Loading...
HomeMy Public PortalAbout088-2015 - Sanitary - Bloomington Ford - 2006 Ford f250 Super CabZ ORIGINAL PURCHASE AGREEMENT THIS AGREEMENT made and entered into this 3 I day of j-V q 2015, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (hereinafter referred to as the "City") and Bloomington Ford, Inc., 2200 South Walnut Street, Bloomington, Indiana 47401 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor one 2016 Ford F-250 % ton 4x4 SD Super Cab 8' box 158 " WB SRW XL (X2B) truck with installed commercial aluminum cap, delivered. A Request for Quotes containing Specifications sent out June 2, 2015, has been made available for inspection by Contractor, is on file in the offices of the Richmond Sanitary District, is attached hereto as Exhibit "A," consisting of three (3) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same, and shall provide said equipment conforming to the requirements outlined in the Specifications. Delivery of any equipment that does not meet all specifications listed on Exhibit "A" will be considered a breach of this Agreement. The response of Contractor to said Request for Quotes and Specifications (in addition to Contractor's response on Exhibit "A") is attached hereto as Exhibit `B," which Exhibit is dated June 23, 2015 and June 19, 2015, consisting of twenty (20) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor shall provide all equipment, services, and warranties, listed on Exhibits "A" and `B." Contractor shall not modify or alter any standard warranty from the manufacturer of the above described vehicle or equipment. Nothing contained herein shall prevent Contractor from providing any additional or supplemental warranty in addition to that provided by the Manufacturer. Further, Contractor shall provide City with copies of its warranty upon receiving a written or verbal request to receive such warranty. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. 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 22-5-1.7-11 (a)(2); and 3. A purchase order has been issued by the Purchasing Department. Contract No. 88-2015 Page 1 of 6 SECTION Il. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. SECTION I1I. COMPENSATION City shall pay Contractor a total sum of Thirty Thousand Six Hundred Seventy -Six Dollars and Forty - Nine Cents ($30,676.49) for the above described equipment, delivered. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until completion of the project. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely 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 Page 2 of 6 Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all 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 Page 3 of 6 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 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 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: 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; 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 Page 4 of 6 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 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 assignment or delegation 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. Both parties expressly agree that this document supersedes all previous negotiations, discussions, or conversations relating to the subject matter 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 under this Contract, must be filed in said courts. By signing this agreement, both parties are estopped from bringing any action in alternative courts or venues. