Loading...
HomeMy Public PortalAbout191-2019 - Sanitation - Whitewater Construction - Restroom RehabilitationAGREEMENT ^ r IGINAL THIS AGREEMENT is made and entered into this 3 day of _J)e_C U Y) bW , 2019, by and between the City -of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, 50 North 51h Street, Richmond, Indiana 47374 (hereinafter referred to as the "City") and Whitewater Construction, Inc., 1417 Sheridan Street, Richmond, Indiana 47374 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for remodeling and rehabbing the restrooms at the Administration Building of the Richmond Sanitary District, 2380 Liberty Avenue, Richmond, Indiana. City sent a Request for Quotes on October 11, 2019, seeking quotes for the remodeling and rehabbing of the restrooms in the Administration Building of 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 Seventy -Nine Thousand Dollars One Hundred Forty -Three Dollars and no cents ($79,143.00) for complete and satisfactory performance of the work required hereunder as set forth in Exhibits "A" and `B". Contract No. 191-2019 Page Iof6 n SECTION IV. TERM OF AGREEMENT This Agreement shall become effective upon the execution of this Agreement by both the City and. Contractor, and shall continue in effect until the remodeling and rehabbing of the restrooms in the Administration Building of the Richmond Sanitary District is completed by Contractor. The work of Contractor is expected to be 'completed approximately ten (10) weeks following execution of this Agreement by both the City and Contractor. 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 the 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 Disability Requirements B. ' Employer's Liability $100,000 Page 2 of 6 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 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence E. Comprehensive Umbrella Liability $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 VH. 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* 3of6 n SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX.-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 parry, 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 �iL IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: Sue Miller, President a - ice -President By: ember Date: a"�y ✓/ APPROVED: Sno , At1 City of Ric ond, Indiana Date: O q "CONTRACTOR" WHITEWATER CONSTRUCTION, INC. .By: Printed: &-r 9z -!4 a D Title: P2 fSi D k 7- Date: [ 2 — (q — I 9 Page 6 of 6 n -� PRICE REQUEST OF A ti{ ba tl I I1 G CITY OF RICIMOND DEPARTMENT OF SANITATION 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 19, 2019 November 12, 2019: by 10:00AM, UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for remodeling women's and men's restrooms at the Administration Building. 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 Friday, October 25, 2019 at 10AM 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: remodeling of bathrooms If you have any questions please call Jeff Lohmoeller at 765-983-7464. TAX EXEMPTION # 003121 Richmond San�t�ry District NAME OF FIRM QUOTING: DATE AUTHORIZED BY SIGNATURE TITLE PHONE NUMBER C,kkl Richmond- Sanitary District Administration Building Women's and Men's Restroom Rehabilitation Project Each item below is intended to be applied to both Men's and Women's restrooms and their respective vestibules, unless otherwise noted. All materials shall be commercial quality/grade. Scope of Work: 1. Remove all fixtures, cabinets, sinks, sink tops, and built-in trash cans. Remove urinals and toilets. 2. Remove all toilet paper dispensers, sanitary items, air fresheners, and ash trays. 3. Remove all existing floor, base, and wall tile. 4. Install new floor tile. 5. Install new tile baseboard in each vestibule. 6. Install new wall tile from floor to above ceiling on all walls within restrooms. Walls shall be prepared as required per tile manufactures recommendations. . 7. Prep and paint vestibules with a minimum of two coats of Sherwin Williams Duration paint. 8. Existing space behind each bulkhead (that holds light) shall be covered with drywall and finished: Bulkhead shall then be painted with a minimum of two coats of Sherwin Williams Duration paint and primer. The existing light shall be removed. 9. Install two (2) new sink counter tops and four (4) new under counter sinks and new sink fixtures. 10. Install new two (2) Urinals and three (3) New Toilets and associated piping and apparatuses. 11. New Toilet partitions to be furnished and installed in same locations as existing. New Urinal partition to be furnished and installed. 12. Restroom and vestibule entrance doors shall be removed, prepped, sanded, stained and finished with a minimum two coats of polyurethane. Door jambs and trim to be cleaned up, sanded and painted. 13. Drop ceiling in restroom to be removed and new drop ceiling tiles and grids shall.be installed. 14. Built-in trash cans and paper towel dispensers shall be removed and opening shall be blocked in and prepped and finished to receive new wall tile. .15. Existing 2x2 light fixtures shall be replaced with new drop -in LED light fixtures (Quantity of four 2'x2' fixtures and quantity of two 2'x4' fixtures). 16. Install and furnish new recessed LED lighting fixtures in the bulkhead over the sinks. Each restroom to have three per bulkhead. Contractor to provide cut sheet for owner selection of lighting fixture. 