Loading...
HomeMy Public PortalAbout077-2017 - Cintas Laundry ServicesAGREEMENT moill '!FAN THIS AGREEMENT made and entered into this day of July, 2017, 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 Cintas Corporation, d/b/a G & K Services, 601 East Main Street, Muncie, Indiana 47305 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for laundering of lab coats, mats, shop rags, hand sanitizer and laundry services for the Richmond Sanitary District. A Request for Quote was made by City, which is on file in the office of the Department of Sanitation for the City of Richmond, which is attached hereto and incorporated by reference herein as Exhibit "A". The response of Contractor to said Request for Quote is attached hereto and incorporated herein by reference as Exhibit `B", with Cintas having begun the process of acquiring G&K Services of Indianapolis, Indiana, during City's Request for Quote. G & K Services submitted the low quote of three (3) vendors who responded to the Request for Quote, and Cintas, having since acquired G& K Services after G & K Services submitted its quote, is awarded this Agreement based upon, subject to and consistent with the terms and financial figures in the quote previously submitted by G & K Services. 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. 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. The Contractor shall provide, at its own expense, competent supervision of the work. Contract No. 77-2017 Page 1of6 SECTION III. COMPENSATION For complete and satisfactory performance of the work required hereunder, City shall compensate Contractor as follows: Year 1 August 1, 2017 to December 31, 2017 ' One Thousand One Hundred Sixty -Five Dollars ($1,165) per month from August 1, 2017 through December 31, 2017, for a total of Five Thousand Eight Hundred Twenty -Five Dollars ($5,825). Year 2• January 1, 2018 to December 31, 2018 One Thousand One Hundred Eighty -Eight Dollars and Thirty Cents ($1,18830) per month from January 1, 2018 through December 31, 2018, for a total of Fourteen Thousand Two Hundred Fifty -Nine Dollars and Sixty Cents ($14,259.60). Year 3• January 1, 2019 to December 31, 2019 One Thousand Two Hundred Twelve Dollars and Six Cents ($1,212.06) per month from January 1, 2018 through December 31, 2018, for a total of Fourteen Thousand Five Hundred Forty -Four Dollars and Seventy -Two Cents ($14,544.72). SECTION IV. TERM OF AGREEMENT This Agreement shall become effective August 1, 2017 and shall continue in 'effect until and including December 31, 2019. 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. Page 2of6 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. s 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 indire6tly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage A. Worker's Compensation & Disability Requirements B. Employer's Liability C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability (if applicable) Section 1. Bodily Injury Section 2. Property Damage Limits Statutory $100,000 $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 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 Page 3 of 6 provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES 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. PROIIIBITION AGAINST DISCRIlVINATION 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 Page 4 of 6 discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OF LIABILITY 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 parry. 