Loading...
HomeMy Public PortalAbout189-2019 - Sanitation -Smarrelli - Roof Replacement - Compressor Building.GREEN2N, ORIGINAL THIS AGREEMENT is made and entered into this �_ day of December, 2019, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, 50 North 56' Street, Richmond, Indiana 47374 (hereinafter referred to as the "City") and Smarrelli General Contractor, Inc., 136 S. 2nd Street, Richmond, Indiana 47374 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for tearing off and replacing the roof on the old Compressor Building and also to remove and replace decking as needed with the old Compressor Building. City sent a Request for Quotes on October 16, 2019, seeking quotes for the roof replacement and decking replacement for the old Compressor Building at the Richmond Sanitary District. The Request for Quotes is attached hereto and incorporated herein by reference as Exhibit "A". The response of Contractor, dated November 12, 2019, is contained in Exhibit `B", which Exhibit "B" is attached hereto and incorporated herein by reference and made a part of this Agreement. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall, when requested, provide the phone call, text message or email specified by City. No performance of services shall commence until the following has been met: . 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purchasing Department. SECTION 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 Thirty -Seven Thousand Six Hundred Ninety Dollars and no cents ($37,690.00) for tearing off and replacing the old roof at the old Compressor Building. In addition, Contractor shall be paid a sum not to exceed Twenty -Five Dollars ($25.00) per square foot to remove and replace decking as needed at the old Compressor Building, with the total cost of the roof replacement and decking replacement not to exceed Sixty Thousand Dollars and no cents ($60,000.00. Contract No. 189-2019 Page 1 of 6 .o '- =C3- r G {�. .� . ��'+ `�^ r SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue in effect until and including the roof replacement is completed and as much as the decking replacement as agreed to by Contractor and City, so long as the total amount for the roof replacement and decking replacement does not exceed Sixty Thousand Dollars ($60,000.00). This Agreement shall become effective upon the execution of this Agreement by both City and Contractor and shall terminate upon completion of the work performed, which is anticipated to be completed within thirty (3 0) days of the execution of this Agreement, but by no later than June 1, 2018. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written_ notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation & Statutory Page 2 of 6 Disability Requirements B. Employer's Liability C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability (if applicable) Section 1. Bodily Injury Section 2. Property Damage $100,000 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,0.00,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VIL COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. Page 3 of 6 SECTION VIII. MAN INVESTMENT ACTIVITIES Pursuant to Indiana Code .(IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event, Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90). days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROMBITION. 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: That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. Page 4 of 6 SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. Any person executing this Contract in a representative capacity hereby warrants that he or she has authorization, in writing, by his or her principal to execute this Contract on behalf of the Contractor and that such authorization has not been revoked or rescinded. Page 5 of 6 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners 0 By: Sue Miller, President By: Aman Bakshi, Vice -President By46_�eembe�r Date: / .2 — S r / i APPROVED: City of Richm nd, Indiana Date: "CONTRACTOR" SMARRELLI GENERAL CONTRACTOR, INC. By: 1 Printed: Title: Date: Z j I g I I q7 Page 6 of 6 PRICE REQUEST A u' o CITY OF MCHMOND DEPARTMENT OF SANPTATION 2380 LIBERTY AVENUE.RICI-MOND, INDIANA 47374 PHONE (765) 983-7450-FAX (765) 962-2669 THIS IS NOT AN ORDER VENDOR INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below with signature; itemize all prices and charges where requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope, in care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the