Loading...
HomeMy Public PortalAboutAddendum No. 1 to Contract No. 132-2022 - Sanitation - Southeastern Equipment - New Truck ADDENDUM TVIIS ADDENDUM, (Number 1 to Contract No. 132-2022) is made and entered into this day of pflorefyi oe,y- 2023 by and between Richmond, Indiana, a municipal corporation acting through its Board of Sanitary Commissioners (referred to as the "City-), and Southeastern Equipment, 4951 West 96 Street, Indianapolis, IN 46268 (hereinafter referred to as the "Contractor"). WHEREAS, City and Contractor entered into Contract No. 132-2022 on September 6, 2022, which Agreement is a Purchase Agreement for a 2024 Ford F250 4 Wheel Drive Truck to be provided by Contractor. WHEREAS, The Parties wish to amend said Agreement to increase the total payment amount to be paid to Contractor pursuant to said Agreement. NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, including the above stated recitals, City and Contractor hereby agree as follows: I. The City and Contractor executed and entered into Contract No. 132-2022, on August 23, 2022, which Agreement is incorporated herein by reference. At this time, a different 2024 Ford F250 4 Wheel Drive Truck with Perkins Refuge Bed is immediately avail tble at an increased price, which preference is desired by the Parties due to the backorder of the previous unit. Contractor's replacement quote which is incorporated to replace the quote set forth as an exhibit in said Agreement (rhetorical "B") is attached to this Addendum accordingly and also designated as rhetorical "Exhibit 13- and incorporated herein by reference. The new amount payable to Contractor by City is accordingly increased to a total amount of Eighty-four Thousands Dollars and Zero Cents ($84,000.00) for said Purchase Agreement. 2. City and Contractor expressly agree that all other terms, conditions, and covenants contained in Contract No. 132-2022, shall be applicable to this Addendum, unless such term, condition or covenant conflicts with this Addendum Number 1, in which case this Addendum Number I shall be controlling. 3. Both Parties hereby agree that with the exception of the increase to the total amount and the new Exhibit B quote amounts for the Agreement, Contract No. 132-2022 shall remain intact and unchanged and in full force and effect. 4. Both Parties agree that any person executing this Contract in a representative capacity hereby warrants that he or she has been duly authorized by his or her principal to execute this Addendum. Addendum No. 1 to Contract No. 132-2022 Page 1 of 2 IN WITNESS WHEREOF, this Addendum,is executed and approved by the undersigned representatives of the City and Contractor this day of N ayi 12cr , 2023 "CITY" -CONTRACTOR" THE CITY OF RICIIMOND, INDIANA by and through its SOUTHEASTERN EQUIPMENT Board of Sanitary Commissioners COMPANY, INC. 4951 West 96"' Street Indianapolis, IN 46268 y: Mi1e• • Piesident By: To NI) By flak. *, ice President Date: By: (jr- ,:tiens, Member Approved: 4 C- David A Sno °,'Ma yo Date:_ Page 2 of 2 Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time before the delivery of the vehicle described above specifying the reasons for termination which shall include but not be limited to the following: a. failure,fca 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. unavaila:oility 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 cfficers, 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 whic:a 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 indirec iy 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 2 I Page ' XHIBIT PAGE OF 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-VER1FY 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 -------- - _ 3 I Page 1/..EXHIBIT PAGE 3 oF -2-ki AGREEMENT THIS AGREEMENT made and entered into this 4 day of_ 022, 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 Southeastern Equipment, 4951 West 96th Street,Indianapolis, IN 46268 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor one (1) 2024 Ford F250 4X4 truck with a New Perkins Full Body Refuge Bed, as more specifically described on Exhibit"A" attached hereto and incorporated by reference herein. The contracting price, as more specifically set forth below, shall include all shipping, handling, delivery, pick-up and set-up charges. The vehicle shall be delivered to the Richmond Sanitary District WWTP at 2380 Liberty Avenue, Richmond, Indiana 47374. 