HomeMy Public PortalAbout136-2018 - Sanitary - Pyramid Equipment - Trash ContainersPURCHASE AGREEMENT ORIGINAL
This PURCHASE AGREEMENT is . made and entered into this day of
qf'ok'no �^ y
wx , 2019) by and between the City of Richmond, Indiana, a municipal
core ration acting by and through its Board of Sanitary Commissioners, 50 North St" Street,
Richmond, Indiana 47374 (hereinafter referred to as the "City") and Pyramid Equipment, Inc.,
211' South Prairie Street, PO Box 127, Rolling Prairie, Indiana 4637-1 (hereinafter referred- to as
the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby agrees to purchase from Contractor, in varying numbers as exercised by City, three
(3 ) different sets. of residential trash containers, with one set for 32-3 5 gallon trash containers,
another set for 64 gallon trash containers and the third set for 95-96 gallon trash containers, in 'a
sum per year not to exceed One Hundred Forty Thousand Dollars ($140,000.00). These
residential trash containers will be purchased by City from Contractor for calendar year 2019,
with City to have the Option to Renew for calendar years 2020 and 2021, with price adjustments
as set out below and in Exhibit "B".
A Request for Quotes was sent on July 22, 2019. A copy of the Request for Quotes is attached
hereto and incorporated'herein by reference as Exhibit "A".
The response of Contractor to said Request for Quotes, dated August 5, 2019, is attached hereto
and incorporated by reference herein as 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.
1
The Contractor shall furnish all material, equipment, and delivery services necessary for the
proper completion of all work set forth in Exhibit "B".
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 Department.
. SECTION H. -STATUS OF CONTRACTOR -
Contractor shall be deemed to be an independent contractor and is not an employee or agent of
the City of Richmond.
SECTION III. PURCHASE PRICE
City shall pay Contractor a sum not to exceed One Hundred Forty Thousand Dollars and No
Cents ($140,000.00) in any calendar year under this Purchase Agreement for calendar year 2019,
with an Option to Renew by the City for calendar years 2020 & 2021) for the, purchase of the
residential trash containers, for a total sum not to exceed Four Hundred Twenty Thousand Dollars
($420,000.00) over the three year period for calendar years 2019, 2020 & 2021, but expressly
subject to City exercising, in writing, an Option to Renew the Contract by December 31, 2019
Contract No. 136-2019
Page 1 of ;3
and December 31, 2020 for the subsequent years. The monies to be paid to Contractor are based
upon the bid sheet submitted by Contractor, which is set forth in Exhibit "B", and attached with
this Agreement and made a part hereof.
The -cost for the 32-3 5 gallon residential trash containers is $42.00 per 32-3 5, gallon- residential'
trash container for calendar year 2019, with the same price, if the option to Renew the Contract is
exercised by City, for calendar years 2020 and 2021, with the prices for calendar years 2020 and
2021 subject to adjustment by October, -2019 baseline plus any adjustment by the Hang Song
Index (HSI).
The cost for the 64 gallon residential trash containers is $47.00 per 64 gallon residential trash
container for calendar year 2019, with the same price, if the Option to Renew the Contract is
exercised by City, for calendar years 2020 and 2021, with the prices for calendar years 2020 and
2021 subject to adjustment by October, 2019 baseline plus any adjustment by the Hang Song
Index (HSI).
The cost for the 95--96 gallon residential trash containers is $52.00 per 95-96 gallon residential
trash container for calendar year 2019, with the same price, if the Option to Renew the Contract is
exercised by City, for calendar years 2020 and 2021, with the prices for calendar years 2020 and
2021 subject to adjustment by October, 2019 baseline plus any adjustment by the ,Hang Seng
Index. (HSI).
The purchase price includes all shipping, handling and set up charges, with delivery to be to the
Richmond Sanitary District, 2380 Liberty Avenue, Richmond, Indiana during normal business
hours of Monday through Friday from 6:00 A.M. to 3:00 P.M, excluding Holidays.
The estimated delivery time for the above described equipment is no later than ninety (90) days
from the execution date of this Purchase Agreement.
SECTION IV. PROHIBITION AGAINST DISCRIMINATION
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.
s
SECTION V. 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 executirig 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.
Page 2 of 3
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.
If any portion of this agreement is declared unenforceable by a comlor tribunal, all other portions
shall remain in full force and effect.
Any person executing this Contract in a representative capacity hereby warrants that he/she has
been duly authorized by his or her principal to execute this Contract and that such authorization
has not been revoked or rescinded.
IN WITNESS W]HEREQF, 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 CHMOND, INDIANA ,
by and &thr6u,*tsoard of
Sanitarners
By_
Sue Miller, President
Aman Bakshi, Vice President .
6rq(jeins, Member,
ated: q 3
APPR D:
r-
mid Snow, ayor
Dated:
Page 3 of 3
"'CONTRACTOR!'
PYRAMID EQiTIPMENT, INC.
By:
Printed: y� Vvt SO(Ar-%-
Title: �1t'W✓"
Dated: �1 -1`I
PRICE REQUEST
Z '
PITY OF RICIIMOND
DEPARTMENT OF SANITATION
2380 LIBERTYAVENUEeRICHMOND, INDLkMA47374 THIS IS NOT. ANO'RDER
PHONE (765) 983-74500A)� (765) 962 2669
w_a.-.�A M1��wI �....r._......I.a _.-... r.�••� ... ...-rG'� i�.•w� ... _ � .. _ .. .. .. - ..- - _' . __ _.._� w+...y ..a w�+i �.. c.wr-�nw�._.
.... � - __- 'S�Jli'K'r...-- a�Y' .`.-.��� ..�°'�,.�w'i i�f.iiv�rrJ`�-.ir.:'...�i...r�•'_��'.�1�WaC.'`Ao�w,ir ."L �.. «. ^. Y .._• � »> ._ _...... a.-....� a'..��"r r.w:.'y`_6_ v-_.I•.'�- 4,f"�:f.�...s.. S.:.l _,�.Lf•e.�'::d�..e.._ -_ .
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
s ecified ate and time to be considered.
DATE:
REPLY MUST BE IN BY:
PAYMENT TERMS:
DELIVERY REQUIRED:
July 22, 2019~-
10:00 A.M. on August 13, 2019
UPON RECEIPT OF INVOICE
DELIVERED
_ DESCRIPTION
This is a request for quotes to purchase 32-35 gallon universal containers, 64 gaIIon universal containers and 95-96
gallon universal containers. Please see attached specifications. PIease include all warranty information with quote. E--
Verify requirements and Indiana Local Preference Maims will apply to this quote, information enclosed.
Return this sheet and the proposal sheet in a sealed envelope addressed to:
Richmond Sanitary District
r Denise Johnson, Customer Service Mgr
2380 Liberty Avenue
Richmond, IN 47374
Re: residential containers
Quote Valid Until
Questions? Cali Tim Lingar 765-983-7478.
