Loading...
HomeMy Public PortalAbout177-2018 - Sanitation - Selking - Flatbed nuckle boomPURCHASE .AAGREE,ME, NT ORIGINAL THIS AGItELMENT made and entered into this day of November, 2018, by and between the City! of 11iobmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, 50 Nmffi SO Shcot, Richmond, Indiana 47374 (horeinaiter referred to as the "City") and Selldng IutchiationA, 1585 XW 111h Street, Richmond, IN 47374 (hereinafter referred to as the "Contraotor"). Contractor agrees to soil to City a 2020 International Tiucic with we, model MV607, plus stainless steel storage compartments, air compressor, 800 WOwe, welder/generator with wire feed, 120/240 volt outlets oxygenlacetylene torch brackets and plasma cutter, A Notice for Bids was published in the Richmond Palladium Item on September 29, 2018 and Ootober 6, 2018. A copy of the Notico for Bids is attached hereto and incorporated herein as Bxbibit "A. The response of Contraotor to said Notice for Bids was a bid of Ninety Wine Thousand Eight Hundred Three Dollars and 0011000 .($99,803.00) for one (1) new International MV'607 4 X 2 T1at WI[fiuckle Boom Craao Tracic, plus Twenty Thousand Sk Ilundrod Fi by -Two Dollars and 00/1000 ($20,652) in alternate proposals, for a total sum of Ono hundred Twenty Thousand Tour Hundred Fifty --Five Dollars and'00/1000 ($120,455), with the specifics for the new International MV607, along with alternate pfO; osals, are attached hereto and incorporated herein by reference as Exhibit' W', consisting of eight (9) pages. Should any lirovisions, terms, or conditions contained in any ofthe documents. sitaohed hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of fhe- provisions; teups, or conditions ofthis Agreement, thus Agreement shall be controlling. This Agreement shall nottalce effect until the City Is to receipt of any required bwuds and• coiCneates of .insvi%a e; and uotil a purchase otder has been issued by the Purchasing Depai lment. SECTiON11. STATUSOP'COIriTRACTOR Contractor shall l o deemed to be an independent contractor and is not an. employee or agent of the Cliyofltichmond. The Contractor $hall provide, at its own expense, competent suporvision ofthe work. SECTION III. ffRCIdASB P12ICE City shall pay Contractor for one .(1) International MV607 4 X 2 FlatBBed Knucklo Boom truck, plus the altemate proposal set fbrtlr in Exhibit "B" R total sum not to exceed 04c Ilundred Twenty Thou aftd. Four Iduadied Fifty -Five Dollars and 00./1000 ($120,455.00). The'moniea to bepaid to Contractor are based upon the bid sheet as submitted by Contractor, which is set forth ijtx 4ibit,w-, and:attaohedwiththis, Agreementaadmade aparthcreoE The price includes all slipping, handling and setup charges, with deliver yta be to the Richmond $ariitary District, 23$Q liberty Avenue. Riolunond, Indians d;}gng.normal business h9ura of Monday through Friday from 6:00 A.M. to 3:00 P.M, -excluding Holidays. ContractNo.177-2018 Page I of 3 SECTION IV. MQLRBTTTON AGAII+TST bISCRTi MATION Pursuant to Indiana Code 22-9-1-10, Contractcnq any sub -contractor, or any person acting on behalf of Contractor or ally sub -contractor shall not discriminate against any employee or applioant fot employment to be employed in the performance of this Agreement, 'with respootto hire, tenure, terms, conditions or prioegos of employment or any maiter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. SECTION V. WSCELLANBOUS This Agreement is personal to the patties hereto and neither party may assign or delegate ally of its rigMs 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 A.greomentbotween the parties, although it may be altered or amended in whole or in patfi at atq+ oulo by filingwiith the Agreemont a written instrument setting forth such ehanges signed by both parties. By executing this Agreement the patties agree that this document supersedes any previoris discussion, negotiation, or conversation rolating to the subject matter contained horoln. This Agreement may be simultaneously oicoutod in soveral counterparts, oach of which shall be an oxiginal and ull ofwhich shalt constitute but one and the some instrament. The parties hereto submit to. jurisdiction of the courts of Wayne County, Indiana, and any snit arising out of this Contract roust