Loading...
HomeMy Public PortalAbout028-2021 - Greenwave Computer Recycling - electronic waste at landfill ORIGINAL AGREEMENT THIS AGREEMENT made and entered into this 2- " day of MAy , 2021, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners(referred to as the"City"),and Green Wave Computer Recycling,6555 E. 30th Street, Suite D,Indianapolis,IN 46219 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to remove and appropriately destroy all electronic waste from the New Paris Pike Landfill, located in Richmond, Indiana, as directed by the City,the consideration for which.shall be consistent with that which is set forth in the Contractor's response to quotes, which is incorporated by exhibit as more fully set forth below. A Request for Quotes has been made available for inspection by Contractor, is on file in the office of the Department of Sanitation for the City of Richmond,consisting of three(3)typewritten pages, which is attached hereto and incorporated by reference herein as Exhibit"A". The response of Contractor to said Request for Quotes is attached hereto and incorporated by reference herein as Exhibit`B", consisting of three(3)typewritten pages. 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 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 at the rates indicated in Exhibit`B"in an amount not to exceed Twenty- five Thousand Dollars and 00/100 ($25,000.00). SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue in effect until to an including December 31, 2021, with City having the option to renew the agreement through 2024 according to the same pricing schedule referenced herein, and within the exhibits attached hereto. Contract No. 28-2021 1 I Page ti 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, or employees. Contractor shall as a prerequisite to this Agreement,purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub-contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation& Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence . -------- - ... .._..__....._. 2 Page $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 thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES 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: 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. 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. 4 I Page 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. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. 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. 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 off�'.chmond, Indiana,by and through Green Wave Computer Recycling its Board,''Sanitary Commissioners By: 717---r / 7 Sue Miller,President (Printed): f24,4 f.el C. ,kd -, an hi,Vice Pre dent Title: v?/dwner Dated: O5-. 7-2-0 21 r Stiens,Member 5 I Page Dated: 05-21-Zo -t APPROVED: Dave ow,Mayto Dated: b ( S 2O f 6 I Page CONTRACT REQUEST FORM 1. Date contract needed (Clerk or agenda deadline): April 27, 2021 Date Submitted to Law*: _April 15.2021 2. Board/Commission that will approve contract Richmond Sanitary Board 3. Has bid been awarded?Yes Date awarded or expected: March 23, 2021 4. Brief description of work to be performed or supplies to be furnished(or any addendum information if request is for an addendum): iHtrita r . _! ee waste that is collected at the Richmond Landfill. &g'ec /n�G�U �/LI.I iotaa&Lip ot Pd,LQ L o vas le -P -o.r LG.s�c J2! 1 5. Name and address of Contractor to be retained: Greenwave Computer Recycling 65555 East 30th'Street, Suite D. Indianapolis,IN 46219 6. What method was used to request bids?(check one) Professional Services X Request for Quotes Request for Proposals Bid Specifications Request for Qualifications State Quantity Purchase Bid/Quote 7. What date was the Bid Specification/RFP/RFQ/QPA sent out or requested? March 5,2021 8. Date of Contractor's Response/Proposal/Bid*. March 23,2021 9. Did the Contractor supply you with all necessary certificates of insurance,warranties, etc.? Yes 10. In what office are the Bid Specifications/RFP/Bid lists on file with the City? Richmond Sanitary District Admin Building 11, Amount to be paid to Contractor$_No to exceed$25,000 each year_ Term of Contract: 3 year. Remainder 2021,2022&2023 12. Any other relevant information: Exhibit