HomeMy Public PortalAbout127-2019 - Maze Design Inc. - Shower room for the New Paris Pike locationAGREENMNT ORIGINAL
THIS AGREEMENT made and entered into this el� dad of , 2019, by and
-�
between the City of Richmond, Indiana, a municipal corporation actinV by and through its Board
of Sanitary Commissioners, 50 North 51h Street, Richmond, Indiana 47374 (hereinafter referred to
as the "City"), and Maze Design, Inc., 1.24 South 8fi' Street, Richmond, Indiana 47374
(hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORD
City hereby retains Contractor to furnish and perform the design services for the women's
restroom and locker, room at the Richmond Sanitary District's (hereinafter "RSD" ) Solid waste
Garage on New Paris Pike. There are no such facilities at the present time for women at the Solid
Waste Garage on New Paris Pike.
City sent a Request for Quotes to Contractor on or about June 3, 2019, seeking its assistance for
design services for the women's restroom and locker room at the RSD's Solid waste Garage on
New Paris Pike. City's Proposal is set forth in Exhibit "A", which Exhibit "A" is attached hereto
and incorporated herein by reference and made a part of this Agreement.
The Professional Services Proposal of Contractor, dated June 4, 2019, is contained in Exhibit
"B", which Exhibit "B" is attached hereto and incorporated herein by reference and made a part
of this Agreement. Contractor shall provide all design services for preparing a design for the
women's restroom and locker room at the RSD's Solid waste Garage on New Paris Pike. The
costs of Contractor's fee for its design services are set forth in Exhibit "B".
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the
provisions, terms, or conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall furnish all personnel and services necessary for the proper completion of all
work specified. Contractor's services shall be performed in accordance with the standard of
professional practice ordinarily exercised by the applicable profession under similar
circumstances at the same time and in the locality where the services are performed. Professional
services are not subject to, and Contractor does not provide, any warranty or guarantee, express or
implied.
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 22-5-1.7-1 1(a)(2); and
3. A purchase order has been issued by the Purchasing Department.
Contract No. 127--2019
Page 1of6
SECTION H. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of
the City of Richmond. The Contractor shall provide, at its own expense, competent supervision
of the work.
SECTION III. COMPENSATION
City shall pay Contractor a sum not to exceed Eleven Thousand Five Hundred Dollars and Zero
Cents ($11,500.00) for complete and satisfactory performance of the work required hereunder.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all of the parties hereto and a Purchase
Order is issued, and shall continue in effect until and including Contractor's completed design for
the women's restroom and locker room at RSD's Solid waste Garage on New Paris Pike and
upon Contractor attending a pre -bid meeting on its design, which is anticipated to be held in
2020. This Agreement shall be completed no later than June 30, 2020.
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 thirty (30) 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, provided that Contractor was notified
in writing of deficiencies, given ten (10) working days to cure deficiencies and
failed to remedy such deficiencies.
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 to the extent caused by Contractor's negligent conduct or
performance or non --performance of this Agreement; provided, however, that nothing contained in
this Agreement shall be construed as rendering the Contractor liable for acts of the City, its
Page 2 of 6
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 negligent 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.
Coverage
Limits
A. worker's Compensation &
Statutory
Disability Requirements
B. Employer's Liability
$ I.00,o0o
C. Comprehensive General Liability
Section 1. Bodily Injury
$1,000,000 each occurrence
$2, 0 0 0, 0 0 0 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
F. 'Errors & Omissions Insurance $1,000,000 per claim .
$23000,000 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 lave, 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 contactor through the Indiana E-Verify
program. Contractor is not required to verify the work eligibility status of all newly hired
Page 3 of 6
employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify
program no longer exists. Prior to the performance of this Agreement, Contractor shall
provide to the City its signed Affidavit affirming that Contractor does not knowingly employ
an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor
violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than
thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to
remedy the violation within the thirty (30) day period provided above, the City shall consider
the Contractor to be in breach of this Agreement and this Agreement will be terminated. If
the City determines that terminating this Agreement would be detrimental to the public
interest or public property, the City may allow this Agreement to remain in effect until the
City procures a new contractor. If this Agreement is terminated under this section, then
pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual
damages.