specified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: October 16, 2019 November 12, 2019 by 10:00AM UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for roof replacement. Please see attached specifications. All E-Verify requirements will apply to this quote. Please include a Certificate of Insurance which must include Workers Compensation and any warranty information. There will be a pre -quote meeting on Monday, October 28, 2019 -at 1 PM at 2380 Liberty Avenue, Richmond, IN. Return the quote in a sealed envelope addressed to: Richmond Sanitary. District Denise Johnson, Customer Svc Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: roof replacement If you have anV questions please call Jeff Lohmoeller at 765-983-7464. NAME OF FIRM QUOTING: TAX EXEMPTIQN # 003121909-001 Richmond anitary District 1 DATE —r ° AUTHORIZED BY SIGNATURE TITLE PHONE NUMBER 5 The Richmond Sanitary District is Requesting Quotes for the Replacement of Roof on Old Compressor Building. Background: This building's Asphalt T-Loc roof is approximately 22 years old and overtime has developed some leaks. The roof decking is 5/4"x 4" T & G. 15# felt paper and asphalt T-Loc shingles. Any roof penetrations will need to be rebooted; flashed and sealed properly. Original copper flashing can be reused if in good enough condition. . Scope of Work: Tear off of old roofing, RSD will furnish roll off container and haul away roofing debris. Fee will be waived to contractor. I available RSD will set large roll off container to throw old roofing and scrap in., Once shingles are removed the decking that has deteriorated will need to be replaced. Existing sheathing is 5/4" x 4" tongue & groove. We are requesting it to be roofed with 24 - 22 gauge metal PBR Panels. Ridge vents on all of the peaks. Dimensions: Attached is a print of the compressor building roof line. • Contractor needs to field verify all measurements of roof and wood decking. If Contractor needs to field verify existing conditions of roof and decking prior to bid. • Contractor will need to include cost per square foot to remove and replace any decking or roof structure. Roof penetrations: (1) One 3-inch round sewer vent Roofing Material: • 22 24 gaugemetalPBR Panel • Coated with Signature 300 and 300 Metallic, a premium fluoropolymer low gloss coating, produced with 70% Polyvinylidene Fluoride PVDF resin. • Ridge Vent Profile and technical information included... • Warrantee — 40 years or more Roofing material and coatings need to have a life expectancy minimal of 40 years. Example listed above is a minimum, material of.better or equal quality will be acceptable. We will be having a pre -quote meeting Date and Time TBD at the Administration Building Board Room. Quote will be due TBD 10:00am in a sealed envelope to the Board of Sanitary Commissioners. If you have -any questions please call Jeff Lohmoeller at 765-983-7464 office or 765-993-2670 cell. Thank you, Jeff Lohmoeller WWTP/Maint. Mgr. A Proposal Sheet for the Replacement of Roof on Old Compressor Building. RICHMOND SANITARY DISTRICT 2380 Liberty Avenue Richmond, IN 47374 Jeff Lohmoeller Office (765) 983-7464 _ Cell (765) 993-267.0 Contractor Name: Date: Total Cost: $ Cost per square foot to remove and replace decking: $ Quote Valid Until: Certificate of Insurance: Yes No E-Verification Form Filled Out: Yes No Local Preference Claim: Yes No Iran Investment: Yes No Method of Repair: Please attachment with explanation Warrantee Information: Person Submitting Quote Name and Title: Print Sign OX G y lE-Verify Requirements: Definitions: E-Verify Program — A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act -of 1996 (P.L. 104-208), Division C, Title IV,s.403 (a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reform and control Act of 1986 (P.L. 99-603). No performance of services shall commence until the following has been met: 1. The City is in receipt of any 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. 000vnnouanna�en�annnonnv�eo�nneo�unesnm�noanr+noeoennn000nnonavmno�ona■©aonnneoeoamoe©�n C®1[PL1[ANCE WITH I NDJfANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22.5.1,7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of the Agreement, Contractor shall provide to the City its signed Affidavit affliming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no later than thirty (30) days after the City notifies the Contractor of the violation. If the Contractor fails to remedy the violation Within the thirty (30) day period provided above, the City shall consider the .