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in Wayne County Circuit or Superior Court. Any person executing this Contract in a representative capacity hereby warrants that he has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees. In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. If any portion of this agreement is declared unenforceable by a court or tribunal, all other portions shall remain in full force and effect. Page 5 of 6 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" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: Sue Miller, President Date: I o 0 S� APPROVED:`---V6/ �SjarahrL. Y utton, Mayor Date: — "CONTRACTOR!' BLOOMINGTON FORD, INC. Printed name: (&dt _1FI I, i I 7 4. Date: O 713,120 Page 6 of 6 0 PRICE REQUEST ,{ a s u o CITY OF MCHMOM 233s iS MEAD: M401m,INDIANA47374 THIS IS NOT AN ORDER PHQNE(765) 983-7450•FAX(765) 962-2669 VENDOR INSTRUCTIONS This is a request for a price for the services of materials Bloomington Ford Lincoln described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves 2200 South Walnut the right to accept all or part, or decline the entire proposal. Bloomington, IN 47401 Please complete your full name and phone number below Itemize with signature; all prices and charges where ATTN: Sam 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 soecified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: June 2, 2015 10:00 A.M. on June 23, 2015 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes to purchase a 2015 or newer % Ton truck for the laboratory personnel. 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 proDOSal sheet in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Service Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: Laboratory truck Quote Valid Until 2016 Fiuk, ORDER C—Q i �QE1f%— o�1 1A) Questions? Call Jeff Lohmoeller at 766-983-7464. Cost $ 3Q, t!O • deliVereA . STATE TAX EXEMPTION # 003121909-001 Bloomington Ford, Inc. 2200 S. Walnut St. NAME OF MWadbft:IN 47401 BY: A4/� AUTHORIZED BY SIGNATURE w T1TLE 22W DATE PHONE NUMBER EXHIBIT _A_ PAGE __ j_01 3 Minimum Specifications for 3/4 Ton 4-wheel Drive Extended Cab Truck The Richmond Sanitary District wishes to obtain one (1) 2015 or newer 3/4 Ton truck for laboratory personnel. For additional information, call Jeff Lohmoeller at (765) 983-7464. Minimum Specifications M Four Wheel Drive: Yes No Extended Cab Yes ✓ No_ 6.2L V-8 Gasoline: Yes No Yes ✓ No_ Power Steering: AM/FM Stereo: Yes No Power Windows/Locks: Yes ✓ No Heater & Air Conditioning: Yes No Tilt Wheel: Yes No 6 Speed Automatic Transmission: Yes ✓ No_ 40-20-40 Vinyl Seats: Yes ✓ No _ Vinyl Flooring: Yes No Tinted Solar Glass: Yes No Spray -In Bed Liner (black): Yes No Snow Plow Prep Package: Yes No Strobe LED Lights (hide away mount in front grill): Yes No Strobe LED Lights (into rear backups): Yes -✓ No. 17" Steel Rims with All Terrain Tires: Yes ✓ No. Warranty Information Included: Yes / No / Owner's Manual Included: Yes ✓ No. Color(White) Yes /No_ All Other Standard Options Included: Yes ✓ No_ Bloomington Ford, Inc. 22►^,O S. Walnut St. EXHIBIT PAGE a OF 3 Bloomington, IN 47401 Aluminum Truck Cap with Storage and Ladder Racks A.R.E. DCU Commercial Trick Cap or Equivalent. Cap needs to be made for the make and model of the truck quoted This needs to be installed on truck and painted to match color of truck. Spec: Dimensions • these are approximate dimensions to match cap to truck body • Cap to fit width of bed approximately 50" tall by 64" wide • Rear Double Door 41" tall by 48" wide • With glass in each door 24" tall by 12" wide • Side of Cap. 98" long by 20" tall each side • Side Door of Cap each side 67-1/2" long by 16" tall with boxed in compartment shelf FJCHIBIT /L PAGE _,3 OF� PROPOSAL SHEET 3/4 Ton 4X4 Extended Cab Truck Department of Sanitation, Richmond, Indiana Year, Brand and Model Number 2-W (O 21 Y Z�� Price of Truck and Commercial .Aluminum Cap installed (White in Color) Price Firm for How Long Sr 2Of dK{-r .bQ oop, i5 ansouitceA- Delivery estimate ()a,, S A. R. 0. Price to include all shipping, handling, and set up charges. To be delivered to The Richmond Waste Water Treatment Plant, 2380 Liberty Avenue, Richmond, Indiana. SPA 4e:gp7ts Contact Person (print) 6flqA R-F9IflCz� [I% St. Bloomington, IN 47401 23 Date C� l2� 33 (- Zzoc7 Phone number EXHIBIT PAGE _ j__OF;tQ Bloomington Ford Lincoln 2200 S Walnut St, Bloomington, Indiana, 47401 Office: 812-331-2200 Fax: 812-331-3377 Customer Proposal Prepared For: Prepared By: SAAW S. 7Z06&rfsr Mr. Jeff Lohmoeller Sam