previous twelve (12)Months from the date,oftbis 131c is to residents in:Wayne cu::an adjacent county;;. D 3. 'lhe majority of the business's employee's,for the previous twelve(12)months fcorrz the date of this Bid, are residents of Wayne or an adj ac tnt county. If business is deemed. be the apparent low bidder,business shall provide information pursuant to Post-Bid..subraittal(Local Indiana.Bushress Preference),to substantiate the claim of a local Indiana business...: . . . e, • I—EXHIBIT_��ACE;S OF2c'a y . uas�idaz . �4zzIpaS pianos 1tin :p gLig s. ppr 16Np.uagaat ta€rrrr iodIahut&�w1 giii uns uaa , 1 -sui ,l. . . TITS= :PP._ -----.:::.��-v anaq?'='����[gp�s�_o�raTzn1.p ao�.u4t��as �pzo,o3t II.�u��:c��rtr�adcTns�.ddris. �a, �$—:-�::�"_ pra a o a1�e a uzog uoui ZI �-� P..,gz � � : ._ �_ aal soazI sa?zrnl�o g:�joaegjuplsaY oredC6d�o Le} = -.::,.._: ._.— s' :plg,otpso 24.3P at.uzozj;sqpopa ,:. -- --, - _ a*Ia trcii- zcl �-c-aa r saa&oj4ura= o :rt;d owed- °-utt o T.P.-- :':. . -_ . — (:�Tk ��I �. �- . PTA ff�_: T":... IIe=�}P: =II�. � l °�� _ . _...-- , . :- — — — •pt arp o olup ati uro 1.stpuouz(G:I)oATan�.snolAazd atiz zoo sarlun.oa paz,?a . ... J:o s;tuaprsex I.pied TIoziYd s.cssauTenq:atJgo panouzs OI.P�IloxAB(Id ol.slt..n.o oq AIddzis;enur . . r. aappiE°zP-`6•.OZ-S I-tZ-S uor400e apoa tpul ol zuensind aonaz2Jaid Lacs[sirelo oj.aapzo:TT •� ,.: :ssausnq jo aasld Teo-EouTzd s cssaursnq arl.se,TiauIIu uo r•o:0T GTO.szapIsuoo ssaursnq atfl sttOEBaz aga 2utu?nJdxe Jrxaura}B}s B OAP `.iLjuaoo auanfpu uB zo.filtmoD,atrcB1 uG sz . .ssaursnq;o ao-eId tedpurzd s crapptg gill.astrezloci,ssaursnq BtreTprr[Ieo0T p sr zt s w relo xappla etR,I -I .. _ . :uotssitrzcins apt I Jo aa:ep:age .., .off.zbptd stp_uour(ZT) aalani3 arp.xcleT satlun.c�a pazoOJ Jo szuapxsai azaM.oriM saakoIth1 ,,Jo zaqu nN: _--: :rioIssrtu s z o 0-e a o xoud TIotzt - as aA+z,e .zo saalLd'dur- f. Jo:requmN gTt P.*d z P (ZI) T I �I ITe :ssaursn�;o aonld;I�drouti j u q seg ss xppy Tpt141r�J°_ ..,.N . __ _ _ _ _ _ :ssauisrLE To aot;Ia vd • -• :.tagtnnN auogd . , . , : .. autBN I.oeluo7 . .:zapptff .. uzeNIoafoxd a} :zaq N:Iaaf°'d • P�z7 S PIS[ Q ' °(•dressy art.T s4.a6g5 Teuopipp:ash ;(zoppiE:za ¢tazatt):Tcreo?IddV/zap 'IE�Cq. -°Iaq P ;sri ., . .q --_Tw. .. _•;:- ,.�?a f© d.P�•z©�•pa�T�lps 4geza�I sr`G'.OZ`S X�.ZZ-S.u©rz�35 apQa;v�rx`etP�©z�t�md`sseursn_•.eu�, _ .-: -,---.::.- Teoo a .Lo uoT r;o, ddp s1. `s�:uaurarcnba`a lot?z}tIOD PUB cpptfI Puo go?a.I.0 . I)otl�'©1.:1.trettizrid astaa o a..na ss5 sngy,bi zp ![ zoori •• ' ' .,.......W. :k X-.. .. :.iS:i NT AC ri 7,._r'-rms..- ..._.,.,.._ _ .,.... .. .... __. ;. .. .... _...... .,,_ :...... _.».. „.. Pursuant to In .-Indiana Code C 5-22-1.6.5, Contractor certifies that Contractor is'not,engaged in- _. :. investn?:ent acttvatzes ar,.Iran:'a.'fihae- zit City deterrnrtnnes'd ing t]e'co'nrse of'ihi.s Agreement that n. this•certification is no longer valid, City shall notify Contractor in w ig of said determination and shall give contractor ninety (90) days within winch to respond to the w,rittennotice...