STATE TAX EXEMPTION # 003121909-001
Richmond Sanitary District
NAME OF FIRM QUOTING:
BY:
AUTHORIZED BY SIGNATURE
TITLE
DATE PHONE NUMBER
f
Mfg-
CIS OF 12ICHMOlaTD, MIANA
BID SPECIFICATIONS FOR �
32 -- 35 GALLON UNIVERSAL CONTAINERS
GENERAL CONDITIONS:
The specifications herein describe the minimum acceptable features and performance
requirements for rollout waste containers to be purchased by the City of Richmond.'
Bidders are to have thoroughly read -and understood these -specifi.cations prior to submittal
of bid. Submittal of bid indicates that bidder meets,:.or exceeds all conditions of these
specifications..All variations and/or should be detailed on a separate page titled
'Exceptions'. If the City determines that exceptions do exist which were not identified by
the bidder, then the proposal will be. -deemed non responsive and the bidder disqualified.
If no exceptions are taken, it will.be assumed that the''bid. meets all specifications as
stated. The City requests, at no. charge -to• the City, _.:-sarn 'p le, of the container beingbid,
from all bidders. Bid pricing :gill �includepurdhase price of new, unused containers which
are compatible with standard semi -automated bar-locking1iflers and fully -automated arm
lifters now being used by -Rich and :S anitar�y�District,and delivery to 23 80 Liberty
Avenue, Richmond, Indiana. 47374.. City sof Richrond ,'wif1 purchase up to two thousand
(2000) containers.
PLASTIC AIATERIAL:
Containers must be made from 3 00% -virgin, first. quality, high — density polyethylene (HDPE) material only. Plastic -resin :materials are to'be, supplied by a national
petrochemical producer. All containers .shall -be-m' =-dfactured utilizing the injection
molding process. Containers .produced using'bfow.molding method of production is not
acceptable.. Cart and lid must be� 100% recyclable. -
. 1
COLOKIZATION. & 1ULTRAVI0LET S'T`ABLIZATION :
Container shall be colored blue or green. Resin must be enhanced with color pigment and
UV inhibitor that is formulated to prevent color fading and ultra violet damage.
Additivesrmust be uniformly throughout the container.
-CAPACITY:
:Container.. shall be rated for 64 gallon capacity when full, excluding additional volume'
. ' . 'adbzeved by -the -lid in. the closed. position.
i
1
Q '
f
DIIENSIONS:
The following dimensions will be the nu'nimums required on a completely assembled
container:
Height -- 3 6"
Width --19"
Depth -- 26"
MTERIOR 1 EXTERIOR CONSTRUCTION:
Exterior surfaces shall be smooth and free from crevices, recesses, projections, and other
obstructions that could entrap or entangle refuse or recycling material. A11.interior
surfaces shall likewise be smooth and free from similar obstructions so that contents can
be easily and completely dumped during collection operation.
+ _ l
LIDS.
The lid shall be of one piece construction overlapping the body. The lid must open freely
to 270 degrees so that the open lid can rest against the back of the container body during
normal dumping operations. The lid must be designed to disallow, entry of rain when in a
closed position and to discourage rain. ,or snow accumulation on the lid. The lid shall be
manufactured in such a manner that it will not warp, bend, slump, or distort to such a
degree that it no longer fits the container properly or otherwise becomes unserviceable.
Lid may not be attached with brackets, metal hinges, bolts or other means. Lid latches are
unacceptable, lid will be held closed by its weight only.
HANDLES
A11 containers must be equipped wiih handles that are a minimum of 1 " in diameter and
molded Pas part of the container body. Handles or handle mounts that are bolted onto the
container body are unacceptable,
NVMELS/AXLES: .
Axle must be a minimum of 5/8" in diameter. The axle must be of steel construJ ction,
plated to protect against corrosion. wheels shall be a minimum of 8" in diameter and
shall be of a snap --lock, rust proof design. wheel assembly using pal nuts, end caps, and
for cotter pins are unacceptable.
L
i
3
7
S
STABILITY:
f
The container shall be stable and self balancing when in the upright position, either
loaded or empty.
ABRAI$O1V PROTECTION:
Container will be manufactured to withstand dragging on streets and driveways, as well
as normal abrasion caused by collection AMPJMGS:
All containers shall have the City of Richmond name and logo in white markings; each
shall be hot molded or stamped on each side of the container. Included in the
specifications will be the name and logo. Serial numbers will be embossed in white
letters and numerals, of up to S characters. Instructions for the safe use of the container
must be molded into each7lid. Instructions shall be in both English and Spanish.' The
load rating of the container must be molded into the lid. Load rating shall be stated in
both pounds and kilograms and in English and Spanish. Emboss onto lid will be standard
instructions as to how to place container in relation to street to insure for proper
collection.
LIFT SYSTEM/ CATCH BAR
The cart shall be of universal construction to, be compatible with both semi -automated
and fully automated collection systems.. For semi --automated collection the body -shall be
equipped with attachment points to be operable with standard American semi -automated
bar locking lifters. - The container shall be capable of being engaged by the lifting device
without requiring the container to be manually lifted by collection personnel. The upper
lift point must be integrally molded into the body of the container. The lower catch bar
must be a minimum of %' in diameter and a minimum of 10" in width after installed and
1 V4 " in depth from the back of the lower catch bar to the body of the container.
Containers with bolted on lower catch bars are not acceptable.
WARRANTY:
The container lids, wheels, axle, and all -necessary hardware must be covered by a ten
(10). year warranty minimum. Any component parts which fail in materials or -
workmanship to perform as originally designed, shall be replaced at no charge to the city.
• i
1
�FE N C ES':
f
i
Bidder `must submit with its bid a reference list of ten 14 references currently using the
exact product (s) being -bid. Reference shall have used products for no less than five (5)
years.
VARLkNCES:
Any variance to these specifications will have to be submitted on a separate sheet
detailing the itemized exceptions along with an explanation of the deviation. Failure to
submit exceptions in writing will result in disqualification of bid. City of Richmond will
sole determiner in deciding whether exceptions are 'Material or not in awarding bid.. If
exceptions are held to be material in scope, then bid will be disqualified.
SHIPPMG:
All containers are. to be delivered to the Richmond Sanitary District, 2380 Liberty
Avenue, Richmond, Indiana. 47374. City of Richmond will purchase approximately two
hundred (100) — three hundred (200) containers per year and we Would like a quote for
2019, 2020, and 2021.
PRICE PER CONTAINER — 2019 '
PRICE PER CONTAINER -- 2020
PRICE PER CONTAINER -- 2021
($
Any questions concerning these bid specifications may be directed to:
Tim Lingar
Collection and Recycling Manager
765-983-7478--office
V 765-969--1.384-cell
Email — tlingar@a richmondindiana.go-V
q
13
CITY OF RICHMOND, YNLB%AI@TA
BID SPECIFICA'I'IONS F012
64 GALLON UNIVERSAL CONTAINERS
GENERAL CONDITIONS:
The specifications herein describe the -minimum acceptable features and performance
requirements for rollout waste containers to be purchased by the City of Richmond.
