Loading...
HomeMy Public PortalAbout016-2021 - Greensfork Alignment - new tiresa AGREEMENT ORIGINAL THIS AGREEMENT is made and entered into this I day of 44", Ch , 2021, by and between the City of Richmond,Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, 50 North 5th Street, Richmond, Indiana 47374 (hereinafter referred to as the "City") and Greens Fork Alignment & Service, 2441 Centerville Road North, Centerville,Indiana 47330 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for furnishing all tires for the Richmond Sanitary District. City sent a Request for Quotes on January 14, 2021, seeking quotes for the service and furnishing of all tires for the Richmond Sanitary District. The Request for Quotes is attached hereto and incorporated herein by reference as Exhibit"A". The response of Contractor, dated January 26, 2021, is contained in Exhibit `B", which Exhibit "B"is attached hereto and incorporated herein by reference and made a part of this Agreement. Should any provisions,terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions,terms, or conditions of this Agreement,this Agreement shall be controlling. The Contractor shall, when requested, provide the phone call, text message or email specified by City. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purchasing Department. SECTION 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 Eighty Thousand Dollars and No Cents ($80,000.00) for supplying tires to City from January 1, 2021 through December 31, 2021. The price rates on the tires supplied by Contract are set forth in Exhibit`B". Contract No. 16-2021 Page 1 of 6 SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all the parties hereto, but retroactive to January 1, 2021, and shall continue in effect through and including December 31, 2021. City and Contractor agree that this Agreement may be extended, on a calendar year-by-year basis, for up to two (2) additional calendar years after 2021. Both City and Contractor agree that the parties may change the terms on the agreement but only with a written extension or addendum approved in writing by City and Contractor. The potential changes would involve, among other potential changes,the prices of tires by Contractor and the spending cap imposed by City. This Agreement shall become effective upon the execution of this Agreement by both City and Contractor and shall terminate upon completion of the work performed,which is anticipated to be completed within thirty(30) days of the execution of this Agreement, but by no later than June 1, 2018. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure,for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written,by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination,the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub-contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Page 2 of 6 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 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 Page 3 of 6 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 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: 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; 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. 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. Page 4 of 6 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. Page 5 of 6 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond,Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" "CONTRACTOR" THE CITY OF RICHMOND, GREENS FORK ALIGNMENT INDIANA by and through its & SERVICE Board of Sanitary Commissioners By: ,..-- (----------"‘ By:cat'VW') ]1;7-1"( " Sue Miller,President Printed: N" Li jj �y �V� Title: 0 e e-'4 Am shi,Vice-President / 0 By: / ,' _ Date: 3 z,3 . 2.0 Z-I Greg fens,Member APPROVED: . Sno ,-M or City of Ric ond,Indiana Date: 01, f G 2oLi Page 6 of 6 PRICE REQUEST „it CITY OF RICHMOND DEPARTMENT OF SANITATION 2380 LIBERTY AVENUE.RICHMOND,INDIANA47374 THIS I I NOT A �,T ORDER PHONE(765)983-7450.FAX(765)962-2669 H!L N7DT 1�J 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: January 14,2021 _ 10:00AM on January 26.2021 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a price request for TIRES FOR THE RICHMOND SANITARY DISTRICT, The period of Service will be from signing of Contract to 2021 with the option to renew for year two (2022)and year three(2023) at the same cost ending December 31,2023. PLEASE ENTER ALL INFORMATION ON