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 and deliver the vehicle described on Exhibit "A" attached hereto as soon as is practically possible,which is estimated to be Thirty-Four weeks from the execution date of this agreement;however,the parties acknowledge that the delivery estimation is contingent upon delivery of the chassis to Contractor. No performance of services shall commence until the following has been met: 1, The City is i 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 U. 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 relative to the delivery of the vehicle described herein. SECTION III. COMPENSATION City shall pay Contractor the sum of Eighty Thousand Two Hundred Dollars and 00/100 ($80,200.00), in consideration for the vehicle specifically described within the Exhibit attached hereto, inclusive of delivery. 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 delivers the vehicle, in new and working condition, to the City, which delivery shall occur within a commercially reasonable timeframe from execution hereof,but not more than the timeframe set forth in Section 1, above. Nothing in this agreement shall be interpreted to waive any of the City's remedies that may be available to it at law or in equity, specifically those pertaining, in any manner, to laws pertaining to a purchaser's remedies for the furnishing of a defective automobile. Contract No. 132-2022 . _ Page PEXI-111-31-1- 4 PAGE 1 OF -27r 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 barniless 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 4 I Page F ] iAdEE 4O17 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 heteby 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. INT 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. - _ 5 Page riX1-1IBIT PAGE "CITY" "CONTRACTOR" The City of Richmond, Indiana,by and Southeastern Equipment through its Board of Sanitary Commissio s By: e 'ller,President (Printed): -3-6leNt•1 Dated: 2Z 5.AAe 5 an Balcshi, Vice President Dated: 9 - (.0 Date& e/2-3/Z-0 2-Z IMO ,V ' Member Dated: APPROVED: • if „ask D • SialerMitir Dated: 6 Page 17_,EXH B PAGE.10' OF i F RICE 1 sE ;UEST , . . CITY OF RICHMOND DEPARTMENT OF SANITATION 2380 LrEiERTY AVENUB.RICIIMOND,INDIANA 47374 THIS IS N-OT AN ORDER PHORE(765)983-7450•FAX(765)962-2669 ... 4--,.= ..awaw_r_spx 3.._,In,-•,,,-ezha5°*z: . :'."..:•'..,:. 4-7 VENDOR INSTRUCTIONS This Is a request for a price for the services of materials Southeastern Equipment described below. Any additional specifications may be 4951'West 96th Street attached hereto. This Is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. Indianapolis, IN 46268 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 s.ecifled date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: July 15,2022 9:00 A.M.on August 9,2022 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes to purchase a pickup truck with an easy dump refuge bed with cart dumpster mounted In bed of truck. Please see attached specifications. Please include all warranty Information with quote. E-Verify requirements and Indiana Local Preference Claims will apply to this quote, information enclosed. Return this sheet and the ro osal sheet in a sealed envelo e addressed to: Richmond Sanitary District Denise Johnson,Customer Service Mgr 2380 Liberty Avenue Richmond,IN 47374 . . Re: pickup truck Quote Valid Until Questions? Call Rand Irtfri ht at 765-969-1384 or 765-983-7478. NAME OF FIRM QUOTING: (:) AL • C - L. IOWA f BY. j STATE TAX EXEMP110N4 003121909-001 0 Ik AUTI liti ZED BY 5EINAp' ri Vi ro. Me Iii, ° (-• A, ' TITLE Eti,-.8..:2. _ 0 1 Richmond Sanitary District DATE PHONE NUMBER Exhibit A IT.7.XHIBIT )1PA Gr 7 OF '211 : \ . _ Minimum Specification for 3/4 Ton Pickup