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 22µ16 5. Sn the: event the City determines.Burin the coarse of this Agreement That This certification I'S no longer valid wid said detterri;nationis not refuted by Contractor in the manner set forth bile 5- 2.16.5,the erves the right to consider ..e Contractor to be in'breach of this Agreement and terminate the agreement upon the ex iration,o±the ninety'(90) day period sef forth above. • . , . !EXHIBIT P4 PAGE - „ /�,r .. of R y 1�' t- .. CE 'E`0f U d..-...,'�T ,te 1L r+00 . * Attu C OF:R1tV id 'ODD .. "" DEPA ZML�NT QF SANr_rATTQN, , ?330L11BFRTYA arailv101`ID,ThiDIANA.47i74 =__.._.___.__ :_-__.. •._pkfor✓.(765)983.7456GFAX(765).962=2669-_....:. __. .:..:_ _ 9.___:_ __ �. 1 . Y a: A`Z.� 1i;' _ _'__-.... __ w. VENDOR INSTRUCTIONS ; , This Is a request for•a price for the services of materials• described below. Any additional specifications',rriay be ' Danny Hall, OreensforkAli Alignment�/ g attached hereto, This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. PO BOX 114 Please complete your full name and phone number below • with signature; itemize all prices and charges where Mitten IN 47357 requested;and,attach any explanation for any substitOon to 1 Specifications.altered. Return in a sealed envelope,ah-care of .. l . Richmond.Sanitary:District Board of Commissioners'to • • "the administration •building at the' address:.above by the. specifl d date and time to be considered DATE: . ,:REF-,[,Y MUST BE IN BY;.' I PAYMENT TERMS: DELIVERY REQUIRED: • UPON RECEIPT OF INVOICE DELIVERED January 14,2021 14:O0AM on.January 26.2421`' :.. DESCRIPTION'.. This is a price request for TIRES FOR THE RICHMOND SANITARY DISTRICTS The period of Service will.be from signing of Contract to 2021 with the option to renew for year two (2022)and ' • year three(2023)'at the same cost ending December 31,2023. : PLEASE ENTER ALL INFORMATION ON:ATTACHED,PROPOSAL SHEET. Richmond Sanitary District' Board:of Commissioners . 2380 Liberty Avenue Richrnond,.IN 47374 . Re;.2021 TIRE QUOTES : . PIeese Include Certificate of Insurance with Quote.. , quote Valid Until :. . :. _ __ — .Questrons7-Call Danny-Abram-s-at_7-fi5.983=7.466:or Jeff-Lohriaoeller_at:7.65-983-7.4fi4 ; " a ..__.__...`....... _ MAME�OF FIRM QUOTING• ;.:,'.�-.-�' Jr" • : STATE_TAX.EXEMPTJQl:I.#00. 213D.9_QP_1..,_-_:.._ _ __._.._ : __.—— ---.---. •-- . -——- . .—- (�� \p� ` THOR17_ED a s TITLE. " i tit ii_bli —I LP' cr-'S/23 12- :Richmond_Sanitary District E5-(— IT DATEPHONE NUMBER ( PAGE 18_QF 2� RT;C1 INN S 1JTA . I DIST! ICT : It=for Quote tcir 'f T r es" maam'co JD SAT AJ.:. DI TR.ICT TIRE QUOTE SPECIFICATIONS GoodyearcTires.Only :. 1) Front and Rear Tires for International In pac Trash Trucks (approx.20 tires) ' Size: 11-R.-22.5 G G622 Goodyear RSD *$_ . ° 2) Front and Rear Tires for International linp.ac Trash Trucks (approx.20 tires) Size: 11=R-22,5] Goodyear Endurance RSA G * _ /I 3) Front and Rear Tires for:McNeil"s Trash Trucks (approx.20 tires) Size:.11-f.-22.5 4' ,Ar;n,or:Cart '.