Loading...
HomeMy Public PortalAbout067-2020 - Brechbuler Scales - Outbound scales at landfillAGREEMENT THIS AGREEMENT is made and entered into this 26'' day of May, 2020, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, 50 North 5" Street, Richmond, Indiana 47374 (hereinafter referred to as the "City") and Brechbuhler Scales, Inc., 7550 Jacks Lane, Clayton, OH 45315 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for purchasing and installing a new digital out -bound scale with a new concrete pad at the Richmond Sanitary District's Landfill on New Paris Pike. City contacted vendors for a Request for Quotes in April 8, 2020, seeking quotes for purchasing and installing of a new digital out -bound scale with a new concrete pad at the Richmond Sanitary District Landfill on New Paris Pike. A copy of City's Request for Quotes, comprised of nine (9) pages, is attached hereto and incorporated herein by reference as Exhibit "A" and made a prt of this Agreement. The response of Contractor, dated April 17, 2020, is contained in Exhibit "B", consisting of eleven (11) pages, which Exhibit "B" is attached hereto and incorporated herein by reference and made a part of this Agreement. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall, when requested, provide the phone call, text message or email specified by City. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. 0CEO 11OWN"W4101Ma0061fay19W City shall pay Contractor a sum not to exceed Eighty -Two Thousand Four Hundred Eighty -Two Dollars and No Cents ($82,482.00) for the complete and satisfactory purchasing and installing of a new digital out -bound scale at the Richmond Sanitary District's New Paris Pike Landfill's landfill scale house. Contract No. 67-2020 Page 1 of 6 SECTION IV. TERM OF AGREEMENT This Agreement shall become effective upon the execution of this Agreement by both City and Contractor and shall terminate upon completion of the work performed, which is anticipated to be completed by no later than August 31, 2020. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least 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 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 VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the 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. SECTION VIII. IRAN INVESTMENT ACTIVITIES Page 3 of 6 Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST 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. SECTION X. RELEASE OF LIABILITY Page 4 of 6 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. THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: Sue Miller, President man Bala i, ice -President By: r Member "CONTRACTOR" BRECHBUHLER SCALES, INC. By: ;'` rated: (%FS/i"n 80k�'" Title: 9Y041C A M&tiacer Date: 6 J /2— 002,-0 APPROVED: avid M. Sn or City of Ric nd, Indiana Date: cs- lzq1CV Page 6 of 6 PRICE REQUEST r n =OF a.61'I.MIOND DEPARTiENT OF SA1*ITi'ATiON 2M0LMEftTYAVEM[1E-MMMONgA 1aa47374 PHONE (76S) 983 74500$AX(4) 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 IsNOT 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. DATE: REPLY MUST 13E IN BY: PAYMENT TERMS: DELIVERY REQUIRED: April 8, 2020. AW9 T!, 9= UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a price request for a new out bounds scales for the New Paris Pike Landfill. One (1) a Tek Centurion Analog 60'x10' Steel Deck Truck Scale Model: CT-6010 AT Options: Digital. Load Cell Package" Standard 8" Tall Bolted Sight Rail Specifications are attached PLEA tti1T &L,REQ3, lA Q _ .A1ME PRQW� Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Re: Scale Replacernerit Please Include Certificate of insurance with Quote. Quote Valid Until Questions? Call Darren Duncan at 765=983-7457. Entail dduncan0richmondindiana _gov or Jeff Lohmoeiier at 765- 983-7464 . Email ilohmoeller@richmnondindiana.cloy NAME OF FIRM QUOTING: BY: STATE TAX EXEMPTION # O6312i908-ooi A#,MWW Richmond Sanitary District be 'IDATE AUTHORIZED BY SIGNATURE TITLE PHONE NUMBER Richmond Sanitary District New Paris Pike Landfill OUT 30 .ND SCALE REPLACEMENT The New Paris Pike Landfill is requesting .quotes for a New Thick Scale .and for %undation modi-fications of our current truck scale o_n the Out Bound.side. The new truck scale needs to be a CT- 6010- A.T. This CT 601 NA.T is the same scale that was installed 1n 2019 for the In -Bound side. The Foundation modifications are requested to set the new scale and to make cleaning under the scale more efficient as we did with our ur-bound scale. Truck ,S`crrle Foundation — Specification Entrance of scale: Demo existing end wall, pour new, cap level approach and ramp with 8" new concrete with rebar enforcement. Increase the width. of both fiom 10' to 11' and rollover sides to grade. Exit end of scale: Demo existing end wall, pour new, 8" capon level approach and add 15' of new ramp with, rebar reinforcement. Increase the width of both fiom 10' to 11' and rollover sides to grade. ® Demo a'xisting piers, cap with new concrete for Centurion Scale height and increase the width from 10' to 11' . + Excavate area along scale for a foundation clean out, o Form and pour 3'x70' concrete swale Truck Scale -- Specification a ONE (1) - B-TEK CENTURION ANALOG 60' X 10'STEEL DECK TUCK SCALE o Model: CT-6010-AT .Dimensions: 60' X 10' o Odpacity: 100 Ton (200,000 lbs.) o Concentrated Load Capacity: 50 Ton (100,000 lbs.) o Deck: 3/8 Tread Plate- Steel Deck • Paint. Cross -Linked Two -Part Epoxy — 2 to 4 mil primer base coat Two -Part UV Resistant Polyurethane — 2 to 4 mil topcoat b o NTEPApproved-. NTEP Approved —Certificate of CoDforniance # 03-096A2 0 Indicator: B-TEIC DD700 Dialogic Digital Weigh Indicator o Printer: TM-U295 Ticket Printer Warranov 5 Year —Weighbridge Warranty* 0 5 Year — Components Warranty* 0 .5 Year -- Surge/Lighting Warranty* 0 To maintain warranty, a scale inspection must be performed twice a year at customer's expense by a B-TEIC authorized dealer. s The above scale includes the following: - Truck weight is distributed'through modular designed weighbridge --- 4 modules - 50ft of both ground cable, load cell cable &. l ground rod; all necessary anchor bolts -10 - 77k CPR M analog compression column load cells, stainless steel hermetically sealed (IP68) construction (2) Analog gathefing boxes - Surge voltage protection OPTIONS Digital Load Cell Package Like the B-TEIC Analog, the digital load cell package utilizes a Tooker column load cell design — two points of contact - thus minimizing long tern maintenance expenses, v Unlike the. analog system, the B-TEK Digital load cell package utilizes a.digital load cell and communicates digitally with the DD700 indicator. The gathering boxes have terminal strips only, eliminating the need for circuit boards. Because of the digital communication all calibration and troubleshooting is. done from the DD700 indicator. o I3rarra►zty -Five (5) year "End Wall to End Wall" protection against lightning damage and weighbridge defects in -materials and workmanship—2x/yr. Minimum PAr Required —.Quoted as additional o Standard 8" TaIlBolted Sight RAII 3.5" OD schedule 40 pipe with 818" thick brackets bolted to scale = One Side All labor, materials, equipment, travel and expenses included. o Installation, calibration and test with local Weights and Measures o Crane at tipe of installation (estimated) o Scale to be installed on a modified monolithic scale slab foundation P��o��nshl��IiveF, Richmond Sanitary District New Paris Pape Landfill Scale Replacement Brand of Scale: Contractor Submitting Quote: Price of Scale Including Options (load cell package and standard 8" tall bolted sight rail): Foundation Modification: ---------------------------- ---------------------------------- $ Price Firm for How Long: Estimated Delivery Time: Warranty: Certificate of Insurance: Yes No E -Verification: Yes No Iran Investments: Yes No :r. a:�:�:t:r• �:xx:r•:i::r�:�::r:�:r. a:�;a::r.:r•�::i:a::�:�:=r•:�:�:r. � x�:�: �:�:rk:r•�::r.�=:r Yx: �:�:�:r• k�::f:�:i:k�:a=a:a=�r=r• �: �:r.�::��::r�a: x Total Price of Scale, Options and Foundation: $ �::ry:r. �::��::r�:a:�:*:i::r•�: a�:r �: k:��::x�:�:��:�::r• a=a:�: *:r•�: �: �:�:�::r�:=r-x:�:��=ra:�:�=k�:�:r•�::�� �:�::r• �*x�: �:�::��:a:a:=x:x� Scale to be delivered to the Richmond Sanitary District New Paris Pike Landfill 5242 New Paris Pipe, Richmond, IN 47374. All questions shall be directed to Dairen Duncan at 7.65-983-7457 or Jeff Lohmoeller at 765-983-7464 Authorized Signature Contact Person (Printed) Dealership Date Phone Number ARTICLE F IN'Sq'$UCTIONS TO MUMS INDEMNIFICATION, TRSU R A.NCR, AND P11.OTRCTION OF LMS AND PROPERTY F.I IND.BMWICATION F. .1 The oontractor shall indemnify and -told harmless the