Loading...
HomeMy Public PortalAbout144-2016 - Sanitation - Pyramid Containers„.IME.,E„, ORIGINAL THIS AGREEMENT made and entered into this ) I day of IVOVtmOt ✓ , 2016, and referred to as Contract No. 144-2016 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (referred to as the "City"), and Pyramid Equipment, Inc., 211 South Prairie Street, PO Box 127, Rolling Prairie, IN 46371 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for supplying and delivery of 100 3-yard containers for use by the Sanitary District for a period beginning January 1, 2016, and ending December 31, 2016, with an option to renew for 2017 and 2018 with the prices for said containers being that which is set forth on the exhibits attached hereto, and more specifically described below. A Request for Quotes, as well as specifications, have been made available for inspection by Contractor, is on file in the office of the Department of Sanitation for the City of Richmond, consisting of one (1) typewritten page, which is attached hereto and incorporated by reference herein as Exhibit "A”. The response of Contractor to said Request for Quotes is attached hereto and incorporated by reference herein as Exhibit `B", consisting of seven (7) typewritten pages. Should any provisions, terms, or conditions contained in any of the documents attached hereto and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. Contractor shall submit statements or bills monthly. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with I.C. § 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION 111. COMPENSATION City shall pay Contractor at the rates indicated in Exhibit `B". Specifically, the compensation for the products and services described herein shall be as follows: 2016: $537.90 per container totaling $53,790.00 2017: $550.00 per container totaling $55,000.00 2018: $562.00 per container totaling $56,200.00 1 1 Page SECTION W. TERM OF AGREEMENT This Agreement shall become effective on and when signed by all of the parties hereto and shall continue in effect until in effect to an including unless the parties extend this Agreement by a written and signed Addendum pursuant to the option to renew described below. 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 thirty (30) 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. The City shall have the option to renew this agreement for 2017 and 2018 at the rates described above. Should the City choose to exercise its option to renew this agreement for an additional year(s), it shall make such an election to the Contractor, in writing, prior to the expiration of this Agreement. Contractor shall furnish 100 3-Yard Containers for each additional year, if requested by the City, for the rates described above. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. This Agreement may also be terminated by either the City or the Contractor, without cause, by giving at least thirty (30) days written notice to the other parry. In the event of termination of this Agreement, 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. 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 2 1 Page Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VIL COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the 3 1 Page 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 Board determines during the course of this Agreement that this certification is no longer valid, Board shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the Board determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the Board reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION XI. 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: XI. 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; XI. 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 XI. 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__ - — - --- . --- — -- -- — 4 1 Page 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 delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. [Signatures to Follow on Page 6] 5 1 Page 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 nitary Commissioners Sue Miller, President Dated: iceice P Member // -d p 4(to APPROVED: now, ayor Dated: ( l —?A _1 11.1 "CONTRACTOR" Pyramid Equipment, Inc. B (Printed): c2\, Title: Dated: 6 1 Page CONTRACTREQIUEST FORM[ 1. Date contract needed (Cleric or agenda deadline): 11/08/2016' Date Submitted. to Law `:11/04/2016_ 2. Board/Commission that will approve contract Board of Sanitary Commissioners 3. Has bid been awarded? No Date awarded or expected: 11/8/2016_ 4. Is this a Comrnon Construction Wage Project? N/A 5. Brief description of work to be performed or supplies to be furnished: Su I in Richmond Sanitation Department 100 3 —Yard Containers 201b, 2017 and 2018 6. Name and address of Contractor to be retained: Pyramid Equipment PO Box 127 Rolling Prairie. IN 46371. 7_ What method was used to request bids? (check one) Request for Proposals (RFP) X Request for Quotes (RFQ) Bid Specifications State Quantity Purchase Agr, Bid (QPA) 8. What date was the Bid Specification/RFP/RFQ/QPA sent out or requested? September 29, 2016 9, Date of Contractor's Response/Proposal/Bid. October 25.2016 10. Did the Contractor supply you with all necessary certificates of insurance, warranties, etc.? Yes - 11. In what office are the Bid Specifications/RFP/Bid lists on file with the City? Sanitary District 12. Attach Contractor's response unless longer than ten (10) pages. If longer than ten (10) pages, in what office is Contractor's response filed? 