SECTION VIII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (ICE 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--16.55 the City reserves the right to consider the Contractor to be
in breach of this Agreement and terminate the agreement upon the expiration of the ninety
(90) day period set forth above.
SECTION Ix. PROHIBITION AGAINST DISCRIMINATION
A. Pursuant to Indiana Code 22--9--1-10, Contractor, any sub --contractor, or any person acting
on behalf of Contractor or any sub -contractor shall not discriminate against any employee
or applicant for employment to be employed in the performance of this Agreement, with
respect to hire, tenure, terms, conditions or privileges of employment or any matter
directly or indirectly related to employment, because of race, religion, color, sex,
disability, national origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
L 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
Page 4 of 6
calendar day during which such person was discriminated against or intimidated
in violation of the provisions of the Agreement; and
4. That this Agreement may be canceled or terminated by the City and all money
due or to become due hereunder may be forfeited, for a second or any subsequent
violation of the terms or conditions of this section of the Agreement.
C. Violation of the terms or conditions of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
SECTION X. RELEASE OF LIABILITY
Contractor hereby agrees to release and hold harmless the City and all officers, employees or
agents of the same from all liability which may arise in the course of Contractor's performance of
its obligations pursuant to this Agreement. - The City hereby agrees to release and hold harmless
the Contractor and all officers, employees or agents of the same from all liability which may arise
in the course of City'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 remedies,
Contractor shall be liable for costs incurred by City in its efforts to enforce this Agreement,
including but not limited to, City's reasonable attorney's fees, to the proportionate extent that
Contractor is determined to be in breach of this Agreement.
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.
Page 5 of 6
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.
IN WITNESS WIIEREOP, 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 RICE MOND, INDIANA
by and through its Board of
Sanitary Commissioners
to
Sue Miller, President
Arran akshi, Vice President
re tiens, Member
4 I
Dated:
7-
APPROVED:
City of Ric ond, Indiana
Date:
Page 6 of 6
"CONTRACTOR"
MAZE DESIGN, INC.
Printed: David Inderstrodt
Title: President
Dated: 1.19-.21017
Jeff Lohmoeiler
From: Jeff Lohmoeller<jlohmoeller@richmondindiana.gov>
Sent: Monday, June 03, 2019 9:48 AM
To: 'David Inderstrodt'
Cc: 'Bryan Ervin'; 'Tim Lingar'
Subject: Women's Restroom -- Drawing quote
Tracking: Recipient Read
'David Inderstrodt'
'Bryan Ervin' Read: 6/3/2019 9:50 AM
'Tim Lingar' Read: 6/3/20191:23 PM
Dave,
Checki9ng in with you on an quote to do the drawing of the women's restroom for the solid waste garage at landfill. An
a estimate budget number to have it built.
Thank you,
P# ze""a"
Jeff Lohmoeller Class IV
WWTPlAfaint. Mgr.
City of Richmond Indiana
Department of Sanitation
Email.- j/ohrnoe!lerPrichmondindicrna.gov
Phone: (765).983-7464
Cell; (765) 993-2670
Fox: (765)962-2669
11_ 7
fi
4t� ��1,�,A
I
r
Maze
besign, hIC9
Date: 6. off 20x9
1 ?4 . Sou lb Sth &rva
W1V,11 io,)Wa IN 473711
[7CS) 96 1-AO
E-i�ila�I:df�;iu�r.��i►�i�r�it�C'.,�'Qs�i •
Jef�FLohmoellor
Cif of RicbmW d .
Rielmmono, IN47374
. Re: Resign Seryices
'Keiv Wonidns rdstr'ooms .at Sanitatioa Garage
We are pleased to providetWs fee proposal forYQurpxojedL
Project wilt cobsist bf a now Wornens r%e ooni. sinular to the existing rxiens reastrob .