Bidders are to have thoroughly read -and understood these specifications prior to submittal
of bid. Submittal of,bid. indicates that bidder meets, or exceeds all conditions of these
specifications. All variations and/or should be detailed on a separate page titled
'Exceptions'. If the City determines -that exceptions do exist which were not identified by
the bidder, then the proposal will be deemed. -non -responsive and the bidder disqualified.
Ifno exceptions .axe taken, it will be assumed that the bid meets all specifications as
stated. The City requests, at no charge to the ;City, a sample of the container being bid,
from all bidders. Bid pricing will "include .purchase price of new, unused containers which
are compatible with standard semi -automated bar -locking lifters and fully --automated arm
lifters now behr g.used by Richmond Sanitary.District and delivery to 23 80 Liberty
Avenue, Richmond, Indiana 4737.4 ".City, of Richmond will purchase up to two thousand
(2000) containers.
PLASTIC MATERIA.L:
Containers -must be made from 1.00% virgin, first quality, high -- density polyethylene
(IMPE) material only. Plastic resin.materials -are to be supplied by. a national _
petrochemical producer. All containers shall be manufactured utilizing the injection
molding process. Containers produced.using:blow molding method of production is not-'
acceptable. Cart and lid must be 100%. recyclable.
COLORIZATION & ULTRAVIOLET STABLIZATION:
Container shall be colored blue. Resin -must be enhanced with color pigment and UV
bitor that .is formulated to prevent color fading and ultraviolet damage. Additives
must be uniformly throughout the container.
CAPACITY:
Container: shall be :rated for 64 gallon capacity when full, excluding additional volume
ach'eyed'bytla.e lid in the. closed po-sition.
i
f
DIMENSIONS:
_ The following dimensions will be the rninimums required on a completely assembled
container:
Height -- 42"
Width -- 22"
Depth -- 26" • �-
k
INTERIOR 1 EXTERIOR CONSTRUCTION:
i
Exterior surfaces shall be smooth and free from crevices, recesses, projections, and other
obstructions that could entrap or entangle refuse or recycling material. All interior
surfaces shall likewise be smooth and free from similar obstructions so that contents -can
be easily and completely dumped during collection operation.
LIDS:
The lid shall be of one piece construction overlapping the body. The lid must open freely
to 270 degrees so that the open lid can rest against the back of the container body' during
normal -dumping operations. The lid must be designed to disallow entry of rain when in a
closed position and to discourage rain or snow accumulation on the lid. The lid shall be
manufactured in such a manner that it will not warp, bend, slump, or distort to such a
degree that it no longer fits the container properly or otherwise becomes unserviceable.
Lid may, not be attached with brackets, metal hinges, bolts .or other means. Lid latches are
unacceptable, lid will be held closed by its weight only.
r
HAND
ICES:
All containers must be equipped with handles that are a minimum of 1" in diameter and
: molded .as part of the container body. Handles or handle mounts that are bolted onto the
container body are unacceptable
wI�EELS/AXLES:
Axle must be a minimum of 5/8" in diameter. The axle must be of steel construction,
plated to protect against corrosion. wheels shall be a minimum of 10" in diameter and
shall be of a snap -lock, rust proof design. wheel assembly using pal nuts, end caps, and
/or cotter pins are unacceptable.
z
Gfx��6.-1 1� 7r� l3
STABILITY:'
The container shall be stable and self -balancing when in the upright position, either
loaded or empty.
ABP,t,AJSON PROTECTION:
Container will be manufactured to withstand dragging on streets and driveways, as well
as normal abrasion caused by collection operation.
All containers shall have the City of Richmond name and logo in white markings; each
shall be hot molded or stamped on each side of the container. Included in the
specifications will be the name and logo. Serial numbers will be embossed in white
letters and numerals, of up to 8 characters. Instructions ,for the safe use of the container
must be molded into each lid. Instructions shall be in both English and Spanish. The
load rating of the container must be molded into the lid. Load rating shall be stated in
both pounds and kilograms and in English and Spanish. Emboss onto lid will be standard
instructions as to how to place container in relation to street to insure for proper
collection.
I.,IFT SYSTEM/ CA'I'Cgi BAR
The cart shall be of universal construction to be compatible with both semi --automated
and fully automated collection systems. For semi --automated collection the body shall be
equipped with attachment points to be operable with standard American semi --automated
bar lobking lifters. The container shall be' capable of being engaged by the lifting device
without requiring the container to be manually lifted by collection personnel. The upper
lift point must be integrally molded into the body of the container. • The lower catch bar
must be a minimum of W in diameter and a minimum of 10" in width after installed and
1 V4 " in depth from the back of the lower catch bar to the body of the container.
Containers with bolted on lower catch 'bars are not acceptable. WARRANTY:'
The container lids, wheels, axle, and all necessary hardware must be covered by_ a ten
(10) year warranty minimu� a.. Any component parts which fail in materials or
workmanship to perform as originally designed, shall be replaced at no charge to the city.
-R—EFERENCES:
Bidder must submit with its bid a reference list often (10) references currently using the
exact product (s) being bid. Reference shall have used products for no less than five (5)
years.
v CES:
Any variance to these specifications will have to be submitted on a separate sheet
detailing the itemized exceptions along with an explanation of the deviation.. Failure to
submit exceptions in writing will result in disqualification of bid. City of Richmond will
sole determiner in deciding whether exceptions are material or not in awarding bid. If
exceptions are held to be material in scope, then bid will be disqualified.
SHIPPING;
All containers are to be delivered to the Richmond Sanitary District, 2380 Liberty
Avenue, Richmond, Indiana. 47374. City of Richmond will purchase approximately two
hundred (200) -three hundred (300) containers per year and we would like a quote for
2019, 2020, and 2021.
PRICE PER CONTAINER - 2019
PRICE PER CONTAINER - 2020.
PRICE PER CONTAINER - 2021
($
Any questions concerning these bid specifications may be directed to:
Tim Lingar
Collection and Recycling Manager .
765-983-7478-office
765-969-1384-cell
Email - tlingar@richmondindiana.gov
Jq 4
CITY OF RICHMOND9 IloIDIANA
BID SPECII'ICA'1'IO1VS FOR
95 - 96 GALLON UNIVERSAL CONTAEXERS
GENERAL COIVDTTIONS:
The specifications herein describe the minimum acceptable features and.performancc
requirements for rollout waste containers to be purchased by the City of Richmond.
Bidders are to have thoroughly read and understood these specifications prior to submittal
of bid. -Submittal of -bid indicates that bidder meets, or exceeds all conditions of these
specifications. All variations, and/or should be detailed on a separate page titled * _
`Exceptions'. Fthe City determines that exceptions do exist which were not identified by
the bidder, then the proposal will be deemed non -responsive and the bidder disqualified.
If nb exceptions are taken, it will be assumed that the bid meets all specifications as
stated-. The t ty'requests, at no charge to the City, a sample of the container being bid,
from all bidders.. Bid pricing will include purchase price of new, unused containers which
are compatible with standard semi -automated bar -locking lifters and fully--autoln.ated arm
lifters now being used by Richmond Sanitary District and delivery to 23 80 Liberty
Avenue, Riehmond, Indiana 47374. City of Richmond will purchase up to two thousand
(2000) containers.