Truck Solid Waste Department The Richmond Sanitary District wishes to obtain one(1)2022 or newer 3/4 Ton site truck for our Solid Waste Department. For additional Information, call Randy Wright at(765) 983-7478 or Jeff Lohmoeller at(765) 983-7464. These specifications are from a 2022 Ford F250 Regular Cab.The Richmond Sanit will consider an 3/4 Ton Regular Cab tuck meeting or exceeding these specifications List options; Full-Size Pickup Truck 3/4 Ton 2022 or newer Ford F250 XL, 8 Cylinder,Automatic Transmission 4 Wheel Drive Yes /iNo Accessory,Full-Size Pickup Truck 3/4 Ton Regular Cab Yes JNo Accessory,Full-Size Pickup 3/4 Ton, 8' Bed (163"WB) Yes II No Accessory,Full-Size Pickup 3/4 Ton,Running Boards Yes /No Accessory,Full Size Pickup 3/4 Ton,Vinyl High Back Bucket(Regular Cab) Yes /No Accessory,'Full Size Pickup 3/4 Ton,Rear View Camera Yes No Accessory,Full-Size Pickup 3/4 Ton,XL Appearance Package Yes_____ No Accessory,Full-size Pickup 3/4 Ton,DOT Warning Lights LED Mini Bar, (2) Grille/Rear Yes INo Accessory,Full-size Pickup 3/4 Ton,Rear Receiver Hitch with 7RV Style Plug Yes No Accessory,Full-size Pickup 3/4 Ton, Spray Liner Cargo Area, Compartment Tops,Tailgate Bumper Yes I No Standard Options: Four Wheel Drive: Yes V1 No Regular Cab (2—doors): Yes ViNo Power Steering: Yes\\it (2)Front Tow Hooks: Yes No _ X1-111911 PAGE — Trailer tow PKG class IV trailer hitch receiver with a 7&4 straight pin wiring harness,brake control not needed: Yes No AM/FM Stereo: Yes I No Power Windows/Locks: Yes I No Defrost in Back Glassy Yes7 No Vinyl Seats: Yes No .. _ Heated Mirrors: Yes— No , Heater&Air Conditioning: Yes I No Tilt Wheel: Yes / No Cruise Control: Yes____ No Automatic Transmission: Yes 7 No Tinted Solar Glass: Yes \iNo Spray-In Bed Liner(Black): Yes o Minimum 17"Rims with All Terrain Tires: Yes i\TNQ Heavy Duty Front End Suspension to be Snow Plow Ready: Yes it No Warranty Information Included: Yes No Owner Manual Included: Yes:1i No _ All Other Standard Options Included: Yes NZ° White paint S Yes No . ' ir:::Vril-11)--A --PAGE: 1-01: 2 t_i The Richmond Sanitary District is requesting quotes for a New%Ton Pickup Truck with an Easy Dump Refuge Bed with Cart Dumper mounted in bed of truck Minimum Specifications for Easy Dump Refuge Bed with Cart Dumper 6 Yard Specifications: o 6 Yard Capacity © Length: 96" o Length with Lifter: 108" o Height: 55" © Top Width: 68" • Bottom Width: 42" © Lift Capacity: 2000 lbs. o Mounting Height Pick-up truck bed height approx. 33-3/4" off ground Standard Features o Mounts on a Standard Full Size Pickup Truck(3/4 ton minimum) a Easy to Inst: a Easy to Remove • Doubles as a Container Delivery Truck o Heavy Duty Steel Body • Structural Tube Frame • Unit must run on 12vdc at approximately 250 amp load • Warranty: 1 Year Manufacturer's Warranty ' Optional Equipment o Roll-Rite Recoil Tarp o Plastic Cart Lifter"TL" Series or US Hooks • Grabber hooks capable to lift 32 gallon to 96 gallon containers o Bins may be up to 400 lbs. and cycle up and down in approximately 8 seconds o Custom Paint Colors Available Body of Unit The body will be powder coat painted and the heavy duty steel design has wrapped corners for added strength.The self-contained dual'cylinder electrical hydraulic system is designed to be waterproof and the streamlined remote feature allows for easy operation. XHIBIT PACE OF Z.„_1 PROPOSAL SHEET 3/4 Ton Truck Department of Sanitation,Richmond,Indiana Year,Brand and Mociel Number g.cyati ror8 ••?).5(;) Price of New Truck with Mounted Refuge Unit: $ O :).00.00 Price Firm for How Long: C90 ctA/5 Delivery estimate: 3L4 e ot4 ekozi$ , 6R.,\Ner y Include Warranties Yes____No B-Verify: Yes V iNo Indiana Local Preference Yes I No Iran Investment Activities Yes /No Price to include all shipping,handling, and set up charges.To be delivered to The Richmond Sanitary District,2380 Liberty Avenue,Richmond,Indiana,47374. -----' Authorized Signa Date ""rolrtN 4.iok ' 3\-7- gicl(crg,701 Contact Person(pit) Phone number CAAAANeisi Tale,i41- • Company name IBI PAG E. it oi: 2,ILI Indiana Local Preference