Loading...
HomeMy Public PortalAbout130-2021 - Sargent's Equipment & Repair - Badger Baler AGREEMENT THIS AGREEMENT made and entered into this /A day of 47.4'444, 2021, and referred to as Contract No. 130-2021 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 Sargents Equipment&Repair, 281 E. Saulk Trail, South Chicago Heights, IL 60411 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to retain Contractor for preventative maintenance associated with a Badger Bailer and CP Sorting System. The foregoing shall meet the requirements previously requested by the City which are set forth on the specifications sheet to which the Contractor has responded with said specifications being attached hereto as Exhibit "A". Additionally, Contractor's response is incorporated by reference herein, and attached hereto as Exhibit"B". 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 perform the services listed on the attached Exhibits attached hereto as soon as is practically possible in coordination with the 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(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. SECTION III. COMPENSATION City shall pay Contractor the sum of fourteen thousand five hundred eighty dollars and 00/100 ($14,580.00) in consideration for the services contemplated herein. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue until such time that the Contractor satisfactorily performs the services contemplated herein and according to the timelines set forth within the attached Exhibits. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause by specifying 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; 1 I Page 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. 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 $2,000,000 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 2 Page 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 3 I Page 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. 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. --- ----- - 4 I Page 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 of Richmond,Indiana,by and through Sargants Equipment&Rep its Board of itary Commissioners By: Sue , resident (Printed): /7 eL . 9/ 4145-ei4ST AThaeftriia shi,Vice President Title: / ' �s/e/C"1c/7-- Dated: /e/ 1 2- teens,Member Dated: /d ' e a' APPROVED: Snow, or Dated: (2 / (/2O1/ 5 I Page IFICCE REQUEST ro, CITY OF RICHMOND DEPARTMENT OF SANITATION �� IS NOT �JLu�� 2380 LIBERTY AVENUEoRXCHIVIOND INDIANA47374 1 PHONE(765)983 74500FAX(765)962-2669 VENDOR INSTRUCTIONS I, This is a request for a price for the services of materials described below. Any additional specifications may be Sargents Equipmentattached hereto. This Is NOT an order and the City reserves Repair��Te j the right to accept all or part, or decline the entire proposal. 