17. Remove and replace all existing receptacles and covers with new 110V 20A GFCI receptacles and covers. (Quantity of four. Owner to approve color) 18. Remove and replace light switches with occupancy sensor light switches. (Quantity of two. Owner to approve color) 19. Remove and protect and reinstall existing mirrors. 20. Existing exhaust fan louvers/grills shall be removed and replaced with new. 21 Provide and install six "J" hooks for existing data wire. Verify locations with owner. , 22.' Provide and install Bobrick hands free brushed nickel faucet and hands free soap dispenser for each sink or equal. 23. Provide and install Bobrick foot operated brushed nickel waste receptacle (3-221216). (Quantity of two) 24. Provide and install Bobrick toilet paper dispenser (B4288). Two per stall. �__ tl - *1 " A � all 25. Provide and install Bobrick toilet seat cover dispenser (B-4221). One per stall. 26. Provide an install Bobrick sanitary napkin disposal (B-270). One per stall in Women's Restroom. 27. Provide an install Bobrick auto paper towel dispenser (B-2974). (Quantity of two) • Paint Spec for Metals: Primer: B79WO8810 — ProBlock Interior Oil -Based Primer White; Finish: K45WO0151—Pro Industrial PreCatatalyzed Waterbased Epoxy. Color samples to be provided by contractor and chosen by owner. • Paint Spec for Walls: Sherwin Williams (Duration). All paint shall be applied per manufactures recommendations. Clean all surfaces as required and repair any. minor imperfections prior to paint. • Countertop will be Corian solid surface with 4" skirt and vanity supports, two under counter oval sinks to be installed in each restroom. (Owner to choose color) • Floor Tile to be porcelain, slip resistant, 2000 Keystone PEI rating of 4 minimum 18" x.18" square file equal or equivalent. • Wall Tile to be Ceramic/ Glazed finish smooth 12" x 12" break strength 250 lbs. minimum. • Toilet Partitions will be Hadrian Partitions — Powder Coated Elite Plus. System 72" high doors, mounted 6" above finished floor. Headrail braced and floor mounted. Hinges will be full privacy. • Urinal Partition will be Hadrian Wall Partition 48" tall x 24" wide made to match toilet partitions. • Urinals shall include Hands Free Auto -Flush valves • Provide and install new 3 6"and 42" horizontal grab bars, and 18" vertical grab bar for Men's and Women's restroom. • Provide and install additional blocking as required for new grab bars and fixtures. • All lay -in ceiling tile shall be 2x2 Armstrong square cut lay -in or equal. • Add electrical as required to power automatic fixtures. All electrical work shall meet or exceed all applicable local, state, and federal codes. • Contractor is responsible for obtaining and paying for all building permits. The City of Richmond building permit fees will be waived. • Attached drawings show approximate layout and dimensions of existing restrooms. Contractor shall field verify all existing conditions. • All items shall be as specified or equals as determined and approved by the owner. • Provide an install Bobrick auto paper towel dispenser (B-2974). (Quantity of two) ; r7,keenoonanoat olrtm at alil times ** COST OF Project: Time to complete project: NAME OF CONTRACTOR ADDRESS CITYISTATE CERTIFICATE OF INSURANCE INCLUDED (Must meet the City of Richmond, IN requirements) • &VERIFICATION FORM FILLED OUT: YES NO YES NO • IRAN INVESTMENT: YES . NO 14 C IP; I jllyY? -)0 F-Verify Requirements: Definitions: E-Ve.T Pro = 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. am a a a•o n an am a a a a an a a n a a a am a a a an a on a am n n a an a a a" a a a an a a an an am a a a n a an an a a mama a a n a M a n a n U 0i0 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 t9 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 affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7 (a) (2). In the event Contractor violates.IC 22-5-1.7 the Contractor shall be required to remedy the violation no later than thirty (3 0) days after the City notifies the Contractor of the violation. If the Contractor fails to remedy the violation within the thirty (3 0) 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,. , affrms 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 kmowingly 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 R VESTMENT 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 wifl-dn ninety (9 0) 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 refaced 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. -13AALl�' DAVE M. SNOW . Mayor BRYAN ERVIN '^ �w Director CITY OF RICHMOND DEPARTMENT OF SANITATION 2380 LIBERTY AVENUE•RICHMOND, INDIANA 47374 PHONE (A5) 983-7450•FAX (765) 962-2669 Date: November 6, 2019 To: All Bidders From: Jeff Lohmoeller RE: Administration Building Women's and Men's Restroom Rehabilitation Project ADDENDUM #1 This Addendum No. 1 to the drawings and specifications shall supplement, amend; and become a part of the bidding documents, plans and specifications. All quotes and construction contracts shall be based on these modifications to the original contract documents. Please mark Addendum 91 on outside of envelope when returning quote. Item No. 1 The scope of work shall be modified so that it shall be acceptable to install. ceiling file grid first and then bring the tile to the bottom