be filed in said courts. The parties Wooiffoally agree that no arbitration or mediation shall be required prior to the oommencemep t of legal pitooeedings in said Courts. By executing this Agreement Contractor is ostopped from bringing suit or any other action an any altarnative forum, venjte, or in front of any other ttibttnali court, or administrative body:othor than the Circuit or Superior. Courts- of Wayne County, Tndi M, rogardle'ss of any tight Contractor nmy have to bring such suit in-$oot of other tribunals or in other venues. In the event of any breach of this Agreement by Contractor, and in addition to any remedies, Contractor," be liable for costs incurred by City in its efforts to enforoe this Agreement including but not limited le, City's reasonable aitorney's fees, to the proporti0oate extent that Contractor is. determined io be in breach of this Agreement. In the went that an ambiguity, question of intent, or a need fox interpretation of this Agreement arises, this Agreement shall "Ire construed as if drafted jointly by the partke, and. no presumption or burden of proof shall arise favoring br disfavoring uny party by virtue of the authoxAip of any oftha provisions of this Agreement. If any portion ofthis agreeinent is declared unenforceable by a coral or 4ibunal, all other portions shall tamakinfWlforce and effect. Any parson executing this Contract in a xeprosentative capacity hereby warrants that hefts, has beon duly attthorlmd by his or her principal to execute This Contract. Page 2 of 3 IN WITNESS WHgREOP, the parties have exeouted this Agreement at Rjohmond, Indiana, as of the day and year first WrItten above, although signatures may be affixed on different dates. TM- CITY OF RICE MONO, INMUNA by and through its Board of Sanitary ComMssioners x3y: Sue Milter, President •ag Stiens, Member APMOVED: .. ' . now, Dated: �' t Page 3 of 3 "CONTRACTOR" ;3EUUNG INT.T.I.tNATIONAL Printed: r la. rti o . Title:uc 1 Sya Ids Dated: NOTICE TO BIRDER bOARD'01" SANI TARY COYMSSIONE' R$ RICIMOND, INlIIANA Notice is hereby g 1 i'ven. that sealed proposals will be received by the Board o0anit@fy Cogg q1onWoNkeRiPbinqnd$qrd . Taxy District of Ridbmqw, Indiana, at its 91no.e.a.t. the Adrni * nistrition Building, 2380 Liberty Avenue, Richmond, Indiana, oA Tuesday, October 2% 2018, at 10:00 A.M. for fm-nishing the following in accordance -with opecffl- cations on file at the Richmond Swfittay DW ot, 23 80 Liberty Ave., Ridlttnond'Indiana, acid in the Offieb of Purchasing ift the Mijul 01pal Building, o Notiil-Fiftu 8wqet, Ridbnaond, Indiana. One (1) Single Axle C*and Chassis with Q.-aneand )TWEedlustAIed All proposals shall be properly and completely:executed on apipposal form which is included in the bid documexits. All prbpo-Wts submdi#ed shall be, accompanied by an acceptable Bidder's. Bond, Cgtified Check or Caabiet's check made payable to the Richmond Sanitary District in the amount of 5% of the total bid price. If -the bidder is from put-of-st4e, the Bidder's Bond must be secured by a -Surety who Is admitted to do business in Indiana, Checks ofthe unsuccessful bidders, fll.bo-retui-bedongiwardot-thoproposalg. ybest� pdolfications fftxa bid foxins ma; curdd from the Ribbijiop:4 Sanitgry Distilpt, 2380 Liberty Ave., Richiftotd, Indiana, 47374 or ftoanthe Pugch6s1r1g.0ffiq0, 5Q North 51h St,; Richmond, Indiana, 47374., All'pxoposAs shopldbe. placed in a sealed envelope maiked "Confidential-;BidProvosal" on outside of envelope. The Board of Sanitary Commissioners ioners of the Richm(ind,06nitary District of City of R166ond, k4iana, xeservmilije right to:vqjpct bids, parts of bids and re-advertbp for Same -and to waive infornWitloa or errors in bidding. Bidder *Ifl be requited to comply with, Al a pliciblo E , qual ftployment 0ppd x4inity laws and regulations, inci-oding Section 504 ofthe R.01 abXjatioAAqt of 1983. BOARD OYSANITARY COMMISSIONERS Sue Miller Aman. Ualcobi U "All 1 of I Penise Johnsq" From GpSC-West-LegaIs.rnbx <GRSC-West-Legaisiggannett.�om> Sent: Monday, September 24,2018 9,25 AM To: 'Denise Johnson' StIbjett., RE- 31725,i7 legal ad for single axle cab and chassis Attachments: Good MON!