ATTACHED PROPOSAL SHEET. Richmond Sanitary District Board of Commissioners 2380 Liberty Avenue Richmond, IN 47374 Re: 2021 TIRE QUOTES Please include Certificate of Insurance with Quote. Quote Valid Until Questions'? Call Danny Abrams at 765_983-7466 or Jeff Lohmoeller at 765-983_7464 NAME OF FIRM.QUOTING: ..:. BY: - —= STATE TAX EXEMPTION#003121909-001 AUTHORIZED BY SIGNATURE //_// �„,s�I�I�-�Q�,�,,�QQQ��,, TITLE ZaNLYITCiGS.iet Richmond Sanitary District DATE PHONE NUMBER G� ��� ** _`-1 P9 14: i . RICBMOND SANITARY DISTRICT Reginest for Quote for "Tires" 2021 PROPOSAL SHEET RICHMOND SANITARY DISTRICT TIRE QUOTE SPECIFICATIONS Goodyear Tires Only 1) .Front and Rear Tires.for International Impac Trash Trucks.(approx. 20 tires) Size: 11-R-22.5 G G622 Goodyear RSSI9 x$ 2) Front and Rear Tires for International Impac Trash Trucks (approx. 20 tires) Size: 11-R-22.5 gI Goodyear Endurance RSA G Y$ 3) Front and Rear Tires for McNeil's Trash Trucks (approx. 20 tires) Size: 11-R-22.5 Armor Max MSD *$ 4) Front and Rear Floatation Tires for EVO Local Trash Trucks (approx. 20 tires) Size: 425/65R22.5 L G296 MSA Goodyear x$ • .. 5)- Front and Rear Tires for New Way Trucks (approx. 16 tires) Size:.315/80-R22.5 L _:.-. G289 WIJAGoodyear__.- _;:X$ - 6) Front and Rear Tires for New Way Trucks (approx. 25 trucks for LT tires) Size: 11R22.5 II Goodyear Marathon RSA *$ of Q1 1 • 7) Front and Rear Tires for Pickup.Trucks and SUV's (LT truck tires) =Size: LT245/70R19.5 Et Goodyear Endurance RSA *$ Please include the following with quote: Vendor Name: Date: Quote Valid Till: Include Warranties E-Verify: YES NO Indiana Local Preference YES NO Iran Investment Activities _ YES NO • Z . • • ARTICLE I{ INSTRUCTIONS TO BIDDERS INDEMNIFICATION,INSURANCE;AND PROTECTION OF LIVES AND PROPERTY F.1 INDEMNIFICATION F.1.1 The contractor shall indemnify and hold.harmless the City of Richmond and its officers and !i employees from and against all claims,damages,losses,expenses,including but not limited to attorney'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,sickness,disease or - - death;or to injiuyto or destruction.of tangible property(other thangoods,materials and equipi tent fbmished under this contract)including the loss ofuse resulting there from,and.(b) . • is caused in whole or in part by any negligent act or omission of the contractor,any subcontractor,or anyone directly employed.by any of them or anyone for whole acts any of them maybe liable,regardless of whether or not it is caused in part by a party indemnified hereunder. { '.F.1.2 In any and all claims against the dity or any of its officers or employees by any employee of the contractor,any subcontractor,anyone directly or indirectly employed by any ofthena or anyone ' for whose acts any of them may be liable,the.indemnification obligation under this paragraph G.1 shall hot be limited in any way by any limitation of the amount or type of damages, compensation or benefits payable by or for the contractor or anysub-contracfor under worker's or workmen's compensation acts,disability benefit acts or other employee benefit acts. • II F.2 WORKER'S COMPENSATION INSURANCE F.2.1• For contracts invoivingperfonnatice of-Work pursuant to the provisions of Indiana Code IC 22 3 2-14(a)bidders are required to famish a certificate.from the Indiana Worker's Board showing that such bidder has complied with IC 22 312-5,22 3-5-1 and.IC 22 3 5 2. F.3 INSURANCE • F.3.1 The Contractor shall,as prerequisite to this Agreement;purchase andthereaftermaintaiu such In protect him from the claims set forth below which may::•: - :,.: _. .__. surance as will arise out of or result from the Contractor's operations under tl-iis.Agreement,whether such operations y •e Contractor.or by any Sub-.contractors or by anyone who directly or indirectly employed by any ofthem,or by anyone forwhose acts any of them may be liable. • • • • — i ) • P.3.1 (Gout) 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 • Section2. Property Damage $1,000,000eachoccurrence D. Comprehensive Auto Liability Section1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000;000 each occurrence g, Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate F. Malpractice/Errors&Omissions $1,000,000 per claim • Insurance • $2,000,000 each aggregate • • E+-Vexify Requirements:- Definitions: -- - -E-Verify Program A electronic verification of--work authorization program of the Illegal- - - Immigration Reform and Immigration Responsibility Act-of 1996(P.L. 104-208),Division C,Title IV,s.403 (a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Tmmigration 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. ppppnppmppppppaga ppIdIIH[1tmanrranApa ctiHinzanFrsrinII aertturinranar4AumaIlritzpALA9szt LQAptartna Qgmm74t9H37n COMPLIANCE WITH INDIA1A E-WlR]BnPROGREW 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 Verifyprogram. 