Loading...
HomeMy Public PortalAbout163-2020 - Smarrelli Construction - Building MaintenaceAGREEMENT 1 LL THIS AGREEMENT is made and entered into this 2- b day of N , 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 Smarrelli General Contractors, Inc., 136 S. 2 a Street, Richmond, Indiana 47374 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to provide certain repairs on the Material Recycling Facility (hereinafter referred to as "MRF") building of the Richmond Sanitary District (hereinafter referred to as the "District"). City sent a Request for Quotes to Contractor and another local contractor on October 22, 2020, seeking bids to do certain repairs on the MRF Building of District, including, but not limited to, three (3) twelve (12) feet wide by Fourteen (14) feet tall overhead doors and tracks, gutter work, work on six (6) doors, roof repair work on the southeast side of the MRF building, siding on the south side of the MRF building and securing a block wall with a structural crack in the MRF building. A copy of the City's Request for Quotes, along with Addendum # 1 dated November 3 2020, consisting of a total of fourteen (14) pages, is attached hereto and incorporated herein by reference as Exhibit "A" and made a part of this Agreement. Contractor responded to City on November 10, 2020, along with its bid and agreement to provide all labor, equipment, material and supplies necessary for the repair work for the MRF building of the District's MRF building repair project as specified in the bid documents in Exhibit "A". A copy of the Contractor's response to City's Exhibit "A" for completing the necessary and bid repair work for the MRF building for the sum of Twenty -Nine Thousand Six Hundred Fifty -Eight Dollars and No Cents ($29,658.00), is set forth in Exhibit `B", consisting of six (6) pages, 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 furnish all personnel and services necessary for the proper completion of all work specified. Contractor's services shall be performed in accordance with the -standard of professional practice ordinarily exercised by the applicable profession under similar circumstances at the same time and in the locality where the services are performed. Professional services are not subject to, and Contractor does not provide, any warranty or guarantee, express or implied. 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. Contract No. 163 - 2020 Page 1of6 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. SECTION III. COMPENSATION City shall pay Contractor a sum not to exceed Twenty Nine Thousand Six Hundred Fifty -Eight Dollars and no cents ($29,658.00) for complete and satisfactory performance of the work required hereunder. The monies paid to Contractor are based upon the bid amount set forth in Exhibit "B". Contractor shall submit statements or bills to City. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect to be completed as soon as practical, but in no event later than June 30, 2021. 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) 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, provided that Contractor was notified in writing of deficiencies, given ten (10) working days to cure deficiencies and failed to remedy such deficiencies. 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 an 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 to the extent caused by Contractor's negligent conduct or performance or non-performance of this Agreement; 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 Page 2 of 6 thereafter maintain such insurance as will protect it fiom the claims set forth below which may arise out of or result from the, Contractor's negligent 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 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 (if applicable) 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 $2,000,000 each aggregate F. Errors & Omissions Insurance $1,000,000 per claim $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 VE. 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 Page 3 of 6 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 VHL 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. PROHIBITION AGAINST DISCRB&INATION 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: 1. 