Loading...
HomeMy Public PortalAbout075-2020 - Sanitation - Protective Coating - Painting LidsAGREEMMN= ORIGINAL THIS AGREEMENT made and entered into this A day of J Lt Y , 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 Protective Coatings Inc., 4321 Webster Street, Dayton, Ohio 5414 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for prepping, priming and painting four (4) Digester Lids at the City's Wastewater Treatment Plant of the Richmond Sanitary District, 2380 Liberty Avenue, Richmond, Indiana. This work will be done Monday through Friday between 7:30 a.m. to 4:00 p.m. unless other arrangements are made by Contractor. City sent a Request for Quotes on May 14, 2020; seeking quotes for providing prepping, priming and painting of the four (4) Digester Lids at the City's Wastewater Treatment Plant. The Request for Quotes, consisting of eleven (11) pages, is attached hereto and incorporated herein by reference as Exhibit "A". The response of Contractor to said Request for Quotes is dated May 26, 2020, consisting of four (4) pages and is contained in Exhibit `B", which Exhibit `B" is attached hereto and incorporated herein by reference and made a part of this Agreement. Per the response of Contractor, Contractor shall prep, prime and paint four (4) Digester Lids at the City's Wastewater Treatment Plant at a cost of $24,000 per Digester Lid, for a total of $96,000.00. Should any provisions, terms, or conditions contained in any of the documents attached hereto and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment,and services necessary for the proper completion of all work specified. Contractor shall submit statements or bills monthly. 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(s) signed by Contractor in accordance with I.C. § 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION E. 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 in an amount not to exceed Ninety -Six Thousand Dollars and No Cents ($96,000.00), for complete and satisfactory performance of the work required hereunder, namely Contract No. 75-2020 1 1 Page the prepping, priming and painting of the four (4) Digester Lids at the City's Wastewater Treatment Plant. The monies to be paid to Contractor are based upon the Proposal Sheet of and submitted by Contractor, which is set forth in Exhibit `B", and attached with this Agreement and made apart hereof. SECTION W. TERM OF AGREEMENT This Agreement shall become effective immediately upon signing of this Agreement and shall continue in effect from the signing of this Agreement by all parties up to and including no later than September 1, 2020. Contractor agrees to, and shall, begin performing the work set forth in Exhibit `B" as soon as the weather permits and complete the same in a prompt time frame. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least thirty (30) 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. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. This Agreement may also be terminated by either the City or the Contractor, without cause, by giving at least thirty (30) days written notice to the other party. In the event of termination of this Agreement, 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. 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, of 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 2 1 Page directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. _ Coveraae Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation 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 3 1 Page 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 willbe terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event Board determines during the course of this Agreement that this certification is no longer valid, Board 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 Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the Board 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 Board 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 perfonn the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and __..-.-.---- -- - -_ _- _ --- - --- 4 1 Page 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 terns or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. 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. 5 1 Page 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 2r Sue Miller, President „Amara Bakshi, Vice President Stiens, Member Dated: - APPROVED: Dave , Mayor Dated: 07D Zv "CONTRACTOR" Protective Coatings Inc. 7�" By: - (Printed): Kevin Conley Title: President /10 to Dated: 6 1 Page PRICE REQUEST OF P Z CITY OF RICEMOND DEPAT OFRTATION 2386LBERTYAWE-ICHM7INDrANA47374 PEONE (765)983-7450-FAX(765.) 962-2669 THIS IS NOT AN ORDER "C n p V G l.