$, The notice is scheduled to publish In the Palladfurn-item on Sept6mbor 29 and. October 6. The total cost Is $98.18:and 9. proof Is attached, An affidavit will be sent after publication. Thank youl Brittafty. Grady Admin Support Spdelakt/Legul AdVertising - V ilk Pa USATOD MW 115:��nivpll I ONETWORR, ,RLCH-Leoalsma@aanneiteom 877-925-0228 X.3 Froim:66hlge .16h.nsbn <djohnso6L@rlchtffon'dlhdianq.gov> Sent; Monday, September 24,2918 81:14 AM To: GRSC-West-Legals mbx <GRSC-West-LegaIs@ganne1t.com> Subject: 5172517,leggi ad for single axle cab and chassis Importance: R-19h Good'Moroing. I ligpd it to run this Soptembar29th & October 61hy 2018, Please bill to account rth3.983721)0- I will watch for my proof ThankO DeniseJ,Qhnsdn City of Al ' chmond Richmond Sanitary District �XMIT ov? 2, of 3 CONFIRMATION Palla Item A GANNETT COMPANY Classified Adveifis!ng 1175 N. A. WAet Ricffibohd, iN 47374 765-973.4545 RICHMOND CITYOF=CLASSIFIED 50 N 5TH PT RICHMOND IN 47374- Account .AUl� NatAnioun TaxAthoudt TbfatAmouiit PaymantMethod PavmeetAmbrirft AmouhtOue RCW39837200 0003172511 $06.10 $0.00 $90.18 Involce $0.00 $90.18 Sales Np: horedy Order Taker: bgrady order created (10412011 product Plaaemant- Cfassiflcatlon 1EJns, SkartWe End pate RCN-f'aladigm•9kem'"Oiillrie " " R IiW Publlc`fVptices Leddl Nbi Nds 2. "09f2812018 10/0612018 RCH The Richmond AalladIUM-10n) RCH-f ublfc Notices Lbjal Notices 2 09/2912018 4010012018 IN FULL Text of Ad: 0912412618 PIPp7TIr.9'fO 91UDERS BOARD OF CHMO NO, INDIII NA ISSI RICFIMOND,INDIANA Shi9le Axts Cab 'and chassis .wlth Crane and Flat Bed f rm vvhicho Is rintludednIn the tiidlyducumemds. o l The Board of Sanitaryry Gommission6rs of the Richmond Sanitary DlArlct oftho Cityof Rlchmdnd, indians, reseivestha light to Yvject any and 611 bids, parts of olds and re' -advertise for same'snil to waive infofmallties or errors inbtdding. " Kidder Will be required to fontply with all ap'plleabie [qual &rirptaymerit opportunity iavesantl regulations, hi d'mg �ectfon 59 o the Raha illation Ai & 1999. BOARD OF SA,NITARYCONlMISSIONPRS EXi3IBIT'eA" 3 of 3 SouthRend SMart Ft.Wayxxe Decatur Muncie Mchm6nd Prepared For: Prepared By.- Ion Rodeffer Richmond Sardtaxy Disttict 1585 NW Alm Street 2$M Libext .)rAve Richinond, IN 47374 Richmond, In 47374 (769) 74.4-2993 Price foP one (1) New International MV667 4X2 FId Bed Ayckle- Boom $99j8-03,00 - q- $iOOQ.00 discount if the chassis pactionis'paid foxy within 16 days of build pAox to delivery to the body company. Thgmlcypu for the opportunity to bid f on Rodeffer I E,WIT *1101, 1 Of 8 I Y.:..i"7..AD .%3-l.l./✓ l%.l.LC.iLi/3.R7.7 XjA=U2. 71K3.LTJ.V1Jd. J./.4•.! V1J1TiL:L"AJ.F.11.MY,.11 X" CATIONS C'aiiao"ed Richmond Sanitaiy Dishict wishes tome itva quotes for the purchage Of a 2018 oz newer single axle cab anal chassis vnith a cxane, and flatbedinstalled �'xttcl�G'hassis » N1al e�n�trno ul Modd MV01. ',Weak 2020 Enine }»»•»�• 1V:talxe1.`�'uru,m i n S Model � le •"7 �Qase �'ovver SZ.bfrc� 'pokcpxey� �a _ JCmausslon Year 2 1 'Yes No Cab Coiaveni oual Engine Ctu s piesel inimum244 BP ox cquivgent. Wilt eAgipfankshaft adapter VII, Stawess steel. exhaust Shield NIiuim=.I8:7abn.'ei' 00mp3' MO V Minimum 180 Amp,Aaterbator ' Miniiim 2-12`V' batteries " Transmission ' Allisgn automatio 5 speed � ox egtvaleaiiv�iitlrP�'C?xovision, Trout A1, lv�;000# capaexty' • Rear A7de . � . �h " tuu2,2,0 0,4-oapadty �— �rahea � • ' 1,%Iiriiixttijm �� 5" � 5"�rbut braises . EXMIT "B" 2 of 8 I Automatid slaok adjusters v Minhum 16.5l x 7" rear kbites Automa0c, slack adjusters minimum 40-gallon, fuel tank Engine oil pan guard 'Front tow �in Beaft Ail Dryer Battery shut off Booty buUda J unpIlion b ox. Exterior Frojit-mud fla .pA Dual k batedV/o phtctrs BUS soreenmQuateabebindgrilla Air)ide ddv.6v and passenger seat, Cab of mate.control, integral treater and AIC, All standard gpmges Tires & wheels All.,Ste6l hub piloted. Front, 14 PIY tires ttear,,,Iiplytirbg Sta4datd WNW E,131T 4IBII 3 6f 8 Wai-vardy Standard Chassis warranty length Rogine warranty IWO SyTI150Y- (mi4) V lat Bea Must be 141,651 long and,96" Wide mounted on .