of the grid. Item No. 2 To clarify item 9 in the scope of work, there shall be two sink bowls installed in each restroom. The plumbing for the Yd sink (closest the wall) in the Men's restroom shall be removed and capped. Item No. 3 The following shall be added to the scope of work: Replace. the existing roof mounted exhaust fan which services both restrooms with commercial quality fan of equal capacity and style and install or modify the electrical circuitry and switches so that the fan will run during use of either restroom and be turned on automatically (same as light switches) as someone enters each restroom.. A timer shall also be installed so that the fan will automatically shut off after a duration to be: set on timer. Item No. 4 A dumpster will be provided by the OWNER for use by the CONTRACTOR. Item No. 5 The LED lighting fixtures identified in item 16 in the Scope of Work, shall be can lights.. Item No. 6 A knee wall (approximate height of 42") may be installed at the end of the countertop opposite the wall in each restroom. Wall shall be tiled with matching tile and a sill shall be placed on the top. The sill shall be made of the same hard surface material as the countertop. Item No. 7 The bulkhead identified in item 8 in the Scope of Work, shall be squared by replacing the entire bulkhead or installing framing and drywall to remove the angle. Item No. 8 The urinals in the Men's restroom shall be relocated so they are equally spaced between the wall and the stall. VENDOR INSTRUCTIONS This is a request for a price forthe services of materials, Whitewater Construction, Inc. described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves 1417 Sheridan 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 11, 2019 November 12, 2019 by 1 O:OOAM UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for.quotes for. remodelingwomen's and men's restrooms at the Administration Building. 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 Friday, October 25, 2019 at 10AM 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 J Richmond, IN 47374 Re: remodeling of bathrooms If Vou have anV questions please call Jeff Lohmoeller at 765-983-7464. NAME OF FIRM QUOTING: 1,,Z1411!Eq1 CW e�DNSTRI/CT[Da✓ STAT EXEMPTION 003121909-001 AUTHORIZED BY SIGNATURE �P��s/tJca✓ TITLE Richmond S Itary District DATE PHONE NUMBER COST OF Project: Time to complete project: erZL-S NAME OF CONTRACTOR `&zQ % ttd O-TEW 0IJS 112 Ve %/y /LJ ADDRESS 0/ 7 5Wr-mil 04 15 7- CITY/STATE r • CERTIFICATE OF INSURANCE INCLUDED / (Must meet the City of Richmond, IN requirements) YES �( NO • E-VERIFICATION FORM FILLED OUT: YESr NO • IRAN INVESTMENT: YES NO AC®R" CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 11 /05/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy()es) must have ADDITIONAL INSURED provisions or be.endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not"confer rights to the certificate holder in lieu of such endorsements . PRODUCER CONTACT Marcia Stroud - - - NAME: PHONE 765 935-5655 ac No): 765 935-6164 VanVleet Insurance - Indiana AiMRE : marclas@vanvieetinsurance.com 1 Glen Miller Parkway INSURERS AFFORDING COVERAGE NAIC# INSURERA: Erie Insurance Group Richmond IN 47374 INSURED 1NSURERB: Erie Insurance Group INSURER C: Erie Insurance Group Whitowater Construction LLC INSURER D : Erie Insurance Group 1417 Sheridan St INSURER E - INSURERF: Richmond IN 47374 rr1VFRAr.1Ffi r`FRTIFICATF NIIMRFR- RFVISION Nl1MRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR 'TYPE OF INSURANCE ADDL SUER POLICY NUMBER MMIDDNYI f MMID�NYYY - LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Q403051217 I 4/30/2019 -, 4/30/2020 EACH OCCURRENCE $ 1000000 DAMAGE TO ENTED - PREMISES EaRoceurrence $ 1000000 MED EXP (Any one person $ 5000 PERSONAL & ADV INJURY $ 1000000 GEN'L AGGREGATE LIMIT APPLIES PER: X POLICY JECT LOC OTHER: GENERAL AGGREGATE S 2000000 PRODUCTS -COMP/OPAGG $ 2000000 $ B AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ANLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY . Q043040087 4/30/2019 4/30/2020 COMBINED SINGLE LIMIT Ea accident $ 1000000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE_ Peraccident $ C UMBRELLA LIAR EXCESS LIAB X OCCUR CLAIMS -MADE Q283070425 4/30/20.19 4/30/2020 EACH OCCURRENCE $ 4000000 X AGGREGATE $ 4000000 DED I X I RETENTION S $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE Y I N OFFICERIMEMBER EXCLUDED? F (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA - Q883000898 - 4/30/2019 - 4/30/2020 STATUTE EORH E.L. EACH ACCIDENT S 500000 E.L. DISEASE - EA EMPLOYE $ 500000 E.L. DISEASE - POLICY LIMIT $ 500000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION- DATE THEREOF, NOTICE WILL BE DELIVERED IN City Of Richmond ACCORDANCE WITH THE POLICY PROVISIONS. Department of Sanitation . 2380 Liberty Avenue AUTHORIZED REPRESENTATIVE Richmond, IN 47374 Fax: Email: ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered arlk ioof ACORD Q Affidavit of Employment Eligibility Verification The Contractor,. Ljw TtGy� i6e ads under the penalties of perjury that Contractor does not knowinglyemploy 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 quaiifted 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 7. 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 / Z day of ZVO o 6 6e, , 20 ! Q _ (signature). (printed name)