Loading...
HomeMy Public PortalAbout026-2019 - Sanitary - Reynolds Plumbing - On Call Plumbing as NeededAGREEMENT ®RfGINAL THIS AGREEMENT is made and entered into this _VV:> 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 Reynolds Plumbing, Inc., 1134 N.W. T Street, Richmond, Indiana 47374 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for all on -call service and repair Heating Ventilating Air Conditioning (HVAC) work for and at the Richmond Sanitary District. City sent a Request for Quotes on January 10, 2019, seeking quotes for the service and repair of the HVAC at 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 "B", 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 11. 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 III. COMPENSATION City shall pay Contractor a sum not to exceed Seventeen Thousand Dollars and No Cents ($17,000.00) for complete and satisfactory performance of the work required hereunder for calendar year 2019, and, if City exercises its option to renew, at the same price of not to exceed $17,000.00 for 2020 and not to exceed $17,000.00 for 2021. This sum is based upon hourly rates set forth in Exhibit B of Contractor's response to City and as follows: $60.00 an hour for regular hours from 7:30 a.m. to 4:30 p.m. and $90.00 an hour for overtime work, Saturday, Sunday and Holiday rates. These rates are good for all of 2019 and, if the City exercises its option to renew, the same rates apply for 2020 and 2021 as well. Contract No. 26-2019 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 until and including December 31, 2019, but with an option to renew by City at the same rates set forth above and in Exhibit `B" for year 2020 through December 31, 2020 and also with an option to renew by City for the same rates set forth above and in Exhibit "B" for year 2021 through December 31, 2021. City must notify Contractor of City's option to renew by no later than December 15"' , 2019, for year 2020 and, if option exercised, by December 15, 2020 for year 2021. 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 least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the 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. Page 2 of 6 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 22-5-1.7-11 (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 Page 3 of 6 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 a 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 discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 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. Page 4 of 6 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 patty, 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. 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 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. THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: ue Miller, President Arran Bakshi, Vice -President By:.J�/ en Member APPROVED:-- — -I3a�Tv . Snow,r yes City of Richmonndiana Date: Page 6 of 6 REYNOLDS PLUMBING, INC. B y 2— Printed: 0 % e 14 5 b . A: Ke5el1 Title: Pre t,_:i4Qe_„-F-- Date: .a/I .2 'A 9 4 14* PRICE REQUEST CITY OFMCUMOND DEPARTMENT OF SANITATION 2380 LEBERTY AVENUEoRICHMOND, fNDIANA 47374 PHONE (765) 983-74509FAX (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: JANUARY 10, 2018 1 n*OOAM on Janua[y 22 2019 I . UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a price request for ON -CALL PLUMBING SERVICE/REPAIR WORK AT 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: On -Call PLUMBING Service/Repairs Work Please include Certificate of Insurance with Quote. Quote Valid Until Questions? Call Mike Clark at 765-983-7452 or Jeff Lohmoeller at 765-983-7464. NIQU 01 Inxill BY: STATE TAX EXEMPTION # 003121909-001 fie Z*""ff'X Richmond Sanitary District DATE C'i �' 1;v) -R / (') f'? AUTHORIZED BY SIGNATURE PHONE NUMBER TABULATION On -Call HVAC and Plumbina Repair and Service Work for Richmond Sanitary District 2019, Option to renew 2020 & Option to renew 2021 NAME OF CONTRACTOR ADDRESS CITY/STATE • CERTIFICATE OF INSURANCE INCLUDED ( must meet the City of Richmond, IN requirements) YES NO • &VERIFICATION FORM FILLED OUT: YES NO • LOCAL PREFERENCE CLAIM: YES NO • IRAN INVESTMENT: YES NO 2019 Signing of Contract to December 31, 2019 Regular Hours 7:30am to 4:30pm Rate per Hour $ Weekend Rate — Saturday Rate per Hour $ Holiday Rate — Rate per Hour $ 2020 Signing of Contract to December 31, 2020 Regular Hours 7:30am to 4:30pm Rate per Hour $ Weekend Rate — Saturday Rate per Hour $ Holiday Rate — Rate per Hour $ O/T,% Sunday Rate per hour $ O/T$ Sunday Rate per hour $ 2021 