Claim: • . . ) Definitions: eeted Coun —Wayne County or an adjacent County. • Local Ind-iina iness—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. o eal Preference Documentation i 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 defmed 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 qnaJi± 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. . . . • . . . , • 1 , . i k ' INDIANA LOCAL PREFERENCE CLAIM (Only fill out this Part if claiming to be a Local Indiana Business) 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 Co-unty,Indiana. (Name of Proj ect) The Claim of applicability of the Local Indiana Business preference is based upon the following (Check all that apply) • • O 1. The location of the Business's principal place of business is: A) in Wayne County,or B) in an adjacent county O 2. The majority of the business's payroll,fox the previous twelve (12)months from the date of this 13icl,is to residents in Wayne or an adjacent county. O 3. The majority of the bminess'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 in Post-Bid.submittal(Local Indiana Business Preference),to substantiate the claim of a local Indiana business. I.EXI-ilf31T (TE-1 0 POST BID SUBMITTAL Local Indiana Business Preference Pursuant to the City of Richmond Bidding and Contract Requixeraents,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: Project Number Project Name: Bidder: Contact Name: Phone Number: Principal Place of Business: Number of Months Addresi 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 522-15-20.9,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(12) months from the date of the Bid: S. b. Total Amount of payroll paid to residents of affected counties for the previous twelve (12)months from the date of the Bid: _ Bidder shall supply supporting payroll records sufficient for Owner to establish the above representations. When supplying supporting records, ;idder shall redact all Social Security Numbers /EXHIBIT PAGE .1_14 • E-Verify ReqUfreillCMS: Defuaitions: 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 W,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 Immigration Reform and control Act of 1986 (P.L. 99-603). No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana.Code 22-5-1.7-11 (a) (2);and 3. A purchase ardor has been issued by the Purchasing Department. unamesmamanmpumuanclumommaglgounuanumoomuclorimmonuolaummrannamenuouxiummumumnuanmoammayilx COMPLIANCE WITH,INDIANA E-VEITUFY PROGRAM REQUIR_EIVIENTS 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 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 Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terxnimtting this Agreement would be detrimental to the public interest or public property,the City may allow this Agreement to remain in effect until the City procures anew contractor. If this Agreement is terminated under this section,then pursuant to IC 22-5-1.7-13 (c)the Contractor will remain liable to the City for actual damages. U'IXHIR I f_116 PAGE \5 On- 2 I 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 *y employees, Contractor verifies he or she is a United states citizen or qualified alien. The Contractor has not knowingly employed or contracted with an=authorized,alien and shall not retain an employee or contact 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 of the 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 name) FX7-17-6. -1] IRAN INVES T 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 pf 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 detennine 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, • FX-171 ITT F'AGE 1.1 OF 24 ....,. .. ft •. lir . sr , .........,, ,:. , 1 , 9) Y , .,t 1 . , A qt, 4.44. . ,,.t..,, :,, i..' •44:fx,. ., ° ' ‘ ,- i Ai• ,. 4/ ---....7,n; ../., • 1.... . ,....., 11 ' ••••• M 1,0 4 -,:•%*'...1`',...'i ,l, ' :.1,V• 1. „„.,•;:4441,;;.'`., ..,,' 1'14 ., '1•4114)4/ ••4,::".•""•,•,,-•'..",r:.1.0, ',...•1-. $,.,: 4 ' tirii"L'c'''....-;:,4 ' 1' > \* if */ fl : (I "":.% t 4 it': •":it .•••,"tr•'- . ••[:•;• -t , •t,"" * iti , NI i.4 ;:*;"•"...1 .1 •,, 1 ,,• I'. '1,.