-track fiame behind hoist. Sideis,:5:ont, and rear to be 01 stpturql steel channel. Lopgsails to bp 6" Otruoturat steel. C -osa-;m6fnbers 41' stizotaral steel on 12'WAten Floor to be 3/1d'ste6l with. seams welded i00%. Bed - to be equipp*ea VAI I)OT. appiQI;6"P$*- AAlzg7afis to be rubber grommet mounted. Must hvp side tIqraHs constructed pf 2" square tubing vviih upiitjtsu&orts ovjlyT. Tip xails are to be 6" high.'WrIm from stol:a9b box ' to thereat of bed. Storage boxes *M be mounted on each side ijAderthe bed, in Rout Of the -rear axle, with cabinet style door. Storage box size must be irk inches, 86 We x V deep x 20 hik—Z Bud and all Parts to. �jdmedvjth epoxy pxp�ner.aad Ivethane . 4 MO. . Compartments and tool boxes are to be painted white7 accesfo�cs to be x46Vtpd bohina !W Qab- E' XMIT 'B" 4 . of poo�am-ustbapQwettd by a Obolsoa hot shift P.T.O. OK X equivalent with direct mount PUMP - crane =tqtA6t.excQod 3 V fromb.ack of cab. X The Orgne,., outriggerp, and accessories shall be installed so that proper weight distribution'and unit stability is achieved.X Total Weight of crane i&ju*g outriggers und 'Wodosories is X not to Weed 1560 pounds. Must have 360 degrees of unrestricted rotation.. X Musthave swivel 104411001C, X Crane Shall consist pfitbase mast, all articulating mid section and an ai#ci:aatW9 onter SeCtIOU. The dater soodon, most have 2 hy&aulically extendable sections X and one;;naonual 000tlqz When folded, crane Must got exceed Ob" We. X When folded., exqnavaust not exceed WMA 00mtOP X All qyjjAdprs must bo doublawting withhold Wid/or bheak valves to hold bo6mb in -Place in the event OfhYdraul"a failure. 'the base .cylinder shall sense tinitpressure to X Prevent overload. The unitzIust have (IlAal controls, ()neset Qn.each -side oetiv&. Controls 4xust b a clearly labeled, X LIffing capacity Vaust Ifp, atlinimum of 5,000 lbs,,at 6.5' reach and a mhftljm of 700 Ibs. at 25' rpadb. The crane vAU md�t SARS765 otakRy requirbme.AU with WI 8591vIt AnX factor at e fpar ,itjo tis,,notn'tca on ft pfovided chassis. EyflMIT "j)" 5 of 8 PApe for complete unit pxjw fam for how long Date of completion rice q,?Looj,,,o _ lag Ito h M,;7 aetf I I Axf_ernafe Pop Osals Alternates are identified by number and dosefibO the basic OW96s to N incorporated into the Woric. only wheat that Alteid*e is tqgdp- a part of the WQxIc by Ppoolfic provisions. de Waddittoik to' his base bid, '1110 Didaer; in s6W'h)ggg M4 PX-OpWl; shall , l s -d follmyIng alternates. The numerical;r6x Alsk-9 these atekmgfe -oes not necessxilY imply their pliorlty. The oyMer=y decide to use anyone ormore of all the RAW. $100 pfiotos fitiached. ADD the Sum of Nine thousand one hundred fifty-seven _DOLTAR$ 9,157 AIgBEHATF, X0. 2. )?qr4qse:and install SW comPressOr Mi AtaWes$ steel starAge jeomp . ar—tmen Ii Air coR)PIrAsOr Mus0630 gallon' t w1g)gum vv)tll Wfib*m of tvvq of put II mod *edds to ADD the $UM of. Two ftusand three hufIdt0d and twenty DOLLARS 2,820 6 of 8 1 1 ti ALTERNATE No. 3: Purchase and install welder/generator in sfabdess steel storage commparkment. Weldex/Generafox iriusthave 8000 wait nainimum,.pxef'e)v au in oAe.wiro Teeder,120 watt and 240 o-afl ot; see photos attached. .ADD the SUM of: Flue thousand nine hundred and eighty DOLLARS ( tgo j .ALTERNATP, No. 4; oxygenfAceiyleue brackefs-lAstaued in stainless "steel storage, compartment. See.photos att4cbed. Add the Stith of' One hundred fourty DOLLARS ($, 1.40 ALTE100FI NO. S: '..gxci►ase aA4l insfalll�lasnna cufie in stainless �feeX $forage coinpartment`with a belting bracket. Plasma outtor must cut a tmfidinum of 1 inch steel, ,ADD tbe'Stim of: Three thousand flfty�five DOLLARS M' BXT u.B" 7 o£'S November 13, 2018 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, November 13, 2018 at 10:00 A.M. Those present were, Sac Miller- President, Aman Bakshi- Vice -President, Greg Stiens- Board Member, Elijah .Welch- District Engineer, Jeff Lohmoeller- WWTP and Maintenance Manages; ag , Walt Chidester- Assistant City Attorney, Denise Johnson - Customer Service Manager, Jessica Foster- Assistant Recording Clerk, Tim Orrill- RSD Lab Supervisor, Pat Smoker- Plant Superintendent, Todd Hobson- WWTP Operator, 010 1.3 and WCTV. The first order of business was to approve the board minutes from the October 23, 2018 meeting. Mr. Bakshi made a motion to approve the minutes from the October.23, 2018 meeting. M% Stiens 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 $346,566.65 covering October 22, 25 & November 1, 2018. 