13. Amount to be paid to Contractor $537 90 each container 2016 $SSOAO each container 2017 and $562.00 each container 2018 Term of Contract: from signing of contract until December 31 2018 14, Any other relevant information: 15, Submitted By: Department: Sanitation *Please complete and return, .along with all attachments or exhibits, at least one (I) weep before the contract is needed for its Agenda deadline. March 2009 Exhibit A BOARD AGENDA ITEM November 8, 2016 Recommendation for Purchasing 100 3-Yard Containers for 2016 2017 & 2018 To: Richmond Sanitary Board of Commissioners From: Jeff Lohmoeller Date: 11/8/2016 Re: Recommendation Madam President and Board Members, At our October 25, 2016 Board Meeting you received a bids for the Richmond Sanitary District on the purchase of 100 3-Yard Containers. After reviewing the bids it is Solid Waste Manager's Recommendation to award this to Pyramid Equipment of Rolling Prairie, lodiana at the cost of $537.90 each with a total cost of $53,790.00 for 2016. $550.00 each with a total cost of $55,000.00 for 2017 and $562.00 each for a total of $56,200 for 2018. Pyramid Equipment is the lowest and most responsive and responsible company to bid. Bid Tab. 2016 Vendor: Type Cost Each Total Pyramid Equipment: 3-Yard Steel. $537.00 $53,790:00 Link Enviromnental 3-Yard. Steel $575.00 $57,500.00 2017 Vendor: Tvpe Cost Each Total Pyramid Equipment: 3-Yard Steel $550.00 $55,000.00 Link Environmental 3-Yard Steel $575.00 $57,500.00 2018 Vendor: Type Cost Each Total Pyramid Equipment: 3-Yard Steel $562.00' $56,200.00 Link Environmental 3-Yard Steel $575.00 $.57,500.00 PRICE REQUEST a4 to �O S O O �!r h CM OF R.xC HMO" OF SANUXIJN 2380 LIS&Irr7Y A! ENNUF RICH ONDo NDiANA 47374 THIS IS NOT AN ORDER pRoNE(765) 983-7450.FAX(765) 962-2669 .......... ....:.::.. ..:-.:.....;::.:v, .:sue:. �:-z=,;.:.:�W�::•z�__1,_._..._.�.,.Y� w,.. VENDOR INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications may be Pyramid Equipment attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. PO Box 127 Please complete your full name and phone number below with signature; itemize ail prices and charges where Rolling Prairie, IN 46371 requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope, in care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the specified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: September 29, 2016 10:00 A.M, on October 25, 2016 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for, one hundred (100) three yard containers. Please see attached specifications. This will be a three year contract for these containers. Please include all warranty information with quote. All E-Verify requirements and Indiana Local Preference Claims will apply to this quote, information enclosed. Return the quote in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson 2380 Liberty Avenue Richmond, IN 47374 '7 � Price Per Container$ 62�t t-/•f Re: Three Yard Dumpsters Total Quote Price $ Quote Valid Until Please include any Warranty Information with quote. Questions please call Tim Lingar at 765-983-7478. STATE TAX EXEMPTION # 003121909-001 Exhibit NAME OF FIRM QUOTING: —f PCa rn iyi bu AUTHORIZED BY SIGNATURE D A TITLE DA E PHONE NUMBER SPECIFICATIONS FOR 3 CUBIC YARD CONTAINER RICHMOND SANITARY DISTRICT ITEM MMMUM/AWaMUM YES NO / COACAENTS REQUIRED 1. 3 Cubic Yard The container must be compatible to the Refuse side loading equipment presently being used Containers and owned by the Richmond Sanitation Department ( RSD ) The City requests, at no charge to the City, a sample of the container being bid, fiom all bidders. Straight line front to back edge Minimum — 48" Maximum — 50" V Height of back of container Minimum — 54" V' Maximum — 55" Front loading height Minimumn — 39" , Maximum --- 40" t� Center line of attachment to bottom of box Minimum — 28" Maximum — 29" 1f Front depth of container Minunum — 42" Maximum — 45" V/10 Bottom width inside Minimum — 54" t / Maximum — 55" Minimum of 12 gauge steel on complete container Container top support minimum 12 gauge triple formed side channels and minimum 7 gauge in front and rear �+ Upper overall front width Minimum — 60 '/2 " Maximum -- 61 '/7" Pick up latch attachment bolt V2" x 13/" long, hexagon head bolt with "nylok" lockout ITEM MINIMUM/REQUIRED YES NO / COMMENTS La Lids, Hinges, and The lid shall be of one piece Lid Components construction, high density black f polyethylene resin. Each container must include two (2) lids and adequate steel hinge rods for the lids (covers) Baffles are not acceptable. Hinges will be solid steel rods of/2" diameter. End of rods will be cut perpendicular to length of rods to allow end caplets to fit perfectly and tight. Lids and necessary hardware shall be shipped with containers for delivery, final attachment to the container to be 1% done by the Richmond Sanitary District. Container Body Minimum of three (3) 10 gauge steel pads welded to the bottom of container front to back This will keep bottom of container from being directly in contact with the ground. One drain hole with plug. ITEM M11tiIIMUM[REQUIRE,D YES NO I COMMENTS Lifting Device EMCO lift brackets with three holes for attachment to container body, attachment to be done by Richmond Sanitary District. Container to have slight taper to prevent hanging of large items. Lift attaclunents for hooking to container will be constructed of %2" HR steel and bolted onto container to work with the EMCO style lifting f device. Attachments to be packaged separately, all hardware included, for installation by the Richmond Sanitary District. Reinforcement 12 gauge steel plate, 18" (wide) x 12" (height) with three holes for EMCO lift f brackets welded inside container on both sides. r! Painted inside and outside with high industrial enamel in the dark brown color. Metal to be cleaned of all foreign materials before painting. Painting will be one spray coat of red oxide primer and two coats of heavy industrial grade enamel in the dark brown color. ANSI Safety Stickers to be provided by bidder for each container. Warranty Minimum warranty of one (1) year. Warranty is to include the following coverage. 1. Damage to the container body, lid or any component parts though opening or closing the lid. 2. Failure of the lower lift bar from damage during interface with standard ANSI approved lifting devices. 3. Failure of the body and lid to maintain their original shape. 4. Damage or cracking of the container body through normal operating conditions. Shipping All containers are to be delivered to the Richmond Sanitary District, 2380 Liberty Avenue, Riclunond, Indiana. 47374, City of Richmond will purchase approximately one hundred (100) containers per year and we would like a quote for 2016, 2017, and 2018. PRICE PER CONTAINER — 2016 ($ 53. 90 ) PRICE PER CONTAINER — 2017 PRICE PER CONTAMR. — 2018 ($ :J Lc' . QQ ) til 0 oij H Z LU .Ott R LL Z C)o U z W< z 0 E I