PLASTIC .MATERIAL: �
Containers must be made from 100% virgin, first quality, high — density polyethylene
(EDPE) material only. Plastic resin materials are to be supplied by a national
-petrochemical producer. All containers shall be manufactured utilizing the inj ection
molding process. -Containers produced using blow molding method of production is not
acceptable. CarLand -lid must be 100% recyclable.
COLORIZATION & ULTI2.AVIOLE'I' STABLIZATION:
Container shall be.- colored green. Resin must be enhanced with color pigment and W
inhibitor that is formulated to prevent color fading and ultra violet damage. Additives
must be uniformly throughout the container.
CAPACITY:
Container shall be rated for 95 - 96 gallon capacity when full, excluding additional.
volume achieved by the lid in the closed position. r
h
I
DIMENSIONS:
The following dimensions gill be the minimums required on a completely assembled
container:
Height - 42"
Width - 23"
Depth - 31"
a
t
INTEIJOR l EXTERIOR CONSTRUCTION:
Exterior surfaces shall be smooth and free from crevices, recesses, projections, and other
obstructions that could entrap or entangle refuse or recycling material. All interior
surfaces shall likewise be smooth and free from similar obstructions so that contents can
be easily and completely dumped during collection operation.
J
LIDS: .
The lid shall be of one piece construction overlapping the body. The lid must open freely
to 270 degrees so that the open lid can rest against the back of the container body during
normal dumping operations. The lid must be designed to disallow entry of rain when in a
closed position and to discourage rain or snow accumulation on the lid. The lid shall be
manufactured in such a manner that it will not warp, bend, slump, or distort to such a
degree that it no longer fits the container properly or otherwise becomes unserviceable.
Lid may not be attached with brackets, metal hinges, bolts or other means. Lid latches are
unacceptable, lid will be held closed by its weight only.
HANDLES:
All containers must be equipped with handles that_ are a minimum of 1" in diameter and
molded as part of the container body. Handles or handle mounts that are bolted onto .the
container body are unacceptable
� 1
VMEELS/AXLES: '
Axle must be a minimum of o . 7 S in diameter. The axle must be of steel construction,
plated to protect against corrosion. wheels, shall be a minimum of 1 0" in diameter and
shall be of a snap -lock, rust proof design. wheel assembly using pal nuts, end caps, and
for cotter pins .are unacceptable.
3
STABILITY:
The container shall be stable and self -balancing when in the upright position, either
loaded or empty.
ABRAI501oT I'120TECTION:
Container will be manufactured to withstand dragging on streets and driveways, as well
as normal abrasion caused by collection operation.
li3tRItKINGS:
All containers shall have the City of Richmond name and logo in white markings; each
shall be hot molded or stamped on each side of the container. Included in the
specifications will be the name and logo, 'Serial numbers will be embossed in white
letters and numerals, of up to 8 characters. Instructions for the safe use of the container
must be molded into each lid. Instructions shall be in both English and Spanish. The
load rating of the- container must be molded into the lid. Load rating shall be stated in
both pounds and kilograms and in English and Spanish. Emboss onto lid will be standard
instructions as to how to place container in relation to street to insure for proper
collection. -
I,II"T SYSTEM/ CATCH BAR
The cart shall be of universal construction to be compatible with both semi -automated
and fully automated collection systems. For semi -automated collection the body shall be
equipped with attachment points to be operable with standard American semi -automated
bar locking lifters. The container shall be capable of being engaged by the lifting device
without requiring the container to be manually lifted by collection personnel. The upper
lift point must be integrally molded into the body of the container. The lower catch bar
must be a minimum of W in diameter and a minimum of 10" in width after installed and
1 'A " in depth from the back of the lower catch bar to the body of the container.
Containers with bolted on lower catch bars are not acceptable.
WARRANTY:
The container lids, wheels, axle, and all necessary hardware must be covered by a ten
(10) year warranty minimum. Any component parts which fail in materials or
workmanship to perform as originally designed, shall be replaced at no charge to the city.
1
i
X-REFEIRENCES:
Bidder must submit with its bid a reference list often (10) references currently using the
exact product(s) being bid. Reference shall have used products for no less than five (5)
years.
VA ANCE S
Any variance to these specifications 'will have to be submitted on a separate sheet
detailing the itemized exceptions along with an explanation of the deviation. Failure to
submit exceptions in writing will result in disqualification of bid. City of Richmond will
sole determiner in deciding whether exceptions are material or not in awarding bid. If
exceptions are held to be material in scope, then bid will be disqualified.
SHIPPING:
All containers are to be delivered to the Richmond Sanitary District, 2380 Liberty
Avenue, Richmond, Indiana. 47374. City'of Richmond will purchase approximately one
thousand five hundred (1500) — two thousand (2000) containers per year and we would
like a quote for 2019, 2020, and 2021.
1
PRICE PER CONTAINER -- 2019
PRICE PER CONTAINER -- 2020
r '
($ `
PRICE PER CONTAINER — 2021
($
Any questions concerning these bid specifications may be directed to. -
Tim Lingar
Collection and Recycling Manager'
765-983--7478--office
765--969-13 84--cell,
Email — tlingar@richmondindiana.gov
_ PRICE -REQUEST
�h
CITY OF RIC"0?*M
viDgo �� �:RICHMONDOINDIANA47374
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
Pyramid E ui m- ent, Inc.
described below. Any additional specifications. may be
attached hereto. This is NOT an order and the City reserves
Jeff Linback
the right to accept all or part, or decline the entire proposal.
Please complete your full name and phone number below
PO Box 127
with signature; itemize all prices and charges where
-Rolling Prairie, IN 46371
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:
July 22, 2019
10:00 A.M. on August 13, 2019
UPON RECEIPT OF INVOICE
DELIVERED
DESCRIPTION
This is a request for quotes to purchase 32-35 gallon universal containers, 64 gaIlon universal containers and 95--96
gallon universal containers. Please see attached specifications. Please include all warranty information with quote..-E--
-Verify requirements and Indiana Local Preferencee-CIaims will apply to this quote-, information enclosed.
Return this sheet and the proposal sheet in a sealed envelope addressed to:
Richmond Sanitary District
Denise Johnson, Customer Service Mgr
2380 Liberty Avenue
Richmond, IN 47374
Re: residential containers
Quote Valid Until
Questions? Call Tim Lin -gar 765-983-7478.
STATE TAX EXEMPTION # 003121909-001
Richmond Sanitary District
NAIL OF FIRM.QUOTING:
BY:
AUTHORIZED BY SIGNATURE
TITLE
21C
DATE PHONE NUMBER
CITY OPT RICffiWIONI[➢, INOMNA
BIB SPECIFICATIONS FOR
32 - 35 GALLON UNIVERSAL CONTAINERS
GENERAL COleTDITIONS:
The specifications herein describe the minimum acceptable features and performance
requirements for rollout waste containers to be purchased by the City of Richmond.