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 to approve the -renewal of Wastewater Discharge Permit W2-11-1122 for Smith Foods of Richmond, Indiana, The permit is good until November 13, 2022. Mr. Bakshi made a motion to approve made a motion to approve the renewal of Wastewater Discharge Permit W241-1122 for Smith Foods of Richmond, Indiana, expiring November 13, 201.8. Mr. Stiens seconded the motion. The motion passed 2-0. The next order of business was to receive bids for the CSO 006 Sanitary Sewer Improvement Project. The first quote was received from Cleary Construction Inc. of Tompkinsville, Kentucky in the amount of $2,948,998.00 with a mandatory alternate in the amount of $12.51;000. The second quote was received froni Brackney Inc. of Brookville, Indiana in the amount of $2,290,242,00 with a mandatory alternate of $100,000. The third bid was received from Atlas Excavating Inc. of West Lafayette, Indiana in the amount of $2,896,691, 00 with a mandatory alternate of $115,000. The fouith and final bid was received from United Construction Services LLC of -Muncie, Indiana in the amount of $2,379,000.00 with a mandatory alternate of $114,180. President Miller referred the quotes tomanagement for recommendation at a later date. Board agenda item number 6, Recommendation to Approve 2019 Annual Budget, was the next order of business. This Recommendation to Approve 2019 Annual Budget was tabled until a future meeting. Board agenda item number 7, Recommendation to Approve Rpolution No. 8-2018, was the next order of business. The Recommendation to Approve Resolution No. 8-2018 was tabled until the next meeting on November 27, 2018. The public hearing for Resolution NO. 8-2018 was not closed. The next order of bus * iness was to recommend to Lease/Purchase V4c-Con Vac/Flush. Truck. Jeff Lohmoeller, WWTP and Maintenance Manager, recommended a five year lease plan through TCF National Bank, Leasing Company of Minnetonka, Minnesota and Best Equipment of Indianapolis, Indiana. This option has an annual payment of $31,590.00 and an annual maintenance plan at the cost of $7,573.94 per year. Mr. Lohmoeller stated that Richmond Sanitary District reserves the right to purchase the truck at the end of the lease term at a guaranteed purchase price of $119,750.00 at the end of the five years. Mr. Stiens made a motion to award the five year lease, with TCF National Bank, Leasing Company of Minnetonka, Minnesota 'M' the amount of $31,590.00 each year and the maintenance agreement with Best Equipment of Indianapolis, Indiana in the amount of $7,573.94 each year. Mr. Bakshi seconded the motion. The next order of business was to recommend to award the quote for Sludge Heater Preventative Maintenance. Mr. Lohmoeller recommended to award this quote to Power Plant of Fort Wayne, Indiana in the amount of $22,8 80.00. Mr. Bakshi made a, motion to award the quote for Sludge Heater Preventative Maintenance to Power Plant of Fort - Wayne, Indiana in the amount of $22,880.00. Mx. Stiens seconded the motion. The motion passed 2-0. The next order of business was the recommendation to award the bid for a 2018 or Newer Single Axle Cab and Chassis with Flatbed. Mr. Lohmoeller recommended awarding the bid for a 2020 International Track and Chassis with Knuckle Boom Crane and all Alternates to Selking International of Richmond, Indiana at the price of $120,455.00. Mr. Stiens made a motion to approve the award the bid for a 2020 International Txuck and Chassis with Knuckle Boom Crane and all Alternates to Selking International of Richmond, Indiana at the price of $120,455.00. Mr. Bakshi seconded the motion. The motion passed 2!-0. The next order of business was the recommendation to award the contract for Short Creek Interceptor Planning and Evaluation Study. Elijah Welch, District Engineer, recommended awarding the contract for work relating to the Characterization and Evaluation of the Short Creek -Interceptor Collection System to Commonwealth Engineers, Inc. of Indianapolis, Indiana for a total not -to -exceed price of $215,598.00. NR-. Bakshi made a motion to approve to award the contract for the work relating to the Characterization and Evaluation of the Short Creek Interceptor Collection System to Common -wealth Engineers, Inc. of Indianapolis, Indiana for a total not -to -exceed price of $215,598.00. Mr. Stiens seconded the motion. The motion passed 2-0. The next order of business was the recommendation to award the contract fox the Purchase of Manhole Scanner Equipment. Mr. Welch recommended awarding the contract to Best Equipment Co. of Indianapolis, Indiana for an EnvixosigIrt Cloverscan. Manhole Scanner at the purchase price of $72,500.00. Mr. Stiens made a motion to approve to award the contract to Best Equipment Co. of Indianapolis, Indiana for an Envirosight Cleverscan Manhole Scanner at the purchase price of $72,500.00. Mr. Bakshi seconded the motion. The motion passed 2-0. 