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. Page 5of6 Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. IN WITNESS WHEREOF, the parries 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 a By: e Miller, President By: gZanl�lksft,ce-President By: ti ns, Member Date: "CONTRA.CTOR" CINTAS CORPORATION, d/b/a G & K Services By:_ Title: Sales Manager Date: oq l aq /jr7 APPROVED: avid M. Sri . yor City of Ric ond, Indiana Date: 0�3— (3- Page 6 of 6 PRICE REQUEST A O `{ C L 4 0 * II i4 !A CITY OF RICBMOND Ds0T BRWAVENUFE:RICHMOND,R%DIANA47374 THIS IS NOT AN ORDER PHONE (765) 983-7450.FAX (765) 962-2669 I VENDOR I _ 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: I REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: APRIL 21, 2017 10:OOAM on MAY 9, 2017 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes is for Furnishing and Laundering of Lab Coats, Mats, Shop Rags, Hand Sanitizer and Laundry Service for the Richmond Sanitary District. Attached is the totals that we use as of now. Please provide the monthly service cost from the information provided. The period of services will be from the signing of the contract until 12-31-17 with the option to renew year two (year 2018) and year three (year 2019) ending December 31, 2019. Furnishing and Laundering of Lab Coats, Mats, Shop Rags Hand Sanitizer and Laundry Service for Richmond Sanitary District: See Attached Specifications Please fill out the Attached Proposal Sheet Total Monthly Cost Please include Certificate of Insurance with Quote. Return this sheet in a sealed envelope addressed to: Richmond Sanitary District Board of Commissioners 2380 Liberty Avenue Richmond, IN 47374 Re: 2017, 2018 & 2019 Laundry Services Questions? Call Denise Johnson at 765-983-7443 or°Jeff Lohmoeller at 765-983-7464. NAME OURR"IifiXTING: P# za"M { m Richmond Sanitary District BY: DATE AUTHORIZED BY SIGNATURE PHONE NUMBER TITLE )5'./ / • ), I' )) i rmw Ln N N •-+ m cn cn m m b 0 0 NNN 'd' 00 CD 00 0 z�z -cl N N M ' M I! O O O M 00 Ln 00 0 Cd U cn un 'A �' ? N O O N Nt in 00 O r 00 Cr1 M d' M r q o O O O ZZZcoto O O '-, v) b 00. 00 m � n O O O N in 00 00 Ti M r �Ia O CY) i 0 0 N N 00 00 x —4 cn d *- 1 O COO tj 0 3� 2 H Hoy' w o o 0 'ra rig ci 03 (.A 1) kn N M G � � �>1 ,S1 d v C� A o c 0 1-4 0 0 b40, v U, O p z W _ E-� a H � a o H 46S o a a H a� as a� s, 0 o w ° z u w a z w a v z C) o � a v � o CO `job' ),e)�� PRICE REQUEST A � t l l 1 j �h OFM�CBMONDt-� DEPARTMENT OF SANITATION 2380 L RMI YAVaAM-MCf%nO. INDIANA47374 MCM (765) 983-7450.FAX(765) 962 2669 THIS IS NOT AN ORDERI VENDOR INSTRUCTIONS This is •a request for a price for the services of materials described below. Any additional specifications may be j attached hereto. This is NOT an order and the City reserves G & K SERVICES j the right to accept all or part, or decline the entire proposal. below Please complete your full name and phone number 9145 EAST 33"D STREET with signature; itemize all prices and charges where INDIANAPOLIS IN. 46235 requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope, in care of ATTN•• TONY PENA 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 13E IN BY: PAYMENT TERMS: DELIVERY REQUIRED: APRIL 21, 2017 10:00AM on MAY 9, 2017 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION' This is a request for quotes is for- Furnishing and Laundering of Lab Coats, Mats,'Shop Rags., Hand Sanitizer and Laundry Service for the Richmond Sanitary District. Attached is the totals. that we use as of now. Please provide the monthly service cost from the information provided. The period of services