Roberts Richmond Sanitation Office: 812-331-2200 Email: PoliceCarSam@gmail.com Date: 06/19/2015 Vehicle: 2016 F-250 XL U4 SD Super Cab 8' box 158" WB SRW EXHIBITS PAGE , lF_at7 1 Bloomington Ford Lincoln S Walnut St, Bloomington, Indiana, 47401 2016 F-250 2200 4x4 SD Super Cab 8' box 158" WB SRW Office: 812-331-2200 XL(X2B) Table of Contents Description Page Cover Page 1 Table of Contents 2 Selected Options 3 Window Sticker 6 Pricing 8 Selected Equip & Specs 9 Available Options 20 Prepared For. Mr. Lohmoeller, Richmond Sanitation Prepared By: Sam Roberts Date: 06119/2015 1 Price Level: 615 Quote ID: richmond EXHIBIT S PAGE 3 OF Iv 2 Bloomington Ford Lincoln 2016 F-250 Amp 22008 Walnut St, Bloomington, Indiana, 4x4 SD Super Cab 8' box 158" WB SRW XL(X2B) 47401 Office:812-331-2200 Selected Options Code Description MSRP Base Vehicle X2B Base Vehicle Price (X28) 37,585.00 Packages 600A Order Code 600A N/C . includes: Engine: 6.2L 2-Valve SOHC EFI NA V8 Flax -Fuel Transmission: TorrgqShill 6-Speed Automatic Includes SelectShift 3.73 Axle Ratio GVWR: 10.0001b Payload Package Tires: L T245175Rx17E BSW A/S Spare Is LT245/75R17E A/T SSW plus. Wheels: 17'Argent Painted Steel Includes pointed hub covers/center ornaments - Heavy Duty Vinyl 40/20140 Split Bench Seat Includes center armrest, cuphokler and storage. Radio: AhVFM Stereo wlDigdal Clock Includes 2-speakers. Powertrain 996 Engine: 6.2L 2-Valve SOHC EFI NA Included V8 Flex -Fuel 44P Transmission: TorgShift 6-Speed Included Automatic includes SelectShift. X37 3.73 Axle Ratio Included STDGV GVWR: 10,000 lb Payload Package Included Wheels & Tires TBM Tires: LT245/75Rx17E BSW A/T 165.00 64A Wheels: 17" Argent Painted Steel Included includes painted hub coversrcenter ornaments. Seats & Seat Trim A Heavy Duty Vinyl 40/20/40 Split Bench Included Seat Includes center armrest, cupholder and storage. Other Options 158WB 158" Wheelbase STD 90L Power Equipment Group 895.00 Prices and content availablity as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer's computer system. See salesperson for the most current information. Prepared For. Mr. Lohmoeiler, Richmond Sanitation Prepared By: Sam Roberts Date: 06/1912015 1 Price Level: 615 Quote ID: richmind EXHIBIT __9_ PAGE __� OF at -A Bloomington Ford Lincoln 2016 F-250 *00 2200 S Walnut St, Bloomington, Indiana, 4x4 SD Super Cab 8' box 158" WB SRW XL(X2B) 47401 Officd: 812-331-2200 Selected Options (cont'd) Code Description. MSRP Deletes passenger -side lock cylinder. Includes upgraded door trim panel. Includes: Accessory Delay Power Locks Remote Keyyless Entry PerimeterAnit.Then Alerm Power Front Side Windows Includes 1-(ouch up and down driver and passenger windows. Manual Telescoping 2-Way Fold Trailer Tow Mirrors Indudes power ested glass, heated convex spotter mirror and integrated clearance lampsRum signals. 473 Snow Plow Prep Package 85.00 Includes computer selected springs for snowplow application and heavy-duty allemator. NOTE: Restrictions apply, see Supplemental Reference or Body Builders Layout Book for details. 85S Tough Bed Spray -In Bedliner 495.00 Includes tailgate -guard, black box bed tie -down hooks and black bed attachment bolts. PAINT Monotone Paint Application STD 587 Radio: AM/FM Stereo w/Digital Clock Included Includes 2-speakers. 79V COV Required N/A C09 Priced DORA N/C Fleet Options 693 Fleet Fuel Fill Delete (LPO) NIA Credit varies. Contact Fleet Headquarters (1.800-668.5515) for details. Interior Colors AS Steel N/C Primary Colors Z1 Oxford White N/C Upfit Options SWISS HDU Aluminum commercial HD cap, 8' L 2,195.00 SWISS brand 8' aluminum HD Commercial topper as specrTred with dual rear doors, boxed in side shelf, side doorsAvith glass, etc. hideaway LED st LED strobes "4-corner" 675.00 Front grille mounted LEDs 12) Rear backup light -mounted LEDs (2) SUBTOTAL $42,095.00 Destination Charge $1,195.00 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special focal pricing, availability or pricing adjustments not reflected in the dealers computer system. See salesperson for the