A 13. Are appropriate line-item funds available or has an Authorization to Proceed been issued? Yes 14. Submitted By: Jeff Lohmoeller Department: Sanitation *Please complete and return, along with Contractor's response and any and all supporting documents, attachments, and exhibits,at least one(1)week before the contract is needed for its Agenda deadline. Incomplete submissions will be returned to the Department Head. September 2018 PRICE REQUEST O p as DEPARTMENT TYAV OPU oRICF3 SANITATION THIS IS NOT AN ORDER 2380 LTRrf�'YAVLNUEoItICI-LbiOND,INDTANA4737-t PHONE(765)983 7450oFAX(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: March 5,2021 March.23,2021.by9:00 AM UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a price request for E-waste removal and destruction at the New Paris Pike Landfill. This quote will be from signed agreement to December 31,2021 with the City retaining sole option to renew this agreement,upon the same terms and conditions,for 2022 and 2023. Please-see attached specifications.All &Verify requirements will apply,to this.quote: Please include a Certificate of Insurance,which includes Worker's Compensation. Please include pricing on attached bid sheets. Return the quote in a sealed envelope addressed to: Richmond Sanitary District Board of Commissioners Attn: Denise Johnson 2380 Liberty Avenue Richmond,IN 47374 Re: l-Vllaste Removal and Destruction If you have any questions please call Darren Duncan at 765-983-7457. STATE TAX EXEMPTION#003i21909-001 AUTHORIZED BY SIGNATURE Vt04 ^/�� TITLE Richmond Sanitary District DATE PHONE NUMBER Electronic Removal,Recycled and Disposal, Pimpa5al Sheat The Richmond Sanitary District is requesting quote for the removal and destruction of all types of Electronic Products.IT Equipment and the recycling of both types of televisions,flat screen and CRT-nits and all other electronics. 1. Charge for spotting a trailer at our City of Richmond Landfill located at 4252 New Paris Pike,Richmond,Indiana. $ .. AN? 'mot fLbsep 2. Charge for providing pallets and Gaylords. $ 0,00 As ��.�� �S vie of --€:'(- eIette,vitS Items to be recycled: Fee/Credit 3. CRT Units (CRTTelevisions,Projections,Woodconsole,CRT Monitor) $ 4r!1/1! Pee 4, Flat Screens Units (LCD,LED,Plasma TV's,Monitors) $ 0. J 7/if he 5. Broken-Screen CRT/Units CRTGlass/Parted CRT Units Missing copper pieces $ O.3 L/i! Fee 6. Transportation(Live Load) $ 19V° Fee 7. Computer Unit—Desk Top (Desktops/servers) $ . eitc i• 8. All Other Electronics $ 0'`' 4.rvA'r Exhibit B • • , . Please include the follo ving with quote: Vendor Name: G- e,rit et,,,44),,.I.er Date: is-z Quote Valid Till: 09 $—7-n Include Warranties if Any iv& --- Certificate of Insurance YES V NO- E-Verify: YES v NO Indiana Local Preference YES " NO Iran Investment Activities YES NO A riF a ' Rev151on:27 Isa0e W0:10/3D12012 • Revis on Dale:10108R018 • A/C Adapters VHS Tapes Analyzers /Test Equipment Audio/Visual Equipment Hai t ,bs Batteries (All Kinds) CDs Cass Calculators e>�te Tapes Cameras Cell Phones _ Data Tapes . Computers/Laptops Electric amps Computer Components Paint Copy Machines Items containing PCBs(Polychlorinated biphenyl) Cords ,o) PCBs are fend in certain capacitors CRT Monitors el transformers. CRT Televisions Oil at ether petroleum products Dehumidifiers Light bulbs(Unless already part of the electronic Dryers device such as projectors) DVD Players Plastic not from electronics Fax Machines Chemicals not related to electronic equipment Hard Drives Tin cans Ink/Toner Miscellaneous trash Keyboards MVlercury-containing devices(light bulbs, Laptop Computers thermometers,thermostats) LCD Monitors Glass Bottles LCD Televisions Wood products(Unless already a part ol the. LED Televisions Mainframes electronic device such as a television) Medical Devices Tires Metal Scraps (Steel, Copper,Aluminum, Etc.) Fire Extinguishers Mice Pressurized Tanks(Propane,Oxygen, Etc.) Microwaves Overhead Fuel Containers Projectors Plasma Syringes Televisions Printers/ Medical Waste • Fax Machines Medication Refrigerators ;asoline or Diesel Engines Scanners Security Equipment Servers/Server Cabinets Stereo Equipment Telephones Televisions (LED, LCD) Toner/Ink Typewriters UPS/Battery Backups Vacuum Cleaners VHS Players Washers Wires /Cables/Cords