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(a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no later than thirty(30)days after the City notifies the Contractor of the violation. If the Contractor fails to remedy the violation within-the thirty.(30)-day period provided above,the City shall consider the i 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 flits-Agree ientis to ruinated-un:elei it is seetzon then-ursafi to IC 22=5=3.7 1-3- c the Contracto will remain liable to_the-City for-actual-damages. --- j1Lk' A 6e4 • __._:.- Affidavit:of Employment Eligibility Verification- The Contractor affirms under the penalties of perjury that Contractor does not knowingly employ an unauthorized alien. if:Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not knowingly employed or contracted with an unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthorized alien.Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the work eligibility status of all newly hired,employees of the contractor throw the Indiana E- Verify program: The Contractor has required Contractor's subcontractors to certify to the Contractor that the = • subcontractor does not knowingly employ or contract with an unauthorized alien and that the. subcontractor has enrolled and is participating in the E-Verify program. The Contractor will maintain this certification throughout the duration ofthe term of a contract with a subcontractor. . I hereby verify under the penalty,of perjury that the foregoing statement is true. Dated this day of ,20_ (signature) (printed nan,e) 1,4 • - Indiana-Loeal Preference-Claim: • Definitions: • • Affected Coun..�y—Wayne County or an adjacent county. Local Indiana 3 usiness—A business whose principal place of business is in an Affected County; a business that pays a majority of its payroll(in dollar volume)to residents of Affected.Counties; or a business that employees residents of Affected Counties as a majority of its employees: Local Preference])ocumentation _. If the Bidder is claiming local preference as defined by Indiana Code 5-22-15-20.9, it shall include such claim with its Bid. In addition the Bidder shall submit, as a Post-Bid submittal, all documentation • required by the.Local Indiana Preference form. If the Bidder is a Joint Venture and is claiming local preference pursuant to Indiana Code 5-22-15-20.9, • the Bidder shall submit all post bid documentation as required by the Post-Bid submittals. In determining whether the Joint Venture qualifies as a Local Indiana Business, as defined by Indiana Code 5-22-15-20.9,the Owner will evaluatethe Joint Venture by combining each business's total payroll, payroll paid to residents of Affected Counties,total number of employees,and total number of employees who are residents of Affected Counties. Further,each part of the Joint Venture shall submit the location of it's principal place of business will be a consideration in whether the Joint Venture • qualifies as a local Indiana business_ The Owner will determine whether the Joint Venture qualifies as a Local Indiana business. The total overall Joint Venture must qualify as a Local Indiana Business to receive the local:preference as defined in Indiana Code 5-22-15-20.9. . • Subject to Indiana Code 5-22-15-20.9,award of the Contract will be made to the lowest,responsive and responsible Bidder,where the Bid is reasonable and does not exceed the funds available for the project. The Owner reserves the-right to reject all Bids and may waive or allow a Bidder to correct errors,. omissions or other irregularities in Bid Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders. • - V_ _. _ ._.w.._ INDIANA LOCAL..PREFERENCE..CL t..