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 the recommendation to award the Power Washing and Painting of the Administration Building. Mr. Lohmoeller recommended awarding the quote to PerseporAco Painting LLC of Richmond,, Indiana in the amount of $5,200.00. Mr. Baksbi made a motion to approve awarding the quote for Power Washing and Painting of the Administration building to Perseponko Painting LLC of Richmond, Indiana in the amount of $5,200,00. W Stiens seconded the motion. The motion passed 2-0. With no f4ither business, President Miller made a motion to adjourn the, meeting. MI. Steins seconded the motion. The motion passed 2-0. Jessica Foster, Recording Clerk Sue Miller, President 4 October 23,2018 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, October,23, 2018 at 10:00 A.M. Those present were Sue Miller- President, Aman Bdksbi- Vice -President, Greg Sfiens- Board Member, Gerald South- Assistant District Engineer, Jeff Lohmoeller- VAM and Maintenance Manager, Walt Chidestex- Assistant City Attorney, Denise Johnson - Customer Service Manager, Jessica Foster- Assistant Recording Clerk, Tim Onill- RSD Lab Supervisor, Leighanne Hahn- Industrial Pretreatment Technician, Todd Hobson- WWTP Operator, 0101.3 and WCTV. The first order of business was to approve the board minutes from the October 9, 2018 meeting. Mr. Bakshi made a motion to approve the minutes from the, October 9, 2018 meeting. Mr. Steins 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 $229,856.07 covering October 5 & 12, 2018. 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 to receive quotes for Sludge Heater Preventative Maintenance. Mrs. Johnson stated that four quote requests were sent out and only one was received. The quote was xeceivedfi-om Power Plant .Services Inc. of Fort Wayne, Indiana in the amount of $22,880.00..President Miller referred the quotes to management for recommendation at a later date. The next order of business was to receive quotes for Power Washing and Painting the Administrative Building. Mrs. Johnson stated that five quote requests were sent out and two were received. The first quote was received from Perseponko Painting LLC of Richmond, Indiana in the amount of $5,200.00. The second quote was Teceivedfi-om, Allen Painting Company of Richmond, Indiana in the amount of $9,625.00.1. President Miller referred the quotes to management for recommendation at a later date. The next order of business was to receive bids for the New Tub Mechanic Service Tiucic Mrs. Johnson stated that seven bid requests were sent out and two were, received. The first bid was from Pyramid Equipment of Rolling Prairie, Indiana in the amount of $143, 485.00. The second bid was from Selking International of Muncie, Indiana in the amount of $99,803.00. This bid included a discount of $1,000 if the chassis portion is paid within 15 days of billing. President Miller referred the quotes to management for recommendation at a later date.: The next order of business was to recommend awarding the contract fox Billing Supplies for 2019 through 2021. Denise Johnson, Customer Service Manager, recommended awarding the contract for Billing Supplies for 2019 through 2021 to Commercial Printing of Connersville, Indiana in the amount of $3,439.00 monthly or $41,268.00 annually. Ms. Johnson stated that though Commercial Printing was the, lowest responsible and responsive bidder and met all specifications, that there was an increase of $172.00 a month fi-om the current contract with said supplier. 