Weoe,&de oflndiana required des%gn dihwu ngs farthe above project. Ownerto ufflize plans to
obtain bids I= owners selected rontvacr&s. 'Made Design wM attend (1) pre bid �ideting and
answering RE during the bid prgcess:
$pj4emat1p.Ves�1gn Pligse
Meeting with. owner representative to teviewpreliminaay #Ioor plans.
• a Prepar'e for review schemade design documents eons ing of:
Q Arcluteetwal floor pladL
o Restroom floor plan
o with owner's approval of schemage plans we shall proceed into the development phase.
a Prepard fdr review jesign development docum ems consistrg oaf!
o Architectural floor plan
o Euildingsm0ons and.detdils
o Interior Ar'chitectm-al restreom:ro-om elevadoils.I lay -out
Engi aeeringDasign Phrase
With owner's approval of development plate's we shall complete ae Engineering please.
� $cape, of�ork: •
a) Fmiudailons design .
b) Sf niq .0 al design
0 Dhmedsloa floorbhm
d.) Bufldtng S'taft and details
e) Room a44 PO.orFHsh schedules
1) HVAC plans
.g) Plupbing-plans
h) Electrical plans
i) Uto safety- Plan
Enildin & �nteriorbesign, r�gineering, Cons"Winlz Manacgement
• n "�i2o.
j) Com 4jecleEnergy report per Stato ofh1di is Bnergy code Requirelneiits.
k) Submitplans tothe State oflkiOianafor a Consfrac�oh Desiga:Release,
collsti'rletr"on Obser•WI011 RIIaSe
a. We will. visit flee site as requested by city huildf cr department � l icr co��shuGtion■
1. No juterior bunitut:e design'or color selec#ions are, included in this fixed fee. Colors and
fHshe� to he selected b� owner.
2. No environentA assessment or study is included it our fee.
I No -soil tesgng or Ocat-edhnical Engineering.
4. Ro Fruiting of -plans orprep-2uang bid specifications. '
FEE FOR AB PW SER VICE$.,
O ed Fee 115500
016N, WC.
•Sivc�rely,
• DOid A. Mderstrodt
(resident
• r
t
3
S erVices of Fort Wayne, -Indiana for one year with. the 6ption to renew for two additional one year
terns. The first year .would cost $79.001hour for up to 576 hours per year or a not -to -exceed cost of
$45,504.00 annually. For the first year, an additional 100 hours would be granted at the cost of
$79.001hour or a not -to -exceed cost of $7,900.00 on top of the annual cost. The second .year would
cost $80.06Ihour for up to 576 hours per year or a not to -exceed cost of $46,080.00 annually. The
third year would cost $ 81.00Ihour for .up to 576 hours per year or $46,65 6.00 annually. Mr. Stiens
made a motion to award the quote to Hurst Technical Services of Fort Wayne, Indiana, as outlined.
Mr. Bakshi seconded the motion. The motion passed 2--0.
{ do nexforder of business was 'a roval'to enter Ito coxitract. ith Mdze Desi` • . The;,contract nth
MazoID''' xgn ,would be m the atiiountlof $ l 1 ,5Q00 ' , and wou d� detail a design: or a newv omen s
restroom in the _Sold, Whste Garage.; Mx.� Stiens made �a motion to enter+ into 6ontract.- With ,Maze
Design Ito esi a new r ronnen's� restro oxns x the S,'Iid Wasie ` ara e':in the atuount }of . $,11; S O0. D � :
�"" � . � � , Mr. Bakshi seconded the motion".- The' motion -passed r -a-
The next order of business was to approve Wastewater Discharge Permit No. R5-06--0522 for
Richmond Power & Light of Richmond, Indiana. The permit was re --opened May 25, 2019, in order
to make a permit revision that would add an additional outfall. for the facility.. The revision is
effective starting June 11, 2019 and is valid until May 8, 2022. Mr. Stiens made a motion to
approve wastewater Discharge Permit No. R5-06-0522 for Richmond Power & Light of Richmond,
Indiana, expiring May 08, 2022. Mx. Bakshi seconded the motion. The motion passed 2-0.