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 orpublic property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. , ,t4l q 6� Affidavit of Employment Eligibility Verification The Contractor, , affirms under the penalties of perjury that Contractor does not knowingly employ an unauthorized alien. If Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not 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 newly hired employees of the contractor through the Indiana E- Verify 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 certification 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 day of , 20_ (signature) (printed name) IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In. the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and. shall give contractor ninety (90) days within which to respond to the written notice. In the , event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within. ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City - determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. PRICE REQUEST ~ �L * NIP CM OF 10SC1.1_Ldl®ND DEPARTMENT OF SANITATION 2380 LIBERTYAVENUE.RICHMOND, IMIANA47374 PHONE (765) 983-7450.FAX (765) 962 2669 THIS IS loTO'I' AN ORDER VENDOR INSTRUCTIONS This is a request for a price for the services of materials Srn=elli General Contractor, Inc. described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves 136 S. 2 Street the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below Richmond, IN 47374 with signature; itemize all prices and charges where requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope, in care of _ Richmond Sanitary District Board of Commissioners to the administration building at the address' above by the specified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: October 16, 2019 November 12, 2019 by I O:OOAM UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for roof replacement. Please see attached specifications. All E-Verify requirements will apply to this quote. Please include a Certificate of Insurance which must include Workers Compensation and any warranty information. There will be a pre -quote meeting on Monday, October 28, 2019 at 1 PM at 2380 Liberty Avenue, Richmond, IN. Return the quote in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Svc Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: roof replacement If you have any questions please call Jeff Lohmoeller at 765-983-7464. TAX EXEMPTION # 003121909-001 Richmond nitary District DATE TIT��eZ^l-57 PHONE NUMBER e R The Richmond Sanitary District is Reguesting Quotes for the Replacement of Roof on Old Compressor Building Background: This building's Asphalt T-Loc roof is approximately 22 years old and over time has developed some leaks. The roof decking is 5/4"x 4" T & G. 15# felt paper and asphalt T-Loc shingles. Any roof penetrations will need to be rebooted, flashed and sealed properly. Original copper flashing can be reused if in good enough condition. Scope of Work: Tear off of old roofing, RSD will furnish roll off container and haul away roofing debris. Fee :will be waived to contractor. I available RSD will set large roll off container to throw old roofingand scrap in. Once shingles are removed the decking that has deteriorated will nee' o be replaced. Existing sheathing is"5/4" x 4" tongue & groove. -We are requesting it to be roofed wit 24 22 gauge metal PBR Panels. Ridge vents on all of the peaks. ]Dimensions: Attached is a print of the compressor building roof line. Contractor needs to field verify all measurements of roof and wood decking. © Contractor needs to field verify existing conditions of roof and decking prior to bid. Contractor will need to include cost per square foot to remove and replace any decking- or roof structure. Roof penetrations: (1) One 3-inch round sewer vent Roof n Material: e 22 - 4 auge metal PBR Panel a Co with Signature 300 and 300 Metallic,.apremium fluoropolymer low gloss*: coating, produced with 70% Polyvinylidene Fluoride PVDF resin. A Ridge Vent Profile and technical information included. 