281 E. Sauk Trail Please complete your full name and phone number below with signature; itemize all prices and charges where South Chicago Heights, IL 60411 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 1 the administration building at the address above by the. specified date and time to be considered. DATE: I REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: August 2,2021 August 24,2021 by 9:00AM UPON RECEIPT OF INVOICE DELIVERED III DESCRIPTION This is a request for quotes for Preventative Maintenance for a Badger Bailer and CP Sorting System. Please see attached specifications,All&Verify requirements will apply to this quote. Please include a Certificate of Insurance,which must include Worker's Compensation, and Warranty-information with quote.Return the quote in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson,Customer Svc Mgr 2380 Liberty Avenue Richmond,IN 47374 Re: Pail for MU Quote Valid Until .)6P aiii3. IL 2014 Please itemize all charges on attached is id Sheet. ljou have any cuestions please call Randy Wright at 765-969-13$4. NAME OF FIRM QUOTING: SAA6 rs etaUt,1?MST C - 1 . A11T4lORlZEOBYSIGIdATIIRE STATE TAX EXEMPTION#003121909-001 Richmond i ary District DATE PHONE NUMBER • • • . r • Affidavit of Employment Eligibility Verieatsen ' The. Contractor, :SAR.GE9r5 i f. 0lN EtJT , sffivns ender the ,penalties of'perjury that •Contractor does not knowingly employ an unauthorized alien,'If Contractor is self-employed and . does,not employ any ez loyees, Contractor verifies lie or she is a'Uhited Stales citizen or guali ted alien. r _ , .. _ The Contractor has not knowingly employed or,contraoted with an unauthorized alien and shall not , - retain: an employee or contract with-a person that the Contractor subsequently learns is an . _ unarrtborized alien. Pursuant tb Indiana Code 22-54.7, Contractor has enrolled in and veriiieii the work eligibility status of all newly iiit`ed employees of the contractor through the Indiana E Very • program• •• The Contractor has squired 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-;Verifyprogram.The Contractor will maintain - • this certification throughgatthe duration of the term of a contract with a subcontractor. . I hereby verify-under the penalty of peijury that the foregoing statenient is true. . Datedthis t 9 .day of Pt134.to .-'' I/7 ,2021. - . .. ''7/:://; /7 p," 71/7 ' ----_____-7.-- . .Jr .•' r sa.. aiLil . V • v f • 1(k.F �/ Qe/ • . (printed name) ' . 155 Industrial Drive 281 E. Sauk Trail Gilberts, IL 60136 S. Chicago Heights, IL 60411 Phone: (847) 844-4131 Phone: (708) 758-2062 EQUIP ENT & REPA1R SERVICE Fax: (847) 844-4132 Fax: (708) 758-2676 www.SargentsEquipment.com SOLD TO SHIP TO CITY03' CITY OF RICHMOND RICHMOND SANITARY DISTRICT ACCOUNTS PAYABLE 50 NORTH 5TH ST 2380 LIBERTY AVENUE RICHMOND, IN 47374 . RICHMOND, IN 47374 v.......:.:r.�.�•.}}}::.v....... .....v:.......................t.........:..n.............'vF:t;;[bY.tttryE:::..::;•:,•e.:•,,.:.:::::..••+.:;.r.::;.}.}rv:.w::.:...................,vn....... h...n:::::.:. .:. Tax rD Qty Description * Price Amount ER BALER C QIJOTE IS FOR PREVENTATIVE MAINTENANCE FOR &.::BADE:.::::.:.::.:::t.::,.,:•,,,r.::,:::,,,,:.,,,,,,,,.„::.;.::tt:;;.:;:.:�:�>}:.:;:�;;:-�}:•:•;;:'::';:::.;>:':�:;'>;:;< DES TRAVEL TIME..