Loading...
HomeMy Public PortalAbout045-2019 - Sanitary - Sergent's Equipme... Maintenance at Recycling FacilityORIGINAL AGREEMENT THIS AGREEMENT is made and entered into this A3day of April, 2019, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, 50 North 51h Street, Richmond, Indiana 47374 (hereinafter referred to as the "City") and Sargents Equipment & Repair Service, 281 E. Sauk Trail, South Chicago Heights, IL 60411 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORD City hereby retains Contractor for preventative maintenance and equipment repair or replacement costs for the badger bailer and the CP sorting system at the Richmond Sanitary District's material recycling facility. City sent a Request for Quotes on January 28, 20I9, seeking quotes for the preventative maintenance and equipment repair or replacement costs for the badger bailer and the CP sorting system at the Richmond Sanitary District's material recycling center. The Request for Quotes is attached hereto and incorporated herein by reference as Exhibit "A". The response of Contractor, dated February 12, 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 II. STATUS OF CONTRACTOR Contractor shall be deemed to be. an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor a sum not to exceed Fourteen Thousand Seven Hundred Twenty -Two Dollars and Ninety --Three Cents ($14,722.93) for complete and satisfactory preventative maintenance and equipment repair or replacement costs for the badger bailer and the CP sorting system at the Richmond Sanitary District's material recycling facility. Contract No. 45-2019 Page Iof6 • SECTION IV. TERM OF AGREEMENT 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 (3 0) days of the execution of this Agreement, but by no later than June 30, 2019. 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 (3 0) 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. Covera Limits A. worker's Compensation & Statutory Page 2 of 6 ' Disability Requirements B. Employer's Liability C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability (if applicable) Section 1. Bodily Injury Section 2. Property Damage $100,000 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence E. Comprehensive Umbrella Liability $15000,000 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. REQUIREMENTS COMPLIANCE WITH INDIANA E--VERIFY PROGRAM Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. Page 3 of 6 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 DISCRIN41NATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. . 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 party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. 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 5of6 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: e Miller, President ar�Ba �', ice- resident By: al re s, ember APPROVED: _ .Snow,' a City of Richmo ,Indiana Date: D� ID r Page 6 of 6 "CONTRACTOR" SARGENTS EQUIPMENT & REPAIR SERVICE Title: 00e e�/ Date: all ,► i PRICE REQUES Q Ci'I`1 OF MCHMOM DEPARTNffi'1%T OF SANUAEON 2380 LISERTYAVENUEoRIDHMOND, INDIANA47374 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 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 28, 2019 February 12, 2019 by 1 O:OOAM UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for preventative maintenance. Please see attached s ecifications. All E-Verify requirements will apply to this quote. Please include a Certificate of Insurance which must include porkers Compensation and any warranty information. Return the quote in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Svc Mgr 2380 Libe"r'ty Avenue Richmond, IN 47374 Re: Preventative Maintenance for MRF If you have any -questions please call Jeff Lohmoeller at 765-983-7464. STTAX EXEMPTION # 03121909-001 � hichmond(anitary District NAME OF FIRM QUOTING: AUTHORIZED