City of lUmand and its officers and employees from aad against all claims, damages, losses, expenses, luclixft but not linnited to aitorney's fees, arising out of or resulting from thepexfonn.ance ofthe contract, provided that any such claim, damgge, loss or expense (a) is attributable to bodily injury, sid1moss, disease U death, or to ix wy to or destruction of tangible property (other than goods, materials and eQuipment flrrWshed under this contract) including the toss of -use resulting there torn, and (b) is caused in wholo or in part by pyucgligent act or omission of the contrabtor, any subcontractor, or agozie directly ergployed•by any ofthexu or anyone for whole sots arty of theme mey be liable, regardless of wlwthex or not it is .paused in part by a Vm1y indemnified herounder. '11F.1.2 k any and.all olaims against the City or any of Its officers or employees by any employee of the contxaotor, any subcontractor, anyone directly or ludiroody employed by any of them or anyone :for whose acts any o f thorn, may be liable, the indemnification obligation under this paxagraph Q. I shall not be limited in any way by any limitation ofthe amount or type of damages, componsation; or benefits payablo by or for the dontractor or any sub -contractor under Worker's oy workmen's compensatlon acts, disability benefit acts q other ezppZoyee benefit acts. R,2 WORI{Eit'S COIv1i'ENSATIONINSMANM F. 2.1 For contracts involving performance of woxls pursuant to the provisions of 7ndtana Code IC 22- 3 2-14 (a) bidders are required to furnish a certiflcato froue the h4ana Worker's Board showing that such bid4or. ha9 complied with M 22-3-2-5, 22 3-S-1. and IC 22-3-•5 2. FA INSURA.NCR F. 3.1 The Contractor shall, as prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect hint front the claims set forth belDw-Which may arise .out of or result from the Contractor's operations under this Agreement, v�hetbox sudh operations by the Contractor orby any Sub -contractors orby.anyone who dlrectlyer indirectly employedby any of them, br by anyona for whose acts any of thein may be liable,. F.3..1 (con'tj Coverase Limits A. Workers Compensation& Statutory Disability Requiremouts B, Braplgyarls Liability $100,000 C. Comprehensive General Liability SectioA1. Bodilylrijury $1,D.00,000.eachoccurrenco $2,00.0,000 aggregate Sectiort 2. Property Damage $1,000,000 each oeotuxettca D, Comprehensive Auto Liability Seotion 1. AodilyNuty $1,000,000 eachperson • $1,000,000 each occurrence SOVU0112. Frop"Damage $1,000,000 each occurrence ComprehensiveUmbrallaLiability $,1,000,000 eachoccmaance $2,D00,000 each aggregate p, Malpractisa/Enors & CiznissiDl78 $1,000,000 pot Claim iusruauae $2,000,000 each aggregate V-Verrify Requia emeuts: Darnitions: EVerify Pro ram -A electronic varification of work authoxization:pro gram of the Illegal Imunigration Reform and, Bamigration Responsibility Act -of 1996 (P.L.104 208), Division C, Title IP,s.403 (a), as amended, operaica by the United. States DepartMent of Iomeland. Security or successor work authorization program designated by the United States Depart of Homeland Security or other fedoral agency authorized to verify the work authorization status of newly hired employees Im under the migration Reform and control Actof 1986 (P.L. 99-603). No performance of services shall corxuuence tmtil the following has been met: 1. The City is in receipt of any required cm ff- icates of insurance; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.71 (a) (2); and 3. A, purchase order has been, issued by the Purchasing Department. a a aaa a a a am a a as a a noun a as is A as aaANun .9Nun Anna up as a A aaaRaatiaaaAAAtlAaAil If 1laa aAaA AAAaA "am A Aaia COMPLIANCE YYMJLI'IL1.E3..L`7A ENE .