HomeMy Public PortalAbout027-2019 - Sanitary - Greensfork Alignment - TiresORIGINAL
AGREEMENT
T1-1IS AGREEMENT is made and entered into this _rlb day of February, 2019, by and between
the City of Richmond, Indiana, a municipal corporation acting by and through its Board of
Sanitary Commissioners, 50 North 5" Street, Richmond, Indiana 47374 (hereinafter referred to as
the "City") and Greens Fork Alignment & Service, 2441 Centerville Road North, Centerville,
Indiana 47330 (hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor for furnishing all tires for the Richmond Sanitary District.
City sent a Request for Quotes on January 10, 2019, seeking quotes for the service and furnishing
of all tires for the Richmond Sanitary District. The Request for Quotes is attached hereto and
incorporated herein by reference as Exhibit "A".
The response of Contractor, dated January 22, 2019, is contained in Exhibit 'T", which Exhibit
"B" is attached hereto and incorporated herein by reference and made a part of this Agreement.
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the
provisions, terms, or conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall, when requested, provide the phone call, text message or email specified by
City.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance and/or
warranties;
2. The City is in receipt of any required affidavit signed by Contractor in
accordance with Indiana Code 22-5-1.7-11 (a)(2);and
3. A purchase order has been issued by the Purchasing Department.
SECTION H. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of
the City of Richmond. The Conti -actor shall provide, at its own expense, competent supervision
of the work.
SECTION 111. COMPENSATION
City shall pay Contractor a sum not to exceed Eighty Thousand Dollars and No Cents
($80,000.00) for supplying tires to City from January 1, 2019 through December 31, 2019. The
price rates on the tires supplied by Contract are set forth in Exhibit "B".
Contract No. 27-2019
Page 1 of 6
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all of the parties hereto, but retroactive to
January 1, 2019, and shall continue in effect through and including December 31, 2019.
City and Contractor agree that this Agreement may be extended, on a year -by -year basis, for up to
two (2) additional years after 2019. Both City and Contractor agree that the parties may change
the terms on the agreement but only with a written extension or addendum approved in writing by
City and Contractor. The potential changes would involve, among other potential changes, the
prices of tires by Contractor and the spending cap imposed by City.
This Agreement shall become effective upon the execution of this Agreement by both City and
Contractor and shall terminate upon completion of the work performed, which is anticipated to be
completed within thirty (30) days of the execution of this Agreement, but by no later than June 1,
2018.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in
part, for cause, at any time by giving at ]'east 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 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.
-T
Coverage Limits
A. Worker's Compensation & Statutory
Disability Requirements
B. Employer's Liability $100,000
C. Comprehensive General Liability
Section 1. Bodily Injury $1,000,000 each occurrence
$2,000,000 aggregate
Section 2. Property Damage $1,000,000 each occurrence
D. Comprehensive Auto Liability (if applicable)
Section 1. Bodily Injury $1,000,000 each person
$1,000,000 each occurrence
Section 2. Property Damage $1,000,000 each occurrence
E. Comprehensive Umbrella Liability $1,000,000 each occurrence
$2,000,000 each aggregate
SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall,
before commencing work under this Agreement, provide the City a certificate of insurance, or a
certificate from the industrial board showing that the Contractor has complied with Indiana Code
Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore
subject to another state's worker's compensation law, Contractor may choose to comply with all
provisions of its home state's worker's compensation law and provide the City proof of such
compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law.
SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM
REQUIREMENTS
Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work
eligibility status of all newly hired employees of the contractor through the Indiana E-Verify
program. Contractor is not required to verify the work eligibility status of all newly hired
employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify.
program no longer exists. Prior to the performance of this Agreement, Contractor shall
provide to the City its signed Affidavit affirming that Contractor does not knowingly employ
an unauthorized alien in accordance with IC 22-54.7-11 (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
Page 3 of 6
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
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;
2. That Contractor, any sub -contractor, or any person action on behalf of Contractor
or any sub -contractor shall in no manner discriminate against or intimidate any
employee hired for the performance of work under this Agreement on account of
race, religion, color, sex, national origin or ancestry;
3. That there may be deducted from the amount payable to Contractor by the City
under this Agreement, a penalty of five dollars ($5.00) for each person for each
calendar day during which such person was discriminated against or intimidated
in violation of the provisions of the Agreement; and
4. That this Agreement may be canceled or terminated by the City and all money
due or to become due hereunder may be forfeited, for a second or any subsequent
violation of the terms or conditions of this section of the Agreement.