BY SIGNATURE DATE PHONE NUMBER TITLE Preventative Maintenance for Badger Bailer and CP Sorting System Co -Mingle Sorting Machine CP Manufacturing Project # 6301 Richmond, IN Installed, 1998 Badger Bailer: 755-2-10/7 S/N: 0798-8284 Richmond Sanitary District will provide a Scissor Lift for Technicians . Sorting Machine Scope of work: 1. Check Oilers on sides of Conveyors 2. Perform Maintenance on Motors (Grease Oil per motor spec) 3. Adjust Tension on Conveyors 4. Clean the air intake on blowers 5. Clean the air exhaust ducts on the cyclone 6. Remove debris from Trommel and steel chute 7. Change oil on each speed reducer on each machine Baler Scope of work: 1. Change Filter (Hydraulic and Air) 2. Hydraulic Oil if it needs changed 3. Replace platen blade 4. Clean and turn shear beam 5. Adjust knives and hold-downs 6. Service Strapper Parts Needed: • (1) Filter Element; (1) Gulf Controls Air Filter: • Hydraulic Oil For Bailer • (1) Platen blade (drilled): • (7) Shear Beam blade bolts 0 (7) Platen Slade Bolts e (3) Gallons of oil for Sorter QD Tier (wear items) • Miscellaneous Items $ Lead Time $ Lead Time $ Lead Time $ Lead Time $ Lead Time $ Lead Time $ Lead Time $ Lead Time $ Lead Time Richmond Sanitary District work hours are 6:3 oam until 4:3 opm M--F Labor: • Days needed to complete task days s Tech rate of pay regular time $___per hour a Tech over time rate of pay $ _ Tiler hour . m Mileage $ (round trip) Total Estimated Cost for this service: $ Estimated Start Date once Contract and Purchase Order # is in place: days We will need a current certificate of liability insurance including work comp listing. City of Richmond as certificate holder. Contact Person: Title: Phone: E-Verify Requirements: Def nitions : E-VerL'f, Pro_ram — A. electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act -of 1996 (P.L 104-208), Division C, Title YV,s.403 (a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the gration Reform and control Act of 1986 (P.L. 99--603). No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; 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 Departm.ent. r#I3AIiE�gL7iI■L3S4■�0dzlr]1i000©00■000■��EI®■E3■I301aClril�Hi�OzitYiJC]0dQ0© [sYI]!'!lgL10LYAz#Ciii■■©ELL ODaaO�iQQIIAQ■ix COMPLIANCE WITH IATDIANA E-VERTEX PROGRAM REQUIItEMEENTS 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 hared employees of the contractor through the h diana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the - performance of the 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 (a) (2). In the event Contractor violates IC 22-5--1.7 the Contractor shall be required to remedy the violation no later than thirty (3 0) days after the City notif es the Contractor of the violation. If the Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractortobe in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement -would be detrimental to the public interest or,public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7--13 (c) the Contractor will remain liable to the City for actual damages. t '4 t4e' tit Affidavit of Employment Eligibility Verification. The Contractor, _ _ , affirms under the penalties of perjury that Contractor does not knowingly employ an unauthorized alien.. If Contractor is self --employed and does not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not Imowingly employed or contracted with an unauthorized alien and shall not retain an employee or contract -with a person, that the Contractor subsequently learns is an unauthorized. alien. Pursuant to Indiana Code 22--5--1.7, Contractor has enrolled in and verified the work eligibility status of all. nearly hired employees of the contractor through the Indiana E-- Verify pro gram. The Contractor has .required Contractor's subcontractors to certify to the Contractor