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 Page 4 of 6 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 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. The City hereby agrees to release and hold harmless the Contractor and all officers, employees or agents of the same from all liability which may arise in the course of City'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 parry. 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 remedies, Contractor shall be liable for costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees, to theproportionate extent that Contractor is determined to be in breach of this Agreement. In the event that an ambiguity,, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. Page 5 of 6 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. IN WITNESS WBEREOF, 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 n By: ue Miller, President "CONTRACTOR" SIVIARRELLI GENERAL CONTRACTORS, INC. By: Printed: ��� Title: Dated: Am s i; Vice President dZStiens, Member Dated: I 1114 !y Z'") APPROVED: Mayor City of iichnion , iana Date: / d -2 lwso Page 6 of 6 {oF R o PRICE REQUEST Crff OF MCIMOM DEPARTMENT OF SANITATION 2380L1BERTYAVENUE.RICHM0ND,INDIANA47374 THIS IS NOT AN ORDER PHONE (765) 983-7450.FAX (765) 962-2669 VENDOR INSTRUCTIONS This is a request for a price for the services of materials 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 22, 2020 10:00AM on November 10, 2020 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a price request for Building Repair at our Material Recycling Facility (MRF Building) This will include overhead doors, man doors, repair of siding and gutters. Please see attached wecifications. All E-Verify requirements will apply to this quote. Please include a Certificate of Insurance and any warranty information. Pre -Quote: meeting will be on Tuesday November 3, 2020 at 90:OOAM at Richmond Sanitary Administration Buildmg, 2380 Liberty Avenue, Richmond, IN 47374 Return the quote in a sealed envelope addressed to: Richmond Sanitary District Board of Commissioners Denise Johnson, Customer Svc. Mgr. 2380 Liberty Avenue Richmond, IN 47374 Re: MRF Building Repair - 2020 If you have any questions Please call Pat Rinehart at 765-983-7472 or Jeff Lohmoeller at 765-983-7464. NAME OF FIRM QUOTING: STATE TAX EXEMPTION # 003121909-001 M AUTHORIZED BY SIGNATURE TITLE Richmond Sanitary District Z o-Cl Sf' DATE PHONE NUMBER The Mehmond Sani tIl y District is Reguestilngy Quotes for the Repair of Items at our Material Recycling Faeflity Build This building was built in 1995. We have several items that needs addressed. I will list what needs to be repaired or replaced. Cost of each item is listed separately. We have a limited budget. f;C004 A Pre -Quote Meeting will be November 3, 2020 at l.U:-QOam at our Administration Building. 2380 Liberty Avenue, Richmond, Indiana 47374. Quotes will be due back to our Sanitary Board by 9:00am November 10, 2020 in sealed envelopes. Scope of Work: 1. 3 —12W x 14T overhead doors and tracks needs replaced. Bottom of the door E-Stops needs to be included. Door openers do not need replaced. 2. Gutters on the building needs to be cleaned out and repaired at each joint. There is an upper and lower section of the building. E19 3. We have 6 man doors the need attention and will be labeled. #1. Door and frame replaced and painted. Rough opening 40" x 86" $_ #2. Door and frame replaced and painted. Rough opening 40" x 86" $. #3. Threshold of door needs replaced and door needs painted. $ #4. Door needs painted. r #5. Door and frame needs to be reset and painted. $ #6. Door and frame needs to be reset and painted $. 4. Roof on South East side of building needs to be repaired. Leaks 5. Siding on South side of building has come loose and buckled this needs to be repaired. 