most current information. Prepared For: Mr. Lohmoeller, Richmond Sanitation Prepared By: Sam Roberts' Date: 08119/2015 1 Price Level: $15 Quote ID: richmQnd FJ(HIBIT � PAGE �OF AD 4 Bloomington Ford Lincoln 2016 F-250 2200 S Walnut St, Bloomington, Indiana, 4x4 SD Super Cab 8' box 158" WB SRW XL(X2B) 47401 Office: 812-331-2200 Selected Options (cont'd) Code Description TOTAL MSRP $43,290.00 Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not re0ectad in the dealer's computer system. See salesperson for the most current information. Prepared For: Mr. Lohmoeiler, Richmond Sanitation Prepared By: Sam Roberts Date: 06119/2015 1 Price Level: 615 Quote ID: richmgd EXHIBIT $ PAGE 16 OFF v 0l o, Z 0 D� -n ;u ;u o o c CDD 0 < D 00 n o m r-— �' y ° �v x< o r o a a% y m (o m a °: coi °. v (n a n " m ? > > � N �'' (° c 3 3 m m N Si t0 n. N O coo (a 0. O m (D to H g ? g o j w N F m d g m rn _0 0cr�' o D O or Q m m o) O y y 3. 3 N m � n n ^' m (p y O � � � r Q) (D =r i n co 0 , O y m m n a m c O 3 o n' Co y =r W O� O (0 D 2 G) w -I -n m -f to p ?t o -a -i (n -u 3 — O fn r c° m p n°. 0° o o to > A 3 fi a m (p w m (° in m oCL m O O O .� m N O I m < tD (Q m O Z y n �' co c (o a: n o� n v a v y (nm 3 a m O orn°° oymm DOC)y c g - vo v N) ?(n 5.. iv (D —_ a 'C 3 (DO T�mm(D v o m 0) Dm 3m � G� nD m < cn aD ° oo m r-m0)c m O 0) O 03 _0 a (° -° .► v (o O a n n� O m° 'o 0 o G7 0 m m n m a (o z n a m c D P' S < m co -n omi 7 co O x =° n n A v n i) n n n n A A 40 to co co w (n y' c c c c c c c c c c C C N � W Q n n a n °. a a a n n n o z Z z Z Z Z O. Q, a a a a a a a a CO a o 0 o o o 0 0 0 o 14 R E ONOU 7 00 00 .. 03 N y(p w� 0 N� N O O� Q o r- �O j C a v v O O Ln C .0 (D n 0 Q 00 o- 0 x CA w W N O Xco T X N N W Ul EXHIBITJL PAGE4 m 0ll �a c o a$ cc w g 3m o� r �m o w< m 9 05 1 St co o. 0 0 o m� a �a N me �o a m a 0 3„ (13 $ r++ o on a 3 mCy m 0 Co m n m ow N 4 �m w`_<_ " 0 J m fl In C 0 Q O1 m 7 a 0 0 o n 3 z 0 = a =3 m Iz 5 m oM v -1 O m (1) r- D c c 9 K 0)c O 313_h o y o 0, -i a c 3 '� r c0 A 3 c � 3 to v fD � 01 O N O a r m 0 4.4 69 to N to � dq N o � to to CA c 0 0 0 0 0 0. O"Ou Rao O C0 3 "N tp & O -n O O 0 fl o :3 a m N 4 C A C_ o Z v A m 'a cQ N 4-1- 0) 0 cn c a (D n III O• OD EXHIBIT -8- PAGE $OF 3D Bloomington Ford Lincoln 2016 F-250 2200 S Walnut St, Bloomington, Indiana, 44 SD Super Cab 8' box 158" WB SRW XL(X2B) 47401 Office: 812-331-2200 Pricing and QUOTATION for RICHMOND SANITATION rfq SUBTOTAL_ MSRP Vehicle Price 37,585.00 Options 1,640.00 Upfitting 2,870.00 Fuel Charge 0.00 Destination Charge 1,195.00 Total 43,290.00 Pre -Tax Adjustments INDIANA Government Bid Discounts Applied (12,619.76) Total Pre -Tax Adjustments (12,619.76) Pre -Tax Total 30,670.24 Post -Tax Adjustments IN TIRE/ENV Fee State of Indiana New Tire / Environmental Fees 1.25 TEMP TAG 30-Day Indiana BMV Temporary License Tag 5.00 Total Post -Tax Adjustments Post Tax Total 6.25 30,676.49 Single Vehicle Total 1 (Number of Vehicles) 30,676.49 GrandTotal ..... .... ... ............................................................................................ $30,676.49 PLEASE REVIEW THE "AVAILABLE OPTIONS" PAGES AND DETERMINE IF THE CITY REQUIRES ANY ADDITIONAL FUNCTIONAL OR CONVENIENCE ITEMS, AND SELECT THOSE AS OFFERED, ADDING THEM TO THE QUOTED BASE INDIANA GOVERNMENT PRICE OF $30,676.49. Sam, S. Pvbert�;- Sam S. Roberts Indiana Government Sales Manager BLOOMINGTON FORD, INC. Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected In the dealer's computer system. See sat=-ry om for the most current information. Prepared For. Mr. Lohmoeiler, Richmond Sanitatlon Prepared By: Sam Roberts Date: 0611912015 j Price Level: 615 Quote ID: richmand EXHIBIT � PAGE �OF aU o Bloomington Ford Lincoln 2016 FmM 2200 S Walnut St, Bloomington,Indiana,. 4x4 SD Super Cab 8' box 158" WB SRW XL(X2B) 47401 Office: 812-331-2200 Selected Equipment & Specs Dimensions * Exterior length: 248.60 * Exterior height: 79.3" * Front track: 68.3"' Turning radius: 2.6.2' Front legroom; 411" * Front' headroom: 40.7" * Front hiproom: 67.6" Front. shoulder"room: 680" x Passenger volume; 113.3cu.ft. 