that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E--Verify program. The Contractor will maintainthi.s certifa-cation throughout the duration of the terra of a contract with a subcontractor. I hereby verify under the penalty of perjury that the foregoing statement is true. Dated this day of _ _ , 20 (signature) (painted name) MAN E� WSTMENT 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 certif cation 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 tlae 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. lit if A �ac�� PRICE REQUEST �h F t.11 1 OF ML.1J_ OND DFTARTA4ENT of SA�UAnON 2380 LI13ERTY A'VENUE.RIC1-M0ND, INDIANA 47374 THIS IS NOT AN ORDER PHONE (765) 983-7450.FAX(765) 9622669 1W - ...., 2 VENDOR INSTRUCTIONS This is a request for a price for the services of materials Sargents Equipment & Repair Set -vice described below. Any additional .specifications may be attached hereto. • This is NOT -an order and the City reserves ire Allen the right to accept all or park, or -decline the entire proposal. Please complete your full name and phone number below 281 E. Sauk Trail With signature; itemize all -,.prices and charges where requested; and attach- any explanation for any substitution to South Chicago Heights, IL 60411 . specifications altered. Return in a sealed envelope, in care of Richmond Sanitary-.District,�Soard c `Cammissioners to the administration building at the addfess above by the specified date and time to ,be considered. DATE: • - et--.- _ .- .r. .. ..--ti....-.... REPLY MUST BE IN BY: t � � .. y..... .-......t. as -• r-�'+-' T--- � ... . PAYMENT TERMS: .__ _ _• z _ _�_t_� � _._ __ _ REQUIRED: ar--r January28, 2019 February 12, 2019 by 1 O:OOAM ][gDEILIVERY UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for preventative maintenance. Please see attached specifications. All E-Verify requirements will apply to this quote. Please include a Certificate of Insurance which must include Workers Compensation and any warranty information. s Return the quote in a sealed envelope addressed to: Richmond Sanitary District- ti Denise Johnson, Customer Svc -Mgr 2380 Liberty Avenue Richmond, IN 47374. Re: Preventative Maintenance.f6r-.MRF L ' • ti • ~L If you have any questions please call Jeff Lohmoeller at 765-983-7464. STAT&TAX EXEMPTIOi 003121909-001 Richmond $Onitary District NAME OF FIRM QUOTING: Sarqemks col f2en-buy Sevv�`(_Z_ ' AUTHORIZED BY SIGNATURE TITLE 41.1,9.lq - DATE PHONE NUMBER x / O.'r-7 Preventative Maintenance for Badger Bailer and CP Sorting System Co -Mingle Sorting Machine CP Manufacturing Project # 6301 Richmond, IN Installed, 1998 Badger Bailer: 755-2-10/7 S/N:0798-8284 Richmond SanAgm District willprovide a Scissor Lift for Technicians Sorting Machine Scope of Work: 1. Check Oilers on sides of Conveyors 2. Perform Maintenance on Motors (Grease Oil per motor spec) 3. Adjust Tension on Conveyors 4. Clean the air intake on blowers 5. Clean the air exhaust ducts on the cyclone 6. Remove debris from Trommel and steel chute 7. Change oil on each speed reducer on each machine Baler Scope of Work: 1. Change Filter (Hydraulic and Air) 2. Hydraulic Oil if it needs changed 3. Replace platen blade 4. Clean and tam shear beamn - - 5. Adjust Wives and hold -dawns 6. Service Strapper Parts Needed: • � � Filter Element; $ a, � � � �`"0 _,� Lead Time 2 • • (1) Gulf Controls Air Filter: ` Oil For Bailer� $ 5i `=' Lead Time Lead Time �fiv& ��Hydxaulic o (1) Platen blade (drilled): $ 17 oaf Lead Time J' q dat4 5 • (7) Shear Beam blade bolts $ 1 � (� p'" Lead Time weoti e (7) Platen Blade Bolts $ I �'• �°� � Lead Time � - � c a y v (3) Gallons of oil for Sorter $ `�����`�' Lead Time A-ac&%.C5 • Tier (wear items) $ � (� l� Lead Time e(4 a Miscellaneous Items $ 11 4731`1c Lead Time S40f* Richmond Sanitary District work hours are 6 :3 Oam until 4:3 Opn M-F Labor: a Days needed