will be from the signing of the contract until 12-31-17 with the option to renew year two (year 2018) and year three (year 2019) ending December 31, 2019. Fumishing and Laundering of Lab Coats, Mats, Shop Rags Hand Sanitizer and Laundry Service for Richmond Sanitary District: See Attached Specifications Please fill out the Attached Proposal Sheet Total Monthly Cost Please include Certificate of Insurance with Quote. Return this sheet in a sealed envelope addressed to: Richmond Sanitary District* Board of Commissioners 2380 Liberty Avenue Richmond, IN 47374 Re- 2017, 2018 & 2019 Laundry Services Questions? Call Demise Johnson at 765-983-7443 or Jeff Lohmoeller at 765-983-7464. NAME OR)BR"WITIH IS: C-rA-FF— -FAY L_Vrnfinnnki it agi BY: r-- AUTHORIZED By sIbNATURE � i c z Wk TITLE, "OD •Lja�2�:G�P1L �'- �- (.� .s�t1- 7d�i - �'io1c�-� Richmond Sanitary District , I t , I -DATE PHONE NUMBER ®may �, t - O N .0 rA r...j e-•1 G� Sy CV O N M oA� 4-1 rA � U � vN O .Z" rA 4-4 'p .� oo � o Q 4.4 00 O MmMCM 60ul Za a 0 0 4 3 V .c C y � O co O ri ?C DC pC 00 (mil{ G Ri ai u N M On � � � 0/ N O c �' U � pq ® z�z A uo L il .b 0 ton o v N U V2 N U Nt C� M't'M �r N U O yN 5 O I--( i' rn o O O Q, cd U 0 � g n � u 0 C'M 00 N I v o 0 N �h N Nt �n •-, �n 00 00 >4 00 >4 00 cM M d M •--+ M ' tad N m O .� .9 wi1. O O O �+ opt unl zzzco CIA CIO �M 9 00 00 m �Ia 9 rl, i o- 0 d- N 9 00 ,—a DC 00 0 H 0 A Un N p O 00 g Pq � N cd � rJ2 Idi � o o � rn -4 d\ OR W) k M r �VIC,� _ J 0 4 4-4 rn q o d i 0 v 0 :y. g ro Fi, o, CY o, A N o 0 0 LEE b a� a� a� s. A 0 o - . z z° z A w � w U a- � • z � U o� W � v v w a .�itdsvif of Ei anployment Ehgabz'I,itp V'erificalmn 'The Contrs�taz, U S f Vi C _, aka pndm fihe penalties of that -Contractor -does nat knowingly employ an unauthorized alien. ' If Contractor is se]i employed and dues not employ any employees, Contractor verifies he or she is a: Unitod States citizen or qualf ted alien. The Contractor leas not knowingly =ploygd or. contracted wick an •tmaufhorized abaft and shall not ruin• W employee or contract wi& :a person that the Contractor subsupoidy leaws is an nnaut%orized alien. • B rsua�.t to Indiana Cade 22 5-1.7, Contractor has enrolled in and verifiea the work eligiln* status of all newly hired employees of the contractor through the Indiana E-Vm* pmgPIM: The Contractor has required Couiraatozis subcontractors to certify to the Contractor that the subcontractor does not knowingly employ or contract with an mauthorized slieA" and that the subcontractorr has enrolled and is participating in the F-Vezify program. The Contractor will miakdaia this certMeatimi throughout the duration of the term of a contract wiik a subcoldowtor. I hereby verify ender the, pe aky of pmjnry that the foregoing statement is true Dated this . Z-f oday of , A Y , 2017. (prmtedname) - A� ©'® CERTIFICATE OF LIABILITY INSURANCE DATE (MMroomYY) FON312017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements , PRODUCER Marsh USA Inc. 333 South 7th Street; Suite 1400 Minneapolis, MN 55402-2400 Attn: Minneapolis.CertRequest@marsh.com Fax 212-94Ui l4 CONTACT NAME: {NONE AI No aDDREss` ADDRESS, INSUR S AFFORDING COVERAGE NAIC S INSURER A., ACE American Insurance Company 226V INSURED G&K Services, Inc. and its Subsidiaries 5995 Opus Parkway, Suite 500 INSURER B : Travelers Properly Casually Company of America 25674 INSURER c : Indemnity Insurance Company of North America 43575 INSURER D : Great American E&S Insurance Company 37532 Minnetonka, MN 55343 INSURER E INSURER F ; C[IVFRArLFS CFRTIFICATF