'Departure angle: 18.3 deg * Maximum cargo volume: 39.5cu.ft; Powertrain 385hp,6.21- SOHC 16 valve V-8 engine with variable valve control.. SMPI federal: • part-time * Fuel Economy Highway: 'NIA Suspension/Handling Front Mono -beam non -independent suspension with' anti -roll bar, HD shocks Firm ride Suspension * Front and rear 17 x 7.5 argent :steel wheels Body Exterior * 4 doors Reverse opening right rear passenger * Turn signal Indicator In mirrors * Black bumpers *' Bed -rail protectors *' Easy lower tailgate * Box style: regular Front' and rear 17 x 75 wheels * Exterior width:79'.9" * Wheelbase: 1580 * Rear track; 67.2" • Min ground clearance: 8;1. * Rear legroom: 31:6" * Rear"headroom:48.1" Rear N room' 67.3" Rear shouider,room: 6$. V * Approach angle: 20 deg Cargo volume: 39..5curft.. Boi length: 98:0" Recommended fuel :regular unleaded * TorgShift 6 speed automatic transmission With overdrive: * Fuel Economy Cty_: NIA • Rear dgid,axle leaf spring suspension with HD shocks * Hydraulicpower-assist re -circulating ball Steering * LT245/75SR17'EBSW 4S front and rear tires * Reverse' opening` left rear passenger * Driver and "passenger power remote heated folding door mirrors with turn signal indicator * 61ack:door mirrors- * Class V trailer hitch with trailer sway control Easy II&Wilgate Trailer harness * Clearc00t paint Prepared For. Mr. lohmoeller, Richmond`Sanitationr Prepared By: tam Roberts Date: 06119/2015 l Price gavel: 615 Quote t0-richmV EXHIBIT � PAGE !a OF �D Bloomington Ford Lincoln 2016 F-250 2200 S Walnut St, Bloomington, Indiana, 4x4 SD Super Cab 8' box 158" WB SRW XL(X2B) 47401 Office: 812-331-2200 Selected Equipment & Specs (cont'd) Convenience * Manual air conditioning * Driver and passenger 1-touch up * Remote power door locks with 2 stage unlock and illuminated entry * Manual telescopic steering wheel * Front cupholders * Full overhead console Seats and Trim * Seating capacity of 6 * 4-way driver seat adjustment * 4-way passenger seat adjustment * 60-40 folding rear split -bench seat Entertainment Features * AM/FM stereo radio * Fixed antenna Lighting, Visibility and Instrumentation * Halogen aero-composite headlights * Light tinted windows * Tachometer * Outside temperature display * Trip odometer Safety and Security * 4-wheel ABS brakes * 4-wheel disc brakes * ABS and drivellne traction control * Dual seat mounted side impact alrbag supplemental restraint system * Remote activated perimeter/approach lighting * Security system with SecudLock immobilizer * Manually adjustable front head restraints * Power front windows * Driver and passenger 1-touch down * Manual tilt steering wheel * Day -night rearview mirror * Passenger visor mirror * Driver and passenger door bins * Front 40-20-40 split -bench seat * Manual driver lumbar support * Centre front armrest with storage * 4 speakers * Variable Intermittent front windshield wipers * Front reading lights * Oil pressure gauge * Low tire pressure warning * Brake assist with hill hold control * AdvanceTrac w/Roll Stability Control electronic stability * Dual front impact airbag supplemental restraint system with passenger cancel * Curtain 1st and 2nd row overhead airbag supplemental restraint system * Power remote door locks with 2 stage unlock and panic alarm * MyKey restricted driving mode * Fixed rear head restraints Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of spedal local pricing, availability or pricing adjustments not reflected in the dealers computer system. See salesperson for the most current Infonmatlon. Prepared For: Mr. Lohmoeller, Richmond Sanitation Prepared By: Sam Roberts Date: 06/1912015 j Price Level: 615 Quote ID: EXrichmIV HIBIT - PAGE �OF 2 Bloomington Ford Lincoln 2016 F-250 2200 S Walnut St, Bloomington, Indiana, 4x4 SD Super Cab 8' box 158" WB SRW XL(X26) 47401 Office: 812-331-2200 Selected Equipment & Specs (cont'd) Warranty * Basic warranty: 36 months/36000 miles * Powertrain warranty: 60 months/60000 miles * Corrosion perforation warranty: 60 months/unlimited * Roadside assistance warranty: 60 months/60000 miles miles Dimensions General Weights Curb. 6779 lbs. GVWR 10000 lbs. Front GAWK 6000 lbs. Rear GAWK 6100 lbs. Payload 3200 lbs. Front curb weight 3961 lbs. Rear curb weight 2818 lbs. Front axle capacity 6000 lbs. Rear axle capacity 6200 lbs. Front spring rating .6000 lbs. Rear spring rating . 