` 4) Front and Rear Floatation Tires for EV`O Local Trash Trucks (approx.20 tires) Size: 425/65B22 L G296 MSA.Goodyear ..:.: t ear T ,e .fotNewAV yry:.ruck appx`o 6-user)' _.. a.:_-_. =___....:..._. _._ Y: ..., _. .... Size:315/80-R22.5 I, . ��-4�2�9- . .=Gonad ear- __.. 6). Front and Rear Tires for Tew Way'Frocks (approx. 25 trucks for LT tires) Goodyear'Marathon RSA "S_._ Xf IBIT IAA O 2,6 _ �eil � 1 `) Fr.ont.and,Rear Tires,Lor,l'ickap,Trucks and:SI.JV'a_CLT truck tires), Size: LT245/70 .9. '. Goad ear Endurance RS. . *$ `fleas a-include the following with..quote: Vendor Name: Quote Valid ill: /. " 1 :Include Warranties E-Verify: YFS N( ._.__ Indiana.Local Preference 'YES NO Iran Tnv ent Activities YES Ca 2 • • E+-Ver yRequire ts: Definitions:-... B=V i Prod m—Aelectronic verification of work authauthorization program of The fliegal Immigration Reform and lmmigra ionResponeibility Act-of 1996(P.L. 104-208),Division C, Iitle IV,s.403_(a),as amended, operated by-the:United-States Department of Homeland Security ox Successor work authorization program designated by the United States Depart ofHomeland_Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reforna 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. umf9mann ALQ1iiumm J,IumnolaxadArlanolAf8ig RvitmamannmanomD4q©A AAIILCImartmaId Eigx2waLil Ct R[41IIIIItmam G][7L71A©Oj4 • CO ACE WITH t ;'-IrIANAE- +"` "PROGRAM RETIMM/TENTS 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 F Verifyp o gram. Contractor is not required-to verify the work eligibility status ol all newly hired employees of the contractor through the Indiana.B-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.:tbirty..(34)-days-all rthe-Citynotifies-Te.Contractor of-the.-violation '.ifthe-Coritxactor:fails:to --- -_remedy -F esZa,lion-witbin'th. .. (.0)-dalperin 3: rOvided-above;.the-C tyshall`cohsider-the .. , Contractor to-be in]Wreath.of this Agreement and this Agreement will be terminated. If the City deterrnines that terminating this Agreement would be detrimental to the public interest or public _-..._ .. _ .. th�(ji xna=y allow=this� eernezz�-tekreis�a.�is efFectunti7.=tiie:L�ity-procEues.a.riew,coutractor.-= Jfthis.Agreenientie ateslundex.tbiy_s_cotioxl,..tb.en_puxsuanat:_to IC227--1:71.I(c) the Co a toL — Wilfrercal liable to tEie-C it^yfo- act nil: amages: EXHIBIT PAG -2 I OP?JD • ' Afada.vitofEmployMeritlh;ibility`r-erificat.en ._-_.The Contrtor, ''► } .C-13.-S- :4. -PSI-I_CnO tAlm Onder the P ' es of perjury that- Contractor does not knowingly er iploy an irnantho:rized alien. if Contractor is self-a ployect and does not employ rany employees, Contractor vei dues he or She is a United States citizen or : : qi ed.alien, P,Con:traoioz has not:Contractor has not Ana gly employed or contracted with,anima.uthorized alien and shall . not retain,art employee or contract with a person that the Contractor subsequently learns is an unauthorized alien.P:asuant to Ediana.Coda 22-5-1.,7,Contractor has enrolled.in and:Ver ied the work eligibility status ova 1newlyhired,employees of the contractort. roughthe Indiana 1? Verify program. The Contractor has required Contractor's rntbc031.tractors to certify to the Ce ntraotor that the . s bcontracto does not:knov .gly e imploy.:or contract-.with Ea.tnauthof, ed alien and that the : ,s'zbcontractor has ennalled and is participating in the l Vet fy prograra. The Contractor maintain-this cett f ation throughout the duration ofthe tee of a contract with a.subcontractor. I hereby verify under the penalty ofpejnry`that the toregoii ;statement.is true. Dated this%\ day of. - ..Na\)M9`' _.