Page 4 of 6
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 patties 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.
In the event of any breach of this Agreement by Contractor, and in addition to any other damages
or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this
Agreement, including but not limited to, City's reasonable attorney's fees.
In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption
or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any
of the provisions of this Agreement.
Any person executing this Contract in a representative capacity hereby warrants that he or she has
authorization, in writing, by his or her principal to execute this Contract on behalf of the
Contractor and that such authorization has not been revoked or rescinded.
Page 5 of 6
IN WITNESS WIIEREOF, 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
man Bakshi, Vice -President
r en Member
APPROVED: r-
-Davi M. Sno ,
City of Richmon Indiana
Date: —() -�_ lit 6
Page 6 of 6
"CONTRACTOR"
GREENS FORK ALIGNMENT
& SERVICE
By: 001vt�
Printed:
Title: nj7f V1.a91;2ks
Date: 3- -11/11
4�0 o PRICE REQUEST
CITY OF MC MOND
DEPARTMENT OF SANITATION
2380 LIBERTY AVENUE*MCHMOND, INDIANA 47374
PHONE (765) 983-7450.FAX (765) 962-2669
THIS IS NOT AN ORDER
VENDOR
INSTRUCTIONS
This is a request for a price for the services of materials
described below. Any additional specifications may be
attached hereto. This is NOT an order and the City reserves
the right to accept all or part, or decline the entire proposal.
Please complete your full name and phone number below
with signature; itemize all prices and charges where
requested; and attach any explanation for any substitution to
specifications altered. Return in a sealed envelope, in care of
Richmond Sanitary District Board of Commissioners to
the administration building at the address above by the
specified date and time to be considered.
DATE:
REPLY MUST BE IN BY:
PAYMENT TERMS:
DELIVERY REQUIRED:
DECEMBER 28, 2018
1 OOQOAMUPON
RECEIPT OF INVOICE
DELIVERED
DESCRIPTION
This is a price request for TIRES FOR THE RICHMOND SANITARY DISTRICT.
The period of Service will be from signing of Contract to December 31, 2019 with the option to renew for year
two (2020) and year three (2021) at the same cost ending December 31, 2021.
PLEASE ENTER ALL INFORMATION ON ATTACHED PROPOSAL SHEET.
Richmond Sanitary District
Board of Commissioners
2380 Liberty Avenue
Richmond, IN 47374
Re: 2019 TIRE QUOTES
Please include Certificate of Insurance with Quote. Quote Valid Until
Questions? Call Danny Abrams at 765-983-7466 or Jeff Lohmoeller at 765-983-7464.
43
STATE TAX EXEMPTION # 003121909-001
fiW ze"Oeffet
Richmond Sanitary District DATE
cxf1.r 4 AI 1 °; #
NAME OF FIRM QUOTING:
AUTHORIZED BY SIGNATURE
PHONE NUMBER
TITLE
RICHMOND SANITARY DISTRICT
Request for Quote for "Tires"
2019 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
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 $
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 $
4) Front and Rear Floatation Tires for EVO Local Trash Trucks (approx. 20 tires)
Size: 425/65R22.5 L (20ply)
G296 MSA Goodyear $
5) Front and Rear Tires for Pickup Trucks and SUV's (approx. 16 tires)
Size: 315/80-R22.5 L (20 ply)
G289 WHA Goodyear $,
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
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 $
8) Front and Rear Tires for Pickup Trucks and SUV's ( LT truck tires)
Size: LT225/75R16 E (10 Ply)
Goodyear Wrangler SRA $
. .9) Front and Rear Tires for Pickup Trucks and SUV's ( LT truck tires)
Size: LT245/75RI6 SL E (10 Ply)
Goodyear Wrangler SRA
10) Front and Rear Tires for Pickup Trucks and SUV's (LT truck tires)
Size: LT245/70RI9.5 H (14 Ply)
Goodyear Endurance RSA $
11) Front and Rear Tires for Pickup Trucks and SUV's (LT truck tires)
Size: LT245/75R16 E (10 Ply)
Goodyear Wrangler SRA $
COST OF MOUNTING AND BALANCING OF TIRES
QUOTED COST PER TIRE:
• 2019 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
Indiana Local Preference YES
Iran Investment Activities YES
NO
NO
NO
e, t, t,; 4 A c/ o - p v 3
0 PRICE REQUEST
CITY OF WCHMID"
DE2AR'I1MW OF SANITATION
2380LE3MTYAVENUE.RICFWOND,WDtA1'A47374 THIS IS NOT AN ORDER
PHONE (765) 983-7450•FAX (765) 962-2669
VENDOR
INSTRUCTIONS
This is a request for a price for the services of materials
GREENSFORK ALIGNMENT
described below. Any additional specifications may be
attached hereto. This is NOT an order and the City reserves
2441 CENTERVILLE ROAD
the right to accept all or part, or decline the entire proposal,
Please complete your full name and phone number below
NORTH
with signature; itemize all prices and charges where
requested; and attach any explanation for any substitution to
CENTERVILLE, IN. 47330
specifications altered. Return in a sealed envelope, in care of
Richmond Sanitary District Board of Commissioners to
ATTN: DANNY HALL
the administration building at the address above by the
specified date and time to be considered__
DATE: ,
REPLY MUST BE IN BY; .., _ , ., _
PAYMENT TERMS_.. _.