6100 lbs. Front tire/wheel capacity... .6390 lbs. Rear tire/wheel capacity . .6390 lbs. Trailering Type Type Regular Harness. Yes Class. .. . .. V Hitch Yes Trailer sway control Yes General Trailering 5th-wheel towing capacity 12300 lbs. Towing capacity 12400 lbs. GCWR 19000 lbs. Fuel Tank type Capacity 35 gal. Fuel fill delete. Yes Off Road Approach angle 20 deg Departure angle 18 deg Ramp breakover angle 18 deg Min ground clearance 811 Load boor height 3511 Exterior cargo Length . .98.0 " Minimum width 50.9 " Volume 77.3 cu.ft. Pickup box depth 20.0 " Maximum width 69.3 " Tailgate width 60.6 " Interior cargo Cargo volume 39.5 cu.ft. Maximum cargo volume 39.5 cu.ft. Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the deater's computer system. See salesperson for the most current information. Prepared For: Mr. Lohmoeller, Richmond Sanitation Prepared By: Sam Roberts Date: 06/1912015 1 Price Level: 615 Quote to: richmIV EXHIBIT_i�_. PAGE`-- DF Bloomington Ford Lincoln 2016 F-250 2200 S Walnut St, Bloomington, Indiana, 44 SD Super Cab 8' box 158" WB SRW XL(X2B) 47401 Office: 812-331-2200 Selected Equipment & Specs (contrd) Powertrain Engine Type Block material Iron Head material Aluminum Injection . Sequential MPI Orientation Longitudinal Valves per cylinder 2 Variable valve control Yes Engine Spec Bore 4.02" Displacement 379 cu.in. Engine Power SAEJ1349 AUG2004 compliant Yes Torque 405 ft.-lb @ 4,500 RPM Alternator Amps 157 Battery Amp hours .72 Run down protection Yes Transmission Electronic control Yes Overdrive Yes Type Automatic Transmission Gear Ratios 1st 3.974 3rd 1.516 5th 0.858 Reverse Gear ratios 1128 Transmission Torque Converter Stall ratio 1.90 Transmission Extras Driver selectable mode Yes Cylinders V-8 Ignition Electronic Liters. 6.21- Recommended fuel . Regular unleaded Valvetrain SOHC Compression ratio 9.8:1 Stroke 3.74" Output 385 HP @ 5,500 RPM Cold cranking amps 650 Type HD Lock -up Speed 2nd 4th 6th Sequential shift control Yes 6 2.318 1.149 0.674 SelectShift Prices and content availability as shown are subject to change and should be treated as estimates orgy. Actual base vehicle, package and option pricing may vary from this estimate because of special focal pricing, availability or pricing adjustments not reflected in the dealers computer system. See salesperson for the most current Information. Prepared For: Mr. Lohmoeller, Richmond Sanitation Prepared By: Sam Roberts Date: =1912015 I Price Level: 615 Quote ID: richmStod EXHIBIT -. PAGE --aOF- U Bloomington Ford Lincoln 2016 F-250 2200 S Walnut St, Bloomington, Indiana, 44 SD Super Cab 8' box 158" WB SRW XL(X2B) 47401 Office: 812-331-2200 Selected Equipment & Specs (cont'd) Oil cooler Regular Drive Type 4wd type Part-time Type Four-wheel Drive Feature Traction control ABS and driveling Locking hub control Manual Transfer case shift Manual Drive Axle Ratio 3.73 Exhaust Material Stainless steel System type Single Emissions CARB Federal EPA Tier 2 Bin 8 fuel Economy Fuel type Gasoline Fuel Economy (Altemate 1) Fuel type E85 Acceleration 0-60 mph (s) . 6.94 1/4 Mile Seconds 15.4 Speed 90 mph Skid Pad Lateral acceleration (g) 0.6 Slalom Speed 50 mph Driveability Brakes ABS 4-wheel ABS channels 4 Type 4-wheel disc Vented discs Front and rear Brake Assistance Brake assist Yes Hill hold control Yes Suspension Control Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option priclnf may vary from this estimate because of special focal pricing, availability or pricing adjustments not reflected in the dealers computer system. See salesperson for the most current Information. Prepared For: Mr. Lohmoeller, Richmond Sanitation Prepared By: Sam Roberts Date: 0611912015 1 Price