Signing of Contract to December 31, 2021 Regular Hours 7:30am to 4:30pm Rate per Hour $ Weekend Rate — Saturday Rate per Hour $ Holiday Rate — Rate per Hour $ O/T Sunday Rate per hour $ PRICE REQUEST CM OF MCI Old DEPARTMENT OF SANITATION THIS q�p + / }� �y+ 2380I.TBERTXAVENUEoRICHWOND, INDIANA47374 !! [i lI1LS IS l �1.7 A L s� ORDER, 01liR PRONE (765) 983-7450oFAX (765) 962-2669 VENDOR INSTRUCTIONS This is a request for a price for the services of materials REYNOLDS PLUMBING INC. described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves 1134 NW T STREET the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below RICHMOND, IN 47374 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 _.._ .. ..... _ _... ... _.. specked date and time to, be considered. , DATE: _.... REPLY MUST BE 1N BY:, - PAYMENT TERMS: DELIVERY REQUIRED:..... JANUARY 10, 2019 January UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a price request for ON -CALL HVAC SERVICE/REPAIR WORK AT 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: ©n-Cal VAC Seru�ce epairs Work Please include Certificate of Insurance with Quote. Quote Valid Until Questions? Call Mike Clark at 765-983-7452 or Jeff Lohmoeller at 765-983-7464. NAME OF FI M QUOTING:• F �2 u STATE TAX EXEMPTION # 003121909-001 AUTHORIZED BY SIGNATURE 4,6) ata? TITLE Richmond Sanitary District DATE PHONE NUMBER On -Call HVAC Service and Repair Fork For Richmond Sanitary District 2019, Option to renew 2020 chi Option to renew 2021 PROPOSAL SHEET . NAME. OF CONTRACTOR R6 dfi Lk tr V // ADDRESS �� y ��J r CITY/STATE R'l0_�k alr( 9 ?) CERTIFICATE OF INSURANCE INCLUDED ( must meet e City of Richmond, IN requirements) YES NO • E-VERIFICATION FORM FILLED OUT: e ..LOCAL PREFERENCE CLAIM:... e IRAN INVESTMENT: 2019 YES NO Y?ES NO YES NO V Signing of Contract to December 31, 2019 002 Regular Hours 7:3Oam to 4:3Opm Rate per Hour $ 60 O/T %? Weekend Rate — Saturday Rate per Hour $ Sunday Rate per hour $ IA Holiday Rate — Rate per Hour $ 2020 Signing of Contract to December 31, 2020 off. Regular Hours 7:3Oam to 4:3Opm Rate per Hour $ .O/T Weekend Rate — Saturday Rate per Hour $ 0 Sunday Rate per hour $ q6 Holiday Rate — Rate per Hour $ 2021 Signing of Contract to December 31, 2021 Regular Hours 7:30am to 4:3 Opm Rate per Hour $ � ✓ O/T$ t0 Weekend Rate —Saturday Rate per Hour $ - TI Oi Sunday Rate per hour $ Holiday Rate — Rate per Hour. $ qO . '7 CERTIFICATE OF LIABILITY INSURANCE F DATE(MMI2019Y) 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(fes) must have ADDITIONAL INSURED provisions or 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 endorsement(s). PRODUCER NAME OT Marcia Stroud VanVleet Insurance- Indiana 1Glen Miller Parkway AHRN o X 765)935-5655 AA/c No . 765 935-6164 ADDAIL RESS: marciasa@vanvleetinsurance.com INSURERS AFFORDING COVERAGE NAIC,Y INSURERA: Erie Insurance Group Richmond IN 47374 INSURED INSURERS: INSURERC: Reynolds Plumbing Inc. INSURERD: 1134 NW TStreet INSURER E : 1 INSURER F: Richmond IN 47374 COVERAGES CERTIFICATE NUMBER: 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, EXCLUSIONSAND CONDITIONS OF SUCH POLICIES. LIMITSSHOWN MAYHAVE BEEN REDUCED BYPAID CLAIMS, INSR TYPEOFINSURANCE ADDL SiArtn UER POLICY NUMBER MM/DDNYYY MMIDDNYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR Q320621149 8/5/2018 8/6/2019 EACH OCCURRENCE $ 1,000,000 AGENTED PREMI ES E�O-aocccurrence $ 1,000,000 MED EXP (Anyone person) $ 5,000 PERSONAL& AOV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: X POLICY❑ JJERCT LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMPtOPAGG $ 2,000,000 $ A AUTOMOBILE LIABILITY X ANY OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY Q080640037 8/6/2018 8/6/2019 COMBIccNidenED t) SINGLE LIMIT Ea a $ 1,OOQ000 BODILY INJURY (Per person) ,$ .....,,, $ BODILY INJURY(Peraccident) $ PROPERTY DAMAGE Peraccidont $ $ A X UMBRELLA LIAR EXCESS LIAR X I OCCUR CLAIMS -MADE Q320670221 8/6/2018 8/6/2019 EACH OCCURRENCE S 5,000,000 AGGREGATE S 5,000.000 DED RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE YIN OFFICER/MEMBEREXCLUDED7 Y (MandatoryinNH) If yes, describe under DESCRIPTION OFOPERATIONS below NIA Q925600149 8/6/2018 8/6/2019 X I STATUTE I IER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE -EAEMPLOYE $ 1,000,000 E.L. DISEASE-POLICYLIMTT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CPI?TIPIr`ATP LIf11 Dr-P QANQFI I ATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Richmond Sanitation District ACCORDANCE WITH THE POLICY PROVISIONS. Richmond IN 47374 AUTHORIZED REPRESENTATIVE ,Q Fax: Email: ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD EabruaM,12 2019 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, Anian Bakshi- Vice -President, Greg Stiens- Board Member, Bryan Ervin- Director, Elijah Welch- District Engineer, Denise Johnson - Customer Service Manager, Jeff Lohnioeller- 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, GI 0 1.3 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. lvh-. 