�f� INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications. may be Protective Coatings. attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. Dennis Mundt Please complete your full name and phone number below With signature; Itemize all prices and charges where 4321. Webster Street requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope, in care of Daytona, OH 45414 Richmond- Sanitary District Bbard 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: May 14,.2020 10:00 AM May 26, 2020 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for Painting and Spot Repairs of the Digester Lids. Please see attached specifications. All E-Verify requirements will apply to this quote. Please include Certificate of Insurance and any warranty information. Return this sheet in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Service Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: Painting of Digester Lids Questions? Please Cali Pat Smoker at 765-983-7480. Quote Valid Until Total Quote $ STATE TAX EXEMPTION # 003121909-001 Richmond Sanitary District NAME OF FIRM QUOTING: M DATE AUTHORIZED BY SIGNATURE PHONE NUMBER TITLE Spot Repair and Overcoating of (4) Carbon Steel Anaerobic Digester Lids (E)r'terlor Exposed) "The.Richpiond Sanitary Qistfttwill be requesting quotes for the Digester Lids all to be prepped, primed' and painted at the Wastewater Treatment' Plant. This work will be done -Monday through. Friday between 7:30am to 4:00pm unless other arrangements are made by contractor.. Certificate of Insurance required at the time of .quote opening. Notice to Contractor, E:Veriffying requirements along with Indiana Local Preference- Claim Information. - Quotes will be due.by no later than I O:0"OAM May 26, 2020 1.0 Scope. A. This specification covers the work necessary to complete the coatings applications as described by the owner's representative and as'speeified herein. Work includes, but is not limited to, the following: 1. Spot Repair and Overcoating of (4) Carbon Steel Anaerobic Digester Lids (Exterior Exposed) 1.02 Related !Work Specified in Other Sections 1.03 Referenced SpeciArations Codes and Standards A. Without limiting the.generality of other requirements of these specifications, all work hereunder shall conform to the applicable requirements of the referenced' portions of the following documents, to the extent that the requirements thdrein are not in conflict with the provisions of this Section'. All ieferehces and standards listed shall be the latest revisions, Joint and individual documents are'referenced. 1. SSPC - i he, Society for Protective Coatings )40241h Street; 6th Floor Pittsburgh, PA 15222-4643 (412) 281-•2331 ' 2. NACE •- National Association of Corrosion Engineers P.O. Box 218:340 Houston, TX.77218-8340 ) (281) 492•-0535 f��G,� k*.A 9 a. SSPC SP 5/NACE No. 1; White Metal Blast'Cleaning b. SSPC-SP10/NACE No. 2, Near White Metal Blast Cleaning C. SSPC SP 6/NACE No. 3,Cominercial Blast Cleaning d. NACE RP01 78- "Design, Fabrication. and Surface Finish of Metal Tanks and Vessels to :be lined for Chemical Immersion Service" e. NACE RP0188 "Discontinuity Holiday Testing of Protective Coating's" f. NACE RP 6F-164 "Curing'of Interior Tank Linings" g. NACE RP 6F-166 "Recommended Practice for Inspection of Linings on Steel and Concrete" 3. ASTM — American Society for Testing and Materials 100 Barr Harbor Drive West Conshohocken, PA 19428-2959 (610) 832-9585 a. ASTM E-337: Test Method for Measuring Humidity with a -Psychrometer. b. ASTM D 4414 "Standard Practice for Measurement of Wet Film Thickness by Notch Gages" C. ASTM Committee D01.23: Test Method for Nondestructive Measurement of Dry Film Thickness of Applied Organic Coatings Using an Ultrasonic Gauge d. ASTM D 4541 "Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Testers" e. ASTM D 5162 "Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates" - 4. ANSI --American National Standards Institute .11 W: 42111 Street NY, NY 10036 5. AWWA—American Water Works Association 6666 W. Quincy Avenue Denver, CO 80235 a. ANSI/AWWA D-100-96: Welded Steel Tanks For Water Storage b. ANSI/AWWA D-102-97: Coating Steel Water Storage Tanks C. ANSIIAWWA D-103-97: Factory Coated Bolted Steel Tanks 6. API —American Petroleum Institute 1220 L Street N.W. Washington, D.C. 20005 a. API Standard 620, Design and Construction of Large, Welded, Low Pressure Storage Tanks b. API Standard 660, Welded Steel Tanks for Oil Storage c. API Recommended Practice 651,.Lining of Above Ground Petroleum Storage Tank Bottoms 1.04 Submttials: A. Submit product data for each component specified including data substantiating that the proposed materials comply with specified requirements, and recommendations by 'the manufacturer covering all materials. ray y¶N B. Submit contractors in house .quality control program, which -shall include an in-house inspectorwith the minimum requirements of the successful -completion of NACE Level II UP or a third party coatings inspector, for review by the owner's representative. 