Level: 616 Quote ID: rlchm�ad EXHIBIT _Z_ PAGE lb IF as Bloomington Ford Lincoln 4M 2200 S Walnut St, Bloomington, Indiana, 2016 F-250 4x4 SD Super Cab 8' box 158" WB SRW XL(X2B) 47401 Office: 812-331-2200 Selected Equipment & Specs (cont'd) Ride Firm Electronic stability Stability control with anti -roll Front Suspension Independence Mono -beam non -independent Anti -roll bar Regular Front Spring Type. Coil Grade . HD Front Shocks Type .. HD Rear Suspension Independence Rigid axle Type Leaf Rear Spring Type Leaf Grade HD Rear Shocks Type HD Steering Activation Hydraulic power -assist Type Re -circulating ball Steering Specs # of wheels 2 Exterior Front Wheels Diameter 17" Width 7.50" Rear Wheels Diameter 17" Width 7.50" Spare Wheels Wheel material Steel Front and Rear Wheels Appearance Argent Material Steel Covers Hub Front Tires Aspect 75 Diameter 17" Sidewalls SSW Speed S Tread AS Type LT Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of %speedal local pricing, availability or pricing adjustments not reflected In the dealer's computer system. See salesperson for the most current information. Prepared For: Mr. Lohmoeller, Richmond Sanitation Prepared By: Sam Roberts Date: 06119f2015 1 Price Level: 615 Quote 1D: richmIV 4� EXHIBIT OF PAGE, OFF Bloomington Ford Lincoln 2016 F-250 4M 2200 S Walnut St, Bloomington, Indiana, 4x4 SD Super Cab 8' box 158" WB SRW XL(X2B) 47401 Office: 812-331-2200 Selected Equipment & Specs (cont'd) Width 245mm LT load rating E RPM 660 Rear Tires Aspect 75 Sidewalis BSW Tread AS Width .. .245mm RPM 660 Spare Tire Mount Underbody wlcrankdown Wheels Front track . 68.3" Turning radius 26.2' Body Features Front license plate bracket Yes Side impact beams Yes Body Doors Door count 4 Right rear passenger Reverse opening Pickup Bed liner Spray -in Bed -rail protectors Yes Easy lower tailgate Yes Exterior Dimensions Length 248.6" Body height 79.3" Frame section modulus. 6.7cu.in. Front bumper to Front axle 38.1" Safety Airbags Driver front -impact Yes Overhead. Curtain 1st and 2nd row Passenger side -impact Seat mounted Diameter 17" Speed S Type LT LT load rating E Type Full-size Rear track 67.2" Wheelbase .158.0" Body material Fully galvanized steel Left rear passenger Reverse opening Rear cargo . Tailgate Box style Regular Easy lift tailgate Yes Body width 79.9" Cab to axle 56.4" Frame yield strength (psi). . 36000.0 Front bumper to back of cab . 139.8" Driver side -impact Seat mounted Passenger front -impact Cancellable Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehicle. package and option pricing may very from this estimate because of special focal pricing, availability or pricing adjustments not reflected In the dealer's computer system. See salesperson for the most current Information. Prepared For: Mr. Lohmoeller, Richmond Sanitation Prepared By: Sam Roberts Date: 06/19/2015 1 Price Level: 615 Quote ID: richm15 EXHIBIT 13 PAGE OF -aD Bloomington Ford Lincoln 2200 S Walnut St, Bloomington, Indiana, 2016 F-250 4x4 SD Super Cab 8' box 158" WB SRW XL(X213) 47401 Office: 812-331-2200 Selected Equipment & Specs (cont'd) Seatbelt Rear centre 3 point Yes Height adjustable Front I Security Immobilizer SecuriLock Panic alarm Yes Restricted driving mode MyKey Seating Passenger Capacity f Capacity 6 Front Seats Split.... 40-20-40 Type. Split -bench Driver Seat Fore/aft Manual Reclining Manual Way direction control .4 Lumbar support Manual Passenger seat Fore/aft Manual Reclining Manual Way direction control .. 