6. Block wall separating IVLRF area from offices has a structural crack. This needs secured. m Please include the following: 1. Certificate of Insurance naming the City of Richmond as Certificate Holder. Yes No 2. E-Verification Yes No 3. Iran Activities Yes No Attachments Interior Finishes Concrete/Cement Primer: B79WO8810- Pro Block® Interior Oil -Based Primer White Finish: K45W00151- Pro Industrial PreCatalyzed Waterbased Epoxy Eg-Shel Extra White Interior Metal Paint Specifications: Primer: BSOWZ0004- Kern Bond® HS High Solids Alkyd Universal Metal Primer Off White Off White Finish: BS4W00151- Pro Industrial Urethane Alkyd Enamel Extra White Exterior Metal Finishes Primer: BSOWZ0004- Kern Bond® HS High Solids Alkyd Universal Metal Primer Off White Off White Finish: B54W00151- Pro Industrial Urethane Alkyd Enamel Extra White color to match existing orpossibly change! &,h,- bJ A 0� N SURFACE PREPARATION 11 Previously Coated Surfaces Maintenance painting will frequently not permit or require complete removal of all old coatings priorto repainting. However, all surface contamination such as oil, grease, loose paint, mill scale, dirt, foreign matter, rust, mold, mildew, mortar, efflorescence, and sealers must be removed to assure sound bonding to the tightly adhering old paint. Glossy surfaces of old paint films must be clean and dull before repainting. Thorough washing with an abrasive cleanser will clean and dull in one operation, or, wash thoroughly and dull by sanding. Spot prime any bare areas with an appropriate primer. Recognize that any surface preparation short of total removal of the old coating may compromise the- service length of the system. Check for compatibility by applying a test patch of the recommended coating system, covering at least 2 to 3 square feet. Allow to dry one week before testing adhesion per ASTM 03359. If the coating system is incompatible, complete removal is required. 21 Hand Tool Cleaning Hand Tool Cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process. Mill scale, 'rust, and paint are considered adherent if they cannot be removed by lifting with a dull putty knife. Before hand tool cleaning, remove visible oil, grease, soluble residues, and salts by the methods outlined, in SSPCSPI. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No.2 (SSPC-SP2} 31 Power Tool Cleaning Power Tool Cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process. Mill scale, rust, and paint are considered adherent if they cannot be removed by lifting with a dull putty knife: Before power tool cleaning, remove visible oil, grease, soluble residues, and salts by the methods outlined in SSPCSPI. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No.3.(SSP-PC3} 41 Commercial Blast Cleaning A Commercial Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except for staining. Staining shall be limited to no more than 33 percent of each square inch of surface area and may consist of light shadows, slight streaks, or minor discoloration caused by stains of rust, stains of mill scale, or stains of previously applied paint. Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP1 or other agreed upon methods. For complete instructions, refer to Joint Surface Preparation Standard (SSPC-SP6/NACE No.3) 5) Water Blasting NACE Standard RP-01-72 Removal of oil grease dirt, loose rust, loose mill scale, and loose paint by water at pressures of 2,000 to 2,500 psi at a flow of 4 to 14 gallons per minute. ARTIC9�E F I INSTRUCTIONS TO 1.311)DERS INDMINIFICAT101% INSURANCE, AND PROTECTION OF LIVES AND PROPERTY F.1 INDEARUICATION The contractor shall indemnify and hold harmless the City of ZUclbmond and its officers and employees from pad against all claims, damages, losses, expense!;, including but not limited to attomey's fees, arising out of or resulting from the performance of -the contract, provided, that any such claim, damage, loss or expense (a) is attributable' to bodily injury, Ale! 9, disease or death, or to inj to or destruction of tia He prope rty orLy (other than goads, ds, materials and ecpipm6litfurnished under this contract) including the loss ofuse kaulting there from, and (b) is caused in -whole of in part by anyj�ogligent act of omission oftl�p contractor, "y subcontractor, or anyone directly employed.by any of them or anyone for whole acts any of them maybe liable, regardless of whether or not 109 caused japattbyapinlylademnifted hereunder. %F. 1.2 In any andall. claims against the City or any of its officers or employees by any employee of the contractor,,aq subcontractor, anyone directly or ludiroody employed by any of theta or anyone for wAoso acts any Of thein may b6liable, the ludoffinffloatibn obli&00A tMft this' paragraph G. I shall not be limited W any wAyby any limitation ofthe amoudt orVpo of damages, compensation or benefits; payable by of for the contractor or any sub-ooAttaotor under vorker's or worloneiN eumponsatioa acts, disability behott