DELIVERY REQUIRED:. .
JANUARY 10, 2019
UPON RECEIPT OF INVOICE
DELIVERED
DESCRIPTION
This is a price request for TIRES FOR THE RICHMOND SANITARY DISTRICT,
The period of Service will be from signing of Contract to December 31, 2019 with -the -option to renew. for year...
two (2020) and year three (2021) at the same cost ending December 31, 2021.
PLEASE ENTER ALL INFORMATION ON -ATTACHED PROPOSAL SHEET.
Richmond Sanitary District
Board of Commissioners
2380 Liberty Avenue
Richmond, IN 47374
Re: 2019 TIRE QUOTES
Please include Certificate of Insurance with Quote. Quote Valid Until 2� �► ��D (� .
Questions? Call Danny Abrams at'765-983-7466 or Jeff Lohmoeller at 765-983-7464.
NAME OF FIRM QUOTING:
STATE TAX EXEMPTION # 003121909-001 A THORIZED BY NATURE
d/rtM
TITLE
fiW
,L�aae�ac f - IS" -Zola CGS=S/-
Richmond Sanitary District DATE PHONE NUMBER
RICHMOND SANITARY DISTMCT
Reg uest for Qaofe for 66Tires"
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
3 7 eAcj-
2) Front and Rear Tires for International Impac Trash Trucks (approx. 20 tires)
Size:11-R-22.5 H (16 ply)
G661Goo�year Endurance SSA $ � fi'� �® - -
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
4) Front and Rear Floatation Tires for EVO Local Trash Trucks (approx. 20 tires)
Size: 425/65R22.5 L (20ply)
G296 MSA Goodyear
5) Front and Rear Tires for Pickup Trucks and SUV's (approx. 16 tires)
Size: 315/80-R22.5 L (20 ply)
G289 WHA Goodyear
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
l
�x��ba & � a-( 4
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 ARIA[ TRAC $ 1,5 7• M IA' C I+
8) Front and Rear Tires for Pickup Trucks and SUV's ( LT truck tires)
Size: LT225/75R16 E (10 Ply)
Goodyear Wrangler SRA $
9) Front and Rear Tires for Pickup Trucks and SUV's ( LT truck tires)
Size: LT245/75R16 SL E (10 Ply)
Goodyear Wrangler SRA $
10) Front and Rear Tires for Pickup Trucks and SUV's (LT truck tires)
Size: LT245/701119.5 H (14 Ply)
-Goodyear Endurance RSA.
11) Front and Rear Tires for Pickup Trucks and SUV's (LT truck tires)
Size: LT245/75R16 E (10 Ply)
Goodyear Wrangler SRA $ 00-clo l+
. COST OF MOUNTING AND BALANCING OF TIRES
QUOTED COST PER TIME:
---0�2019 PRICE PER TIRE:
Big True $ oy-2�
MediTr> um uck -4 6.00
$ m
Car/SUV
Please include the following with quote:
Vendor Name: A=&W&A77.AlsO ..........
Date: 1- /5-- La lI
_Q-qQ _ 4id Till:. QuoteV
Include Warranties
E-Verify: YES NO
Indiana Local Preference YES NO
Iran Investment Activities YES NO
3
.Aff3dnv1t of Employment EligibMty Veria"icalion 4
The, Gontradtar, (aWa�S f DQ O Vj- ads under the penalties of 'perjury that ;
: Contractor does not knowingly employ an unauthorized alien.' If Contractor is self employed and
does not employ ahy employees, Contractor verifies he or she is a: Uhited States eitten or qualified
alien.