The next order of business was to approve WastewaterResiduals Permit No. R-RREST-2019, 20,
21, 22 for RumP ke- Portable Restrooms of Dayton, Ohio. The peinnit is valid until. rAplil 30, 2022.
Mx. Steens made a motion to approve wastewater Residuals Permit No. R--RREST-2019, 20, 21, 22
for RuinP ke- Portable Restrooms of Dayton, Ohio, expiring .April 30, 2022. Mr. Bakshi seconded
the motion. The motion passed 2-0 0
The next order of business was to approve groundwater Discharge Permit No. GW2-RBR288wP-
0619 for Faber Land Company LTD of Richmond, Indiana. The permit is valid until December 31,
2019. Mr. Stiens made a motion to approve Groundwater Discharge Permit No. GW2--RBR28 8WP-
0619 for Faber Land Company LTD of Richmond, Indiana, expirm' g December 31, 2019. 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 to the Board
on the Sanitary D i sftict' s cuxTent projects.
With no ft1her business, I& Stiens made a motion to adjourn the meeting. hft. Bakshi seconded
the motion. The motion passed 2--0. The meeting adj ourned at 10:45 A.M. .
Jessica Foster, Assistant Recording Clerk .Aman Bakshi, vice President
�9� -
The Board of Sanitary Commissioners of the Sanitary District of Richmond, Indiana, met
in regular session xn.the Board Room of the Richmond Sanitary District Building, 2350
Liberty Avenue, Richmond, Indiana, on Tuesday, April 23, 2019 at 10:00 A.M.
Those present were Sue Miller- President, Aman Bakshi-- Nice-Pitesident, Greg Stiens�
Board Member, Bryan Elvin Director, Elijah Welch- District Engineer, Emily Palmer -
City Controller, Tracy. McGinrii.s-- Deputy Controller, -Denise lobnson- Customer Service
Manager, Walt Chidester- Assistant City Attorney, Jessica roster- Assistant Recording
• e •- Adminlst •ative .Assistant Derek Hz 1M Cede Enforcement Director)
dlerk, Robin Frazer- a.
Tim CiTi11-- RSD Lab Supervisor, Pat Smoker-- Plant Superintendent, Todd Hobson-
- wwTP Operator, perspective bidders, 0101.3 and wCTV.
The first order of business was to approve board minutes from the March 12 & April 22
2019 meetings. Mr. B akshi made a motion to approve the minutes from the March 12 &
April 21 2019 meeting. Mr. Stiens seconded the motion. The motion passed 3--0.
p
The next order of business was to approve the invoices. The invoices weird in the total
amount of $267,382.25 covering March 29 & April 5, 2019. I11Ii•. Stiens made a motion to
approve the invoices. Mi•. 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 201 1 9 S P- g Tin Clean U Will Idek off on Saturday, April 27, 2019 at 8 a.m. starting. at
P
Starr School. He said that information is available on the city website, thvough social
media, and that maps were also sent out to residents with their bills. He stated that
volunteers will receive a free lunch for participation.'Nir. Ervin also stated that in May he
would life to hold a budget ,workshop to go over the salary comparison report that was
previously prepared, re ared as well as go over capital expenditures for the following year.
The next order of business was to approve wastewater Discharge Permits Expiring April
23 2023. Mr. Bakshi made a motion to approve the following wastewater discharge
p
emats: Permit No. P1--12-0423 for Land O' Lakes Purina Feed, Permit No.11-12-0423
for Indiana American water -Middle For1c Treatment Plant, Peinnit No. HI--10--0423 for
. Hill's Pet Nutrition Indiana, Inc., Permit No. Ml--11--0423 for John's Manville, and
Pex�. `t No. R4-11-0423 for Miller Transporters, Inc. All of the permits are valid until
April 23, 2023. Mr. _Stiens seconded the motion. The motion passed 3--0.