____ - - (On1 AU out this Part of claiming to be a Local Indiana 1:uusincss) • • Pursuant to Indiana Code 5-22-15-20.9, • (Name of Business) Claims a local Indiana business preference for the bid for Project in Wayne County,Indiana. (Name of Project) • The Claim of applicability of the Local Indiana Business preference is based upon the following (Check all that apply) • E 1. The location of the Business's principal place of business is: A) in Wayne County,or B) in`an adjacent county ❑ 2. The majority of the business's payroll,for the previous twelve (12)months,from the date of this Bid,is to residents in Wayne or an adjacent county. ❑ 3. The majority of the business's employee's,for the pfevious twelve(12)months from the date of this Bid, are residents of Wayne or an adjacent county. - If business is deemed to be the apparent low bidder,business shall provide info.unation pursuant to Post-Bid submittal (Local Indiana Business Preference),to substantiate the claim of a local Indiana business. • Local Indiana iusiness Preference Pursuant to.the City of Richmond Bidding and Contract Requirements,this application for the local- Indiana business,pursuant to Indiana Code section 5-2245-20.9,is hereby sstibmittedfor the Project listed below by Bidder/Applicant(hereinafter Bidder). (Use additional sheets if necessary.). Date Bid Submitted: • Project Nnrnber: Project Name: Bidder: Contact Name: Phone Number: Principal Place of Business: Number of Months Address has been Principal Place of Business: • Number of all Employees for the twelve (12)months prior to the date of Bid submission: Number of Employees who were residents of Affected Counties for the twelve(12)months prior to the date of Bide submission: • • 1. If the Bidder claims it is a local Indiana business because the Bidder's principal place of business is in Wayne County or an adjacent county,give a statement explaining the reasons the business • considers the location named as the business's principal place of business: • • 2. In order to claim local preference pursuant to Indiana Code section 5-22-15-20.9,the Bidder must supply below its total payroll and the amount of the business's payroll paid t residents of Affected Counties for the previous twelve(12)months from the date of the Bid. a:..:Total-Amount-of-payroll-Paid to-all-employees-of-Bidder-in-the-previous-twelve-(-2) months from the date of the Bid: $ • _, _� _� b Total Amount of payroll.paid.to_residents of affected=counties for_the_previous tvtiel& - (12)months from the date of the Bid: -Bidder-=shall supply=supportingpayroll iecordssufficient for-Owner=to establish-the above = - representations. When supplying supporting records, tiddler shall redact all Social(Security Numbers • IIZAN]NVESTIVIENT 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 nine ty (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 givento 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) dayperiod set forth above. • • • edth,L t 11, 0411 �V,�}'0* 4, PRI ' E CITY OF.RICHMOND DEPARTMENT OF SANITATION - 2380 LIBERTYAVENUEoRICBMOND,INDIANA 47374 THIS IS NOT AN ORDER _--=..- ----- -- PHONE(765)983=7450oFAX(765)-962-2669- VENDOR INSTRUCTIONS This is a request for a price for the services of materials Danny Hall, GreensforkAlignment described below. Any additional specifications niay be attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. PO BOX 114 Please complete your full name and phone. number below with signature; itemize all prices and charges where alter), IN 47357 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 tirne to be considered. DATE: . REPLY MUST BE IN BY: I PAYMENT TERMS: DELIVERY REQUIRED: January 14,2021 10:00AM on January 26.2P21 UPON RECEIPT OF INVOICE DELIVERED -- i DESCRIPTION This is a price request for TIRES FOR THE RICHMOND SANITARY DISTRICT, The period of Service will be from signing of Contract to 2021 with the option to renew for year two (2022)and year three(2023)at the same cost ending December 31,2023. PLEASE ENTER ALL INFORMATION ON ATTACHED-PROPOSAL SHEET. Richmond Sanitary District Board of Commissioners 2380 Liberty Avenue Richmond, IN 47374 Re: 2021 TIRE QUOTES Please include Certificate of Insurance with Quote. Quote Valid Until Questions?Call-Danny-Abrams.at 7-65=983=74.66-or Jeff Lohmoeller-aL7.65-983=.7_46_4. • . -..- _ ,, - _ -- -_ - . .. NAME N QUOTING. -.-O F FIR..—.,._.�.��..�,_. �.;. BY: STATE_TA-X-EJCEMPTION_#_003I21:909-00J: . . UR AUTHORIZED BYSIGNAT E OD MIA TITLEpeid zoamodee4 /211202A Richmond Sanitary District DATE PHONE NUMBER RICHMOND SANITARY DISTRICT I<' eq st for Quote kr "Tires". . . 