[4.4F PROGRAM dE,QUAlR11', YWI.L9TS 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 xequired to verifythe work eligibility status of all newly hied .employees of the contractor through the Indiana E-Verify program if the Indiana E Verifyprogram no longer exists. Prior to the pexformauce of the Agreement; Conttactor shall provide to the City its signed.A:frdavit 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 22-5-13 the Contractor shall be xequi ed to remedy the violation no later than thirty (30) days after the Citynotafies the Contractor ofiheviolation. Ifthe Contractor faails to remedy the violation within the thirty (30) clay period provided above, :the City shall considex the Contractor to be in bxesch of this Agreement and this Agreement will be texminated. If the City detem3ines -ihat 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. A /1 0� Affidavit of Employment Eligibility Wii Ccati on The. Contractor, , ARrms under the penalties of peajury that Contractor does not knowingly employ an: unauthorized alien. If Contractoz is self-employed and does not employ any employees, Contradox veiifies he orshe is a United States cifizen or qualified alien. The Contractor has, not lmovdngly employed ox contracted with an unauthorized alien and shall not retain au employee or conixact with a person -that the Contractor subsequently learns is an umuthoi:ized alien. pursuant to ludian' a Code 22-5-1.7, Contractor has enrolled in and verified the work eligibility status of all newlyhiied employees of the contractex thxough the Indiana E- Verify program. The Contractor has required Contractox's subconixactoxs to certify to the Contractor that the subcontract Or does not knowingly employ or contract with an unauthorized alien and that the s'tibcontractox has enrolled and is participating hi the E-Vexi�y program. The Contractor will maintainthis certification throughout the duration ofthe term r of a contract -with a mboonixactor. Uareby verify under the penalty of peijuxy that the foregoing statement is true. Dated this day of 20 (signa.:iure) (printed name) L RKANTN -ST ONTACTZVITMS Pursuant to Indiana Code ([C) 5-22-16.5, Contractor cextifies that Contractor is not engaged in investment activities in:Iraa. 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 deterwination and shall give contractor linty (90) days within; which to respond to.fhe written notice. In the event Contractor fails to demonstrate to the City that the Contractor has -ceased investment acti-&-tes in Xrauwithin. ninety (90) days aft the written notice is given to the Contractor, the City may proceed with any xemedles' it may have pursuant to IC 5 22-16,5, In the event the City determines during the course of this Agreement that this cord cation is no longer valid and said determination is not refuted by Contractox inthe manner set forth in lC 5 22-16.5, the Cityreseives the right to consider the Contractor to be in breach of this Agreement and tomainate the agreement upon the expirati4� of the ninety (99) day pexzocl set fortl� above. PRICE REQUEST aW OF MCHMOINM DEPARTN>ENT OF SANITATION 2380LI13ERTYAVENUE.RICHMOND;I1,DIANA47374 *��y� y� T®T' q T ORDER PHONE (765) 983-7450.FAX (765) 962-2669 THIS 1I NOT 1L 1-i11 `d RD VENDOR INSTRUCTIONS This is a request for a price for the services of materials Brechbuhler Scales Inc described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves 7550 Jacks Lane the right to accept all or part, or decline the entire proposal. Clayton, OH 45315 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. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: April 8, 2020 April 17, 2020 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a price request for a new out bounds scales for the New Paris Pike Landfill. One (1) B-Tek Centurion Analog 60'x10' Steel Deck Truck Scale Model: CT-6010=AT Options: Digital Load Cell Package — Standard 8" Tall Bolted Sight Rail Specifications are attached PLEASE ENTER ALL INFORMATION ON ATTACHED PROPOSAL SHEET. Richmond Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Re: Scale Replacement Please include Certificate .of.Insurance with Quote. Quote Valid Until Questions? Call Darren Duncan at 765-983-7457. Email dduncan@richmondindiana.gov or Jeff Lohmoeller at 765- 983-7464 . Email ilohmoeller(c_richmnondindiana.gov NAME OF FIRM QUOTING: in STATE TAX EXEMPTION # 003121909-001 Richmond' Sanitary District DATE t AUTHORIZED BY SIGNATURE PHONE NUMBER TITLE APRIL 1712020 Quotation No: 31720-TG-2547 New Paris Pike Landfill 5242 New Paris Pike Richmond, IN 47374 Attn: Darren Duncan -- Budgetary Estimate Brechbuhler Scales, Inc. is pleased to submit the following budgetary estimate for a new truck scale for New Paris Pike Landfill. Please find below pricing and specifications for all components that will apply to this project. ONE (3) _, B TEK CENTURION ANALOG•60' X 10' STEEL DECK TRUCK SCALE Model.