& VEHICLE•..,MILEAGE-,..TO & FROMJOB :ITE: ::::::::.::...:•::::::':::::.:::::::::::,:::'::'::';;; ;:::::':;;::': PERFORM MAINTENANCE ON MOTORS, GREASE OIL PER MOTOR SPEC. <:`<:>��::AII�€I'�2<`:�E�S'ION:•:::O�i•::.:G��;Y:ORB...................:............................. . ........ .................. .. . ............... ...... ......... .. CLEAN THE AIR INTAKE ON BLOWERS. ............. ........ ...�.....::::..............::..........:v:... . . ..::.}.RBiviov ::•:� .�AN:=�H:E< :A�ZR:°:E��fA�S;T': .;£�I7:G:'�;5';i:�3Z�::;;::T':FIE:: :�:�:�L#.� E DEBRIS FROM .TRQKMEL:.,.&.,..STEEL CHUTE. LICOIL IF. NEEDED.........:.........................:.....:.:::::::.:::::::::::::::}:.:::::.:.::::::::::::..;•:;.}}};:.:;:.;:::.;;:;;.;:;.:;';:}:.::.}}:;t.;;.}:.;:.;}}:.}:.}:.:>:}:.;:;:.}}:::;:;.: CHANGE....HYDRAU............:.......::::...:..::..:......,..::.::...... ..D.. :.�::::::::.�::.::,,.:.,::..::.:::::.:i::.,...:.:.....::.....:.:.:.:.........,,..:::::::::::::..::..........,.......................:...i..::::}:::::::: ::;;•;r:a:_.:PURC€TASE<:r&:'r:RED LAGE'r:>P'L2 T•L+'3 >:::BLAT).E:::a::<::}:>;:;'::::....:.::.:...:............:.:.........:.:...........:.:...........:......... .. C.LBAN & TURN SHEAR BEAM..,K ... : ::::�-"EE»::&<::>:ZN S>TAL:Z��:<:N�ET�T�>:<::S H'EAR=< �E:AM:>.&:<::p>U�•L�E� . NVE S &....:HOLp.-ISOW.N.S.............:....:.......:::: ..:.:..:..:..•'::.:::.....:.:.......:..::.::......;.......,..:..:•::::...:.......:...;..:._:;::::.:-._::..::::::...;:::.-.._.....::::::..... .:.:.::;>;:.::;S:� �:��E}:.;�.�ry`k3A1�' :ER:�,:.;:;G:L�A•i�I:.}:;:&}:;.;:.�S�T.S�.E�:'�.:.::RAT.�.kS....::.:::�N.S.PE�:T....�+.�.E.�4R.... . S QP...S.UP.P.LIES.... .... ......... .:.:::: : . .. :....2.86. 50.....;:..:.:.....::28.6 .5.0.. ::U.�:O:U�D: :.:.............:2....$.5.9.2�.3...:...:.:.........OT.L...:�'LLT�ER;�::..::•::;::::::::::;.::::::::.�::::.�::.�::::::::.�::::.:..:...........: 0000 . .. . 1.. 86..8.10.6:............ AIR...F.ILT.ER. .... . ... 45;..:6;0..::.:.:........:...�...45:..6.0... . :•.:.................:. ....:..:..::::.: :..::::::.:.:.:::::::... '..'...:k•:;..}.:.::::.::;.;;;..:::v :.}::.:;.:}.;:.:.}:;;.}:::.}:::z:}}:;.;}:.}:;;k.;:tr:s:i :?::<i'i:'::;?:>::'ti:%:i:::<%::::::e:'::.:`;-<'.::C::':t:: ;:: ::::: ::::':;::: ::":; ;.:: : ...P. ATEN....BLABE:..::..:...:...::::::::.:.:.::::.::::::::::::::.::: :<;;;<.;:::;:::':::;:.:::;:;;:.;:;.::.:;::: 7;7.; .: :.6;0•::.::';:.>::..;:.::: 17;9.:�6: :: ...Q.Q.O.QO....................1::::QQ:Q8:76::::::::�:::.........I�.....z.... _._....:: :.: . .. :::.... ... EAR....BEAM....B.LAD�.. 00000 7 498040 .. _0.......:........ .: 16.8.0.. : .---...P.LATEN...BLADE BOLTS .:.i .. . 2.4 LOR........... ......... . ....,.:.,.,....:.::.....:.:::,:..:.::..: ::::::::::::::;::;;::......:::;;:::;::::;.::;,:.::,.:.},: :.::..:;:;: .TECH:::....AB..::.....................:.........:..:::: ::.. ::. ........:...::..........:............:::::::::::,,............ . .:.. .::::......:.'>•:�•:�::::;>::::::::::::}::•. ..,:.....,:::::.:..:.��12.1:BED::•:;�>:•;;:;:;:�::�:._::.�::::.�:::::'::::._::._.�::::::.:.�::.�.�.:....... .:;i�::0.:0.:0:Q}::::•::.�:._:.�::•::::.:�::LABb.R...