Loading...
HomeMy Public PortalAbout049-2017 - Sanitation - Greensfork Alignment - Tires„.„,,,,Erv, ORIGINAL THIS AGREEMENT made and entered into this -� day of April, 2017, and referred to as Contract No. 49-2017 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 Greens Fork Alignment & Service, Inc., 2441 Centerville Road North, Centerville, IN 47330 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for supplying and delivery of tires for use by the Sanitary District for a period ending December 31, 2017. A Request for Quotes has been made available for inspection by City, is on file in the office of the Department of Sanitation for the City of Richmond, consisting of four (4) typewritten pages, 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 four (4) 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 11I. COMPENSATION City shall pay Contractor at the rates indicated in Exhibit `B" in an amount not to exceed Eighty - Five Thousand Dollars and 00/100 ($85,000.00). SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue in effect until in effect to an including December 31, 2017 unless the parties extend this Agreement by a written and signed Addendum. Contract No. 49-2017 1 1 Page 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. 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 party. 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 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. Coveraee Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability 2 1 Page W E. Section 1. Bodily Injury Section 2. Property Damage Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIIL IRAN INVESTMENT ACTIVITIES 3 1 Page Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event Board determines during the course of this Agreement that this certification is no longer valid, Board shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the Board determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the Board reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 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; 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 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OF LIABILITY 4 1 Page Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 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 Sanitary Commissioners Sue Miller, President man Bakshi, Vice resident re tiens, Member Dated: APPROVED: w, Mayor Dated: q I 2 - 1 "CONTRACTOR" Greens Fork Alignment & Service, Inc. By:yG�'Yvvw.L/ (Printed): Title: f f Lei 444 mr,C✓ Dated: 7— -a B / -) 6 1 Page 0 PRICE REQUEST s u o t CITY OF MCHMOND 2380 1 ��AVENUEF SANrFATION .RICHMOND, INDIANA47374 THIS IS NOT AN ORDER PHONE (765) 983-7450.FAX (765) 962-2669 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: February 17, 2017 10:OOAM on February 28, 2017 UPON RECEIPT OF INVOICE DELIVERED This is a request for quote valid for the Year 2017 ending December 31, 2017. E-verify requirements and Indiana Local Preference Claims will apply to this quote. Must include a Certificate of Insurance which must include Workers Compensation (insurance limits enclosed). Also include all warranty information with quote. SEE ATTACHED SPECIFICATION LISTING AND PRICE QUOTE SHEET. "Send with Quote, a tire manufacturing specification/rating and guarantee information." Questions? Call Jeff Lohmoeller at 765-983-7464 Send back in a sealed envelope by date listed to: DENISE JOHNSON, CUSTOMER SERVICE MGR. STATE TAX EXEMPTION # 003121909-001 QUOTE VALID UNTIL Richmond Sanitary District Board of Sanitary Commissioners 2380 Liberty Avenue Richmond, IN 47374 NAME OF FIRM QUOTING: Re: 2017 Tire Quote AUTHORIZED BY SIGNATURE TITLE Richmond Sanitary District Exhibit "A - DATE PHONE NUMBER RICHMOND SANITARY DISTRICT Request for Quote for "Tires" 2017 PROPOSAL SHEET RICHMOND SANITARY DISTRICT TIRE QUOTE SPECIFICATIONS 1) Front and Rear Tires for International Impac Trash Trucks (approx. 20 tires) Size: 11-R-22.5 G(14 ply) G622 Goodyear $ FD663 Firestone $ 2) Front and Rear Tires for International Impac Trash Trucks (approx. 20 tires) Size: 11-R-22.5 H (16 ply) G661 Goodyear Endurance RSA $ F5S 561 Firestone $ 3) Front and Rear Tires for McNeil's Trash Trucks (approx. 20 tires) Size: 11-R-22.5 H (16 ply) G177 Armor Max MSD $ T831 Firestone $ 4) Front and Rear Floatation Tires for EVO Local Trash Trucks (approx. 20 tires) Size: 425/65R22.5 L (20ply) G296 MSA Goodyear $ T839 AP Firestone $ Exhibit ,A,, 1 5) Front and Rear Tires for Pickup Trucks and SUV's (approx. 16 tires) Size: 315/80-1122.5 L (20 ply) G289 WHA Goodyear $ FS 400 Firestone $ 6) Front and Rear Tires for Pickup Trucks and SUV's (approx. 16 tires) Size: LT235/80 R17 SL E (10 ply) Goodyear Wrangler ADV $ Transforce AT Firestone $ 7) Front and Rear Tires for Pickup Trucks and SUV's (approx. 