acts Or other employee benefitacts. .F.2 womows coA0ENsATi6NjN8uRAucB F. 2.1, For contracts Involving performance of work pursuant -to the, provisions of Indiana Code IC 22- 3-2,�14(a)bidders are required tofurnish icertMeat6fr6mt1ioUdionaWorker's Bo4rd showing that such bidder has complied With IC 223*-2.5,22.3-5-1 and IC 22-352i FA WSURANCE F; 3.1 The contractor shall, as prerequisite to this Agreement, purchase and thereaRermaintain such insurance as wjUprotect h1m from the claims got fbrth 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 Subcontractors orby anyone who directly or indirectly employed by any of them, or by anyone for whose acts any of themmay be liable. I -A {con't) Coverage Limits ,A Worker's Compensation & Statutory Disability Requirements B. 13mlilopes Liability $100,000 C. Comprehensive General Liability Seoiion 1. Bodily Nury $1,000.,000 each occurrence $2,000;U.00 aggregate Sectlort2. Propertyl)amage $1,000,000 each occurrence D. Comprehensive Auto Liability Section I. Bodilylnjuty $1,000,000 eachperson • $1,000,000 oath occurrence Section 2. Property Damage $1,000,090 each occurrence CompreliensiveUmbrella Liability $1,000;000 each occurrence $2,000,000 each eggrOgate p, Malpiracticeffivors & Omissions $1,000,000 pax claim Tusurance $2,000,000 each aggregate 9-Verify Requirements: Definitions: E-Verify Proms —A electronic verification of work author7izationprogram of -the Illegal Immigration. Reform and Immigration Responsibility Act -of 1996 (P.L.104 208), Division C; Title I'V,s.903 (a), as amended, operated bythe. 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. mmp popanumnahm uppp OR pppmm 0400mam anummmpgmp moon Mpppppvano mq Onnuounnallp noun ppm A Ran rill O212 CC'YMLTAME WITH xND A NAB E VERIJC '' MOGRAM R1CQUIR1iE1Vi NTS Pursuant to Indiana Code 22.5.1,7, Contractor is xequired to enroll in and verify the work eligibility status of all newly hued employees of the contractor through the Indiana E-Vei* program. Contractor is not required tp 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. Pxior to -the performance ofthe Agreement Contractor shallpxovide 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 (30) days after the City notifies the Contractor of the violation. If the Contractor fails to -remedy the violation within the thirty (3 0) day pexiod provided above; :the City shall considex the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the. City determines that terrninatiug this Agreement would be detrimental to the public interest of public property, the City may allow this Agreement to remain m effect until the City procures anew contractor. Hthis Agreement is ten inated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. e s—r � ���� Affidavit of Employment Eligibility Verif cation The Contractor, , affiims under the penalties of perjury that Contractor does not knowingly employ an unauthmized 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 tivith a person that the Contractor subsequently learns is an unauthorized alien. Puts-oaut to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the work eligibility status of all newly hued employees of the contractor through the Indiana E- Verify program. The Contractor has required Contractor's subcontractors to certify to flip Contractor that the subconitractoi 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 maintainthis certification throughout the duration ofthe teen of a contract with a subcontractor. I hereby verify under the penalt3r of perjury that the foregoitrg statement is true. Dated this day of , 20 (signature) (printed name). �t4'T 4 if, f MAN INVEST ONTACTIVITIES Pursuant to Indiana Code (IC) 5 22-16.5, Contractor ceitiftes that Contractor is *not engaged ha invest uient activities in Iran. Iu the event City determines during the course of this Agreement that this certification is no longer valid, City shad notify Contractor in voiting 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 Trot refitted by Contractor in the manner set forth in IC 5 22-16.5, the City rescl ves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiraiion of the -ninety (90) daypexiod Set forth above. 