NIINIRFR- CHI-00705194"1 RFVISION Nl1MRFR-1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.. LTR TYPE OF INSURANCE L POUCY NUMBER POl.ICDDIY MMUrDDIYOM . f LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE _M OCCUR i i HDOG27859926 12/01/2016 12/01017 EACH OCCURRENCE S 1,000,000 DAMAGE TO RENTED PREMISES My occurrence) S 1,000 000 MED EXP Any one erspn) $ 10,000 PERSONAL & ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY JECT � LOG X OTHER General Agregate GENERAL AGGREGATE S 2,000,0W PRODUCTS- COMPIOP AGG S _ _ 2,000,000 POLICY GENERAL AGG is 15,000,000 A 1 AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NONHIRED AUTOS AUTOS WNED ISAA09052124 12/0112016 1210112017 �OMBINeDSINGLELIMIT $ 3,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) $ PROPERTY ere art DAMAGE $ S B X UMBRELLA LIAB EXCESSS LIAR X OCCUR CLAIMS -MADE lIT7047816NF 12/01/2016 12/91120117 EACH OCCURRENCE a 5,000,000 AGGREGATE S 5,000,000 i oE0 i X RETENTIONS10.0W S C A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN N ANY PROPRIEfORIPARTNERIEXECUTNE OFFI EXCLUDED? N (Mandatory in NH) ityy��, describe under MOWN OF OPERATIONS below N/A C49ID6178 (AOS) (md Slap Gap ND, OH, WA & WY) r(A191061aMC&MA) ers Comp is not provided in TX p p 12101/2016 1210112016 1210112017 17JOI12017 X ISETA ! DT}I ^� E.L. EACH ACCIDENT S 1.000,000 E.L. DISEASE-EAi1NPLC7YE S 1,000,000 EL. DISEASE - POLICY LIMIT S 1,000.000 D Texas Empiayers Excess Indemnity GA3719729 SIR $250,000 12/01/2016 1210112017 Per Person Limit 5.000 000 Per Occurrence Umit 25,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) City of Richmond 2380 Uberty Ave. Richmond, IN 47374 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee �t av�odtu W 19UtI-ZU14 AGUKU GUKI UKA 1IUN. All rignis reserves. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD fs -)-� 1-, Qi '1z i1 i t/ M-MMORANDUM ciNTAs,. READY FOR THE WORKDAYV TO: Jeff Lohm6ell6r, Richmond Sanitation District FROM- Ryan Gard, Cintas Sales Manager Date: 5/17/2017 SUBJECT: Cintas Completes Acquisition of G&K Services Jeff, Below is a press release that we published Match 21111 2017. Wecompleted the acquisition of G&K Services on March 21st. In May of20t7botli G&Kwid Cintas responded to a price request for rental services. G&K was awarded the bid. Cintas will 'honor the G&K bid, under a Cintas agreement. Thanks, Ryan.Gard Cintas Corporation- Sales Manager CINTAS CORPORATION COMPLETES ACQUISITION OF G&K SERVICES, INC. CINCINNATI, March 21, 2017 -- Cintas Corpbration (Nasdaq-. CTAS)' announced today that it completed the previously announced acquisition of G&K Services, Inc. ("G&K Services") for approA.Mately nZ 1­7 Jeff L®hmoeller From: Tony Pena <tpena@gkservices.com> . Sent: Wednesday, May 10, 2017 4:23 PM To: Unknown Subject: RE: [WARNING! Validate the attachment before opening.] Laundry Quote Hello Jeff, you are right! On May 10, 2017 4:19 PM, "JeffLohmoeller"<jlohmoeller(a?xichmondindiana.goy> wrote: Tony, It should be 8 areas at $7.39 per week service charge. This is where the $32.00 charge comes into play. $1,133 + 32 = $1,165.00. Please confirm and I will move forward. Thdnk you, fV zed Jeff Lohmoeller Class IV WWTP/M M&. Mgr. City of Richmond Indiana Department of Sanitation Email.',ilohmoeller@richmondindiana.go- v Phone: (765) 983-7464 Cell, (765) 993-2670 Fax. (765) 962--2669 From: Tony Pena [mailto:tpena gkservices.coml Sent: Wednesday, May 10, 201712:02 PM To: Unknown<ilohmoeller@richmondindiana.gov> Subject: Re: [WARNING! Validate the attachment before opening.] Laundry