The Contractor has not knowingly employed or, contracted with an unauthorized alien and shall not
.retain: an employee or contract with, ;a person that the Contractor subsequently leant an' is a
unauthorized alien. Pursuaint to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the �
work eligibility status of all newly hued employees of the contractor through the Indiana E-Vex%fy
program:
The Contractor has xeouired Contractor's` subcontractors to certify to the Cdntractor that •tile j
subcontractor does not knowingly employ or contract with an unauthorized alien and that the i
subcontractor has enrolled and is participating in the E.:Verify program. The Contractor will maintain I
this certHication tbroughout the duration of the term of a contract with a subcontractor.
I hereby verify under the penalty of perjury that the foregoing statement is true.
Datedthis -k-1 day of 1ANX\NQ q 2Q.L4
(.signature)
ice
(printed name)
A!RV CERTIFICATE OF LIABILITY INSURANCE DATE
TE(MWDo )
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
CONTACT
NAME: George
H(AINN Ex : (765) 216-7725 No: (765)381-1041
ISU George Insurance Group
311 South Walnut St.
ADDRESS:julie®georgeinsurancegroup.com
INSURERS AFFORDING COVERAGE
NAIC 8
INSURERA:Ohio Security Insurance CO.
24082
Muncie IN 47305
INSURED
INSURERe:OhiO Casualty Insurance Company _
24074
INSURERC:
1
Greens Fork Alignment & Service Inc
2441 N Centerville Rd
INSURERD:
INSURER E : _
V
Centerville IN 47330 1
INSURERF:
COVERAGES CERTIFICATE NUMBER:201e-2019 REVISION NUMBER:
'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.
tNSRR
.LTPOLICY
TYPE OF INSURANCE
ADDL,SUBR
POLICY EFF
NUMBER MM D
" POLICY EXP
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE I X (I OCCUR
BK956693819
6/12/2018
I
6/12/2019
1 EACH OCCURRENCE S 1, 000, O DO
EMIS TO RENTED 300, 000
PRREMISES (Ea occurrence $
MED EXP (Any one person) $ 15,000
PERSONAL & ADV INJURY I S 1,000,000
GEN'LAGGREGATE LIMIT APPLIES PER:
X POLICY El JEST LOC
OTHER:
GENERAL AGGREGATE $ 2, 000 , 0 DO
PRODUCTS -COMPIOPAGG $ 2,000,000
Employee Benefits $ 1,000,000.
A
AUTOMOBILE
X
X
LIABILITY
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
HIRED AUTOS X NON -OWNED
AUTOS
'BAS566938L9
6/12/2018
6/12/2019
COMBINEDSINGLE LIMIT $ 1,000,000
Ea ap itlent
BODILY INJURY (Per person) $
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
P accident
$
13
X
UMBRELLA LIAB X OCCUR
EXCESSLUIB CLAIMS -MADE
US056693819
6/12/2018
6/12/2019$
NCE
3,000,000
$.......__.».............._
..
tAGGREGATE
$ 3,D00 000
DEC X RETENTIONS 10,000
A
. -
WORKERS COMPENSATION
AND EMPLOYERS' LLARILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN
OFFICERWEMBER EXCLUDED?
(Mandatory in NH)
gyes, describe under
ESC.RWn0U.OF-OPERATIONS Wow
N / A
!
{
KKS56693819
6/12/2018
1
6/12/2019
E.L. EACH ACCIDENT
$ 5 D D, 0 0 0
E.L. DISEASE - EA EMPLOYE
$ 500,000
DISEASE - POLICY LIMIT
S 6 D0 400
A
oaragekeepers
�BXS56693819
6/12/2019
9/12/2019
Limit wt$500Collision Ded 1,500,000
$5007$2,500 Comp Ded
DESCRIPTION OF OPERATIONS! LOCATIONS VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached N more space is required)
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Richmond Sanitation Department
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
2380 Liberty Ave
ACCORDANCE WITH THE POLICY PROVISIONS.
Richmond, IN 47374
AUTHORIZED REPRESENTATIVE
David George/JAG
@)1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD
INS025 (2014D1) PP
Z'.kl ti� t
FJa n u a _ry 2 22019
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, January 22,2019 at 10:00 A.M.
Those present were Aman Bakshi- Vice -President, Greg Stiens- Board Member, Bryan
Ervin- Director, Elijah Welch- District Engineer, Denise Johnson- Customer Service
Manager, Jeff Lohmoeller- WWTP and Maintenance Manager, Kim Vessels- Assistant
City Attorney, Jessica Foster- Assistant Recording Clerk, Tim Orrill- RSD Lab
Supervisor, Pat Smoker- Plant Superintendent, Todd Hobson- WWTP Operator, G101.3
and WCTV.