Bidders are to have thoroughly read . and understood these:specifications prior to submittal
of bid. Submittal of bid indicates.that bidder meets,:,or. exceeds all conditions of these.
specifications. All variations and/or should be detailed on a separate page titled
`Exceptions'. If the City determines that exceptions do exist which were not identified by
the bidder, then the proposal will be..deemed non responsive and the bidder disqualified.
If no exceptions are taken, it will be assumed that the�bid meets all specifications as
stated. The City requests,at no charge to-Ahe City,-- .:-sample of the container being bid,
from all bidders. Bid pricing W111-ineWde- purchase price of new, unused containers which
are compatible with standard. semi -automated bar---locking-lifters and fully -automated arm
lifters now being used by.Richm:ond .Sanitar_yDistrictkand ,delivery to 23 80 Liberty
Avenue, Richmond, Indiana. 473 7.4:. City yof Richmond-Vill purchase up to two thousand
(2000) containers.
PLASTIC MATEIaIA7L:
Containers must be made from-1.00% _Virgin, -first. quality, high — density polyethylene
(HDPE) material only. Plastic resin materials are to be, supplied by a national
petrochemical producer. All containers .shall :be -manufactured utilizing the Mi ection
molding process. Containers .produced using 'blow.molding method of production is not
acceptable.. Cart and lid must be 100% -recyclable.
COLORIZATION & ULTRAVIOI,ET:STASLIZATION:
Container shall be colored blue or green. Resin must be enhanced with color pigment and
UV inhibitor that is formulated to prevent color fading and ultra violet damage.
Additives :must be uniformly throughout the container.
CAPACITY:
.Container. shall be rated for 64 gallon capacity when full, excluding additional volume
;aebieved by -the -lid in -the closed -position.
I
The following dimensions will be the minimums required on a completely assembled
container:
Height -- 3 6"
Width --19"
Depth - 26"
INTERIOR / EXTERIOR CONSTRUCTION:
Exterior surfaces shall tie smooth and free from crevices, recesses, projections, and other
obstructions that could entrap or entangle refuse or recycling material. All interior
surfaces shall likewise be smooth and free from similar obstructions so that contents can
be easily and completely dumped during collection operation.
LIDS:
The lid shall be of one piece construction overlapping the body. The lid must open freely
to 270 degrees so that the open lid can rest against the back.of the container body during
normal dumping operations. The lid must be designed to disallow entry of rain when in a
closed position and to discourage rain or snow accumulation on the lid. The lid shall be
manufactured in such a manner that it will not warp, bend, slump, or distort to such a
degree that it no longer fits the container properly or otherwise becomes unserviceable.
Lid may not be attached with brackets, metal hinges, bolts or other means. Lid latches are
unacceptable, lid will be held closed by its weight only.
HANDLES:
All containers must be equipped with handles that are a minimum of I" in diameter and
molded -as part of the container body. Handles or handle mounts that are bolted onto the
container body are unacceptable
WMEELS/AXLES:
Axle must be a minimum of 5/8" in diameter. The axle must be of steel construction,
plated to protect against corrosion. Wheels shall be a minimum of 8" in diameter and
shall be of a snap --lock, rust proof design. Wheel assembly using_ pal nuts, end caps, and
for cotter pins are unacceptable.
/ I 3of1s Z
LjJtG�L4 L�
STABILITY:
The container shall be stable and self -balancing when in the upright position, either
loaded or empty.
ABb2rSI30RT PI20TECTION;
Container will be manufactured to withstand dragging on streets and driveways, as well
as normal abrasion caused by collection operation.
MARgINGs:
All containers shall have the City of Richmond name and logo in white markings; each
shall be hot molded or stamped on each side of the container. Included in the
specifications will be the name and logo. Serial numbers will be embossed in white
letters and numerals, of up to S characters. Instructions for the safe use of the container
must be molded into each lid. Instructions shall be in both English and Spanish. The
load rating of the container must be molded into the lid. Load rating shall be stated in
both pounds and kilograms and in English and Spanish. Emboss onto lid will be standard
instructions as to how to place container in relation to street to insure for proper
collection.
LIFT SYSTEMI CATCH BAR
The cart shall be of universal construction to be compatible with both semi -automated
and fully automated collection systems.. For semi -automated collection the body shall be
equipped with attachment points to be operable with standard .American semi --automated
bar locking lifters. The container shall be capable of being engaged by the lifting device
without requiring the container to be manually lifted by collection personnel. The upper
lift point must be integrally molded into the body of the container. The lower catch bar
must be a minimum of %' in diameter and a m n&mum of 10" in width after installed and
1 z/4 " in depth from the back of the lower catch bar to the body of the container.
Containers with bolted on lower catch bars are not acceptable.
The container lids, wheels, axle, and all necessary hardware must be covered by a ten
(10) year warranty minimum.. Any component parts which fail in materials or
workmanship to perform as originally designed, shall be replaced at no charge to the city.
3
LA�ibfl � q
o�'IS
Bidder must submit with its bid a reference list of ten (10) references currently using the
exact product (s)'being' bid. Reference shall have used products for no less than five (5)
years.
"MACES:
Any variance to these specifications will have to be submitted on a separate sheet
detaf n g the itemized exceptions along with an explanation of the deviation. Failure to
submit exceptions in writing will result in disqualification of bid. City of Richmond will
sole determiner in deciding whether exceptions are material or not in. awarding bid. If
exceptions are held to be material in scope, then bid will be disqualified.
SHIPPING:
All containers are to be delivered to the Richmond Sanitary District, 2380 Liberty
Avenue, Richmond, Indiana. 47374. City of Richmond will purchase approximately two
hundred (100) — three Hundred (200) containers per year and we would like a quote for
2019, 2024, and 2021.
PRICE PER CONTAINER -- 2019 '
42.00
PRICE PER C ONTA MR — 2020
($ 42.00
PRICE PER CONTAI NMR — 2 021
($_ See Below
Any questions concerning these bid specifications may be directed to:
Tim Eingar
Collection and Recycling Manager
765-983-747E-offlee
765-969-13 84-cell
Email --- tlingar@a richmondindiana,.gov+
The index for October 2019 will be used as the baseline and pricing adjustment will be based
on the published 1HS index at time of order
4
1
�'YTY OF FZHCEMOfolLD, ][NIIDEANA
BID SPEECIFIcCATgONS FOR
64 GALLON UNTIVERSAI, CONTAINERS
GERTERAI, CONDITIONS:
The specifications herein describe the -minimum acceptable features and performance
requirements for rollout waste containers- to be purchased by the City of Richmond.
Bidders are to have thoroughly read and understood these specifications prior to submittal
of .bid. Submittal of bid indicates that bidder meets, or exceeds all conditions of these
specifications. All variations and/or should be detailed on a separate page titled
'Exceptions'. If the City determines that exceptions do exist which were not identified by
the bidder, then the proposal will be deemed non -responsive and the bidder disqualified.