Quote Hi Jeff., i am looking at the bid. I see what i did. I added $1.00 to each bldg. For service charge, $1.00 x 7 bldg's. ($7.00 weekly) x 4 weeks in month $28.00: There's were the extra. $28.00 dollars came from. The monthly total is $1165.00. That is what i put on monthly total. Hopefully that makes sense. I accounted for service charge.. On May 10, 2017 11:49 AM, "Jeff Lohmoeller" <jlohmoeller aichmondindiana.gov> wrote: Tony, I scanned what you quoted. When I add the numbers I do not come up with what you did. You show $1,165.00 and I come with $1,133.00. What am I missing? Jeff ----Original Message----- From: rsdsg p ort@nchmondindiana. gov f mailto xsdsu�port a ichmondindiana. govl Sent: Wednesday, May 10; 2017 9:07 AM To: Jeff Lohmoeller ana.gov> Subject: Message from "sanitationad:min" . This E-mail was sent from "sanitationadmin" (MP C5503). Scan Date: 05.10.2017 09:06.47 (-0400) Queries to: rsdMortra richmondindiana.gov Bid Tabulation Sheet for Furnishing and Laundry of the following: 2017, 2018 & 2019 Administration Buildine Cintas ARAMARK G&K Services Mats Size Ouantity Cost per week Cost per month Cost oer month Safety Mats 3x5 5 $7.05 $44.00 $30.00 Scraper Mat 3x5 2 $2.80 $14.40 $8.00 Nylon/Rubber(Blk) 3x4 2 $2.00 $10.56 $4.00 Nylon/Rubber(Blk) 3x10 18 $36.00 $252.00 $108.00 Purell Hand Sanitizer 3 $9.00 $60.00 $21.00 TOTAL $56.85 $380.96 $171.00 Operations IPB (5) Cintas ARAMARK G&K Services Mats Size Quantity Cost per week Cost per month Cost per month Nylon/Rubber(Blk) 4x6 2 $3.00 $20.80 $8.00 Scraper Mat 3x5 2 $2.80 $3.60 $8.00 Nylon/Rubber (Blk) 3x10 2 $4.00 $28.00 $24.00 Shop Towels 18x18 (Red)400 $24.00 $80.00 $72.00 TOTAL -- --- ------- $33.80wk. $132.40 $112.00 LAB (4) Cintas ARAMARK G&K Services Mat Size Quantity Cost per week Cost per month Cost per month Nylon/Rubber 3x4 2 $2.00 $10.56 $4.00 Scraper Mats 3x5 2 $2.80 $14.40 $8.00 Lab Coats 44 $10.78 $29.92 $61.60 3 - button /two lower pockets and 1 chest pocket TOTAL - - --- $15.58wk $54.88 $73.60 Waste Water Maintenance (6) Cintas ARAMARK G&K Services Item Size Ouantitiv Cost per week Cost per month Cost per month Coveralls 30 $9.18 $97.20 $42.00 Scraper Mat 4x6 8 $8.00 $57.60 $28.00 Shop Towels 18xl8 (Red) 500 (qty) $30.00 $100.00 $90.00 TOTAL ------------------ $47.18wk. $254.80 $160.00 1 Solid Waste Item Size Ouantitiv Cintas Cost ner week ARAMARK Cost per month G&K Services Cost per month Nylon/Rubber 3x4 2 $2.00 $10.56 $8.00 Nylon/Rubber 3x10 4 $8.00 $56.00 $24.00 Nylon/Rubber 4x6 2 $3.00 $20.80 $8.00 Scraper Mat 3x5 4 $5.60 $28.80 $16.00 Shop Towels 18xl8 (Red) 500 (qty) $30.00 $100.00 $90.00 TOTAL -- ------------------ $48.60wk. $216.16 $146.00 Solid Waste /MRF Item Size Ouantitiv Cintas Cost per week ARAMARK Cost per month G&K Services Cost per month Scraper Mat 3x5 1 $1.40 $7.20 $4.00 Shop Towels 18xl8 (Red) 500 $30.00 $100.00 $90.00 TOTAL - ----------- $31.40wk $107.20 $94.00 Solid Waste Maintenance (4) Item Size Ouantitiv Cintas Cost per week ARAMARK Cost per month G&K Services Cost per month Coveralls 20 $6.12 $64.80 $61.60 Shop Towels 18x18(Red) 500(gty) $30.00 $100.00 $90.00 TOTAL ------------- $36.12wk $164.80 $151.60 Landfill (8) Cintas ARAMARK G&K Services Item Ouantitiv Cost per week Cost per month Cost per month Coveralls 30 $9.18 $97.20 $100.80 Shop Towels 18xl8(Red) 400(gty) $24.00 $80.00 $72.00 Scraper Mat 3x5 2 $2.80 $14.40 $8.00 Roll Towel Blue 4 $5.40 $48.00 $24.00 Pro -Soy Industrial Soap 1 $3.00 $68.73 $14.00 Air Freshener 1 $1.50 $8.00 $6.00 TOTAL - --- ----------- $45.88wk. $316.33 $224.80 2 Cintas per week charge is: $315.41 x 52wks $16,401.32 annual divide by 12 = $1,366.77 per month charge 2017 monthly charge - $1,366.77/$9,567.39 (month/7 months of 2017) 2018 monthly charge with 1.7% increase - $1,390.01/$16,680.14 (month/yearly) 2019 monthly charge with 1.7% increase - $1,413.64/$16,963.70 (month/yearly) ARAMARK per week charge is: $375.584 x 52wks $19,530.36 annual divide by 12 = $1,627.53 per month charge 2017 monthly charge - $1,366.77/$11,392.71 (month/7 months of 2017) 2018 monthly charge with 0% increase - $1,627.53/$19,530.36 (month/yearly) 2019 monthly charge with 0% increase - $1,627.53/$19,530.36 (month/yearly) G&K Services per week charge is: $261.457 with a $7.39 service charge. This = $268.84 x 52wks $13,980.00 annual divide by 12 = $1,165.00 per month charge 2017 monthly charge - $1,165.00/$8,155 (month/7 months of 2017) 2018 monthly charge with 2% increase - $1,188.30/$14,259.60 (month/yearly) 2019 monthly charge with 2% increase - $1,212.06/$14,544.79 (month/yearly) 3 May 23, 2017 The Board of Sanitary Commissioners of the Sanitary District of Richmond, Indiana, met in regular session in the Board Room of the Richmond Sanitary District Building, 2380 Liberty Avenue, Richmond, Indiana, on Tuesday, May 23, 2017 at 10:00 A.M. Those present were Sue Miller — President, Aman Bakshi- Vice -President, Greg Stiens — Member, 'Kim Vessels — Assistant City Attorney, William Harris — Director, Gerald South- Assistant District Engineer, Denise Johnson -Customer Service Manager, Deidra Hopkins — Recording Clerk, Jeff Lohmoeller WWTP & Maintenance Manager, Pat Smoker- WWTP- Superintendent, Tim Orrill- Lab Supervisor, and WCTV. The first order of business was to approve the minutes from the May 9, 2017 meeting. Mr. Bakshi made a motion to approve the minutes from May 9, 2017. Mr. Stiens seconded. The motion passed 3-0. The next order of business was to approve the invoices. The invoices were in the amount of $144,719.47 covering May 5 & 12, 2017. Mr. Stiens made a motion to approve the invoices. Mr. Bakshi seconded. The motion passed 3-0. The next order of business was the Director's Report. Mr. Harris stated that the clean-up has been going well and 'they are currently cleaning up Reeveston to the east boundary of town. The second week totals are in -from the north side clean-up and they are 130.79 tons of trash in 54 loads, 563 tires and 3 televisions. The third week totals are in from the south side clean-up and they are 130 tons of trash in 60 loads, 197 tires and 3 televisions. Mr. Harris stated that there will. be a meeting at 10:00 a.m.-?to start on contract negotiations. Mr. Harris stated that Beth Fields has started requesting possible capital. and projects over the next 10 years. Mr. Harris stated that itas now been over 40 days since the district had an automobile accident. The next order of business was to receive bids for the rehab of True Grit Wash System. We received two quotes from Henry P. Thompson, Co., from Fishers, Indiana and Mason Engineering & Construction from Fort Wayne, Indiana. The Quote -"from Henry P. Thompson, Co., ' from Fishers, Indiana was for $42,073. The quote from Mason Engineering & Construction from Fort Wayne, Indiana was for $32,133. The quotes will be referred to management for a recommendation at a later date. The next order of business was to award the bid for professional services related to hauling and land application of liquid digested bio solids±'material. We received one quote from Merrell Brothers