The first order of business was to approve board minutes from the December 11, 2018
and January 8, 2019. Mr. Stiens made a motion to approve the minutes from the
December 11, 2018 and January 8, 2019 meetings. Mr. Bakshi seconded the motion. The
motion passed 2-0.
The next order of business was to approve the invoices. The invoices were in the total
amount of $214,145.53 covering January 4 & 11, 2019. Mr. Stiens made a motion to
approve the invoices. My. Bakshi seconded the motion. The motion passed 2-0.
The next order of business was the Director's Report. Mr. Ervin in -formed the board that
one new recycling truck and one new commercial truck will be added to the fleet in the
coming weeks. He also shared that Wayne County Soil & Water Conservation District
would be presenting the New Paris Pike Landfill with the Conservation Merit Award.
The next item of business was the recommendation to approve Private Hauler Permit # 1 -
7 for Waste Management of Muncie, Indiana. The permits are good until December 31,
2019. Mr. Stiens made a motion to approve Private Hauler Permit #1-7 for Waste
Management of Muncie, Indiana, effective immediately and expiring December 31, 2019.
Mr. Bakshi seconded the motion.. The motion passed 2-0.
The next item of business was the recommendation to approve Private Hauler Permit #8
for Advanced Septic & Sewer of Hagerstown, Indiana. The permit is good until
December 31, 2019. Mr. Stiens made a motion to approve Private Hauler Permit #8 for
Advanced Septic & Sewer of Hagerstown, Indiana, effective immediately and expiring
December 31, 2019. Mi. Bakshi seconded the motion. The motion passed 2-0.
The next item of business was the recommendation to approve Private Hauler Permit #9-
24 for Recycling Center, Inc. of Richmond, Indiana. The permits are good until
December 31, 2019: Mr. Stiens made a motion to approve Private Hauler Permit #9-24
for Recycling Center,' Inc, of Richmond, Indiana, effective immediately and expiring
December 31, 2019. Mr. Bakshi seconded the motion. The motion passed 2-0.
The next order of business was to receive quotes for Lawn Care & Landscaping for
Richmond Sanitary District. Mr. Lohinoeller stated that he sent out four requests and
received two back. The first quote was from Green Leaf Lawn Care of Centerville,
Indiana for a 3-year term. The following rates are for the 2019, 2020, and 2021 years:
cost per cut at the treatment plant $200, per cut at the New Paris Pike Landfill $45, to
mow 2 acres of land on Straight Line Pike $75, and for any additional work $25/hour.
The second quote received was from Rinehart's Lawn Care & Landscaping of Richmond,
Indiana for a 3-year term. The following rates are for the 2019 year: post per cut at the
treatment plant $440, per cut at the New Paris Pike Landfill $60, to mow 2 acres of land
on Straight Line Pike $150, and for any additional work. $26/hour. For 2020, the rates
changed as follows: cost per cut at the treatment plant $462, the cost per cut at the New
Paris Pike Landfill $63, to mow 2 acres on Straight Line Pike $157.50, and for any
additional work $27.30/hour. For 2021, the rates changed as follows: cost per cut at the
treatment plant $485.10, cost per cut at the New Paris Pike Landfill $66.15, to mow 2
acres on Straight Line Pike $165.38, and for any additional work $28.67/hour.
Bakshi referred to management for recommendation.
The next order of business was to receive quotes for On -Call HVAC Work at Richmond
Sanitary District. Mr. Lohmoeller stated that four requests were sent out and one was
received. The quote was received from Reynolds Plumbing of Richmond, Indiana for a 3-
year term. The following rates are for the 2019, 2020, and 2021 years: straight time
$60/hour, overtime $90/hour, Saturday $90/hour, Sunday $90/hour, holiday $90/hour.
NJx. Baksbi referred to management for recommendation.
The next order of business was to receive quotes for On -Call Plumbing Work at
Richmond Sanitary District. Mr. Lohmoeller stated four requests were sent and none
were received. He was not sure why none were received, but stated he would resend out
the requests.