If :no exceptions .axe taken, it will be assumed that the bid meets all specifications as
stated. The City requests, at no chargeto the =City, a sample of the container being bid,
from all bidders. ,Bid pricing will "M'. &ude -purchase price of new, unused containers which
are compatible with standard semi --automated bar -locking lifters and fully -automated arm
lifters now beirag-used by Richmond Sanitary. District and delivery to 2380 Liberty
Avenue, Richmond, Indiana 47374.`:City.-of•Riehmond will purchase up to two thousand
(2000) containers.
PI,AS'I'IC MATERIAL: .
Containers must be made from 1-00% virgin, first quality, high -- density polyethylene
(HDPE) material only. Plastic resin, -materials -are to be .supplied by a national
petrochemical producer. All containers shall be manufactured utilizing the injection
molding process. Containers produced .using :blow molding method of production is not
acceptable. -Cart and lid must be 100% recyclable.
COLORIZATION &ULTRAVIOLET S'I'ABLIZATION:
Container shall be colored blue. ,Resin must be enhanced with color pigment and UV
bitor that.is formulated to prevent color fading and ultra violet damage. Additives
must be uniformly throughout the container.
CIF\75Q71
Container: -shall berated for 64 gallon capacity when full, excluding additional volume
achieved bythe lid in th-e-:closed position.
1
DIMENSIONS:
The following dimensions will be the minimums required on a completely assembled
container:
Height - 42"
Width -- 22"
Depth - 26"
INTERIOR / EXTERIOR CONSTRUCTION:
Exterior surfaces shall be smooth and free from crevices, recesses, projections, and _other
obstructions that could entrap or entangle refuse or recycling material. All interior
surfaces shall likewise be smooth and free from similar obstructions so that contents -can
be easily and completely dumped during collection operation.
LIDS:
The lid shall be of one piece construction overlapping the body. The lid must open freely
to 270 degrees so that the open Yid can rest against the back of the container body during
normal dumping operations. The lid must be designed to disallow entry of rain when in a
closed position and to discourage rain or snow accumulation on the lid. The lid shall be
manufactured in such a manner that it will not warp, bend, slump, or distort to such a
degree that it no longer fits the container properly or otherwise becomes unserviceable.
Lid may not be attached with brackets, metal, hinges, bolts or other means. Lid latches are
unacceptable, lid will be held closed by its weight only.
HANDLES:
All containers must be equipped with handles that are a minimum of 1 " in diameter and
molded as part of the container body. Handles or handle mounts that are bolted onto the
container body are unacceptable
HEELS/AX-LES:
Axle must be a minimum of 518" in diameter. The axle must be of steel construction,
plated to protect against corrosion. wheels shall be a minimum of 10" in diameter and
shall be of a snap -lock, rust proof design. wheel assembly using pal nuts, end caps, and
for cotter pins are unacceptable.
�y � i b i� � / �F'/S 2
STABILITY:
The container shall be stable and self -balancing when in the upright position, either
loaded or empty.
ABRMSON PROTECTION.
Container will be manufactured to withstand dragging on streets and driveways, as well
as normal abrasion caused by collection operation.
IAA GSo
All containers shall have the City of Richmond name and logo in white markings; each
shall be hot molded or stamped on each side of the container. Included in the
specifications will be the name and logo. Serial numbers will be embossed in white
letters and numerals, of up to 8 characters. Instructions for the safe use of the container
must be molded into each lid. Instructions shall be in both English and Spanish. The
load rating of the container must be molded into the lid. Load rating shall be stated in
both pounds and kilograms and in English and Spanish. Emboss onto lid will be standard
instructions as to how to place container in relation to street to insure for proper
collection.
LIFT SYSTEliV CATCH BAR
The cart shall be of universal construction to be compatible with both semi --automated
and fully automated collection systems. For semi --automated collection the body shall be
equipped with attachment points to be operable with standard American semi -automated
bar locking lifters. The container shall be capable of being engaged by the lifting device
without requiring the container to be manually lifted by collection personnel. The upper
lift point must be integrally molded into the body of the container.. The lower catch bar
must be a minimum of 3/4' in diameter and a minimum of 10" in width after installed and
1 1/4 " in depth from the back of the lower catch bar to the body of the container.
Containers with bolted on lower catch bars are not acceptable.
WARP%ANTY:
The container lids, wheels, axle, and all necessary hardware must be covered by a ten.
(10) year warranty minimum. Any component parts which fail in materials or
workmanship to perform as originally designed, shall be replaced at no charge to the city.
Q
9"o
REFERENCES:
Bidder must submit with its bid a reference list often (10) references currently using the
exact product (s)'being'bid. Reference shall have used products for no less thanfive (5)
years.
VARUNCES:
Any variance to these specifications will have to be submitted on a separate sheet
detailing the itemized exceptions along with an explanation of the deviation. Failure to
submit exceptions in writing will result in disqualification of hid. City of Richmond will
sole determiner in deciding whether exceptions are material or not in awarding bid. If
exceptions are held to be material in scope, then bid will be disqualified.
SKIPPING:
All containers are to be delivered to the Richmond Sanitary District 23 80 Liberty
Avenue, Richmond, Indiana, 47374. City of Richmond will purchase approximately two
hundred (100) -- three hundred (200) containers per year and we would like a quote for
2019, 2024, and 2021. .
PRICE PER CONTAINER -- 2019
47.00
PRICE PER CONTAINER — 2020
($47.00
PRICE PER CONTAINER — 2021
($ See Below .
Any questions concerning these bid specifications may be directed to:
Tim Li.ngar
Collection and Recycling Manager
765-983-7478-off ce
765-969-1384-cell
Email — t1i ngar@a rlchmondi.ndiana. go-V
The index for October 2019 will be used as the baseline and pricing adjustment will be based
on the published 1HS index at time of order
4
,. CA'g'Y OF RI[cCOND9 gNDIANA
BID SPECIFICATIONS FOR
95 - 96 GALLON UN12SAL CONTAM&3S
GENERAL CONDITIONS:
The specifications herein describe the minimum acceptable features and performance
requirements for rollout waste containers to be purchased by the City of Richmond.
Bidders are to have thoroughly read and understood these specifications prior to submittal
of bid. Submittal .of .bid indicates that bidder meets, or exceeds all conditions of these
specifications. All variations and/or should be detailed on a separate page titled
`Exceptions'. 'If the City determines that exceptions do exist which were not identified by
the .bidder, then the -proposal will be deemed non --responsive and the bidder disqualified.
If no exceptions are taken, it will be assumed that the bid meets all specifications as
stated. The tity'requests, at no charge to the City, a sample of the container being bid,
from all bidders. Bid pricing will include purchase price of new, unused containers which
are compatible with standard semi -automated bar -locking lifters and fully -automated arm
lifters now being used by Richmond Sanitary District and delivery to 2380 Liberty
Avenue, Richmond, Indiana 47374. City of Richmond will purchase up to two thousand
(2000) containers.
PLASTIC MATERIAL:
Containers must be made from 100% virgin, first quality, high -- density polyethylene
(HDPE)* material only. Plastic resin materials are to be supplied by a national .
petrochemical producer. All containers shall be manufactured utilizing the injection
molding process. -Containers produced using blow molding method of production is not
acceptable. Cart,:and lid must be 100% recyclable.