1.05 Quality Assurance A. Acceptable Manufacturers: A company with a minimum of 5 years experience in manufacturing of, and providing technical service for, high performance coating . systems. equivalent to those specified herein. The manufacturer's field representative shall be required to have a minimum of NACE Level I CIP certification. .13. Single Source.Supply: All products described in Part2.0'1 shall be manufactured by or approved for use by the manufacturer of the high performance coating system specified herein. : C. Installer Qualifications: A firm experienced in the application of high performance coating systems in the water and waste water treatment industry with a minimum of 5 p'reviou.sly completed projects in the last year. The references shell include., the customers name, address, phone number and dollar amount of the total coatings project. D. - Pre -Installation Conference 1. The contractor,.the installation sub -contractor, and the high performance coating system manufacturer's representative shall meet on site with the owner's representative.' Particular emphasis shall be placed on these specifications, safety, weather conditions, surface preparation, material application, and inspection. 2. - The contractor shall 'submit to the owner's representative any revisions or changes agreed upon, reasons thereof, and parties agreeing or disagreeing with them. E. Substrate Conditions: Do not proceed with work until substrate preparation and tolerances have been approved by the owner's representative, the approved installation sub -contractor, the high performance coating system manufacturer's representative, and the contractor. 1.06 Delivery, Storage, and Handling A. Deliver products to the job site in manufacturer's original, unopened containers bearing manufacturer's name and label.and the,following information: 1. Product name. 2. Product description (generic product classification) 3. Manufacturer's lot number 4. Color B. Store materials in sealed original manufacturer's containers. Store materials in a protected area out of direct sunlight. Keep containers clean and undamaged. Adhere to manufacturer's published storage temperature and shelf life recommendations. Protect all materials from freezing.` 2.00 PRbDUGTS ' �,V 2 C E I �,;/, 2.01 Acceptable Manufacturers.and Materials A. The high performance coating system as manufactured by The Sherwin-Williams Company, Cleveland, Ohio or an approved equal to the products specified herein. 2.02 Performance Criteria A. The high performance coating system shall be resistant to the chemical - concentrations, temperatures, and duration of exposure, impact, wear, and abrasion conditions as submitted by the owner or authorized owners' representative. Physical properties.of the coatings shall meet or exceed those listed on the product data sheet for the proposed coatings. 3.0 EXECUTION 3.01.1 Surface Preparation A. - The structures to be coated in this specification shall be prepared by method of surface preparation described within the coatings survey for the coating system specified and the following notes shall be part of the specification. o All pipe penetrations shall be sealed to the substrate that they penetrate utilizing either polyurethane sealant or polysulfide sealant as directed by the coatings manufacturer's representative. • All skip welds, back-to-back angles, flanges and areas inaccessible to the application of coatings shall be sealed prior to topcoating with either polyurethane sealant or polysulfide.sealant as directed by the coatings manufacturer's representative. • Contrasting colors shall be utilized for each coat in a multiple coat application for ease of visual inspection. • Brush & Roller applications may require additional coats to achieve the. Specified dry film thicknesses. All interior tank -linings and secondary containment covered in this specification shall include preparation work and detailing per detail drawings. All coatings systems shall receive a stripe coat application of the primer or intermediate coat on all sharp edges, angles, outside corners, nuts and bolts prior to a full coat over the entire surface. The coatings manufacturer shall *address all interior tank linings and secondary Containment not covered by this survey prior to the bid. All cementious repairs, shall receive specified surface preparation prior