The next order of business was to receive quotes for On -Call Electrical Work at
Richmond Sanitary District. Mr. Lohmoeller stated that four requests were sent out and
one was received. The quote was received from Cummins Electric of Richmond, Indiana
for a 3-year term. The following rates are for the 2019 year: straight time $70/hour,
overtime $85/hour, Saturday $85/hour, Sunday $105/hour, and holiday $105/hour. For
2020, the rates changed as follows: straight time $70.50/hour, overtime $85.50/hour,
Saturday $85.50/houx, Sunday $105.50/hour, holiday $105.50/hour. For 2021, the rates
changed as follows: straight time $71/hour, overtime $86/hour, Saturday $86/hour,
Sunday $106/hour, holiday $106/hour. Mr. Bakshi referred this to management for
recommendation.
The next order of business was to receive quotes for On -Call Fiber Optic Work at
Richmond Sanitary District. Mr. Lohmoeller stated that four requests were sent and one
was received. The quote was received 11-oin Cummins Electric of Richmond, Indiana for a
3-year term. The following rates are for the 2019 year: straight time $70/hour, overtime
$85/hour, Saturday $85/hour, Sunday $105/hour, and holiday $105/hour. For 2020, rates
changed as follows: straight time $70.50/hour, overtime $85.50/hour, Saturday
$85.50/hour, Sunday $105.50/hour, holiday $105.50/hour. For 2021, the rates changed as
follows: straight time $71/hour, overtime $86/hour, Saturday $86/hour, Sunday
$106/hour, holiday $106/hour. Mr. Bakshi referred this to management for
recommendation.
The next order of business was to receive 2019 Tire Quotes for Richmond Sanitary
District. Mr. Lohmoeller stated 4 requests were sent and 2 were received. The first quote
was from Greens Fork Alignment of Centerville, Indiana. The second quote was from
County Tire Service of Cambridge City, Indiana. The board requested that management
prepare a bid tab for review and recommendation.
The .next order of business was"to approve to enter into a contract for financial services.
The contract with O.W. Krohn & Associates, LLP is for reporting and financial services
for bond requirements and on -call financial consulting for a price not to exceed
$7,000.00, effective January 1, 2019 and expiring December 31, 2019. I&. Stiens made a
motion to enter into contract with O.W. Krohn & Associates, LLP for reporting and
financial services for bond requirements and on -call financial consulting for a price not to
exceed $7,000.00, effective January 1, 2019 and expiring December 31, 2019. Mr.
Bakshi seconded the motion. The motion passed 2-0.
The next order of business was to approve change order No. 1 Final for the CSO 006
Sewer Separation Project. Mr. Welch explained that they had found a way to use an
existing pipe that had been previously sealed off, which produced a decrease of
$7,282.00. An additional $297.00 was needed for a new structure fitting, leaving a net
decrease of $6,985.00. Mr. Stiens made a motion to approve change order No. 1 Final for
the CSO 006 Sewer Separation Project producing a net decrease of $6,985.00 and
bringing the project total to $80,375.00, with 50% of funds coming from Sanitary and
50% of funds coming from Stormwater. Mr. Bakshi seconded the motion. The motion
passed 2-0.
t The next order of business was to approve change order No. 1 Final for the S. 6th Street
Sewer Separate Project. Mr. Stiens made a motion to approve change order No. 1 Final
for the S. 6th Street Sewer Separation Project producing a net decrease of $8,297.14 and
bringing the project total to $369,577.86, with 50% of funds coming from Sanitary and
50% of funds coming from Stormwater. Mr. Bakshi seconded the motion. The motion
passed 2-0.
The next order of business was the Project Status Update. N&. Welch gave an update on
the Board's current projects.
With no further business, Mr. Stiens made a motion to adjourn the meeting. Mr. Bakshi
seconded the motion. The motion passed 2-0.
ems_
Jessica Foster, Assistant Recording Cleric Aman Bakshi, Vice President
[Februa
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, February 12, 2019 at 10: 00 A.M.
Those present were Sue Miller- President, Aman Bakshi- Vice -President, Greg Stiens-
Board Member, Bryan Ervin- Director, Elijah Welch- District Engineer, Denise Johnson -
Customer Service Manager, Jeff Lohmoeller- WWTP and Maintenance Manager, Walt
Chidester- Assistant City Attorney, Jessica Foster- Assistant Recording Clerk, Tim Orrill-
RSD Lab Supervisor, Pat Smoker- Plant Superintendent, Todd Hobson- WWTP
Operator, a representative of Wetzel Auto Group, G101.3 and WCTV.
The first order of business was to approve board minutes from the January 22, 2019
meeting. Mr. Bakshi made a motion to approve the minutes from the January 22, 2019
meeting. Mr. Stiens seconded the motion. The motion passed 3-0.