0 Warrantee — 40 years or more.. Roofing material and coatings need to have a life expectancy minimal of 40 years. Example listed above is a minimum, material of better or equal quality will be acceptable. We will be a.pre-quote meeting )Date and Time TBD at the Administration Building Board Room. Quote will be due TBD 10:00am in a sealed envelope to the Board. of Sanitary Commissioners. If you have any questions please call Jeff Lohmoeller at 765-983-7464 office or 765-993-2670 cell. Thank you, Jeff Lohmoeller WWTP/Maint. Mgr. - Proposal Sheet for the Replacement of Roof on Old Compressor Building RICI MOND SANITARY DISTRICT 23.80 Liberty Avenue, Richmond, IN 47374 Jeff Lohmoeller Office (765) 983-7464 Cell (�7/�65) 993-2670 Contractor Name: PTA ri�o (�Ll%y�vL ��1'L7Gy� jite, Date: Total Cost: $ Cost per square foot to remove and replace decking: $ . Quote Valid Until: Certificate of Insurance: Yes ----"No E-Verification Form Filled Out: Yes No Local Preference Claim: Yes ✓ No Iran Investment: Yes --"'No Method of Repair: Please attachment with explanation Wairantee Information: Person Submitting Quote Name and Title: Print Sign 1E-Verify Requirements: Definitions: E-Verify Program —A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act -of 1996 (P.L. 104-208), Division C, Title IV,s.4O3 (a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reform and control Act of 1986 (P.L. 99-603). No performance of services shall commence until the following has been. met: 1. The City is in receipt of any 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. a a a m a an a O m a am a a Mono a am an a A m a MR m m a m a a a am an a a m an am a m a a Mann go m on a 3 a a a m a man am a am am m aia m m ala if ilv ill I not-v g\ Iagi , :1' 1 i����I , ,11 1 il'. I Pursuant to Indiana Code 22.5.1,7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana. E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana. E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of the Agreement, Contractor shall provide to the City its signed Affidavit affii7n4ng that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7 (a) (2). In. the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no .later than thirty (3 0) days after the City notifies the Contractor of the violation. If the Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the 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. Affidavit of Employment Eligibility Verification The Contractor, !! dN46 I,4i % affirms under the penalties of perjury that Contractor does not knowingly employ an unauthorized alien. If Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not 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 newly hired employees of the contractor through the Indiana E- Verify 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 certification 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 day of tJ,"V , 20 )q. (signature) (printed name) IRAN fNVESTNfNT ACTIVITIES Pursuant to. Indiana Code (IC) 5-22-1.6.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City - determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. L�� b jIQ 0k� 4= s_December-_3,1.01 The Board of Sanitary Commissioners of the Sanitary District of Richmond, Indiana, met in regular session in the Board Room of the Richmond Sanitary District Building, 2380 Liberty Avenue, Richmond, Indiana, on Tuesday, December 3, 2019 at 10:00 A.M. Those present were Sue Miller- President, Aman Bakshi- Vice President, Greg Stiens- Board Member, Welch- District Engineer, Denise Johnson- Customer Service Manager, Jeff Lohmoeller- WWTP Maintenance Manager, Walt Chidester- Assistant City Attorney, Jessica Foster- Assistant Recording Clerk, Tim Orrill- RSD Lab Supervisor, Todd Hobson- WWTP Operator, and G101.3. The first order of business was to approve the minutes from the November 12, 2019 board meeting. Mr. Bakshi made a motion to. approve the minutes from the November 12, 2019 board meeting. Mr. Stiens seconded the motion. The motion passed 3-0. The next order of business was to approve the invoices. The invoices were in the total amount of $1,305,342.94, covering November 8, 15 & 22, 2019. Mr. Stiens made a motion to- approve the invoices. ' Mr. Bakshi seconded the motion. The motion passed 3-0. The next order of business was the recommendation to enter into Contract 193-2019, Agreement for Legal Services for 2020. 