to complete task daLkf/ mM days 0 Tech rate of pay regular time $ 11 ro .00 er hour a Tech over time rate of pay $ VWt C _per hour a Mileage $ "Ll / ') 5,-�(round trap) e ice: $ this % q3 Total Estimated Cost for s Estimated Start Date once Contract and Purchase Order # is in place: days We will need a current certificate of liability insurance including work camp listing City of Richmond as certificate holder. Contact Person:AAc�tuj 90c;Iffoc", Title:'�'��' Phone: 7 E -Verify Requirements: Definitions: E--Veri f Pro --- A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act -of 1996 (P.L 1 o4-208), Division C, Title IV,s,403 (a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Secuxity or other federal agency authorized to verify the work authorization status _of newly hired employees under the Immigration Reform and. control Act of 1986 (P.L. 99--603). No performance of services shall commence until the following has been met: 1. The City is in receipt of any rewired cextifacates of insurance; 2. The City is in receipt of any required affidavit signed by Contractor m accordance with Indiana Code 22-5-1.7-11 (a) (2); and 3. A purchase order has been issued by the Purchasing Department.. Una man=noon❑nman nuonaaasaanman nna©©aananUanaaaamananaam" o© doManon amMaanUna anMaann©nn1rM COI'Y.[PY,L4NCE VV%M ]QqDIANA ENERII+Y PROGRAM 1tEQITIlt]ElVIENTS 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 p erfon once of the Agreement, Contractor shall provide to the City its signed Affidavit ' g that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22--5-1.7 (a) (2). fn the event Contractor violates IC 22--5--1.7 the Contractor shall be required to remedy the violation no later than thirty (30) days after the City notifies the Contractor of the violation. If the Contractor fails to remedy the violation within the thirty (3 0) day perio d provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement wi]_1 be terminated. If the City . determines that terminating this Agreement would be detrimental to the public interest orpublic 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. ar % ..davit of Employment Eligibility Verification The Contractor,t I �s under the penalties of penury that _5 Contractor does not knowingly employ an unauthorized alien. If Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United States citizen or quaff ed alien. The Contractor has not knowingly employed or contracted with are unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthorized alien. Pursuant to l diana Code 22--5--1.7, Contractor has enroned in and verified the work eligibility status of all newly hired employees of the contractor through the Indiana E-- Verify program. The Contractor has required Contractor's subcontractors to cerfify to the Contractor that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E--Vexify program. The Contractor wiit maintain this cexffiGation throughout the duration of the terns of a contract with a subcontractor. I hereby verif7 under the penalty of perjury that the foregoing statement is true. tL Dated this day of 201 q . signature ,t iJ-4ae i qxrinted name) II -AN INvESTYMNT 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 couxse 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 vaitten notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investoaent 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 puxsuant 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 d.etennin.ation is notxefated by Contractor in the.. set forth in IC 5-22--16.51 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. e000---x �I�ic� _rJ * t r'` EQUIPMENT &REPAIR SERVICE www.sargentsequipment.com SOLD TO CITYa3 CITY' of RICHMOND ACCOUNTS PAYABLE 5a NORTH 5TH ST RICHMOND, IN 47374 155 Industrial drive 281 E. Sauk Trail Gilberts, IL 60136 S. Chicago Heights, IL 60411 Phone: (847) 844-4131 Phone: (708) 758-2062 Fax: (847) 844-4132 Fax: (708) 758-2676 SHIP TO SOLID Ti�AS TE �380 LIBERTY AVENUE RICHMONDr IN 47374 Tam D Qty Description----------------------------------�---* Price Amount :�ti:: :4: :4•: :4 : :1 : •:4: •:;;: •:L•: ....... •i. :. �.........:::::::...i.:•::::::::::.::..:....._::... ...