The next order of business was to approve the invoices. The invoices were in the total
amount of $510,875.63 covering January 18 & 25 and February 1, 2019. Mr. Stiens
made a motion to approve the invoices. Mr. Bakshi seconded the motion. The motion
passed 3-0.
The next order of business was the Director's Report. Mr. Ervin informed the board that
one new recycling truck had not yet arrived, but should in the coming weeks. He also
stated that though we received a new commercial truck, it was delivered with issues and
had to be sent back.
The n ' ext order of business was to receive quotes for One % Ton Pick -Up Truck for the
New Paris Pike Landfill. Ms. Johnson stated seven quote requests were sent and four
were received. The first quote was received from Wetzel Auto Group of Richmond,
Indiana for a 2019 Ford F-250 4x4 Crew Cab quoted at $39,021 with the price being firm
for 30 days. The second quote was from B-Town Community Ford Lincoln of
Bloomington, Indiana for a 2019 Ford F-250 Crew Cab 4x4 Long Bed quoted at
$38,915.20, increasing to $41,315.25 if purchased after February 14, 2019. The third
quote was from Advantage Ford of Connersville, Indiana for a 2019 Ford F-250 Super
Duty quoted at $38,924.70, with the price being firm until February 14, 2019. The fourth
quote was from Studebaker Buick of Richmond, Indiana for a 2019 GMC Sierra 2500
Crew Cab 4x4 quoted at $42,670.60 with the price being firm until February 28, 2019.
Ms. Miller referred to management for recommendation.
The next order of business was to receive quotes for a 2019 or Newer Four Door Sport
Utility Vehicle. Ms. Johnson stated that seven quote requests were sent and five were
received. The first quote was received from Cronin Toyota of Richmond, Indiana for a
2019 Toyota 4-Runner quoted at $43,500.00. The second quote was from Advantage
Ford of Connersville, Indiana for a 2019 Ford Explorer Base quoted at $31,756.96. The
third quote was from Wetzel Auto Group of Richmond, Indiana for a 2019 Ford Explorer
XLT 4WD quoted at $33,935.00 and an additional quote for a 2019 Ford Explorer Base
4WD quoted at $31,994.00. The fourth quote was from B-Town Community Ford
Lincoln of Bloomington, Indiana for a 2019 Ford Explorer 4WD XLT quoted at
$39,676.25 and an additional quote for a 2019 Jeep Grand Cherokee quoted at
$34,297.25. The final quote was from Studebaker Buick of Richmond, Indiana for a 2019
GMC Acadia AWI) quoted at $36,462.45. Ms. Miller referred to management for
recommendation.
The next order of business was the recommendation to award the quote for Lawn Care
and Landscaping for Richmond Sanitary District. Mr. Lohmoeller recommended to award
the quote to Greenleaf Lawn Care of Centerville, Indiana at the cost of $200.00 per cut at
the Waste Water Treatment Plant, $45.00 per cut at the New Paris Pike Landfill, $75.00
for 2 acres on Straight Line Pike, and $25.00 per hour for any additional requests. The
agreement would be for a not -to -exceed cost of $29,000 per year and would allow the
Richmond Sanitary District the option to renew for the 2020 and 2021 year at the same
cost as 2019. Mr. Bakshi made a motion to approve to award Greenleaf Lawn Care &
Landscaping of Centerville, Indiana with rates as presented and a not -to -exceed cost of
$29,000 per year with the option to renew for the 2020 and 2021 years at the same cost as
2019. Mr, Stiens seconded the motion. The motion passed 3-0.
The next order of business was the recommendation to award the quote for On -Call
HVAC Work at Richmond Sanitary District. Mr. Lohmoeller recommended to award the
quote to Reynolds Plumbing of Richmond, Indiana at the cost of straight time $60/hour,
overtime $90/hour, Saturday $90/hour, Sunday $90/hour, holiday $90/hour. The
agreement would be for a not -to -exceed cost of $17,000 per year and includes the option
to renew for the 2020 and 2021 years at the same cost as 2019. Mr. Stiens made a motion
to approve to award Reynolds Plumbing of Richmond, Indiana for On -Call HVAC Work
at Richmond Sanitary District with rates as presented and a not -to -exceed cost of $17,000
per year with the option to renew for the 2020 and 2021 years at the same cost as 2019.
Mr. Bakshi seconded the motion. The motion passed 3-0.