COLORIZpiTION & ULTRAVIOLET STABLIZATION:
Container shall-lbe..colored green. Resin must be enhanced with color pigment and UV
inhibitor that is formulated to prevent color fading and ultra violet damage. Additives
must be uniformly throughout the container.
CAPACITY-:
Container shall be rated for 95 - 96 gallon capacity when full, excluding additional.
volume achieved by the lid in the closed position.
4ex4 &JIrf 6 J 0 04' OS
9bIDMENS&ONS:
The following dimensions will be the min' urns required on a completely assembled
container:
Height - 42"
Width -- 23"
Depth - 3 1 "
INTERIOR / EXTERIOR COleTSTRTJCB'IONe
Exterior surfaces shall be smooth and free from crevices, recesses, projections, and other
obstructions that could entrap or entangle refuse or recycling material. All interior
surfaces shall likewise be smooth and free from similar obstructions so that contents can
be easily and completely dumped during collection operation.
The lid shall be of one piece construction overlapping the body. The lid must open freely
to 270 degrees so that the open lid can rest against the back of the container body during
normal dumping operations. The lid must be designed to disallow entry of rain when in a
closed position and to discourage rain or snow accumulation on the lid. The lid shall be
manufactured in such a manner that it will not warp, bend, slump, or distort to such a
degree that it no longer fits the container properly or otherwise becomes unserviceable.
Lid may not be attached with brackets, metal hinges, bolts or other means. Lid latches are
unacceptable, lid will be held closed by its weight only.
HANDLES:
All containers must be equipped with handles that are a mini mum of 1" in diameter and
molded as part of the container body. Handles or handle mounts that are bolted onto .the
container body are unacceptable
NMEELSI LES:
Axle must be a minimum of 0.75" in diameter. The axle must be of steel construction,
plated to protect against corrosion. wheels shall be a minimum of 10" in diameter and
shall be of a snap -lock, rust proof design. 'wheel assembly using pal nuts, end caps, and
for cotter pins are unacceptable.
2
The container shall be stable and self -balancing when in the upright position, either
loaded or empty.
ABRAJSON PIZOTECTION:
Container will be manufactured to withstand dragging on streets and driveways, as well
as normal abrasion caused by collection operation.
��M I I I, MIC, 101 M I
All containers shall have the City of Richmond name and logo in white markings; each
shall be hot molded or stamped on each side of the container. Included in the
specifications will be the name and logo. 'Serial numbers will be embossed in white
letters and numerals, of up to 8 characters. Instructions for the safe use of the container
must be molded into each lid. Instructions shall be in both English and Spanish. The
load rating of the container must be molded into the lid. Load rating shall be stated in
both pounds and kilograms and in English and Spanish. Emboss onto lid will be standard
instructions as to how to place container in relation to street to insure for proper
collection.
LIFT SYSTEM/ CATCH BAR
The cart shall be of universal construction to be compatible with both semi -automated
and fully automated collection systems. For semi -automated collection the body shall be
equipped with attachment points to be operable with standard American semi -automated
bar locking lifters. The container shall be capable of being engaged by the lifting device
without requiring the container to be manually lifted by collection personnel. The upper
Eft point must be integrally molded into the body of the container. The lower catch bar
must be a minimum of W in diameter and a minimum of 10" in width after installed and
1 I/4 " in depth from the back of the lower catch bar to the body of the container.
Containers with bolted on lower catch bars are not acceptable.
WARRANTY:
The container lids, wheels, axle, and all necessary hardware must be covered by a ten
(10) year warranty m j n mum. Any component parts which fail in materials or
workmanship to perform as originally designed, shall be replaced at no charge to the city.
3
REFERENCES:
Bidder must submit with its bid a reference list of ten (1 p) references currently using the
exact product (s) being bid. Reference shall have used products for no less than five (5)
Years.
VARIANCES:
Any variance to these specifications will have to besubmitted on a separate sheet
detailing the itemized exceptions along with an explanation of the deviation. Failure to
submit exceptions in writing will result in disqualification of bid. City of Richmond will
sole determiner in deciding whether exceptions are material or not in awarding bid. If
exceptions are Meld to be material in scope, then bid ,will be disqualified.
SHIPPING:
All containers are to be delivered to the Richmond Sanitary Di strict, 2380 Liberty
Avenue, Richmond, Indiana. 47374. City of Richmond will purchase approxucnately two
hundred (100) — three hundred (200) containers per year and we would like a quote for
201 % 2020, and 2021. .
PRIG PER CONTAINER — 2019
52.00
PRICE PER CONTAINER -- 2020
($ 52.00
PRICE PER CONTAINER — 2021
($ See Below
Any questions concerning these bid specifications may be directed to;
Tim Lingar
Collection and Recycling Manager
765-983-7478-office
765-969-1384-cell
Email --- tlingar@richmonchndiana.go-V
The index for October 2019 will be used as the baseline and pricing adjustment will be based
on the published IHS index at time of order
4
�,;
AfHavit of Employment Eligibility Verification
The Contractor 4 vm a �,�a�s 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
q�aHed alien.
The Contractor has not knowingly employed or contracted with an unauthorized alien and shall
not retain an employee or contract -with a person that the Contractor subsequently 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--
Veffy program.
_ 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
maintain this certif cation throughout the duration of the term of a contract with a subcontractor.
I hereby verify under the penalty of perjury that the foregoing statement is true.
Dated this :�A" day of 20_JS
(painted name)
Bid Tab
-32 — 35 Gallon Container
Auffu8t 13. 2019 Board Meetin
Contractor
2019 Cost Ea. 2020 Cost Ea.
2021 Cost Ea.
Valid
Rehxig Pacific Cainpany
$33.75ea. $33.75 'ea.
$33.75 ea.
60 days
.�l�V�/IVi�Y�..'�
WEE
F - Ili b
WasteQuip -- No Bid on any size container but wishes to be left on Vendors List
did Tab
64 Galion Container
Contractor
2019 Cost Ea. 2020 Cost Ea.
2021 Cost Ea.
Valid
Reiuig Pacific Company'
$41.65ea. $41.65 ea.
$41.65 ea:
60 days
1yaM
^Yf47YVo
$ _ �r
i� + e.L_�. Va �J Y• .J`.v
Bid Tab
95 -- 96 Gallon Container
Contract6r
2019 Cost Ea. 2.020 Cost Ea.
2021 Cost Ea.
Valid
Reb-fig Pacific Company
$46.60ea. $46.60 ea.
$46.60 ea.
60 days
c � $� � � �•' i �{ � !. 'i . { F � 8 i f �.
�$ ��� � 7:►•SJ, i.�.. L����� � �:J L'1
: +�'" ��r LI � i'.l � �
.t-r �3 � -
- — .. ... -....
— --- - ---- •_ ----, - -._ - F 1 ���.�LJ.a• LJ Va S ���J f F F ii !