„202 . (pH/-tea name XI-lEEldl �`` "�PAGE Z:�Z.t�6- 2 Co C Indiana Loeali Prefere - — . • Definitions: _. .-_ feeted County ,-Wayne Countyln an adjacent county.. _. . _.._. :_.. _ :... ._...,.. ...,._.. Local Indiana nsiness—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 5-22-15-2.0.9, the Bidder shall submit all post bid documentation as required by the Post-Bid submittals. In deterrniining 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, a ollpaid to residents of Affected Counties,total number of employees,and total number of payroll employees whe-are residents of Affected Counties. Further;each part of the Joint Venture shall.submit the location of it's principal place ofbusiness will be a consideration in whether the Joint Venture qualife5 as alaced 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 Trirliana.Business to receive the local preference as defined.inIudiana.Code 5 22-15-20.9. Subject to Indiana Code 5-22-1.5-209, 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. . . • • • EXHIBIT R PAGE Z3OF 2to - g �,� ]1)1AP,TAL£i'CAL i REFERENCE CLAM (Only PI out this Part if claiming to'be a Local inclianz Business) .:._ Pursuant to Indiana Code-5-22-15 2©:9, GI 1 -E kt-S FO (' 0N1L).\. :1 _ .e... :.. _ . .. (Name of Business) Claivns a local Indiana business preference for the bid for Project .l3l e,1 C1I O Z .f.1 Tb Pay 1(2__ in.Wayne County,Indiana (Name of Project) y The Claim of applicability of the Local Indiana Business preference is based upon the following (Check all that apply) • 6,,Ir 1. The location of-the Business's'principal place of business is: A) ,iri Wayne Comity,or B) i3.\an adjacent county V 2. The aori of the business's payroll,for the previous twelve (12)months from the datet Bid,is to residents in Wayne or an adjacent county, Qt 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 cou-nty. • If business is deemed to be the apparent low bidder,business shall provide information,pursuant to Post-Bid submittal (Local Indiana Business Preference),t©substantiate the claini of a local Indiana... business, • EXHIBIT f PAGE 2(--1 QF CD • Ft Sit BID S I I, • lLocal Indiana .':usiness Preference - - • ---:-Pursuantto--the City of Richmond_Bidding and Contract Requirements,this applicalio. 