4 Iq PRE -QUOTE MEETING AGENDA RICHMOND SANITARY DISTRICT MRF Building Repair — 2020 Date: November 3, 2020 Time: 1:00pm Location: Administration Building 2380 Liberty Avenue Richmond, IN 47374 1. Introduction and Sign -In Sheet 2. Go over request and specs a. E-Verify Requirements. b. Local Preference Claims c.: Certificate of Insurance d. Iran Investment Activities e. Start Date once Contract and PO is issued f. Length of Project 3. Quotes will be due back —November 10, 2020 by 10:00am 4. Open Discussion 5. Site Tour 6. Adjourn ��� � 3 �� 1y Date: November 3, 2020 To: All Bidders From: Jeff Lohmoeller RE: Repair of MRF Building ADDENDUM #1 This is "Addendum #1". This addendum is in reference to the above -mentioned services. Please mark Addendum #1 on outside of envelope when returning quote. #1. Brand of Overhead Door that needs replace, 3 total. Overhead Door of Richmond. #3. This door shall be removed and a solid wood fire rated door replacement and paint #4. Door and framed needs to be set accordingly and new strike plate, weather strip and sweep. #5. Door and framed needs to be set accordingly and new strike plate, weather strip and sweep. #6. Block wall separation to be filled with fire rated foam. kk D { � A o PRICE REQUEST 1 Ql �,II, 4 w 1 C`I'TY OF WC MOND DEPARTA ENT OF SANUATION 23801JBERTYAVENUE.RI=OND,INDIANA47374 THIS IS NOT AN ORDER. (765) 983-7450-FAX (765) 962 2669 VENDOR INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications may be Smarrelli General Contractor, Inc 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 136 S. 2nd Street with signature; itemize all prices and charges where requested; and attach any explanation for any substitution to Richmond, IN 47374 specifications altered. Return in a sealed envelope, in care of Richmond Sanitary District Board of Commissioners to Attn: Steve Shute 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 22, 2020 10:OOAM on November 10, 2020 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a price request for Building Repair at our Material Recycling Facility (MRF Building) This will include overhead doors, man doors, repair of siding and gutters. Please see attached specifications. All E-Verify requirements will apply to this quote. Please include a Certificate of Insurance and any warranty information. Pre -Quote meeting will be on Tuesday_ November 3, 2020 at 10:OOAM at Richmond Sanitary Administration Building, 2380 Liberty Avenue, Richmond, IN 47374 Return the quote in a sealed envelope addressed to: Richmond Sanitary District Board of Commissioners Denise Johnson, Customer Svc. Mgr. 2380 Liberty Avenue Richmond, IN 47374 Re: MRF Building Repair - 2020 If you have any questions please call Pat Rinehart at 765-983-7472 or Jeff Lohmoeller at755-_OBZ-7464. STATE TAX EXEMPTION # 003121909-001 Richmond Sanitary District 1"1 AUTHORIZED BYSIGNATURE TITLE DATE PHONE NUMBER The Richmond Sanita ist riet is Regu es tin es for the air of Items at our Build�ra �o This building was built in 1995. We have several items that needs addressed. I will list what needs to be repaired or replaced. Cost of each item is listed separately. We have a limited budget. A Pre -Quote Meethag will be November 3, 2020 at 10:00am at our Administration Building. 00am Scone of Work: 1. 3 —12W x 14T overhead doors and tracks needs replaced. Bottom of the door E-Stops needs to be included. Door openers do not need replaced. 2. Gutters on the building needs to be cleaned out and repaired at each joint. There is an upper and lower section of the building. 3. We have 6 man doors the need attention and will be labeled. 41. Door and frame replaced and painted. Rough opening 40" x 86" $ �L bV 42. Door and frame replaced and painted. Rough opening 40" x 86" $ g i ov " #3. Threshold of door need�.r. placed and door needs painted. $ 1 �- A. Door needs painted. $ s #5. Door and flame needs to be reset and painted. $ ` l 5 46. Door and frame needs to be reset and painted $ Y 1 , 4. Roof on South East side of building needs to be repaired. Leaks $ /,ga® - 5. Siding on South side of building has come loose and buckled this needs to be repaired. 