to coatings application. Allowable chloride contamination shall be 10 micrograms per centimeter square for atmospheric .service conditions and 5 micrograms per centimeter square for. immersion service conditions. Complete mixing instructions, surface preparation, and environmental conditions shall be reviewed and adhered to per manufacturer's product. data page. 3.02 'Application A. Paint shall not be applied until an owner's representative provides approval that the. surface. preparation is compliant to the specified. standards. B. Comply with manufacturers written installation procedures and individual product data sheet application bulletins. r>'9L��Il C. Apply materials in accordance with the coatings specification for the system listed below: System # A. Spot Primer: Corothane I Galvapak 1 K Zinc. Primer, B65-�11 Series *All Rusty and Bare Surfaces at 2.5-3.5 mils DFT B. Full Tie Coat-, Macropoxy 267 MIO Epoxy, B58-640 Series at 4 to 6 mils DFT C. Stripe Coat: Macropoxy 267 MIO Epoxy, B58-640 Series *All Sharp Edges or Angles, 'Bolts, Flanges, Welds, Outside Corners, Etc. D. Finish Coat: Sher-Loxane 800 Poly-Siloxane Epoxy, B80-500 Series at 4 to 6 mils DFT 3.03. Inspection and Testing A. The owner or owner's authorized representative may require the services of an independent testing laboratory tor test the ins -tailed system. B. if test results indicate noncompliance with the- specification, the following corrective - action may be required of the Contractor. 1. Rem ove'non-com pliant systems or components. 2. Replace system or components in (1) 3. Assume the testing expenses. C. Minimum requirements of the chemical resistant system are that it be free of the following: 1. Uncured material 2. Inadequate thickness 3. Pinholes 4. Blisters 5. Delamination 6. Foreign matter 7. Unspecified materials 3.04.. Protection A. High performance coating systems shall be protected from damage or detrimental elements during cure and until the time of final acceptance. 4.0. Exferior Finishes Color to match existing A. Full Surface Preparation: Clean all surfaces as per SSPC� SP-WJ-4/MACE WJ-4 Waterjet.Cleaning of Metals -light cleaning (up to 5000pQ, to remove all dirt, chalk, loose paint and -other surface contaminants B. Spot Surface Preparation: Spot Clean all bare and rusty areas as per SSPC-ASP-11 Power Tool Cleaning to Near White Metal w/1. mil profile using non -sparking media such as 3M Clean and Strip Discs or 3M Scotch-Brite Bristle Discs. Remove all existing weld spatter -from seams. Painting of Digester Lids and Spot Repair Proposal -Sheet NAME OF CONTRACTOR: ADDRESS- CITY/STATE: Digester Lids (Per Individual Lid): Digester Lids ( i otal): CERTIFICATE OF INSURANCE INCLUDED (must meetthe City of Richmond, IN requirements) YES NO ' &VERIFICATION FORM FILLED OUT: YES. NO IRAN INVESTMENT ACTIVITIES YES NO A. B. C. D. E. F. Coverage Worker's Compensation & Disability Requirements Employer's Liability Comprehensive General Liability Section 1. Bodily -Injury Section2. Property Damage Comprehensive Auto. Liability Section 1. Bodilylnjury Section 2. Property Damage Comprehensive Umbrella Liability Malpractice/Errors & Omissions Insurance Limits Statutory $100,000 $1,000,000 each $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each nrri irranra $1,000,000 each occurrence $1,000,000 each $2,000,000 each �nr,ronatc $1,000,000 per claim $2,000,000 each c��b� d0�,It E-Verify Requirements: Definitions: E-VerifyProgram-An electronic verification of work authorization program ofthe Illegal Immigration Reform and Immigration Responsibility Act of 1996 (P.L. 104-208), Division C, Title IV.s.403 (a), as amended, operated bythe United States Department of Homeland Security or successor work authorization program designated. by the United States Department of Homeland Security orotherfederalagencyauthorizedtoverifythework authorization status ofnewlyhired employees underthe Immigration, Reform and control Act of 1986 (P.L. 99-603). No performance of services shall commence until thefollowing 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. 0-0s00....... 