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(heTein.after Bidder). (Use additional sheets if necessary.). Date Bid Subraitted: 12-2-1.2-02-1 Proj ect Number: . _ Project Name: 1 s_ 50k p_,_k_c_A_ssm_c,,,,,n) Bidder: C,?C' Ea,\11,5, CZNIC_C„ • Contact Name: 'DP/ Phone Number: Principal Place of Business: 2_,Lo trx.7. . Number of Months Address has been Principal Place of Business: " 0--1- Nunber of all Employees for the twelve (12)Months prior to the date of Bid submission: 51.. • Number of Employees who were residents of Affected Counties for the twelve(12)months prior to the date&Bide submission: 3\ • • 1, If the Bidder claims it is a local Indiana business because the Bidder's priribipal place of business is in Wayne County or an adjacent county, give a statement explaining the reasons the business • consider the location.named as the business's principal place of business: • _TLC°Pei2PeiG 1_,Dc-R-711/0_ . 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 fort pleViPliq twelyc(12):months fro date 9f a.-. (Pik o-f p _'-kr-olif*id'fo em.Piees of Bidderin itiePrevibia twelve(12) • months froin the date of the Bid: $ 10 q37 - - E7POIZAIHr Ea- -6M-Te5.3.1.7I-T)2alireaS-'.6iCar"0-4646:dilf4WfaliTii5f6E-6-67WQIVE'"=" - 1-(112)=fri.o13--ffiT,torciFth-Cd-dfe. _ L._ Bidder shall supply suppott-ing payroll records"sufficient for 45Wfieft.to eb'iiiblish the above . representptiO. When supplying supporting records,Bidder shi redact all'Social Security ;,,bejr,1 '.----)fi11161-r IT-PAGE 7,5-OF L6 '6479 IRAN INVESTI%EEE 'I 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 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 Cardiac-tor,fails to demonstrate to Te,City that the Contractor has ceased investment a.ctivittes 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 deterrn-mes during the course of this Agreement that this certification is no longer valid and said detennination 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 bleach of this Agreement and term--nifty the agreement upon the expiration of the ninety(90) dayperioc1 set forth alxave. • f EEXHIBIT 1_~PAGE ZCo OF, 26 Customer City of Richmond Sanitation 2380 Liberty Ave Richmond Is 47374 Requester: Dakota Sidwell Start Date: 4/6/2023 12:50 Entered By: Dakota Sift°II End Date: 1/31/2024 23:59 Region: Government-US Status: Approved Business Unit: Government Market Area: Commercial Truck Prior Request: G0007548 Keyword: Miscellaneous Supply Point: GREENEFORK ALIGNMENT&SERVICE-177796 NET Price I Product Code Size Tire One Material Size and Description Approved Price 131748875 LT225/75R16 Wri Workhorse HT LT225/75R16 115R E WRL WORKHORSE HT BSL $ 130,05 748635572 LT235/801217 Wrangler AT Adventure LT235/80R17 120R E WRL AT ADVENTURE BSL $ 179,50 131747875 LT245/75R16 Wri Workhorse HT LT245/75R16 1208 E WRL WORKHORSE HT BSt. $ 121,00 131636875 LT245/751217 Wri Workhorse HT LT245/75R17 12112 E WRL WORKHORSE HT BSL $ 151,20 138799652 11822.5 Armor Max Pro Grade MSD 11R225 H ARMOR MAX PRO GRADE MSD TL $ 504,00 138835691 11822.5 WORKHORSE MSD 11R22,5 146/1431 H WORKHORSE MSD TL $ 395,00 756141613 315/80[222,5 6289 WHA 315/808225 L 6289 WHA TL $ 492,80 138179737 11R22.5 MARATFION RSA 11R225 H MARATHON RSA IL $ 347,55 138802674 11R22.5 Endurance RSA 1112225 G ENDURANCE RSA TL $ 371,64 138953265 1111224 6622 RSD 11R225 G G622 RS0 TL $ 392.04 139004674 245/70R19,5 Endurance RSA 245/70R19.5 H ENDURANCE RSA IL $ 282,13 756160897 425/65R22.5 Armor Max MSA 425/65R225 L ARMOR MAX MSA IL $ 758.62 XHIBIT PAGE \ OF I