2021 IPROI OSATG Si ET RICBMOND SANITARY DISTRICT TIRE QUOTE SPECIFICATIONS Goodyear Tires Only 1) Front and Rear Tires for International Irnpac Trash Trucks (approx.20 tires) Size: 11-R-22.5 G acif G622 Goodyear RSD "$ 5.y 2) Front and Rear Tires for International Impac Trash Trucks (approx.20 tires) Size: 11-R-22.5 Ig Goodyear Endurance RSA G X$ 3 3/ f 3) Front and Rear Tires for McNeil's Trash Trucks (approx. 20 tires) Size:.11-R 22.5 II Armor Max MSD "$ 'WO 4) Front and Rear Floatation Tires for EVO Local Trash Trucks (approx.20 tires) Size: 425/65R22.5 L G296 MSA Goodyear Y$ 5)=Front and-Rear Tires fo:r New-Way-- ruckTtaap=pxox:-1=6=tires): .--- - -- Size: 315/80-R22.5 L G289 W Goodyear 6) Front and Rear Tires for New Way Trucks (approx. 25 trucks for LT tires) — � ;/ Goodyear Marathon RSA '`$ CA°l;C° °-C9' 1 7). Front-and.Rear_Tires,.for PickupTrucks and_,SUV's_.(LT truck tires) Size: LT245/70R19.5 Goodyear Endurance RSA *$ 5 _ Please include the following with-quote: '1 Vendor Name: 47ree4 5,';` < ,T J � 6� ev- e) Date: I 2-i - Zeal Quote Valid Till: . ,/'2. 3 / 2 Z Include Warranties E-Verify: YES NO • Indiana Local Preference YES V NO Iran Investment Activities YES NO r 14,1 )2'6 0,e9 • E+-Verify Requirements: • Definitions: E-Verify Program—A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act-of 1996 104-208),Division C,Title IV,s.403 (a),as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Tmmigration 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. riiim Iturima trazinsorasennianntini 9IIGiffiAi41313R19gI3i9R/SgEIA[i R flmtsannunnu7rtruan74AL1Agi1A AI3AIDI1i4I9gIi19QF ttntri 9FA9E1in COlVfeLIANCE WITH INDIANA E-VERIIBT 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 newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of the Agreement, Contractor shall provide to the City its signed Affidavit affirming that. Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7(a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no —-later-than-Thirty(3D):days after the City_notifies-the Contractor of the violation Ifthe-Contractor.fails_-to --= -- re ro edynthY vzoolat or within ;e-thu-ty(30) dayperio d provi ded above,-the eity'-sh:all consider the Contractor to bein breach of this.Agreement arid this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest orpublic . ----:property;the-Citymay allowthns;Agreement>to remain in efrectmntil-the.-Citypr-ocures.a_new:confxactor- - If_rhis_Agreem ent is_teemina-tedunderthis_section,-then purs-uaut-o.LC 2. 5A.7_7 3 (c)_the Contractor - will remain liable to the City-for actu rdaiages. Affidavit of Employment Eligibility Verification - - The Contractor,-GQ_Gcki Fops_ NU GO aa s 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 Shen. The.Contractor has not knowingly employed or contracted with an unauthorized alien n-od shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthorized alien. Pursuant to Indiana Code 22.5-1,7, Contractor has enrolled in and verified the work eligibility status of all newly hired employees of the contractor Through the Indiana E- Verify program. The Contractor has required Contractor's subcontractors to certify to the Contractor that the . subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E Verify program The Contractor will maintain-this certification throughout the duration ofthe teiia of a contract with a subcontractor. I hereby verify under the penalty of perjury that the foregoing statement is true. • Dated this Ze day of I .N ,20 2 • C,,._.fir .... (signature) ... (printed nam e) • Indiana Local Preference Claim: . • Definitions: . • • - ----Affected Couniv—Wayne County or an adjacent-county. _ Local Indiana lusiness—A business whose principal place of business is in an Affected County; a business that pays a majority of its payroll(in dollar volume)to residents of Affected-Counties; or a business that employees residents of Affected Counties as a majority of its employees: • Local Preference Documentation If the Bidder is claiming local preference as defined by Indiana Code 5-22-15-20.9,it shall include such .. claim with its Bid. In addition the Bidder shall submit, as a Post-Bid submittal, all documentation • required by the Local Indiana Preference form. If the Bidder is a Joint Venture and is claiming local preference pursuant to Indiana Code 5-22-15-20.9, the Bidder shall submit all post bid documentation as required by the Post-Bid submittals. In determining whether the Joint Venture qualifies as a Local Indiana Business, as defined by Indiana