The next order of business was the Update from the Code Enforcement Director. Mr. Hill
informed the board that the code enforcement department was nearly ready for aperati.on.
He stated that two inspectors had been hired, along with a crew leader and th1•ee general
ma_ i�ntenance ' The dePrlaborers. atment - is working on getting vehicles and general
_ ,
maintenance equipment for :operation. The board discussed when sanitary funds would be
used for the Code Enforcement Department as it pertains to clean --up efforts as opposed
duties such as insp ections, which do not directly relate to Sanitation
� . The boat'
#o other -Mx;Hill
also discussed the duties that the Code Enforcement Department would handle.
explained that the deparlment would start by servicing alleys and streets as an extension
2 '
of the Sanitary Distlict, and -gill be worldng towards the goal of cleaning up ,private
properties, once the legalities of such work has been evaluated and defined. _
The next order of business was to receive quotes for a % Ton Pi&7Up 'Pluck for the New
Paris Pipe Landfill. Ms. Johnson stated that she.. sent out seven requests and received
tivee. The fn.-st quote was received from wetzel'Ford of Ricbmond, Indiana, fair a 2019
Ford F 250 4x4 Crew Cab at the cost of $3 5,900.0.0: The second quote was received from
Advautage• Ford of Connersville, Indiana, for a 201:9 Ford 250 Super Duty at the cost of
$3 8,3 91.10. The third quote _ was from Cronin Toy
ata of Richmond, Indiana, for a 2419
Ford F 250 at the cost of $38,751.70. The board:.refetTed the quotes to management for
evaluation and reco- mmendation, at a later meeting..
+ +'� w .. ty ...-,.- "�!M^, ,• `4'.. w•-� - - 7 !1-�,• - w ,. ` r __ w�-iX - i -+: ~- .. e.�-- .
f .. he t .vxder:<of bus es s; wasot-xeeexf: ` notes for a i I3.aol o
{..•. "r""`e .' . -A o: - ,'•" '` F �,'r': M' `d'# .;G fi°' G�.....ax".. s..::._,,.,...,.�.�.'-...'.,r ; _-' -r fix• ' .4 �
=l r Jaliinson ted,. she - t =`se e l e e t d �ec . �" � - •t
a x . S. r]. `V rt x qu s s atl z ex. ec�.- •}o ems_ r t irate �s
rece�tved , ,a , a fox a020 Fo d aE Ir ate cast of
IF M
-
r by
t$39,592 4' he! eceed �'mdana-raa
.4.� �- ,
fyr•.�- r
-a=D3xjox�axplrez'::t tie�osto$3WA.73:ba,:irei�.-:[[��uQtet� ,
�;; .�.;.. � f•` s��y�� �� S"�+hr !-----+a�-��� �-�� --; jam' .r�►-r"`��ya-
z�aaxagen�i�tfor ,e�raliatYon and recaxrrmex�datxox Tata later ee " � ;g! .
The next order of business was to -receive quotes -.for a: Hook Truck with water Tank on
.its Own Frame. Ms. Johnson stated she seat nine. requests and received three. The fist
quote was received ftox, SeWng International of Richmond, Indiana, for a 2020 3
International Hv607 SBA 6X4 at the cost of $171,61�5:00 w. with the trade in value of a