of Kokomo, Indiana. Mr. Bakshi made a motion to award the bid to Merrell Brothers of Kokomo, Indiana for 2017 $ 0.043 per gallon of land applied biosolids and $0.0897 for belt pressing as well as a mobilization and demobilization fee of $2,787.00. With the option to renew for 2018 at the cost of 2017 price plus the consumer price index and 2019 at the cost of 2018 price plus the consumer price index. The contract will end on December 31, 2019. Mr. Stiens seconded. The motion passed 3- 0. May 9, 2017 The Board of Sanitary Commissioners of the Sanitary District of .Richmond, Indiana, met in regular session in the Board Room of the Richmond Sanitary District Building, 2380 Liberty.Avenue, Richmond, Indiana, on Tuesday, May 9, 2017 at 10:00 A.M. Those present were Sue Miller —. President, Greg Stiens — Member, Mayor Dave Snow, Dakota Collins- Executive Assistant to the. Mayor, Walt Chidester — Assistant City Attorney, William Harris — Director, Elijah Welch- District Engineer, Denise Johnson - Customer Service Manager, Deidra Hopkins — Recording Clerk, Jeff Lohmoeller — WWTP & Maintenance Manager, Pat Smoker- WWTP Superintendent, Tim Orrill- Lab Supervisor, Representatives from Bidders, Palladium -Item and WCTV. The first order of business was to approve the minutes from the April 25, 2017 meeting. Mr. Stiens made a motion to approve the minutes from April 25, 2017. President Miller seconded. The motion passed 2-0. The next order of business was to approve the invoices. The invoices were in the amount of $285,498.45 covering April 21 & 28, .2017. Mr. Stiens made a motion to approve the invoices. President Miller seconded. The motion passed 2-0. The next order of business was the Director's Report. Mr. Harris stated that the clean-up has been going well and they are currently cleaning up the south side. The first week totals are in from the north side clean-up and they are 105.07 tons of trash in 52 loads, 43 6 tires and 42 televisions. Mr. Harris stated that he wanted to congratulate the district on being over 30 days automobile. accident free. Mr. Hams stated that he is retiring on June 30, he thanks everyone for their cooperation. Mayor Snow stated that he wanted to thank Mr. Harris for his great leadership. 'If there was two words to describe Mr. Harris it would be consistent and reliable. The Mayor stated he will miss his friendship. The next order of business was to receive bids for professional services related to hauling and land application of liquid digested bio solids material. We received one quote from Merrell Brothers of Kokomo, Indiana. The quote will be referred to management for: a recommendation at a later date. The next order of business was to receive quotes for laundering of lab coats, mats, shop rags, hand sanitizer and laundry services. We received three quotes from Cintas of Muncie, Indiana, G & K of Indianapolis, Indiana, and Aramark of Dayton, Ohio. The quotes will be referred to management for a recommendation at a later date. The next order of business was to receive bids for a trash compactor. We received two bids from Ohio CAT of Troy, Ohio and McAllister Machinery of Indianapolis, Indiana. The bid from Ohio CAT with the trade in totals $725,108. The bid from McAllister Machinery with the trade in was $325,380.29. The bids will be referred to management for a recommendation at a later date. The next order of business was to receive bids on a dozer for the landfill. We received three bids from Ohio CAT of Troy, Ohio, RPM Machinery of Indianapolis, Indiana and