• CT-6010-AT Dimensions: 60' X 10' Capacity: 100 Ton (200,000 lbs.) Concentrated Load Capacity: 50 Ton (100,000 lbs.) Deck: 3/8" Tread Plate -Steel Deck Paint. Cross -Linked Two -Part Epoxy — 2 to 4 mil primer base coat Two -Part UV Resistant Polyurethane- 2 to 4 mil topcoat NTEP Approved: NTEP Approved —Certificate of Conformance # 03-096A2 Indicator. B-TEK DD700 Dialogic Digital Weigh Indicator Printer. TM-U295 Ticket Printer Warranty: 5 Year —Weighbridge Warranty* 5 Year —Components Warranty* 5 Year - Surge/Lighting Warranty* *To maintain warranty, a scale inspection must be performed twice a year at customer's expense by a B-TEK authorized dealer. The above scale includes the following: Truck weight is distributed through modular designed weighbridge - 4 modules - 50ft of both ground cable, load cell cable & 1 ground rod; all necessary anchor bolts 10 - 77K CPR-M analog compression column load cells, stainless steel hermetically sealed (IP68) construction (2) Analog gathering boxes Surge voltage protection Quotation No.: 31720-TG-2547 vi (1), 60 x 1o' B TEK CENTURION ANALOG TRUCK SCALE PACKAGE ....................... $44,521 o0 Above price includes the following: o Installation, calibration and test with local Weights and Measures o Crane at time of installation (estimated) o Scale to be installed on a modified monolithic scale slab foundation o Digital Load Cell Package ........ ................................................................................................................ $5,600.00 o Like the B-TEKAnalog, the digital load cell package utilizes a rocker column load cell design —two points of contact - thus minimizing long term maintenance expenses. o Unlike the analog system, the B-TEK Digital load cell package utilizes a digital load cell and communicates digitally with the DD700 indicator. The gathering boxes have terminal strips only, eliminating the need for circuit boards. Because of the digital communication all calibration and troubleshooting is done from the DD700 indicator. o Warranty -Five (5) year "End Wall to End Wall" protection against lightning damage and weighbridge defects in materials and workmanship—2x/yr. Minimum PI Required— Quoted as additional o Standard 8" Tall Bolted Sight Rail..............................................................................................$1,386.00 o 3.5" OD schedule 40 pipe with 3/8" thick brackets bolted to scale — One Side e 4" Remote Display Scoreboard.......................................................................... ..................... ....$1,375.00 PROJECT'TOTAL V►// 4)PTIONS:.. .vr..;, :::. ,•..V .,r•. • r i �X16 2 61 Quotation No.: 31720-TG-2547 RESPONSIBILITIES _ New Paris Pike Landfill to provide: All necessary permits,.clear marking of all underground utilities, soil bearing tests to meet 3000 psf requirements for setting scale elevation, preparation/excavation of site for foundation, backfJI, scale foundation to B-TEK specification with approaches and ramps to meet State of Indiana Div. of W&M requirements, clean 110 VAC power for scale equipment and peripherals, all necessary conduit runs for load cell cable, ground cable, scoreboards, traffic lights, etc.... (2-1" PVC minimum — quantity of conduits to be determined upon moving forward with project), site free from overhead obstruction or de -energizing power lines for crane during installation and removal of existing and all hardware/components. Please note: Above scale is to be manufactured to meet the existing foundation specifications. B- TEK Centurion truck scales are manufactured with a standard profile height of 16", this scale will need to have a 12" height profile to match the existing foundation. Installing a scale with a 12" height profile may cause issues in the future with buildup and deterioration from moisture. Recommend a new foundation to accommodate the standard 16" height profile. Brechbuhler Scales, Inc to provide: Scale equipment, installation, calibration and options.as quoted or selected above Notes: - Installation rate based on normal service hours Monday thru Friday 7:30 am to 4 pm. - Overtime available as additional - rate is based on time plus % outside of the above normal service hours Monday thru Friday and all -day Saturday - Double-time applies on Sundays and Holidays Terms: 30% at time of order, 40% upon delivery, and 30% net thirty days from completion Freight: Estimated $1,600.00: B-TEK, Canton Ohio — New Paris Pike Landfill — Richmond, Indiana Taxes: Additional, if applicable=tax exempt form must be submitted in writing. DeliveryTBD This quotation is subject to the Terms and Conditions of Sale attached (Warning -Section 11 contains important information applicable to truck scales and railroad track scales). Thank you for the opportunity to be of service for your:upcoming truck scale needs. Please call me at 937-479- 9243 if you have any questions. Sincerely, Ty Gray Account Manager - Dayton Approved by Date All quotations are subject to acceptance by our office within 30 days from the date of this quotation. BRECHOUHLER- QUAUTY IMSCALES, INC., April 17, 2020 Quotation No: 31720-TG-2547FM New Paris Pike Landfill 5242 New Paris Pike Richmond, IN 47374 Attn: Darren Duncan RE: Truck Scale Foundation —Budgetary Estimate Brechbuhler Scales, Inc. is pleased .to submit the following budgetary estimate for a foundation modification for your current scale project. Please find below pricing and specifications for all components that will apply to this project. Centurion i'ruck Scale Eoundation Modification ' Above price includes the following: o Entrance of scale: Demo existing end wall, pour new, cap level approach and ramp with 8" new concrete with rebar enforcement. Increase the width of both from 10' to 11' and rollover sides to grade. o Exit end of scale: Demo existing end wall, pour new, 8" cap on level approach and add 15' of new ramp with rebar reinforcement. Increase the width of both from 10' to 11' and rollover sides to grade. o Demo existing piers, cap with new concrete for Centurion Scale height and increase the width from 10' to 11'. o Excavate area along scale.for a foundation clean out. o Form and pour3'x70' concrete swa le o All labor, materials, equipment, travel and expenses included. iofial Fountlaiion f!llodficat�on (Esiimatecl): . , .:.$29375 00' Richmond Sanitary District New Paris Pike. Landfill Scale Replacement Br4tid of Scale, CoMactor SubiuRffiig Quote: Pri j� iding Op.,!of Scale Inch bons Toad cell padagge and standard 8" fall bolted sightrall): FotWdafion MocIffication: --- — ----------- — --------------- — ------ — — - — ------ 00 pli 3.1-Mim for How Long: EstbatedDellveiy Time: C&IM644 x+ wo, Wia6 `nty. Cei cafe of hmrance.: Yes V No OA E - cation: Yes V1 No har Airvestme'nts: Yes No V/ Tvo-A#�e -of Scale� Options and Foundatiox, S 00 kit be, delivexed to the, Ricbmond SaiiiTary District New Paris Pike Landfill 5242 NeW Paxis -pike, id, hN 47374. ti All questions shall be directed to Darren Divacan at 765-983'-7457 or Jeff Lvirmoeller at 765983-7464 I . U, —) DM 6BI— , Phone -Ni muber Quotation No.:31720-TG-2547FM Truck Scale Foundation Terms and Conditions Delivery Time: Original estimated delivery time is an approximation only based on our manufacturer. A detailed delivery timeframe will be established upon receiving an order acceptance and/or initial payments have been received. • Any and all permits (building, property, device, etc.) are the responsibility of the customer a Any and all soil bearing tests to scale manufacturer specifications are the responsibility of the customer • Necessary removal of any asphalt or concrete will be quoted as additional as needed Customer is responsible for marking of any underground obstructions. Failure by the customer to provide "Dig Safe" service ahead of time will result in delay of project start and will be cause for extra charges while contractor awaits service • Any obstructions, including but not limited to, underground and overhead obstacles, that impede the project as quoted must be removed by the owner at their expense o For projects including site excavation or demo, excavated material or debris removal not more than 20' from foundation area unless specifically specified above • Project site must be level to within 1" over the length and width of the entire project area unless placement and compaction of fill is addressed in the above proposal • No consideration of Union or "Approved Contractor" labor is included in this proposal. Should your facility require union labor or the use of an "Approved Contractor", this proposal will not be valid, and pricing must be renegotiated e Any and all work not specifically spelled out in the above proposal will NOT be provided unless