1992 Intemati.onal Hook Truck at $7,800.00.,.the total cost would be $163,815,00.
• Delivery time after the purchase order has been issued would be 11--13 months. The
second quote was received from Municipal Equipment of Louisville, Kentucky, for a
2020 Freigbtlner 10 106.Ampliroll Al1�-160-212�-201ALM24 Hook Foist at the cost of
$207,994.00. with the trade in value of a 1992_ Liternational Hook Truck at $8,500.00,
the total cost would be $199,494.00. Delivery .time after purchase order has been, issued
would be 250 days. The tbird quote was also from Municipal Equipment of Louisville,
Kentucky, for a -2020 International ' Hv607 Ampliroil AI111P--106-212-20/AL--24 Hook
Hoist at the cost of $207,3 77.5 0. with the trade t in value of a 1990 International Hook
Truck at $85,500.00, the total cost would be $198,877.50. Delivery time after the purchase
order has been issued would be 300 days. The board referred.the quotes to management
for evaluation and reeomm endation at a later meeting.
Item number 9. Recommendation to .Award Contract for• Instrumentation. and Control
System Technical Services, was tabled until a future meeting.
The next order of business was to approve :Change Orden No. 2 for the Sludge Thickening
Improvements Project. The change order requests an additional $234,952.21 of sanitary
funds in order to add new WAS Bumps and. bring .the HVAC system up to code at the
Waste water Treatment Plant. This also includes costs -for additional time, materials and
equipment related to unexpected work associated with unidentified utilities. Aft. Stiens
made a motion to approve Change Order No. 2 with Ottenweller Contracting, LLC for
the Sludge Thickening Improvements •Project for a net increase of $234,952.21. Aft.
Bakshi seconded the motion. The motion passed 3--0. , .
3
The next -order of business was to approve Change Order- No. 2 fox• the NW 13th ; Street
Interceptor Replacement. The change order was for a net decrease of $258,374.00 as a
Yesttlt of changing the method of excavation fiom pipe bursting to open cut. -excavation �n
order to install part. of the sewer system. An additional 30 days were requested to
complete the work. Mx. Bakshi made -a motion to approve Change Order No. 2 with
BracImey, Inc. for fieNW 130' Street Interceptor Replacement Project fax a net decrease
of $2583374.00 and would increase the project time by 30 days.11& Stiens seconded the
motion. The motion passed 3- 0.
The next order of business. was the Project Status Update. Mx. Welch gave an. update to
the Board on the Sanitary District's cwTent proj ects.
The next order of business Was to approve to enter into contract with Baker Tilly
Municipal Advisors, LLC for professional services related,to. financial assurance tests as
described by IDEM requirements. The contract would be for a one 'year, term vvith two
additional one year teens and would be pant oh a lump- sum -basis of '$6,000.00 per- year.
IUIi•. Stiens made a motion.to enter into contract with Baker `filly Municipal Advisors,
LLC to do a financial assurance study according to IDEM. requirements for a not -to -
exceed cost of $6,000.00 per year for the first year,. with the option to renew' for two
additional one year tuns. I& Bakshi seconded the motion.. The motion passed-3_--0.
With no further busm" ess, Mr. Bakshi made a motion to, adj ouxa the -meeting. Nfi% Stiens
seconded the motion. The motion passed 3-0. The meeting adjourned at 10:49 A.M.
Jessica Poster, Assistant Recording Clerk
Sue Miller, President
I
A
steel tank or $169, 8 80000 for a polyethylene -tank. This included the irade-in value for the previous
hook truck is $8,700.00. The bid is firm until June 29, 2019, and estimated delivery time is 11-13
months after purchase order is issued. The thh-d bid was received from Municipal Equipment Inc. of
Louisville, Kentucky, at . the cost of $173,585.00 fora Freightliner - M2--1.06 with steel tank or
$167,804,00 for a polyethylene, tank. This included the trade --in value for the previous hook truck at
$8,500-600. The bid is firm for 30 days and the estimated• delivery time is. 250 days after purchase
order. is issued. The fourth bid -vas received from Municipal Equipment Inc. of Louisville,
Kentucky, at the cost of $174,185.00 for an Zntemation.al R_T-607 with stainless steel tank or
$167,904.00 for a polyethylene tank, This included the trade-in value for the previous hook truck at
$8.)-500.00. The bid is arm for 30 days and the estimated delivery time is 300 days after the purchase
order is issued. The board referred bids to management for evaluation and recommendation.
n�,'�►Y. *:Cr ..-�+.l ��''�e �-_�i}s': L"�`"9i"`� ".ye'„`:`x�*""''rf+'. .�.; _■, �-ti �.,t-r-3�-.-�... H � _- ...-r--""'°:°iF�... .f .�,,.�' - �ti' _.