•..•:••.. •..: .... .... .... ..• • • ... • •.• •.................... .• •• •...........................•.•.................•....... ...•........ ............. DOTE TO PM BALER AND SER�TI E STRAPPER ,.::: : , ...,•::.:. :.: ..... ::,4.4w.�:: :T: .......... .I:F .I.�- ..RE •CJI RE S CHANGING ... ...... ................ .._........_........... .. ...................................................................................---..... 4•: 4 • S •.S . •.S•:.•.S . =% L.UICE-�==.='.:-.::.:=::- :::::::::::::_:=:::::_:::.=` ............�' . E-.� T:..0- -P.A �` 5:1, � 'T = : :N :S : :;;;: EL. TIME. _I.N.C.4UDED .-IN..LA...CR..P.R.I.CB. "-%W. l. .T'1. :...:.::::•:::•......... ......... r:... ti :: . == '` = 1' . ..�.:--W"W. .- ,*-.:W- ..........•TO -... - PERFORM WORD . *...-.:%­1w.. 4 . .. . T� .... :.•.S .....:.%'.•.SS A Te r•AJ ... .. .......::;':::.:............................... ..... ... •.... . r. . . ':ti: •.� ..•... .... ....: . •• THIS....QUQTE....I...FR...BUDGETARY.....P..URPOSES....NLY........................:............:........:.:::.:......::.:.......:........ �:4 • '�j!�'!��?fib ti A:.::E:: .... .. MD..%•..-••�E.1..•." . LL��': ::z: .•. �/rJ.': .•::U.•D•:•::.�.�:•...•.:.•:•.�:::�.:. ..�: .•:•: ':.: -.•.. .. :•..•:': ..•:.::•.•'•:.Y: :-:•: •. :•::.:'.... QUOTE IS VALID FaR 3� DAYS C'TWI AN '`A :' - RE- w-w N .% :.:.:::::::::: ::<::::: I Z:BE:..... U ?ART":... ....... ...... ... ....... ... ... .:... .....• .. <. .<. •.S •.S•_ •.S �yj••,�J _ •• ••: '•' •.•• •••� ':•:� :: � � : • . • ::•• .....•• ; . .-•• -:•.: •. ••.:•:~ .•:::':•: • :•::•:•:• ••' .:•- •:.:• ••:':::•:':':•:•: ::.::::::.•:•::•:.:::.::; ::.:.:::.::•::::; :::.:.:::: •:.....:. • • :'� .u'T.: . � . -, ': :..' : - ::. i :::::: •::Y"i • • :: ..' "" ' •.. ::: ': '•:: i :... • : :; •:. • . • aaaaa Z OIL FILTERS FOR BALER9.OQW. 138,,Q0 :;: _ _ •L :•. •:-:-N . •:4; 4•: ..{R} • • •. .' :: :.E• _ •.L : •.S .55 .. . _ _ ... _ ....... ...... ..••ter. S•.•.• � .-:-:.' �.'-: •: �:. •'••'••'• •. a o o a o 1 HYDRAULIC I I, S AMP.LE KIT 1 2. o a 1. D.a S. :.: ::f ... ... .'1.'.: P:L.` N.:: �� [ S . :; :. .::. ::.:. ....... . _ H B D o $ o.a.a a.. 7 s EAR.EA:.:. L.. L. a 8 a <. z.2. a :•. ... �: ::t ::: : :> . :5.•.:.•.............. ...:.•• .PL N::F .• a.0.0.a.0 .3. R&a. 4.6 .SEA_R. C.IL... _..GAL P zL .7......7.. :ti.::: 8-.8.,..2. $. .% . •.v. ( ' :;':: F • •: .. (LL��•'jj'// II'{ •.P..•..• .. P�4.' Z.E. ' • .• ...• •...... •....• • • . .4 :. :' .7-- =U a 1 T L D E PEN.SE_ S .Iw...E. A,N. M..AL... .1.1. $ Q..1r..Q 1.1B.a..r..O.Q .Q...Q. :ti ;: :4: y ME X':ti'::•:4 : •:; :; :{ . :•V:': I... .. :'.... ........ .... ::•: :::• .::•.•... .............. •.. :•. .. * * T: PARTS MI SC 5 17 , 93 .. ;: :L : ::5:: .; 'ti .T::•....L.'.Y.•:::::::......::.:.:.:..:....'i.':'.'::'::::..'.:...::.::...::.... ...:::.:...:.:::.::::...........................................................•......................................................... •.. r . • ....:...... T^T" ::82401 ::--*.,-..*. ooaaa LAB0R _ __ _ S. S S• S. 'L 1— ' -1C.:...::•.:.:...:..'.:':. • :... ' • ..•:.:::.:. :.:.:':.'.:':.'...'..:..:........::::::...:::::.......::.....•....:: • : • ............... .. :� .:::...::. :• :.. _ ' ....%. q... • :. q :.r ..." ........................ ':....:..:' :::.::..:.....:..:......:... _00%.*."--.*-:..*.. :4 ••w•...::.:::...:...... QOOQOZ6 MILEAGE ;� ;: :: ::r::: :<::::: :: : :: :4': :.s : r ::ti :::: 2.75 ::<: .... •....• .............................................................................. 