11r. Bakshi made a motion to award quote for printing of Billing Supplies for 2019-2021 to Commercial Printing of Connersville, Indiana in the amount of $3,439.00 monthly or $41,268.00 annually, effective January 1, 2019 through December 31, 2021. M% Steins seconded the motion. The motion passed 2-0. The next order of business was to award the bid for the 2018 Sewer Lining Project Gerald South, Assistant District Engineer, recommended awarding the 2018 Sewer Lining Project to Inland Waters Pollution Control, Inc. of Detroit, Michigan for a total price not -to -exceed $348,294.86. Of the three bids received at the October 9, 2018 board meeting hfl nd Waters PollutionCo Control, 12t,p lowept responsible—Md-reaponaNq---- bidder for the rehabilitation of over 9.,000 feet of sewer -using CITP. Mr, Stiens made a motion to award the bid to Inland Waters Pollution Control, Inc., of Detrqit, Mebigan far a total price not -to -exceed of $348,294.86, M-. Bakshi seconded the motion. The motion passed 2-0. Board agenda item number 9, Recommendation on Lease/Purchase of Vacuum/Flush Truck, and Board agenda item number 10, Recommendation of Additional Appropriations to the Sewer Utility, were tabled until a future meeting. The next order of business was the Project Status Update. M. South gave an update on "the Board's current projects, With no :further business, President Miller made a motion to adjourn the meeting. M-. Bakshi seconded. The motion passed 2-0. Jessica Foster, Assistant Recording Clerk Arran Bakshi, Vice -President APPLICATION FOR PAYMENT Project No: 13247-A2 Application for Payment No.: 3 Project: ME. Ross Wastewater Treatment Plant Sludge Period Beginning Date: — 2/1/2019 Thickening Improvements (A2) Owner: Richmond Sanitary District Engineer Donohue Period Ending Date: 2/28/2019 Contractor: Ottenweller Contracting, LLC. 3010 Independence Drive Fort Wayne, IN 46808 CONTRACTOR AFFIDAVIT The undersigned afflant states that he/she is the Authorized Signatory of the CONTRACTOR for the construction of the PROJECT. By his personal knowledge, he further states that the WORK covered by this APPLICATION FOR PAYMENT has been completed in accordance with the CONTRACT DOCUMENTS and executed amendments thereto; that for all previous APPLICATIONS FOR PAYMENT, except as noted hereinafter as exceptions, the CONTRACTOR has paid in full or has otherwise satisfied all obligations (1) for equipment and materials (whether incorporated into the WORK or acceptably stored on -site), (2) for all work, labor, -and services performed, and (3) for all known indebtedness and claims against the CONTRACTOR for damages arising in any manner in connection with the performance of this CONTRACT for which the OWNER, the OWNER's property, or the CONTRACT funds might in any way be held responsible, including the applicable State Statute, and that the current payment on this APPLICATION FOR PAYMENT is now due and payable. This affidavit is directed to the OWNER by and through its ENGINEER. ,1111114, EXCEP NS: (If none, write "NONE". Attach additional sheets, if necessary.) frequ I �u iedb th OWNER,the ONTRACTOR shall furnish a bond satisfactory to the OWNER for each exception) 0"%A ��111CCkrcln 1, CO TRASThR DATE 901 State of. Indiana County of. Allen .\\%% ,0',' tt,A S. zl� NOTARYPUBI CA orn mm. # t"), 660756 Arty SEAL IZI q 4\0 rn", 1-2A "zo 4111111!1100 SUBSCRIBED and sworn to before me f 't #12 0"on this 0 day of ir Lb — 20J :�f My Commission expires:- Z00,5 NOTAR PUBLIC STATEMENT BY ENGINEER BASED upon on -site observation, and to the best of my knowledge, understanding, and belief, the WORK has progressed to the point indicated herein; and the quality of the WORK complies with the requirements of the CONTRACT DOCUMENTS. ENGINEER DATE APPLICATION FOR PAYMENT SUMMARY TOTAL WORK COMPLETED TO DATE $217,560.00 ORIGINAL CONTRACT PRICE $1,364,000.00 BALANCE OF STORED MATERIALS $26,526.25 CHANGE ORDER NO. 1 TOTAL ENTITLEMENT TO DATE $244,075.26 CHANGE ORDER NO. 2 AMOUNT RETAINED PER CONTRACT (10%) $24,407.53 CHANGE ORDER NO. 3 CLAIMS AGAINST THE CONTRACT FUNDS $0.00 CHANGE ORDER NO. 4 TOTAL DUE CONTRACTOR TO DATE $219,667.73 CHANGE ORDER NO. 5 AMOUNT OF PREVIOUS PAYMENTS $96,502.50 TOTAL CONTRACT PRICE TO DATE $1,364,000.00 JAMOUNT DUE CONTRACTOR THIS PAYMENT $123,166.23 Percent Complete (Excluding Stored Materials) 16% AUTHORIZATION BY OWNER OWNER DATE Attachments: Cost Breakdown Stored Material Breakdown (if applicable) APPLICATION FOR PAYMENT 4606 006276-1 z 0 iff w U) 0 C) :JIM 10 6 q; C, 0 0 C:) 0 0 00000 0 0 0 0 0 0 C? w Cl) cr) Cm OR co 0) f, (N Cf) 0 0 C) cl IL I .0 0440000004000004c:)OOC300000 C) C) C) (D 0 0 0 0 0 C! C� C! 0 CD 0 C) C) 0 C) 0 8 888 W0000,000 r- 0 0 0 6,3 0 C) C, 0 C', OC) (44%66 0 0 5 doo to CF). tq 69- m 69- 0 U, c I 0 0 V: o tQ — q 0 q q q 0 rl-L 0 q m oc� m r C14 0 r. OOO 0 010.01 0 w = 0000-0000000000000000C)OOO 000 k, Ci o q 0 C� 0 q 0 (3r ,v C) 0 0 0 0 10 0 0 0 0 0 0 0 - q 0 0 CDOOOOC:)O000c:)o C! q 0 0 0 0 0 0 C�) q 0 0 8 0 C:) c 0 0 0 r 0 M." 