Code 5-22-15-20.9,the Owner will evaluate.the Joint Venture by combining each business's total payroll, payroll paid to residents of Affected Counties,total number of employees, and total number of employees who are residents of Affected Counties. Further;each part of the Joint Venture shall submit the location of it's principal place of business will be a consideration in whether the Joint Venture • qualifies as a local Indiana business. The Owner will determine whether the Joint Venture qualifies as a Local Indiana business. The total overall Joint Venture must qualify as a Local Indiana Business to receive the local preference as defined in Indiana'Code 5-22-15-20.9. • Subject to Indiana Code 5-22-15-20.9, award of the Contract will be made to the lowest,responsive and responsible Bidder,where the Bid is reasonable and does not exceed the funds available for the project. The Owner reserves the•right to reject all Bids and may waive or allow a Bidder to correct errors,. omissions or other irregularities in Bid Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders. JNDIANA I,(1'KCAL PREFERENCE CLAM (Only iU out this Part if claiming to be a Local Indiana Business) • —Pursuant to Indiana Code-S 22-15-20.9, G YJ K`l-s Fp'Ql .+1 G (Name of Business) - Claims a local Indiana business preference for the bid for Project .RI eMi\ilOUO t l'1 T`Y E S in Wayne County,Indiana. - (Name of Project) The Claim of applicability of the Local Indiana Business preference is based upon the following (Check all that apply) gla 1. The location of the Business's principal place of business is: A) in Wayne County, or • B) in`an adjacent county • 2. The majority of the business's payroll,for the previous twelve(12)months from the date of this Bid,is to residents in Wayne or an adjacent county. 3. The majority of the business's employee's,for the previous twelve (12)months from the date of this Bid,are residents of Wayne or an adjacent county. If business is deemed to be the apparent low bidder,business shall provide information pursuant to Post-Bid submittal(Local Indiana Business Preference),to substantiate the claim of a local Indiana business. • • °6� 3 �e9 . • • • • • • • POST B10) SUBMITTAL Local Indiana :usiness Preference - _-- Pursuant to-the City of Richmond Bidding and Contract Recjuirements,this application for the local = Indiana business,pursuant to Indiana Code section 5-22-15-20.9,is hereby submitted for the Project • listed below by Bidder/Applicant(hereinafter Bidder). (Use additional sheets if necessary.). Date Bid Submitted: 112-2-120 I • Project Number: Project Name: 11(-Z-GS G(� I13.11C,\ MO4 6) Bidder: C- Q . •aIS Q 1„1 C.� • . Contact Name: PI LI I,koi Phone Number:-1 torj� J 1� Principal Place of Business: "ZL LC 1 M.0 C-.9 a k\1 Q Ea.\1‘L3S ►d . Number of Months Address has been Principal Place of Business: } P� Number of all Employees for the twelve(12)months prior to the date of Bid submission: 3 I. Number of Employees who were residents of Affected Counties for the twelve(12)months prior to the date of Bide submission: 3` • 1. If the Bidder claims it is a local Indiana business because the Bidder's priribipal place of business is in Wayne County or an adjacent county, give a statement explaining the reasons the business considers the location named as the business's principal place of business: MOP2 Z=, UDCATiftd • • • 2. In order to claim local preference pursuant to Indiana Code section 5-22-15-20.9,the Bidder . must supply below its total payroll and the amount of the business's payroll paid I residents of Affected Counties for the previous twelve_0.2)months from the date a. 'Total Amount of payroll paid to all employees of Bidder in the previous twelve(12) months from the date of the Bid: $ •1�10 1 ✓ - _-b. Total Amount of payroll paid to residents of affected counties for the previous twelve - ----- • 1=2-=montTis from=the-date=ofthe Bid:—1 10 Bidder shall supply supporting payroll records sufficient for Owner to establish the above . representations. When supplying supporting records, tiddler shall redtact all Social Security . Nuumbers.. eltk)iri A ga.0 • IRAN INVESTMENT ACTIVITTFS • Pursuant to Indiana Code (IC)-5-22-16.5, Contractor certifies that Contractor is-not engaged in investor ent 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 Iranwithinni-nety(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) dayperiod set forth above.