�'OR...WQRK...DE .................................................... V :.:.::.:.:...::......:...... .................}':;....... ;. ...;.:....::...}........; ;.....;.; : , ...;. . MZ.LE,AGE...5. :G':::::::,.:.::.::.:................:.�::.:::�::_:,.:::::._:..................................:.:.:...:::::,:. SLS VEL SERV • :..............:.................,::._:i.:.,::::.:::.::::::..::. , :. :.,: :: > .«.;:;;:;;;;<;;:;.;:>::.;:;':>;:'::'::;:::; • t�€flD:i€�-D�>:>:'»:»>:::;:.:;.:;':;I4TES ::�c :E-X:P-EN:S;E��<�:.:.�.�::.:;:::::::.:.}•::.:.�::._:.;�:.�::::..................................:.................. 1.!�.7..... QUOTE IS VALID FOR 30 DAYS QUOTE DOES NOT INCLUDE APPLICABLE TAXES.FREIGHT OR INSTALLATION UNLESS STATED PRICING SUBJECT TO MANUFACTURES INCREASE ...............................................1.. ::::: .::._:::. ;iay,}:an:..t..:;:.}:.}:-r:+:}}•.}:-:..::}k;:`%;}k}:2}:;':..xc;:Fs>ii::isx'>i }i2:><::<::R.:<:i;>:<: .......... :;;:z:>;;;}:kk:>:<:}::>:k:;S;:.<}:}}:•}}}:::}:;}}:;:::>�};:•. THIS }}:.}:.};:::::::::%':k:::;:::k:i::::;t.....k:;:;;:;^�;i::;i::kk:;:::{;:::kk::;:}::i};`}:.}:::i::...,.,.....................::.:: •::�5:`::;:::::::;::ii;:y:;ci::::i::::::i::i:::2::i::}�;i:::::::::i:: �::?;.:k�;:kkkk;;�"Skk:}:o-:'�:;:};:i::;kk;:;,;;y<:`::r3�i:.:�iii:� :>'k:%'.k%::�'•�::::�rk::kr:::'::i:::::i)'rr:#i�:�>:�:s:?�%�ii:�:�1:;:s�:�ii}k:� f:�r:�r:�.•.•::.: :.•:...;..:...:.�•:::,�::.:;..::.::.:.:.,::,.:::.: .. :..;....';.:...,::::...:::::.,::.;;.:•::};}:t.::.}::.:::.}::.}}:::>:_>::;s::>::>'k:}::}<;:::k:>::»::»:::;:;::>::;::}::11 AMOUNT Please remit payments toa P.O Box 2387, Paleti ne, IL 60067 QUOTE IS VALID FOR 30 DAYS f',',, �, ,,, P . ,�, 155 Industrial Drive 281 E. Sauk Trail • A.,f` , • Gilberts, IL 60136 S. Chicago Heights, IL 60411 Phone: (847) 844-4131 Phone: (708) 758-2062 EQUIPMENT & REPAIR SERVICE Fax: (847)844-4132 Fax: (708) 758-2676 www.SargentsEquipment.com • SOLD TO SHIP TO CITY03 CITY OF RICHMOND RICHMOND SANITARY DISTRICT ACCOUNTS PAYABLE 50 NORTH 5TH ST 2380 LIBERTY AVENUE RICHMOND, IN 47374 RICHMOND, IN 47374 .... .. .....�[ ..... ... .......nv......rr.n..............n.........n.. .�,�..n.R.^/. � ..�a:ii:�:vii'riii: tii:::i�'�iii�l:Yi:j,'tv�:�Ti'rtiiiiii�ii>iii:?iiiiiii. .����. mn..nx:....::: �.. .1.vt�.............................. ........ .....1...�..,.........Y.Y�,..:..::n�:n:�.�:.:.�T.::. .<.:Cf'::{:.iviti:.:::.............. .................n..v.v...........::..:..v�{.:..:.:q:�•y.:::.: :1 t �I� -pp ........... .. ..... ... ..... .... �t}y ••.."�::.t::.::.::x1.:`:::�::�::::is��::t::#:::.�:::.:�;7::::�i�+;:3:ii::::`:i;3:?::?::::?::::;;:E;::'.3::�.:: ...-........:.....-. gi:Egligingliiiiiiiiilliniiigiiiiiieingngininiiiiiiiiiigiernigiiiiiiiiiiiiiii Tax D Qty Description * Price Amount RGE ' `a : ::a:: ': : :::.;. ;; : :. :.. :�:;. . :,:>�.: . >:.;:;:.>� :;: : .<. .:>..;: ;: <�..; ;;..: :.; ::;:::.�:�>:.E ::E,XTRA :CHARG ............................ . ::::::::.:�::AI�iY.::.:R�PATRS,::::Q�'T.S.T.DE....£3.�'...:S.GUP�....:D�'....�{�1'��K.:::V�i�.Ia ....� ....A�.. FREIGHT .IN. ON .PARTS .I.S....NOT: INCLUDED, .IN. THIS. :QUOTE. . ...:...::::::::::..:::::.::::::::: :.. .::,:::.::::::::::_:::.:::::::::::.:::::r::::.: ;: :r::'`... . ... :, >'.E;:.