1,.'I:- 1•w65 .•DO *'. ::::: . s- ....1._.......::4:..........::{:................. . :\•: :4 ;4 :; :4•: :v: :4 . :4 : .L.- :S : .$ .% :; : `.S .... .............••..................................................... ............... .........• S•. 1'.S . :ti: :4: .; : .•:. :: : :.Y . :t : •.. .. ... .... .....•.::4:.............._.......................•••....-......................••••.•.... ........ ...•.... .....•.• ._ .. ............::4:............•.......y...........:.ti .1 .. .. _...... ..5........ ..... Sargents Equipment & Repair Services retains all rights and ownership of equipment and parts covered by this invoice until paid in full. All parts returned will be subject to a 30% restocking fee. Any questions regarding this bill please contact (8471 844-413 Z Thank you for your business! ► 4 Charge Sale Please remit Payments to: P.0 Box 2387, Palatine, IL 60067 ** SUBTOTAL 14722.93 ..................:::_s:: PAY THIS AMOUNT � $14722.93mo- k.0 );,4 5 .,70 7 .Febr-u[ary. 10191 The Board of Sanitary Commissioners of the Sanitary District of Richmond, Indiana., 'net , 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 Lohmo eller-- 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 next 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,' In-dkma 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 ELT 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 '4 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 $345297.25. The final- quote was from Studebaker Buick of Richmond, Indiana for a 2019 CMC Acadia AWD quoted at $3 6,462.45. 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. Lobmoeller 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 $60lhour, overtime $ 9 olhour, Saturday $ 9 Olhour, Sunday $ 9 Olhour, holiday $ 9 0lhour. 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 $70lhour, overtime $85/hour, Saturday $85/hour, Sunday $105lhour, and holiday $105lhour. For 2020, the rates would change as follows: straight time $70.50/hour, overtime $85.50Ihour, Saturday $85.501hour, Sunday $105.501hour, holiday $105.50fhour. For 2021, the rates would change as follows: straight time $71/hour, overtime $86/hour, Saturday $86/hour, Sunday $10 6lhour, holiday $106/hour. Mr. B akshi 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. Lobmoeller 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 $701hour, overtime $85/hour, Saturday $85/hour, Sunday $ 105lhour, and holiday $1051hour. For 2020, the rates would change as follows: straight time $70.50/hour, overtime $ 8 5.5 0lhour, Saturday $85-50/hour, Sunday $105.50/hour, holiday $10 5.5 0/hour. For 021, the rates would change as follows: straight time $ 71 /hour, overtime $ 8 6/hour, S aturday $ 8 6/hour, Sunday $1061hour, holiday $1061hour. 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. B-akshi 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. Bakshi seconded the motion. The motion passed 3 --0. LTh e meeting was reopened -at X 1:05Txn ardrto-state that tlieYecervxng-f bids_ fdMRF' �E ui , menu Bonin -Machine �and�- =a le U t�had mistakeril been 1eft�o`ff the�agenda�Jiut� that noq bzcls had �aeex�r'' -ece ved�at the s a of�the meet z g fo a'd�quote-an that quote ire nests-w-b- d-Bi ser a 'tte� -� `� With no further business, Mr. B akshi made a motion to re --adjourn the meeting: Mr. Stiens seconded the motion. The motion passed 3-0. Jessica Foster, Assistant Recording Clerk Sue Miller, President .,-NYa�reh� 2Q1'9 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, March 12, 2019 at 10 :0 0 A.M. Those present were Sue Miller-- President, Aman Bakshi- vice --President, Greg Stiens-- Board Member, Elijah welch-- District Engineer, Denise Johnson- Customer Service Manager, Jeff Lohmoeller-- WWTP and Maintenance Manager, vessels- Assistant City Attorney, Jessica Foster- Assistant Recording