agreed to by both parties • Winter weather may be cause for additional charges during construction. No consideration is included in the attached proposal for concrete additives, special handling of area pouring, or requirement for blankets, etc. Any and all special conditions will be discussed as weather warrants and upon written approval provided at an extra charge. a Problems encountered during the project that result in the construction specifications supplied with the job not being met as a result of customer or customer supplied contractor errors will be treated as a separate item and billed additionally • Brechbuhler Scales, Inc. will not be responsible for concrete finish, cracking, surface damage or other cosmeti.c.damage on projects where the customer has insisted on an accelerated installation schedule to meet time constraints with the use of High Early or other type of quick setting concrete instead of the normal 28 day cure time for standard concrete jobs. Accelerated jobs can be completed successfully but weather conditions affecting these jobs cannot be controlled, sometimes causing issues Quotation No.: 31720-TG-2547FM RESPONSIBILITIES New Paris Pike Landfill to Provide: See attached foundation terms and conditions page for customer responsibilities Brechbuhler Scales, Inc. to Provide: Foundation modification, as outlined above Notes: - Labor rate based on normal service hours Monday thru Friday 7:30 am to 4 pm. - Overtime available as additional - rate is based on time plus % outside of the above normal service hours Monday thru Friday and all day Saturday - Double-time applies on Sundays and Holidays Terms: 30% at time of order, 40% upon delivery, and 30% net thirty days from completion Freight: N/A Taxes: Additional, if applicable —tax exempt form must be submitted in writing. Delivery: Estimate depending on time of order (timeline may be subject to change due to weatherdeloys or circumstances out of the direct control of BSI) This quotation is subject to the Terms and Conditions of Sale attached (Warning - Section 11 contains important information applicable to truck scales and railroad track scales). Thank you for the opportunity to be of service for your upcoming truck scale needs. Please call me at 937-479- 9243 if you have any questions. Sincerely, Ty Gray Account Manager -Dayton Approved by Date All quotations are subject to acceptance by our office within 30 days from the date of this quotation. Signature above is also acceptance of attached "Foundation Terms and Conditions" z 1) Affidavit of Employmmt EligibRy Yexi-ica don Conixaotox, &t of ms uadox the ponaltim ofpoxjurT that tractor does not knowin employ an�xized alien. ff Contractor is sew em to od �y p �' P y does not employ any employees, Contractor vatifies he or she is a Ualited Statas citizen ox iffed alien. �. Coutxactoz has noi.kuowutgly employed. or contracted with auunauthoxized alion and shall retain air. employee or wniiraot with a person that the Contractor subsequently beams is au nthozdzed alien. Pursuant to hadiaba Code 22.5-1,7, Coat actor has enrolled in and yexiied work eligibility status of all newly hired employees of the contractor through he bdiam l✓ Program. Contractor has required Contractor's subcontractors to certify to the Contractor that tho Dntraetox does not. knowingly employ or contract with an wauthoxized alien aud.that tho mtxactox has enrolled and is pm-6cipating iu the E- Verify pxogram. The Confractox TO tatathis cextaftcation throughout the duration of the team of a conlxact with a subcontractor. xeby veAfy, under the penahy of perjury that the foxegoiug statement is true. edthis day of &QC I ,202a AC®�®0 CERTIFICATE OF L iABIL ITY INSURANCE DATE (MM/DDIYYYY) F4/21/2020 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(ies) 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 endorsement(s). PRODUCER AssuredPartners of Ohio LLC 4244 Mt. Pleasant St. NW, Suite 200 North Canton OH 44720 CONTACT NAME: Darren Fa e o Ext : 440-895-6590 NE A/C No): 330-498-9946 AC No, ADDRESS: daren.fa a assured artners.com INSURERS AFFORDING COVERAGE NAIC # INSURERA: Cincinnati Insurance Company 10677 INSURED BREGSCA-02 Brechbuhler Scales Inc INSURER B : Travelers Property Casualty Co of America 25674 1424 Scale. St SW INSURERC: INSURER D : Canton OH 44706 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:.770220963 