4-The next order. of,.busi :ess as.the� recommendation.to,-awara�_quate uk—a = ur. oar Spo s-Utility -�
Yehicxels3 _Uhmoeller reco �-� ,-of =a`v and ytho�quote t ~Cro o Ri hmon ; Taliana, for a
i 2019 Ford Explorer X LT in the- amount of $3 5,651073. Mr. Chidester submitted a wri te' pinio to
e -r- � ' �, _.-ti-_ -- -. +-- ..-.per:- . . .� - ""�i
the board, why o � o o a's quote was the 1a es responsable� and- res onsz re -bid ex. 'IV's .
Stiens made a motion to- a�ward� h-. = u_ot tv `Qa :of of=l no�' d - mf, ' the
S
�nj y , , in mount of
[71-'��',ik�:f:7t3? ��a�� ', 1 �� ',','�tS�+L�V� Ix�. jjY A j �. �.;_r.A-
'Me J��� Y �d:��'itimpa�i �?�ti.��--o�-' - next order of business was the recommendation to, award bid for Six Fully .Automated
Residential Trash Trucks. Mx. Lohmoeller recommended to award the bid to Southeastern
Equipment of Indianapolis, Indiana, for leasing six New way Sidewin.der' 22 ASL Freightliner M2s
{ 106 trash trucks k the amount of $243,140.76 per year. The contract with Southeastern Equipment
would be a six year lease, ending December 31, 2026, and would be -financed through Baystone
Government Finance of Manhattan, Kansas [corrected and adjusted for approval by . minute
scrivener from the information provided verbally as listed in the packet request men' aol. Mr. IErvin
stated that Richmond Sanitary' would keep two of the current fleet as back up and the rexaaini�g
trucks would be sold off or used as trade --in to replace other commercial recycling trucks in the
future: Mi-. Stiens made a motion to .award the contract to Southeastern Equipment of Indianapolis,
Iddsana, and Baystone Government Finance of Manhattan, Kansas, in the amount of $243,140.76
per year. Mr. Bakshi.seconded'the motion. The motion passed 2--0.
r
The next order of business was 'the recommendation to award bid for Two Commercial Trash
Trucks. Mr. Lohmoeller recommended to award Pyramid Equipment of Rolling Prairie, Indiana, for
two Pak Mor M2- 106 trucks in an amount not -to -exceed $3 47; S 0 0. o o . Mr. Stiens made a'motion to
award the bid to. Pyramid Equipment of Rolling Prahie, Indiana, m an amount not--to--exceed
$347,800.00. Mr. Bakshi seconded the motion. The motion passed 2-0.
The next order of business was the recommendation to award bid for new PIigh Sprocket Crawler
Tractor. M7r. Lohmoeller recommended to award MacAllister Machinery of anapohs, Indiana,
for a Caterpillar Model D8T in an amount not -to -exceed $482,900.00. This cost includes the trade-
in of Richmond Sanitary District's 2015 D8T (G) Dozer. Mr. Ervin. stated the equipment has to be
replaced often due to the high amount of wear from daily use. Mr. Stiens made ' a motion to award
the contract to Southeastern Equipment of Indianapolis, Indiana, in an amount not -to -exceed
$482,900.00, wbich includes the trade in of the 2015 D8T (G) Dozer. Mr.. Bakshi seconded the
motion. The motion passed 2-0.