Clerk, Tim Crrill-- RSD Lab Supervisor, Pat Smoker- Plant Superintendent, Todd Hobson-- wwTP operator, perspective bidders, G-101.3 and wCTV. The first order of business was to receive quotes for leasing Six 2019 or Newer Single Axle Fully Automated Trash Trucks. Ms. Johnson stated that eleven requests were sent and six were received. The board requested a bid tab and referred to management for recommendation. Please see the attached bad tab. The next order of business was to approve board minutes from the February 12 & 26, 2019 meeting. Mr. Bakshi made a motion to approve the minutes from the February 12 & 262 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 $659,017.27 covering February 22 & March 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 the 2019 Spring Clean Up will kick off on Saturday, April 27, 2019 and run through the first weep of June. He stated that the flyer would be available on the City of Richmond website, social media, and that flyers would also be mailed out. Mr. Ervin also informed the board that Elijah welch, Gerald South, and Pat Smoker had prepared a report to analyze salary comparison against like -sized districts in other Indiana cities. He stated that he would like to take time to present the report in a later meeting or hold a separate workshop to present the findings. The next order of business was approval to reject the quotes for a % Ton Truck for the New Paris Pike Landfill. Mr. Lohmoeller stated that after reviewing the quotes received at the February 12, 2019 meeting, he recommended rej ectin.g the bids. Mr. Bakshi made a motion to reject the quotes for a % Ton Truck for the New Paris Pike Landfill received at the February 12, 2019 board meeting, to be rebid at a later date. Mr. Stiens seconded the motion. The motion passed 3-0. The next order of business was approval to reject the quotes for 2019 or' Newer Four Door SUV. Mr. Lohmoeller states that after reviewing the quotes received at the February 12, 2019 meeting, he recommended rejecting the bids. Mr. Stiens made a motion to re j ect the quotes for a 2019 or Newer Four Door SUV received at the February 2 12, 2019 board ' meeting, to be rebid at a later date. Mr. Bakshi seconded the motion. The .motion passed 3 -0. The next order of business was to award the quote for Liquid Aluminum Sulfate. Mr. Lohmoeller recommended to award the liquid aluminum sulfate quote to Chemtrade Chemical of Parsippany, New Jersey, at the cost of $454.00 per dry ton. This would be a three-year contract ending March 31, 2022. Chemtrade Chemical was the lowest responsible and responsive company to quote. Mr. Bakshi made a motion to award the quote for liquid aluminum sulfate to Chemtrade Chemical of Parsippany, New Jersey, at the cost of $454.00 per dry ton and to enter into a three-year contract, which expires March 31, 2022. Mr. Stiens seconded the motion. The motion passed 3--0. The next order of business was to award the quote for Chlorine and Sulfur Dioxide. Mr. Lohmoeller recommended to award the chlorine and sulfur dioxide quote to JCI Jones Chemicals, Inc. of Sarasota, Florida, at the cost of $530.00 per ton for eblorine and $680.00 per ton for sulfur dioxide. This would be a three --year contract ending March 31, 2022. JCI Jones Chemicals was the lowest responsible and responsive company to quote. Mr. Stiens made a motion to award the quote for chlorine and sulfur dioxide quote to JCI Jones Chemicals, Inc. of Sarasota, Florida, at the cost of $530.00 per ton for chlorine and $680.00 per ton for sulfur dioxide and to enter into a three-year contract, which expires March 31, 2022: Mr. Bakshi seconded the motion. The motion passed 3-0 s -rThe.