6. Block vall separating NMF area from offices has a structural crack. This needs secured. Please include the following: 1. Certificate of Insurance naming the City of Richmond as Certificate Holder. Yes No 2. E-Verification Yes No 3. Iran Activities Yes No Affidavit of Employment Eligibility Verification The Contractor, affirms -Lmdez the penalties of poxjury that Contradox does not knowingly employ an unauthorized alien. If Contractor is self-employed anal does -not employ any employees, Contractor verifies he ox 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 au employee or contract with a persoft that the Contractox subsequently teams is an unauthorized alien. Pursuant to Iudiaiia Code 22-5-�1,.7, Contractor has enrolied in and verified the work eligibility status of all newlyhited employees of the contractor through the Indiana E- Vexafy program. The Contractor has required Contractor's subcontractors to certify to the Contractor that the subcontractor does not kmwinglp employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E-Verify program. The Contractor wM mamtamtbis ceifficationthroughout the duration ofthe teen of a contract with a Subcontractor. I hereby verify under the penalty of perjury that the foxeg(i ng statement is true. Dated this (e day of Rf -&V 2o2 (pxinted nee) 4 MAN iNVESTMENTACTNITIES Pursuant to Indiana Code (IC) 5 22-16:5, Contractor certifies that Contractor is 'not engaged in roves txuen�t activities in Txan. lathe event City detenni aes duriug 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 Contractox fails to demonstrate to the City that the Contractor has ceased investment activities inlxanwithinninety (90) days after the -mitten notice. is given to the Contractor, the City may proceed with any xemedies it may have pursuant to IC 5 22-16.5. In the event the City determines during the cause of this Agreement that this certification is no longer valid and said detercaination,is not xefiitedby Contractor inthe, manner set fbithIn. lC 522-16.5, the Cityxeserves the right to consider the Conixactox to be in breach of this Agreement and texminate the agreement uponthe expiration of the -ninety (90) dayperiod set forth above. CERT CA E OF LL��/i-IB� L T II Q�e�71�1 1fU/n NCE DATE(MMIDDIYYYY) 10/21/2020 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 �~EPRESENTATIVE ORPRODUCER, AND THE CERTIFICATE HOLDER. .APORTANT: If the certificate holder is an ADDITIONAL INSURED, the polig(ies) must 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 NTACT NAME: Mary Griffin FM Patti Insurance and Financial Services P%cN o E t• (765)966-7531 AXC No: (765)935-2475 36 South 9th Street E-MAIL ADDRESS: PO BOX 1167 - INSURERS AFFORDING COVERAGE NAIC 9 Richmond IN 47375 INSURERA:FCCI 10178 INSURED INSURERS: Business First Insurance Company 11697 Smarrelli General Contractor's, Inc. INSURERC: 136 South 2nd St. INSURERD: INSURER I-: Richmond IN 47374 INSURERF: LY111C17A(_CC rr-PTIGir`ATF MIIMRRR•1.1 /2n - 11/21 Mastc>_r RFVISIt1M MI►MRFR• THIS ISM CERTIFY THATTHE 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTOALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUER POUCYNUMBER MMIUDDYEFF NM MMIDDfYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A CLAIMS -MADE ❑X OCCUR PREM PREMISESEa occurrence S 100,000 MED EXP (Any one person) $ 5,000 CPP100032539-02 11/1/2020 11/1/2021 PERSONAL BADVINJURY $ 1,000,000 GEMLAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE S 2,000,000 PRODUCTS -COMP/DPAGG S 2,000,000 X POLICY a jECT LOG $ OTHER: 7_7`. AUTOMOBILE LIABILITY COMBINEDSINGLEGLELIMIT c Ea accident) $ 1,000,000 BODILY INJURY (Per person) S A X ANYAUTO ALL OWNED SCHEDULED X AUTOS AUTOS NON -OWNED X X HIRED AUTOS AUTOS CA100019156-02 11/1/2020 11/1/2021 BODILY INJURY (Per accident) S PerOPERTY DAMAGE $ 1,000,000 Undednsured motorist combined sir $ 1,000,000 X UMBRELLALIAB X OCCUR EACH OCCURRENCE S 5,000 000 [::�EX_CESSLIAB AGGREGATE5 000,000 A CLAIMS -MADE UMID0019155-01 11/1/2020 11/1/2021 ED RETENTIONS S B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNERIE(ECUTIV. DFFICER/MEviBER EXCLUDED? (Mandatory in NH) NIA 521-18957 11/1/2020 11/1/2021 X STATUTE ERR- E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE-EAEMPLOYEE S 1,000 000 E.L. DISEASE- POLICY LIMIT S 11000,000 If yes, describe under DESCRIPTION OF OPERATIONS below A Equipment ?,eased:or Rented cPF100032539-02 11/1/2020 11/1/2021 Limit: $140,000 from Others Deductible $500 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space is required) UtK I INGA1 It IYULUtK Bill] City of Richmond 50 N. 5th Street Richmond, IN 47374 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 eg Easley/MLG ©1988-2014 ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD ` 1