REVISION NUMBER: 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 ADDLSUTYPEOFINSURANCE INSD W D POLICYNUMBER MM/�DYEFF MM/IDDY�P LIMITS A X COMMERCIAL GENERAL LIABILITY EPP0454687 11/1/2019 11/1/2020 EACH OCCURRENCE $1,000,ODO CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 500,000 X MED EXP (Any one person) $ 10,000 Contractual Lab PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ff] JECTPRO ❑ LOC PRODUCTS - COMP/OP AGG $ 2,OOD,000 Employers Liability $1,000,000 OTHER: A AUTOMOBILE LIABILITY EPP 0454687 11/1/2019 11/1/2020 COMBINED SINGLE LIMIT Ea accident $1,000,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY A X UMBRELLA LIAB X OCCUR EPP0454687 11/1/2019 11/1/2020 EACH OCCURRENCE $3,DOD, 000 AGGREGATE $3,000,000 EXCESS LIAB CLAIMS -MADE DED I X I RETENTION $ n r $ A WORKERSCOMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/F�CECUTIVE YNI OFFICERIMEMBEREXCLUDED? NIA EWC0455032 11/1/2019 11/1/2020 X STATUTE ORER H E.L. EACH ACCIDENT $1,000,000 (Mandatory in NH) E.L. DISEASE- EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 B Excess Umbrella ZUP-91N21443-19-NF 11/1/2019 11/1/2020 EACHOCC/AGG 6,000,000 A Installation Floater EPP0454687 11/1/2019 11/1/2020 Installation 80,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The above referenced Workers Compensation Policy is for PA & IN. Workers Compensation Policy includes the Other States Endorsement and does not include Monopolistic states. Waiver of Subrogation provided to those persons/entities/companies when required by written contract with the Named Insured. *Ohio is a monopolistic State - Workers compensation provided by the State of Ohio. The limits for Worker's compensation and Employers' Liability insurance shall meet statutory limits mandated by State and Federal Laws. By law Monopolistic State coverage cannot be represented on an Acord Certificate of Insurance, nor can It be endorsed with additional insured or waiver of subrogation clauses. Please see attached copy of Ohio Certificate. *Employers Liability/Ohio Stop Gap ($1,000,000 limit) is referenced in the General Liability section. This document neither affirmatively nor negatively amends, extends, or alters the terms of or the coverage afforded by policy referenced herein. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN New Paris Pike Landfill ACCORDANCE WITH THE POLICY PROVISIONS. 2380 Liberty Ave AUTHORIZED REPRESENTATIVE Richmond IN 47374 USA . r ©1988-2016 ACOR ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD D C P,TION. All ri is reserved. W® ll'I� off>rk arrs' (')hi� �°a�uo]CC'll�S���Y�i�8®ifB 30 W. Spring St. Columbus, OH 43215 Certificate of ®hio.Workers' compensation This certifies that the employer listed below participates in the Ohio State Insurance Fund as required by law. Therefore,.the employer is entitled to the rights and benefits of the fund for the period specified. This certificate is only valid if premiums and assessments, including installments, are paid by the applicable due date. To verify coverage, visit www.bwc.ohio.gov; or call 1-800-644-6292. Policy number and employer 00210298 BRECHBUHLER SCALES INC 1424 SCALES ST SIN CANTON, OH 44706-3081 www.bwc.ohlo.gov Issued by: BWC This certificate must be conspicuously posted. Period Specified Below 07/01 /2019 to 07/01 /2020 y rl:x ..•>?::iF:%V::!:::: ail' v. /.. ,........: Administrator/CEO You can reproduce this certificate as needed. Ohio Bureau of Workers' Compensation Required Posting. Section 4123.54 of the Ohio Revised Code requires notice of rebuttable presumption. Rebuttable presumption means an employee may dispute or prove untrue the presumption (or -belief)-that: alcohol, marihuana or a controlled substance not--- - -- prescribed by the employee's physician is the proximate cause (main reason) of the work -related injury. The burden of proof is on the employee to prove the presence of alcohol, marihuana or a controlled substance was not the proximate cause of the work -related injury. An employee who tests positive or refuses to submit to chemical testing may be disqualified for compensation and benefits under the Workers' Compensation Act. of Workers' .-0-i® I_CBureau �iE1E#pe&1���®� You must post this language with the Certificate of Ohio Workers' Compensation. Iyty v ti ®P-29 BWC-1629 ( 04 Rev: Jan. 10, 2019) 1