The. next order of business was the recommendation to award- quote for Instrumentation and Control
System Technical Services. Mr. Lohmoeller reconvnended °to award the quote -to Hurst Technical -
The Board of S'anitaiy Commissioners of the Sanitary District of Richmond, Indiana, met in xegular
session - in the Board Room. of the Richmond Sanitary District Building, 23 8 a Liberty Avenue,
Richmond, Indiana, on Tuesday, June 11, 2019, at 10:00 A.M. .-
Those present were Aman Bakshi- Vice -President, .Greg Stiens- Board Member, .Bryan Ervin -
Director, Elijah welch District Engineer,. JeffLohmoeller v► WTP and Maintenance Manager,
King. ,vessels- Assistant City Attorney, Jessica Foster-- Assistant Recording Clerk, Leighanne Habn-
Pretreatment Operator, Pat Srmoker- Plant Superintendent, Todd Hobson-- -WWTP Operator,
perspective bi.ddeis, G101.3 and wCTV.
The first order of business was to approve board minutes from the May 21, 2019 meeting. Mx.
Stiens made a motion to approve the'minutes from. the May 21, 2019 boeeting. Mr. Bakshi seconded
the motion. The motion passed 2-0.
r
The next: order of business was - to approve the invoices. The invoices were in the total amount of
$396,661.73 cov"ing May 17; 24, & 31, 2019. h4r. 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 the 2019
S ' rin Clean U had so far been successful and that the pick-up for the final zone, southwest
p g .P . .
Richmond, had been extended as there was more trash than anticipated.
The newt order of business was to receive bids quotes for. Cleaning Services at Richmond Sanitary
District. Four q --
uotes were received._ The fist -quote was received from Office Pride of Richmond,
Indiana, at the cost of- $3,247.50 per month. Additional costs areas $1,504.00 foi follows. , a one-
• •
tinm de e clean, $-1 ' 686.80 to shampoo the carpets twice a year, $400.0:0 to wash exterior windows
p
twice a:year, $400.00 to wash interior windows twice a year, $3,251.70 to wax floors twice a year,
per and $35.00lhotu• person for any additional labor. The quote is valxd.for one year. The second
uote was from whitewater valley Cleaning of Richmond; Indiana, . at the cost. of $2,976. s 8- per
month. Additional costs are. as follows: $693.76 to shampoo twice a year, $991.25 to wash exterior
windows twice a year, $991.25 to wash interior windows twice a year, $5,401.75 to wad floors
y � �
twice a -year, -and- $27.50lhour per person fox any additional labor. The. quote xs valid through
December 31 2019. The third quote was received, from Elite Clean of Richmond, Indiana, at -the
cost of $2,800.00 per month. Additional costs are as follows:.18¢lsq. ft. to shampoo twice a -year,
exterior windows -twice a ear, $2.5 0 per: -window to wash interior
$2.54 -per window to wash Y �
windows- twice a year, 0.48¢Isq. ft. to wax floors twice a year, and $25.001hour per person or any
additional -labor. The quote is valid until June 30, 2019. The fourth -quote was received from Apex
Cleaning & Building of Richmond; Indiana, -at the. cost of $5,114.16 per year. Additional costs are'
• 325.31 to shampoo carpets twice a year,
31,600.00 to wash exterior windows twice a
as follows. $1, p arp y
, $1,600.00to -wash interior windows twice a year, $1,089 to clean & seal concrete ror $7,058:40
to strip, clean &.wax tile, ,and -$24/ho-ar pet person for any additional labor. The board referred bids
to rrian►agernent for evaluation and recommendation.
The newt_ , order of business was to receivebids for new Hook Truck with New Water Tank. The first
bid was received from Pyramid Equipment Inc., of Rolling. Prairie, .Indiana, :a the cost ;of
$45 950.00 for the stainless steel tank only. The bid is firm for 30 days and the estimated delivery
time is, -8--9 months after purchase order- xs issued. The second bid was received from Selkng
Internat onal of Richmond,- Indiana, at the cost of $174,260.00 for an International TV-607 with