#.11. . .iE:.:':>:.. ...... X �r:...B�.... T >> >»i° '?: ' >:r<<r a rs a:<? 'r' : AN.Y...ADDIT.IONAL...PARTS....NEE.DED WILL.BE AN EXTRA...CHARGE,. >::::: ::: ::: is :::.:: :::::I: :::1II D::: R RT:.giagEED ER :> WEAR. ITEMS.................... . :< :in:i: : : :>>r<.>s >:> :TF WE : ::::. ::.:�DC1E.S�:::.I�7:0`.'TI.N:CZt3:DE....BART.S....NEE.DED....�'OR....T.I .....f � HAVE.....' Q....TRAVE.L....BACK...TO.:.: 9H.STTE ::FOR. ANX : DDTT..IQ.N:A,L..WQR.K ::.::::..;•;::.:; ;:.;:;.;;:::.;:.;:.;: :.::.>:<•>:::;:>•:.: ; ;_t::;::::.: ::.. .:;::.;.•:::.O..8:Vi.:.:.:::: ...: ::::..A..:laMEI ;:. <t::<s ::.:: Et.. >ABO :::::::I A•RGE:S.;::::::::: :::-±:> :::;::;::;:;;;;cc:: ::;.;:;; ::::.�:::::.�:0.[�T.S:ODE.:::.0�;>:::s:c��E::.:;Qg.:::.WC� ::;:�;DID:I:.T�I�NAL....'I'RAUE�....�....�AB.OR,...�.�ZA, .� WILLBE APPLIED. ..............:.... ............................................:.............,......................:.:::::::::::::::. .::::::::::::::.:::::::.;:::.:::::::::.::::::.::::::::::::::::::.::::::::;:::::::::::::.: QUOTE IS VALID FOR 30 DAYS QUOTE DOES NOT INCLUDE APPLICABLE TAXES,FREIGHT OR INSTALLATION UNLESS STATED PRICING SUBJECT TO MANUFACTURES INCREASE EXHIBIT Ii PAGE ,_OF_ , ** SUBTOTAL 14580 .43 X Charge Sale P AY THIS AMOUNT al> $ 14580 .43 Please r mli payments to:P.O Box 2387, Palatine, IL 60067 • QUOTE IS VALID FOR 30 DAYS Preventative Maintenance for Badger Bailer and CP Sorting System Co-Mingle Sorting Machine CP Manufacturing Project# 6301 Richmond, IN Installed, 1998 Badger Bailer: 75S-2-l0/7 S/N: 0798-8284 Richmond Sanitary District will provide a Scissor Lift for Technicians Sorting Machine Scope of Work: 1. Check Oilers on sides of Conveyors 2. Perform Maintenance on Motors (Grease Oil per motor spec) 3. Adjust Tension on Conveyors 4. Clean the air intake on blowers 5. Clean the air exhaust ducts on the cyclone 6. Remove debris from Trommel and steel chute 7. Change oil on each speed reducer on each machine Baler Scope of Work: 1. Change Filter(Hydraulic and Air) 2. Hydraulic Oil if it needs changed 3. Replace platen blade 4. Clean and turn shear beam 5. Adjust knives and hold-downs 6. Service Strapper Parts Needed: o (1)Filter Element; $ p CO 8a Lead Time gr®cK o (1) Gulf Controls Air Filter: $ y6-6 a Lead Time o Hydraulic Oil For Bailer $ -rob b .Lead Time o (1)Platen blade(drilled): $ 1 U7q '° Lead Time S r ce< o (7) Shear Beam blade bolts $ S 68"" Lead Time `ec. o (7)Platen Blade Bolts $ 6 8° Lead Time S ©ce< o (3) Gallons of oil for Sorter $ `3 G S 6 3 Lead Time S r ccrs o Tier(wear items) $ TB _Lead Time o Miscellaneous Items $ zs Lead Time S ocv ?RAO s ALtf ExHlBrr pAGE O Richmond Sanitary District work hours are 6:30am until 3:00 pm M-F Labor: • Days needed to complete task 3•-LI days o Tech rate of pay regular time $ 130 °' per hour Pck HA • Tech over time rate of pay $ a45 per hour 1iR H o Mileage `-E R Pea $ I'zto SQ`) (round trip) Total Estimated Cost for this service: $ 3 S 8O Estimated Start Date once Contract and Purchase Order#is in place: Ra M-0X d 4- days We