�-newt :order "of business was to�(ax rand -the quote for Preventative Maintenance work � for, _the MRF. Mr. Lohmoeller recommended, _ to_ ,aw. rd_ -;the., :quote for preventative % maintenan;ce--at �the Material Recycliii �Facxlity�'�MRF)-fo-­Safeehts E4 iprnentA Repair �of South hYcago`-= Heights,. -SIB nois; -at-.. the__ estimated cost of $14,722.93.-Sa"t''gent's f E ui merit.. & =: Re air- was the-1ov�rest resp� arisxbl e' a�n.d={gyres; ansive;..com an to�qdofe. n \\ Bakshi made a motion to award the quote for preventative, ma r tena- ec'fdr-tlie' MRF to §drgents-Equdpment & Repair of South Chicago_ Heigb-ts `Illinois, 11, at th-,,esti - at -of -ofr $14:722 93: Stiens--seconded the fotxon.-The motion passed The next order of business was to approve wastewater Residuals Permit R HILL--2019, 20, 21, 22 for Hill's Pei Nutrition Indiana, Inc. of Richmond, Indiana. The permit is good until March 12, 2022. Mr. Stiens made a motion to approve wastewater Residuals Permit R--HILL--2019, 20, 21, 22 for Hill's Pet Nutrition Indiana, Inc. of Richmond, Indiana, expiring March 12, 2022. Mr. Bakshi seconded the motion. The motion passed 3-0. The next order of business was to approve wastewater Residuals Permit R PUR-2019, 20, 21, 22 for Purina Mills, Inc. of Richmond, Indiana. The permit is good until March 12, 2022. Mr. Stiens made a motion to approve wastewater Residuals Permit R-PUR-- 20195 20, 21, 22 for Purina Mills, Inc. of Richmond, Indiana, expiring March 12, 2022. Mr. Bakshi seconded the motion. The motion passed 3--0.. The next order of business was -to approve wastewater Residuals Permit-R--RCU--2o19, 205 213 22 for Royal Canin. USA, Inc. of Lewisburg, Chao. The permit is good until March 12, 2022. Mr. Stiens made a motion to approve wastewater Residuals Permit R-- RCU-2019, 20, 215 22 for Royal Canin USA, Inc. of Lewisburg, Chao, expiring March 12, 2022. Mr. Bakshi seconded the motion. The motion passed 3-0. The next order of business was the Project Status Update. Mr. Welch gave an update on the B oar& s current projects. The next order of business was to approve to enter into an agreement with Brechbuhler Scales Inc., of Clayton, Ohio, for famishing and installation of the new inbound scale at the landfill for a not7to-exceed cost of $ 82, 870.00. Mr. Lohmoeller stated that he had to move quickly on receiving a purchase order for the replacement of the inbound scale at the New Paris Pike Landfill. He explained that he and Darren Duncan, Landfill Manager, met with each vendor who supplies and installs scales such as the one at the landfill. He stated ,that though Brechbuhler was not the low bidder, -as it came in at a higher cost than the other vendor, that Brechbuhler had the better design of the two vendors and they believed that as a result of Brechbuhler's design, the life of the scale system would be extended, thus resulting in saving money for the Richmond Sanitary District. Mr. Lohmoeller stated one of the reasons the current scale had failed was due to the fact that was it was difficult to perform regular maintenance on, but that the new design from Brechbuhler would allow for better maintenance. Mr. Lohmoeller stated the alternative company would be notified of the decision. Mr. Ervin confirmed that the reason for recommending the higher cost quote was that Brechbuhler's design would allow for better routine maintenance and servicing, which should increase the longevity of the operation and use of the scale. Mr. Stiens made a motion to approve the law department to write an agreement with Brechbuhler Scales of Clayton, Ohio, for furnishing and installation of the new inbound scale at the landfill for a not--to--exceed cost of $82,870.00. Mr. Bakshi seconded the motion. The motion passed. 3--0. With no further business, Mr. Bakshi made a motion to adjourn the meeting. Mr. Stiens seconded the motion. The motion passed 3--0. The meeting adjourned at 10:42 A.M. Jessica Foster, Assistant Recording Clerk Sue Miller, President