'Mr. Stiens made a motion to approve to enter into Contract 193-2019 for Legal Services with the law firm Boston, Bever, Klinge, Cross and Chidester as presented. Ms. Miller seconded the motion. The motion passed 2-0 with 1 abstention from Aman Bakshi. The next order of business was the recommendation to award quote for Hauling and Land Application of Liquid Digested Biosolids. On behalf of Plant Superintendent, Pat Smoker, Mr. Lohmoeller recommended to award the contract to Merrell Brothers of Kokomo, IN, at the cost of. $0.0493 per gallon of land applied biosolids, $0.069 per gallon for dewatering with a mobilization/demobilization fee of $4,479.00, and cleaning at $0.0643 per gallon with a mobilization/demobilization fee of $3,347.00. There is an option to renew the contract for 2021 and 2022 with the base price from 2020 plus the consumer price index. Mr. Bakshi made a motion to award the contract for Hauling and Land Application of Liquid Digested Biolsolid Materials to Merrell Brothers of Kokomo, IN, as presented. Mr. Stiens seconded the motion. The motion passed 3-0. The next order of business the recommendation'to award quote for the Purchase & Install of Three Waste Oil Furnaces at Landfill Garage. Mr. Lohmoeller recommended to award the quote to Greens Fork Alignment of Centerville, IN, at the cost of $28,243.76. Mr. Stiens made a motion to award the quote to Greens Fork Alignment of Centerville; IN, at the not -to -exceed cost of $28,243.76. Mr. Bakshi seconded the motion. The motion passed 3-0. The next order of business was the recommendation to award quote for Remodeling Restrooms at the Admin Building. Mr.. Lohmoeller recommended to award the quote to Whitewater Construction of Richmond, IN, at the cost of $79,134.00. Mr. Bakshi' made a motion to award the quote to Whitewater Construction of Richmond, IN, at the not -to -exceed cost of $79,134.00. Mr. Stiens seconded the motion. The motion passed 3-0. Thenext_order—of-business_ was_the recommendation to award the quote for the Compressor B_uilduig :Roof Replacement. Mi. Lohmoeller recommended -to- the _quote-to-Sman-elli Generdl= " - -- -- " 2 Contractor -,-Inc._ at the cost o f $37;690-.00 plus-$25-.00 per square'foot to remove--aud.replace-decking' as needed, with a not -to -exceed total cost of $60,000.00. Mr. Stiens made a motion to --award the' quote to Smarrelli General Contractor, Inc. at the not -to -exceed cost of $60,000.00. ,NIr-Bakshi�, • seconded the motion. The motion passed 3-0. The nekt .order of business was the recommendation to award quote for Two Leaf Boxes: Mr. Lohmoeller recommended to award the quote to Pyramid Equipment of Rolling Prairie, IN, at the cost of $13,730.00. Mr. Bakshi recommended to award the quote to Pyramid Equipment of Rolling Prairie, IN, at the not -to -exceed cost of $13,730.00. Mr. Stiens seconded the.motion. The motion passed 3-0. . The next order of business was the recommendation to award quote for Contract Laboratory Services. Mr. Lohmoeller recommended to award the quote to Pace Labs of Dayton, OH, at the cost of •$30,383.00 with the option to renew for two additional one year terms at the same cost..Mr: Stiens made a motion to award the quote to Pace Labs of.Dayton, OH, at the not -to -exceed cost of $3.0,383.00 with the option to renew for two additional one year terms at the same cost. Mr. Bakshi seconded the motion. The motion passed 3-0.- The next order of business was the recommendation to award bid for WWTP Grating and Railing Improvements 'Project- Phase 2. Mr. Welch recommended to award the bid to Apex AG Solutions of Richmond, IN, at the cost of $72,900.00. Mr. Bakshi made a motion to award the bid to Apex AG'Solutions of Richmond, IN, at the not -to -exceed cost of $72,900.00. Mr. Stiens seconded the motion. The motion passed 3-0. The net order of business was to approve the Conservation Education Coordinator Interlocal Agreement. Mr. Welch stated the only change to this agreement from previous years is a salary. increase: for .the position. Mr. Bakshi made a motion to approve Contract 185-2019 for 'the Conservation. Education Coordinator Interlocal Agreement as presented. Mr. Stiens seconded the motion. The motion passed 3-0. The next order of business was to approve the Conservation Education Coordinator Intern Interlocal Agreement. Mr. Welch stated that Wayne County had evaluated the hourly wage for the intern position and recommended a wage increase to .$14.14 per hour. Mr. Stiens made a 'notion to approve contract 186-2019 for the Conservation Education Coordinator Intern Interlocal agreement with an amendment• of the hourly rate being from $10.50 up to $15.00 per hour. Mr. Bakshi seconded the motion. The motion passed 3-0. The next order of business was the Project Status Update. Mr. Welch gave an update to the Board on the Sanitary District's current projects. With no further business, Mr. Stiens made a motion to ad j ourn'the meeting. Mx. Bakshi seconded the motion. The motion passed 3-0. The meeting was adjourned at 10:38 A.M. Jessica Foster, Assistant Recording Clerk Sue Miller, President