will need a current certificate of liability insurance including work comp listing City of Richmond as certificate holder. p� Contact Person: :13 fz.Nb Title: SAV B C E -708- 7.58- 206 Z O FFity- Phone: 708 PM- 4 9(47 C ewe, • EXHIBIT_&,IPPOE..A.PF ® DATE(MM/DD/YYIM ACCORD) CCGR MICAT OF IA1OLI II ll [INSURANCE 8/9/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OP INFORMATION ONLY AND CONFERS NO RIGHTS UPON THIS CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: CSUConstruction Hub International Midwest Limited PHONE I — FAX 1411 Opus Place Suite 450 E ',y9,.F�31)•630-468-5600 JAM,Net: AIL Downers Grove IL 60515 ADDRESS: CSUConstruction deihubintemational.com _ INSURER(S)AFFORDINGCOVERAGE I NAIC4 INSURER A:Charter Oak Fire Insurance Company _ _ j 25615 INSURED BARGEQU-01 INSURER B:Travelers Properly Casually Company of America 25674 Sargents Equipment&Repair INSURER c The Travelers Indemnity Company of America 25666 Services,Inc. PO Box 2387 INSURER D_.._ ._ ..-.- I -.._ , Palatine IL 60067 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:2092484828 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. — 1NSRi ADDLSogi$-• .. POLICY POLICVEXP LIMITS LTR. TYPE OF INSURANCE PISA Wvo I POLICY NUMBER I IMM/DD/YYYY)I IMWDD/YYYYI I A 'X I COMMERCIAL GENERAL LMABILITY 1 SLS01480046000F20 1/24/2021 1/24/2022 I EACH OCCURRENCE I$1,000,000 I- I I DAMAGE-T REtNTED _J CLAIMS-MADE X OCCUR PREMISES lEa occurrence) i$100,000 _ I MED EXP(Any one person) i$5,000 I I PERSONAL&ADV INJURY $1,000,000 ;GEN'L AGGREGATE LIMIT APPLIES PER I GENERAL AGGREGATE I$2,000,000_ POLICY X ECT LOC I PRODUCTS-COMP/OP AGG I S 2,000,000 _ ! OTHER: i I$ 8100148005522043 1/24/2021 1/24/2022 :COMBINEDSINGLELIMIT I$1,000,000 C I AUTOMOBILELIABILITY �IFa accident} _�_ ._...... I X I ANY AUTO •BODILY INJURY(Per person) I$ OWNED I SCHEDULED BODILY INJURY(Peracddent)i,$ I AUTOS ONLY AUTOS -PROPERTY DAMAGE $ x••HIRED X NON-OWNED ;IPeraccdenlD, AUTOS ONLY AUTOS ONLY __I — $ -' 1— El X 'UMBRELLAL!AB I ;X I OCCUR CUPON8148332043 I 1/24/2021 1/24/2022 t EACH OCCURRENCE _ I$10,000,000 �7 I AGGREGATE __ I$10,000,000 EXCESS LIAR CLAIMS MADE �__ j __ -- 0 :I X 'RETENTION S Rn I'FOLLOWS FORM* I S C !WORKERS COMPENSATION I UB0N8006812143G 1/24/2021 1/24/2022 IX (STATUTE,I ER _ ___ ?AND EMPLOYERS'LIABILITY Y I N i I • ANYPROPRIETOR/PARTNERIEXECUTIVE N NIA I I EL EACH 51,000,000 ; aR/MEMNEREXCLUDED? E,L.DISEASE-EAEMPLOYEE S1,000,000 (Mandatory In NH) • .-- --_ — i If yes,describe under EL DISEASE-POLICY LIMIT 51,000,000 ;DESCRIPTION OF OPERATIONS below A Equipment Floater QT-660-603313414-COF-21 1/24/2021 j 1/24/2022 'Per Schedule Per Schedule E i DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Proof of Insurance CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE (EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Richmond ACCORDANCE WITH THE POLICY PROVISIONS. Department of Sanitation 2380 Liberty Avenue AUTHORIZED REPRESENTATIVE Richmond ON 47374 d�14:-i1 1 M- J ©1988.2015 ACORD CORPORATION. Ali rights reserved. ACORD 25(2016f03) The ACORD name and logo are registered marks of ACORD