25 trucks for LT tires) Size: LT245/751117 SL E (10 Ply) Goodyear ARM TRAC $ Transforce AT Firestone $ 8) Front and Rear Tires for Pickup Trucks and SUV's ( LT truck tires) Size: LT225/751116 E (10 Ply) Goodyear Wrangler SRA $ Transforce AT Firestone $ 9) Front and Rear Tires for Pickup Trucks and SUV's ( LT truck tires) Size: LT245/751116 SL E (10 Ply) Goodyear Wrangler SRA $ Transforce AT Firestone $ 10) Front and Rear Tires for Pickup Trucks and SUV's (LT truck tires) Size: LT245/70R19.5 H (14 Ply) G661 AP Goodyear $ FS 560 Firestone $ Exhibit 2 11) Front and Rear Tires for Pickup Trucks and SUV's (LT truck tires) Size: LT245/751116 E (10 Ply) Goodyear Wrangler SRA $ Transforce AT Firestone $ COST OF MOUNTING AND BALANCING OF TIRES QUOTED COST PER TIRE: • 2017 PRICE PER TIRE: Big Truck Medium Truck Car/SUV Please include the following with quote: Vendor Name: Date: Quote Valid Till: Include Warranties E-Verify: YES NO Indiana Local Preference YES NO Iran Investment Activities YES NO Exhibit "A" 3 PRICE REQUE'geopy o y 0 0 ie i CITY OF RICE MOND o� TMEAVENU S ANrFATION 223RICHMOND,INDIANA47374 THIS IS NOT AN ORDER PHONE P65) 983-7450.FAX 065) 962-2669 VENDOR INSTRUCTIONS (3KCCINJI-UKK HLIUIVIVICIV I This is a request for a price for the services of materials 2441 CENTERVILLE ROAD NORTH 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. CENTERVILLE, IN. 47330 Please complete your full name and phone number below with signature; itemize all prices and charges where ATTN: DANNY HALL 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. PLY MUST Feb uary 17, 2017 I OEOOAM on F brB ary 8, 2017 I IN BY: PAYMUPON RECEIPT OF INVOICE I DELIVERY DE DELIVEREDREQUIRED: I This is a request for quote valid for the Year 2017 ending December 31, 2017. E-Verify requirements and Indiana Local Preference Claims will apply to this quote. Must include a Certificate of Insurance which must include Workers Compensation (insurance limits enclosed). Also include all warranty information with quote. SEE ATTACHED SPECIFICATION LISTING AND PRICE QUOTE SHEET. "Send with Quote, a tire manufacturing specification/rating and guarantee information." Questions? Call Jeff Lohmoeller at 765-983-7464 Send back in a sealed envelope by date listed to: DENISE JOHNSON, CUSTOMER SERVICE MGR. Richmond Sanitary District Board of Sanitary Commissioners 2380 Liberty Avenue Richmond, IN 47374 STATE TAX EXEMPTION # 003121909-001 Re: 2017 Tire Quote QUOTE VALID UNTIL 1 Z - 3 1-) 7 . NAME OF FIRM QUOTING: AUTHORIZED BY SIGNATURE TITLE Richmond Sanitary District Exhibit " B" DATE PHONE NUMBER RICHMOND SANITARY DISTRICT Request for Quote for "Tires" 2017 PROPOSAL SHEET RICHMOND SANITARY DISTRICT TIRE QUOTE SPECIFICATIONS 1) Front and Rear Tires for International Impac Trash Trucks (approx. 20 tires) Size: 11-R-22.5 G(14 ply) G622 Goodyear $ FD663 Firestone $ 2) Front and Rear Tires for International Impac Trash Trucks (approx. 20 tires) Size: 11-R-22.5 H (16 ply) G661 Goodyear Endurance RSA $ F5S 561 Firestone $ 3) Front and Rear Tires for McNeil's Trash Trucks (approx. 20 tires) Size: 11-R-22.5 H (16 ply) G177 Armor Max MSD $ T831 Firestone $ 4) Front and Rear Floatation Tires for EVO Local Trash Trucks (approx. 20 tires) Size: 425/65R22.5 L (20ply) G296 MSA Goodyear $ -5/ to ' g T839 AP Firestone $ Exhibit "B" 1 5) Front and Rear Tires for Pickup Tracks and SUV's (approx. 16 tires) Size: 315/80-R22.5 L (20 ply) G289 WRA Goodyear $ �p FS 400 Firestone $ 6) Front and Rear Tires for Pickup Trucks and SUV's (approx. 16 tires) Size: LT235180 R17 SL E (10 ply) Goodyear Wrangler ADV Transforce AT Firestone $ 123 33 7) Front and Rear Tires for Pickup Trucks and SUV's (approx. 25 trucks for LT tires) Size: LT245/75R17 SL E (10 Ply) Goodyear ARM TRAC Transforce AT Firestone $ 1,2 8) Front and Rear Tires for Pickup Trucks and SUV's ( LT truck tires) Size: LT225/75R16 E (10 Ply) Goodyear Wrangler SRA $ 3�, Transforce AT Firestone $ 11q 9) Front and Rear Tires for Pickup Trucks and SUV's ( LT truck tires) Size: 1,1245/751116 SL E (10 Ply) Goodyear Wrangler SRA Transforce AT Firestone 10) Front and Rear Tires for Pickup Trucks and SUV's (LT truck tires) Size: LT245/70R19.5 R (14 Ply) G661 AP Goodyear FS 560 Firestone $ ,Z2 3 ! -� Exhibit "B" 2 11) Front and Rear Tires for Pickup Trucks and SUV's (LT truck tyres) Size: LT245/75R16 E (10 Ply) Goodyear Wrangler SRA $ p - q9 Transforce AT Firestone $ % / COST OF MOUNTING AND BALANCING OF TIRES QUOTED COST PER TIRE: • 2017 PRICE PER TIRE: Big Truck $ 1 5• w Medium Truck $ 5. c' Car/SUV $' Please include the following with quote: Vendor Name:'=sac Date: ;Z 7-1-7 Quote Valid Till: i 2. - 31 - 17 Include Warranties / E-Verify: YES NO ✓ Indiana Local Preference YES ✓ NO Iran Investment Activities YES NO Exhibit "B" 3