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 track 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 4" 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 8 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 AWD quoted at $36,462.45. Ms. Miller referred to management for recommendation. �� The next order of business was the recam_i7iendation to award the quote fo`i Lawn Care �k 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 a�// 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 Supply for Richmond Sanitary District. Mr. Lohmoeller recommended to award the quote 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 for a not -to -exceed cost of $80,000.00, valid until December 31, 2019. Mr. Stiens seconded the motion. The motion passed 3-0. 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. Mr. 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 funds 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. Baksbi seconded the motion. The motion -passed 3 -0. The meeting was re . opened at 11:05 in order to state that the receiving of bids for MIS` Equipment Sorting, Machine and Bailer Unit -had mistakenly been left off the agenda, but Gi—anuary 22, 2 a G19 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 1-0:00 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. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was the Director's Report. Mr. Ervin informed the board that .one new recycling track and one new commercial track 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 Lando with the Conservation Merit Award. The next item of business was the recommendation to approve Private Hader Permit #I- 7 for Waste Management of Muncie, Indiana. The permits are go*od 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. Baksbi 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 Hader Permit #8 for Advanced Septic & Sewer of Hagerstown, Indiana, effective immediately and expiring December 31, 2019. Mr. Baksbi 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 Hader Permit #9-24 for Recycling Center, 'Ine, of Richmond, Indiana, effective immediately and expiring December 31, 2019. Mr. Bakshi seconded the motion. The motion passed 2-0.. Th `exH o—rdir—of-basims-g-was-to�-receive-quotes-for-LEF-Wii-Car—c E�Landscapft-f�r Richmond Sanitary District. Mr. Lohmoeller stated that he sent out four requests and ('received two back. The first quote was from Green Leaf _Lawn_Care __gLQAj2teEvTe, Indiana for a; -year` term. The following rates are for the 2019, 2020- and_2021 years: cost per-,cnt 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/hours 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: cost per cut at the( r:t`reatment 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 News 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 out at th'e 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. ;,Mr. \4Bakshi referred to management for recommendation. - - - - The next oxdez� of -business was to receive quotes for On -Call FNAC 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. Mr. Bakshi 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/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 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 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, 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. Lobmocller 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. Nft. 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 Find 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 now structure fitting, leaving a net decrease of $6,985.00. Mr. Stiens made a motion to approve change order No. I 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 fiends coming from Storinwater. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was to approve change order No. I Final for the S. 6th Street Sewer Separate Project. Mr. Stiens made a motion to approve change order No. I 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. I\ft-. Welch gave an update on the Board's current projects. With no finther business, Mr. Stiens made a motion to adjourn the meeting. Mr. Bakshi seconded the motion. The motion passed 2-0. X-1 Jessica Foster, Assistant Recording Clerk Aman Bakshi, Vice President