The next order of business was the recommendation to award the quote for On -Call
Electrical Work at Richmond Sanitary District. Mr. Lohmoeller recommended to award
the quote to Cummins Electric of Richmond, Indiana for a not -to -exceed cost of $17,000
a year. The following rates would be in effect for the 2019 year: straight time $70/hour,
overtime $85/hour, Saturday $85/hour, Sunday $105/hour, and holiday $105/hour. For
2020, the rates would change as follows: straight time $70.50/hour, overtime
$85.50/hour, Saturday $85.50/hour, Sunday $105.50/hour, holiday $105.50/hour. For
2021, the rates would change as follows: straight time $71/hour, overtime $86/hour,
Saturday $86/hour, Sunday $106/hour, holiday $106/hour. Mr. Bakshi made a motion to
award Cummins Electric of Richmond, Indiana for On -Call Electrical Work at Richmond
Sanitary District with rates as presented and a not -to -exceed cost of $17,000 per year
with the option to renew at the rates presented for the 2020 and 2021 years. Mr. Stiens
seconded the motion. The motion passed 3-0.
The next order of business was the recommendation to award the quote for On -Call Fiber
Optic Work at Richmond Sanitary District. Mr. Lohmoeller recommended to award the
quote to Cummins Electric of Richmond, Indiana for a not -to -exceed cost of $17,000 per
year. The following rates would be in effect for the 2019 year: straight time $70/hour,
overtime $85/hour, Saturday $85/hour, Sunday $105/hour, and holiday $105/hour. For
2020, the rates would change as follows: straight time $70.50/hour, overtime
$85.50/hour, Saturday $85.50/hour, Sunday $105.50/hour, holiday $105.50/hour. For
2021, the rates would change as follows: straight time $71/hour, overtime $86/hour,
Saturday $86/hour, Sunday $106/hour, holiday $106/hour. Mr. Steins made a motion to
award Cummins Electric of Richmond, Indiana for On -Call Fiber Optic Work at
Richmond Sanitary District with rates as presented and a not -to -exceed cost of $17,000
per year with the option to renew at the rates presented for the 2020 and 2021 years. Mr.
Bakshi seconded the motion. The motion passed 3-0.
-The next order of business was the recommendation to award the quote for 2019 Tire
re �d the 2019 or f e quote
Supply for Richmond Sanitary District. Mr. Lohmoeller recommended to award the quote
f ��Rn no() on
to Greens Fork Alignment of Centerville, Indiana for a not -to -exceed cost of $80,000.00,
valid until December 31, 2019. Mr. Bakshi made a motion to award Greens Fork
Alignment of Centerville, Indiana for 2019 Tire Supply for Richmond Sanitary District,4 ,
for a not -to -exceed cost of $80,000.00, valid until December-.3-1,-ZO12.-Mr..—Stens
,seconded the motion. The
N
The next order of business was to approve to Resolution 2-2019. Resolution 2-2019 is to
approve the cost of service reimbursement to the New Paris Pike Landfill for the
25,183.86 tons of trash from Richmond Sanitary District trucks in 2018. The landfill
charges the solid waste department $29.00 per ton for this trash. The total charge for the
2018 collection was $730,331.94. Mr. Stiens made a motion to approve Resolution 2-
2019 for the reimbursement of $730,331.94 to the New Paris Pike Landfill for the 2018
solid waste collection. Mr. Bakshi seconded the motion. The motion passed 3-0.
Item number 12, recommendation to approve Resolution 3-2019, was tabled until a future
meeting.
The next order of business was the Project Status Update. Mi. Welch gave an update on
the Board's current projects.
The next order of business was to approve Interlocal Agreement, contract 18-2019, for
the Education Coordinator Position. Mr. Bakshi made a motion to approve the Interlocal
Agreement, contract 18-2019, for the Education Coordinator position as presented with
50% of funds coming from Sanitary and 50% of funds coming from Stormwater. Mr.
Stiens seconded the motion. The motion passed 3-0.
The next order of business was to approve Interlocal Agreement, contract 19-2019, for
the Conservation Education Intern position. Mr. Bakshi made a motion to approve the
Interlocal Agreement, contract 19-2019, for the Conservation Education Intern position
as presented, with 50% of funds coming from Sanitary and 50% of Rinds coming from
Stormwater. Mr. Stiens seconded the motion. The motion passed 3-0.
With no further business, Mr. Stiens made a motion to adjourn the meeting. Mr. Bakshi
seconded the motion. The motion passed 3-0.
The meeting was reopened at 11: 05 in order to state that the receiving of bids for MRF
Equipment Sorting. Machine and Bailer Unit -had mistakenly been left off the agenda, but
.,g . I