0000t06G•C.G•000. /000000000000 Cn000a 00s wo-8090@00.000 COMPLIANCE WITH INDIANA E VERIFY PROGRAM REQUIREMENTS Pmsumlfto 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 affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7 (ay (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 or public property, the City may allow this Agreement to remain in effect until the City procures anew 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. UX�'°L�4,A 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 verities 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 ce1tification throughout the duration of the tel m of a contract with a subcohtractor. I hereby verify under the penalty of perjury that the foregoing statement is true. Dated This day of , 20 (signature) (printed name) 5 10 411 IRAN INVESTMENT ACTIVITIES r.FursUant 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 ce1tification 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 dete1 mination is'not refuted by Contractor in the- :manner set folth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terrninate the agreement upon the expiration of the ninety (90) day period set forth above._ PRICE REQUEST Of A u o �h in A= OF WCMWOND PHONE (765) 983-7450.RAX (765) 962 2669 VENDOR INSTRUCTIONS This is a request for a price for the services of materials described below. Any ' additional specifications may be Protective Coatings. attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. Dennis Mundt Please complete your full name and phone number below with signature,- itemize all prices and charges where 4321 Webster Street requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope, in care of Dayton, OH 45414 Richmond Sanitary District Board of Commissioners to the administration building at the address above by the s ecified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: May 14, 2020 10:00 AM May 26, 2020 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for Painting and Spot Repairs of the Digester Lids. Please see attached specifications. All E-Verify requirements will apply to this quote. Please include Certificate of Insurance and any warranty information. Return this sheet in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Service Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: Painting of Digester Lids Questions? Please Call Pat Smoker at 765-983-7480. Quote Valid Until Total Quote $ NAA� OF FIRM QUOTING: STATE TAX EXEMPTION # 003121909-001 f�vi9��1�' BY: UTHDRI DBYSIGNATURE A TITLE A6420 437_215` %III Richmb/nd S nitary District DATE PHONENUMBER Painting of Digester Lids and Spot Repair Proposal'Sheet NAME OF CONTRACTOR: gy % 77(IC- 6 S C ADDRESS:�� CITY/STATE: All 4 Digester Lids (Per Individual Lid): .1 Digester Lids (Total): 96,poo1 e CERTIFICATE OF INSURANCE INCLUDED (must meetthe City of Richmond, IN requirements) YES N0 &VERIFICATION FORM FILLED OUT: YES. we' NO IRAN INVESTMENTACTIVITIES YES NO 1 w 17W J S Affidavit of Employment Eligibility Verification The Contractor, ffirms 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 celtification throughout the duration of the tel rn of 'a contract with a subcontractor. f hereby verify under the penalty of perjury that the foregoing statement is true. Dated This _Z_/*ay of , 20 . Z (signature) 7 s (printed name) r �_4 Zy A© CERTHCA III OF LOln1MUTY WSVRANcE DATE(MM/DDIYYYY) 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 CONTACT Marsh & McLennan Agency LLC NAME: HONE 09 E. Monument Avenue PAIc No E,t:937.228.4135 A Suite 400 E-MAIL IIC No:937.228.9108 Dayton OH 45402 ADDRESS: INSURED Protective Coatings, lhC. 4321 Webster St. Dayton OH 45414 S' C: COVERAGES CERTIFICATE NUMBER:1226560027 Vu " 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. ADDLSUBR TR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICYEFF POLICYEXP A X COMMERCIAL GENERALLIABILITY MMIDDIYYYy MM/DD LIMITS EPP0276970 8/18/2019 8/18/2020 EACH OCCURRENCE CLAIMS -MADE OCCUR DAMAGE TO RENTED $1,000,000 ,Y $250 PD ISES Ea occurrence $ 500.000 Ded Per Claim CP (Any one person) $10,000 GEN'L AGGREGATE LIMIT APPLIES PER ONAL&ADVINJURY PGENERALAGGREGATE $1,000,000 POLICY � PRO.FRI LOC $2,000,000 OTHER: PRODUCTS -COMP/OPAGG $2,000,000 A AUTOMOBILE LIABILITY EPP0276970 8/18/2019 8/COMBINED18/2020 SINGLE LIMIT $ X ANY AUTO Ea accident $1,000,000 OWNED SCHEDULED BODILY INJURY (Per person) $ AIrfOS ONLY AUTOS X HIRED X NON BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS ONLY S ON LY PROPERTY DAMAGE Per accident $ A X UMBRELLALIAS X OCCUR EPP0276970 8/18/2019 8/18/2020 EX SS LIAB CLAIMS -MADE EACH OCCURRENCE $5,000,000 DED I RETENTION$ AGGREGATE $5.000,000 WORKERS COMPENSATION $ AND EMPLOYERS' LIABILITY YIN PER UT STATUTE ER ANYPROPRIETOR/PARTNERIDCECUTI VE OFFICER/MEMBEREXCLUDED? N/A E.L. EACH ACCIDENT $ (Mandatory in NH) If yes, describe under E.L. DISEASE -EA EMPLOYEE $ DESCRIPTION OF OPERATIONS below A Rented/LeasedEquip EPP0276970 E.L. DISEASE-POLICYL.MIT $ OH Empl Liab Stop Gap 8/18/2019 8/18/2020 $200,000 Limit $1,000 Deductible $1 mil each employee $1 mil Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) CERTIFICATE HOLDER CsaNCFI I �TInM For Informational Purposes Only CORD 25 (2016103) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. Thb ACORD name and logo are registered marks of ACORD