�.� `'� i��l f ��
�—. s�z7=2019- -
The Board of Sanitary Commissioners of the Sanitary District of Picbmon.d, Indiana, met- in regular
session in.the Board Room of the Richmond Sanitary District Building, 23 80 Liberty Aveniue,
Richmond, Indiana, on Tues day, •Au.gust 27, 2019 at 10 : 00 A.M.
Those p resent were Aman. Bakshi - Vice --President, Cneg - Stiens-- Board ' Member, Elijah 'Welch -
Bryan Engineer, Bryan Ervin-- Director, Jeff Lohmoeller-- WWTP. and. Maintenance Manager, "Walt
Chid.ester-- Assistant City .Attorney, Jessica Foster-- Assistant Recording Clerk, Pat Smoker-- Plant.
Superintendent, Todd Hobson- WWTP Operator, and Tire- Orrill� RSD Lab Supervisor.
The first order of -business was to approve board minutes from the August 13, 2019 meeting. Mr, -
Stiens made a matron to approve the minutes from the August 13, 2019 meeting. Mr. Bakshi
seconded. The motion passed 2--0. -
The next order of business was to approve' board: minutes from the .August 14, 2019 budget
workshop.. Mr. Stiens requested to remove Mr. B akshi' s name from those who were listed' -as
present in the minutes to correctly reflect those who attended the workshop. Mr. Stiens . naade a _
motion to approve the min -ate s from the .August 14, 2019 budget. workshop with the recommended amendments. Mr. Bakshi seconded. The motion passed. 2-- 0.. .
The next order of business was to approve the invoices. The invoices were in.the total amount of
$153,352.175 covering August 9 & 16, 2019. Ir. Stiens made a motion to approve the i�.voices.
Mr. Bakshi seconded.. The motion: passed 2-0.
The next order of business was the Director's Report. Mr. *Ervin
stated that AS CUE union '
negotiations would occur xn the upcoming weeks for salary wages and would be reflected when the
budget b o ok has beeii finalized. 'He stated that another workshop, could b e held at that time if
necessary. Mr. Ervin. stated that Tim Lingar,' S olid waste Manager, is currently working on a .
schedule for leaf collection as leaf season is quickly approaching. Mr. Ervin, also stated that there
Would be changes coining to the way Richmond Sanitary District does -special pick --ups for
residents. There has been an increase in. -non-compliance with.- special pick-up allowances and rules,
using up an exorbitant amount of manpower. Changes would occur at the start 'of 2020 and are still
being discussed.
The next order of business was recommen dation. to approve. Change Order #1 to Contract #45--2019.
The change order requests an additional $ 803.92 to cover increased parts prices and freight costs,
bringing the total cost to $15,526.85. Mr. Stiens made a motion to approve Change Order #1 to .
Contract #45-2 019 with Sargent's Equipment & Repair Service for an additional $893.92, bringing
the total cost to $15,526.85. Mr. Bakshi seconded the motion.. The motion passed 2-0.
-he nex-t o rder_of ba mess was to award quote, to purchase 32--25 Gallon UnlversContain s;p` -.0'"
R
Gallon Universal Containers, and 95--96 Gallon Universal Containers. Mr. Lohmoeller .
e t o Rolling Prau* ie Indiana for a total not---
recommended to award the quote to Pyramid Equipment Rog n
to -exceed cost of $1403000.00 for 2019 with the -option to renew for years 2020 and 2021 at the
same cost. Mr: Lohmoeller recommended rejecting the low bidder, P.,.ehxig Pabifxc Company, due to
not being,able to meet bid requirement for the container grab bar specifications. Mr. Stiens made a
mot -ion to a ra7rd Pyrana d Equipment of Rolling Prairie, Indiana, for the purchase of universal trash
l anal rec clip containers at the total not--to--excedd_cost of $140;000:00;fo 2oX9 ith -the. option to -'
r
2 .
-�•�ia�rsZ6T0and_202f-.=: _�ak-shi soconded t.�-a&ion:fio-
Irene for at; -the -same, �s ame �o st: y'�=hen o
passed,24'
The next order of business was to award cote to purchase Three Yard Containers. Mr. Lohmoeller
. recommended to award the quote to Pyramid Equipment of Rolling Pra" ie, Indiana, for the
purchase of 100 three -yard containers at the total not -to -exceed cost of $70,000.00 for 2019, '
$72.500.00 for 2020, and $7.7,500.00 for 2021. Mr. Stiens made a motion to award the quote to
Pyramid Equipment of RolLi-ng Prairie, Indiana,, for the purchase of 100 three --yard containers at the
total not--ta--exceed cost of $70,000.00 for 2019 with the option to renew in 2020 for $72,500. 00 -and .
$77,500.00 for.2020. Mr. I�akshi seconded the motion. The motion, passed 2--0.
The next order of -business was to award quote for Actuators and Valves Replacement at WWTP.
Mr. Lolunoeller recommended to award the quote for actuators and valve replacements to Trivaco,
Inc. of Indian.ap olis, Indiana, for a not--to--exceed amount of $ 69, 011. 0 0, which includes installation.
Mr. Lohmo eller recommended rejecting the low bidder, Flo S ource, due to not meeting bid
requirement specs. 1 Ar. Stiens made a motion to award the quote for the purchase and installation of
q
actuators and valves to Trivaco, Inc. of Indianapolis, Indiana; at the total not-to-exceed'cost of
.$69,011.00. •I r. Bakslii seconded the motion. The motion passed 2--O. '
The next item of business was.recommendation for Removal, Disposal and Destruction. of
Electronics Devices. fir. tohmoellerrecommoiided to enter into an agreement with Recycle Force
for providing labor to load, transport, and destroy IT Equipment and recycle tole -visions at Recycle,
Force's facility at the cost of $00.20/1b. No other vendors were found that provide all of these
. services. l&. Lohmoeller stated that in 2017 RSD spent $22,500.00 on these disposal services and
would ask that the board allow for an amount of $25, 0 0 0.0 0 for 2019. fir. Stiens made a motion to .
enter into an agreement with. Recycle Force to provide labor, transportation, destruction and
lip of IT recycling ui nnent and televisions for a not--to--exceed cost of $25,000.00 for 2019. l�r.
. y g e 9. p .
Bakshi seconded the motion. The motion passed 2--0.
The next order of business was to approve purchase of Sewer- Line Rapid. Assessment Tool. Mr.
Lohmoeller recommended the purchase of the SL-RAT from Dupe's, Root Control for the Sewer
Maintenance department to use to identify the condition of sewer lines within minutes -and
determine what maintenance is necessary. to perforna: Mr. Stiens made a motion to approve the .
purchase of the SL--RAT from Dupe's Root 'Control at the not -to -exceed cost of $25,Q00.00. I\ft.
Bakshi seconded the motion. The motion passed 2--0. f
The next order of business was the Project Status Update. M-. welch gave an update to the Board .
on the Sanitary District's current projects. .
With no Rwther business. NXr. Stiens made a motion to adj ow-n the meeting. Mr. B akshi seconded
the motion. The notion passed 2--0. The meeting was adj ourned'at 1 Q : 54 A.M.
Jessica Foster, Assistant Recording Clerk
Aman. Bakshi, vice President