4 Front Head Restraint Control. Manual Type. Adjustable Front Armrest Centre Yes Storage Yes i Rear Seats Descriptor Split -bench Facing Front Folding 60-40 Folding position Fold -up cushion Type Fixed Rear Head Restraints Type Fixed Number 2 Front Seat Trim Material Vinyl Back material Vinyl Rear Seat Trim Group Material Vinyl Back material Carpet Convenience Prices and content availability as shown are subject to change and shmia ce treatea as esumates onry. Ac(ual case venue, pacKage ano opoon pnang may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer's computer system. See salesperson for the most current Information. Prepared For: Mr. Lohmoeiler, Richmond Sanitation Prepared By: Sam Roberts Date: 06/1912015 I Price Level: 615 Quote 10: rlchm�r�d EXHIBIT � PAGE „�Of� V IW Bloomington. Ford Lincoln 2016 F-250 2200 S Walnut St, Bloomington, Indiana, 4x4 SD Super Cab 8' box 158" WB SRW XL(X2B) 47401 nfrsrn• A17 21_77nn Selected Equipment & Specs (cont'd) AC And Heat Type Air conditioning, Manual Audio S:ysteni Radio AM/FM stereo Seek -scan Yes Audio Speakers Speaker type Regular Audio Antenna. Type Fixed Convenience Features Retained accessory power Yes Door Lock: Activation Type Power with 2 stage unlock .Integrated key/remote Yes Door Lock Type- tollgate/rear door took Manual Instrumentation Type Display Analog Instrumentation Gauges Tachometer Yes Engine temperature Yes Engine hour meter Yes Instrumentation Warnings Oil pressure Yes Battery Yes Key Yes Door ajar Yes Brake fluid Yes Instrumentation Displays Clock In -radio display Systems monitor Yes Instrumentation Feature Underseat ducts Yes: Radio grade., Regular Speakers 4 12V DC power outlet Remote 2 . Keyfob (front doors) Oil pressure Yes Transmission fluid:temp Yes Engine temperature Yes Lights on Yes Law fuel .. Yes seivice interval Yes Low tire pressure Yes Exterior temp . Yes Preparedfor. Mr. Lohmoetier, Rtchmond Sanitation. PreparedBy: Sam Roberfs Date: 60/16120,1.5 i .Prk*e Levet: 615 QuoteAID: rtchm� EXHIBIT —& PAGE ,DOE Bloomington Ford Lincoln 2016 F-250 2200 S Walnut St, Bloomington, Indiana, 4x4 SD Super Cab 8' box 158" WB SRW XL(X2B) 47401 Office: 812-331-2200 Selected Equipment & Specs (cont'd) PRND in IP Yes Steering Wheel Type Material Urethane Telescoping Manual Front Side Windows Window 1st row activation Power Windows Rear Side 2nd row activation. . ...Manual vented Window Features 1-touch down Driver and passenger Tinted Light Front Windshield Wiper Variable intermittent Rear Windshield Window Fixed Interior Passenger Visor Mirror. Yes Rear View Mirror Day -night Yes Headliner Coverage Full Floor Trim Coverage Full Trim Feature Gear shift knob Urethane Lighting Dome light type Fade Illuminated entry Yes Overhead Console Storage Storage Yes Trip odometer Yes Tilting Manual 1-touch up.... . . Driver and passenger Material Cloth Covering Vinyl/rubber Interior accents Chrome Front reading Yes Variable IP lighting. Yes Type Full Prices and content availability as shown are subject to change and should be treated as estimates only. Actual base vehfcie. package and option pncint may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer's computer system. See salesperson for the most current information. Prepared For: Mr. Lohmoeiler, Richmond Sanitation Prepared By: Sam Roberts Date: 06119/2015 1 Price Level: 615 Quote ID: richm19 EXHIBIT -,B— PAGE J`Z__OF_P_ 1 •• Bloomington Ford Lincoln 2016 F-250 ® 2200 S walnut St, Bloomington, Indiana, 44 SD Super Cab 8' box 158" WB SRW XL(X2B) 47401 Office: 812-331-2200 Selected Equipment & Specs (cont'd) Storage Driver door bin Yes Front Beverage holder(s) Yes l Glove box Yes Passenger door bin Yes Instrument panel Bin Dashboard Yes i Legroom Front 41.1" Rear 31.6" Headroom Front. 40.7" Rear .38.1" Hip Room i Front.. 67.6" Rear 67.3" Shoulder Room Front 68.0" Rear 68.1" Interior Volume Passenger volume 113.3 cu.ft. Warranty Basic Distance 36000 miles Months 36 months Powertrain Distance 60000 miles Months 60 months Corrosion Perforation j Distance Unlimited miles Months 60 months Roadside Assistance j Distance. 60000 miles Months 60 months Prices and content availability as shown are subject to charge and should be treated as estimates only. Actual base vehicle, package and option pricing may vary from this estimate because of special local pricing, availability or pricing adjustments not reflected in the dealer's computer system. See salesperson for the most current informs on. Prepared For: Mr. Lohmoeller, Richmond Sanitation Prepared By: Sam Roberts Date: 06/1912015 1 Price Level: 615 Quote ID: richm09 EXHIBIT _ PAGE =OF 1