'Cl 0 0 0 0 0 0 0 0 0 0 0 0 0 a 0 0 0900 0 U*) 0 00 M2 69- M 0 In 0 Lr) CNL M 0 C) 661, 0 q! 0 Cl M 0 04. 60-> 16% 69� 6-� 643, 0 0 6> &B� 6% M U9� MC5 CIA o CO m (D (a to C0 0) — Cl) 64 Lo CA 00 m 0 CID LID — a 10 0 U) 00 CID co 0 C) Id 0, 0, 00 00 0 ci C3 0, C� C:, OR DO0,0000,0000000c),00000O q C� q OR C� q 00 0 0 C� 0 0. 0 0 0 q o q 0 q q 0 00 0 0 080 do C3 00000000 60,60,0100 0 0 0 0 0 0 C� 0 Ili 60 0 C� 0 0 Iq M 69, M 0 Iq 6% 0 CNL 63 M M to 6% 691 0 q 60)- V)- 60 61). 6`! 69 69. 6s 60- W- 00 N In M 61c� M to E 0 q ti to to 0 4) 0 0 0 r 0 C3 0 coo O Do O000007 0 0000 0000 q 0 . 0 . a . a . OQ 0 . q . COD . ;,.il,.:OOOO 0 q q q 00 0 0 , 0000000000,00000000a,0000 C5 60, COO 69 m w 0 0 0 0 Lo to 0 0000 q q q Ci 0000 C) 0 12 cr N CV Lo Lri to. C5 ci 6% 6% N- I,- to M to IN IN IN 0 0 C', L,) In 0 co r.- Lo cm In — w m to 6% m 6% 6% to IN 6% 6% 6% — M. fia 6% — 09. H} U% ISR 0000000000 000 0 0 C:, 0 0 0 0 0 a alo o, 0 0 6 6 0 q 00 6 CD 616 ci C:,Ic:) a 0 0 0 0 0 0 01 C-� C-� C-� C-� 0. 00 R R U) CO3 0, CS ci co, L6 cs IS (CFI,.: C) cq 0 Cjl OoqOOqq Ld I C\F !� m 0- 0 IN 0 q w Lf) co 0 .X C14 ILD 04 V co CN .0 r- Cl) Il- cli IN m r o:> ta H3 H3JHie H3 (a -IDJ 4L9 (all -103 09 M, -i !31 C-41 to 9 w (a 919 (191 (4 fAl 9 1� CO 60 !2 9 M 6% 9!!3 M !3 66� !31 ffl� V,) 6-1 -(,)j 6-1 o) 0 .1 0 04 bt 0 Cr 15 13 bt :rZr 0, > W bi A IBL to -9 w 44), 14 P.a'i E3 a 0 C, T., -A t .0c W CL4 0 0 C) 0 co o V) V) F71 E MLI I j er1J—J- 0 a iu� I? O O V C cc L- E E 2 0. AFFIDAVIT .AND WAIVER OF LIEN State of Indiana, County Allen SS Ryan Ottenweller Being duly sworn states that he is the President of (Name of Officer) (Title) Ottenweller Contracting LLC having contracted with City of Richmond to fixrnish certain materials and/or labor for the project known as: WM. E. Ross WWTP Sludge Thickening Improvements (Description) located at. WM. E. Ross Wastewater Treatment Plant and owned by the Richmond Sanitary District and does (Owner) hereby fii Cher state on behalf of the aforementioned subcontractor/supplier: (PARTIAL WAIVER) that there is due from the CONTRACTOR is the sum of One Hundred Twenty -Three Thousand One Hundred Sixty -Five Dollars & 23/100-------------- ($123 165.23) ( ) receipt of which is hereby acknowledged: or (x) the payment of which has been promised as the sole consideration of this affidavit and Partial Waiver of Lien which is given solely with respect to said amount and which waiver shall be effective only upon receipt of payment thereof by the undersigned: (FINAL WAIVER) that the final balance due from the CONTRACTOR is the sum of (j receipt of which is hereby acknowledged: or () the payment of which has been promised as the sole consideration of this affidavit and Final Waiver of Lien which is given solely with respect to said amount and which waiver shall be effective only upon receipt of such payment THEREFORE, the undersigned waives and releases unto the OWNER of said premises, and any and all lien or claim whatsoever on the above -described property and improvements thereon on account of LABOR or material or both, furnished by the undersigned thereto, subject to limitations or conditions expressed herein, if any; and further certifies that no other party has any claim or right to a lien on account of any work performed or material furnished to the undersigned for Midroject, and within the scope of this affidavit and waiver. . �L�Ottenweller Contracting, LLC By President (Firm) Au oriz ftzp ta�� WITNESS MY HAND AND NOTARIAL SEAL this day 02019. My Commission Expires MJ\1_L� C aOa : ' Printed Residing in �NA&c" County Angela S. W�e^dler %jIM111 1/1 °o'• 4 r • Ca oTA�Y p m o ;m= p'�m 'ii, �IUDIAN ��•