„ i /..,„tc:L, - I A", -;:,' ,:,:, ,,,,'•,„..,,,,,ot. G. t.i,t,t,77. 'tts.„ , ./• 1 ''.t:"4;,,Z.it:*)' /' (Ittt,•: '' ,..`'`,;t4;.' .,, ri 1 to -, *74, 1 1 ,t,,, t•., '': '' 't,•''t Fitlit:2•?.,''' ' /-••*•''"";4.<4"t,•t'I'''''i.1' e,' ''' :&. ' ''7,'c`,..f'.:"• )' 1 Aigi,:ir'00:4c; i r:'' 4 i" •', 4' / ,,' "'..:4 iiii'ofi .'''... - 41A'A,"")' '' V .1 J"i k; i .4.1.:/,'" :. 1/417".,7''"'"--I ',.',7.4.I.t..14.„ ,,, rf ,".;,.::„; , . 4, ... „t ir ,.74:;14i.,,.'-,,, i tti • . s.' 4.4e 4 i 4' 7:,,,,----,.. -1. °: .,. f - e4t%r!* ,Y. , ..cry ;•''''r ,....-'4,-.N...' ,,.-.--,... 1 i•:,cii41 -1 .,,,7,0%....... .,4 4-- _, , . -. , . .,0"":, ' '-.'Ye-,3-w" / ' •.4.4: ;".." " Illior 1 tr',. r '4,41r . , 4, l'""4 1 i ",'4,-„,...t , 4Ft.",'1f13 •. '"'" ...et' i"".* „ „r•.,,,," . ,,,t ,"*...,•4;.., tf; ,, ..' -. „t„,", ''• r / ,, .,. • 'err . 4, .......,....) •/ '',4Q•-*•:titt,r — "I,,,....-:-.7.,„ ',13,' - .....,, - ., • •-.1„4,"*„."77... to; ' .rti.•- '''* I "4:":•;" .,,,:.-: t ..p...r, ... czz„...",,, , tf,, , ,..,. -.!. \' ) .1"'''''" „,'"'?;-..3.:•,••:".tt"-`:::tl......'"•••••"."---':'l / :-..*'—`-",- , '''(7• .**".>!) /' ' ....If ,,,,.:1' . ". ,:-,),'-'1 " "•*/. .--,:eAv ''''At '' *p,"t '' •".ti•"-t"."41..:71:"."''',"ttl"'''''''-•-•-t."4:4••,*i' :',.--•, , . ,..„"7-.:",,,-. ."'"Ft. ,,'..I't:..f;„t" „"•,`t- " 44,;..: "%, ';','`:''';`"r, "e•••214.,:t4 t'',......J...-'-',t, -t'„t•t,,";,:'''.•-•' ' .:"'t•`.:.•', •,''' — •, •..., "e. -tt,-'.I. "..-. .,,•-•':,..; t - ••• t-ti.,4,••te",':'' t • ,,'" •4,.;4.,'t' t.....4744:., ,- ... -7. '''„, tr ,"..-,,„ t ,", . ".' .., .,,. .''' ' 4 . te., v•-,-,,, 1 .AirromA,TED sysTEms 1 i'.. -f, I! . „ ,. -I:p.A.18 t RAI.LIFTERS ESSORIES I•-. , ,.-Augi 1 ,, IL rat,, . .. . . . .. . . _ . . - . '— "''T•''-"ii.'"- '• ( t .t• •' ' ' i t,' .• ''.,-.-4, .0 i..,' .,Tq.5.1,p..... ....: PERKINS SATELLITE LIFTER SYSTEMS . . , , . , , •• , /' ....., ' 1.A. ••••: 41 . ,Pg"..5.4‘ qk ' Mount a Perkins Satellite Lifter System to the rear bed , 10 ,* .. • ' .'; '' of any standard 8' pick-up truck and you have, yourself \'.. ,•,„ctp.,,,, . =.4-•-•,...._-,.... , ----.',•1 v dpoWerful tool for colleeing refuse where a•typical garbage „,.. ,,,,, .1-„,•;,--7--'--7--- 7—.. •;.- --,, ..,"7-c-i \L.' ' 'IP! -' ) "..,0477; '.^'''''j*1::;24 11;,;,";.,,0**'-': truck cannot go. Areas including rough terrain, small alleys, g remote locatiOns, beaches, parks, and other areas haVirf' ••„.-,/, - ,:y ,,,-1 •,;-.., — . . , „. . • r + '' ' C"::: 4., limited or restricted access. Available in a variety of • 1, _ ,,„ s , . , configurations to fit any of your needs. ......„.... ....._......._._ .. . isAFSE--0.-OF '11 ..........................,.. ..,....._...„......__,.................................— I . i1'''''-',11------..;-_-_;._•-=-,- _ ESSORIES 1 w •" n I:AUTOMATED ST3TEV.'s. T. .---',7. - ",'-'\. :--:•4 ,, • " r fr). LIFTERS I ACOES! .-- . .I .Is.- •• I ,\\) ''`..kI la'41 — '.7117, F'': "• -; ',7',-r''' •7,-, :','" Features and Benefits V- , .AsYlokve -:' . ' ::r....-,-- ;;:cc--, . ., . The Perkins Satellite offers users the ability to collect refuse from , i „;•. , i tf ---.,_,,:itIN''''..' `.. .) • :-'4 . - . hard to reach places full-size garbage trucks cannot access. , 4, I g, '4:' .1 ' ''' -' 1 ;'- :Oat III 4 Allows collection in parks,beaches,trails,off-road,warehouses and - " I, t ...aiki , -- --- atherfacliftles,throughways,temporary events,and remote locations — ' ---, i ' '"•=. 1\%i '%,;le, \ .`,,:.,,r ••,..''1 <> Available in regular and 60/40 or 70/30 split-body configurations (60/40 is not available with a lifter option) 0 Dual side-access doors standard on 6 yard sizes o Your choice of lifter for hook style carts or barrels - MODEL SIZE BODY LIFTER 0. Body dumps into standard rearloader SAT500 3 YARD , FULL US HOOKS . Quick release mounting pins SAT550 3 YARD FULL. GRABBER e Bumper system protects lifter SAT600 3 YARD 70/30 US HOOKS . CiptiOnel Tani system SAT650 3 YARD 70/30 GRABBER • SAT700 6 YARD FULL. US-HOOKS © ISO 9001 manufacturer SAT750 6 YARD FULL GRABBER Specifications . SAT800 6 YARD 70/30 US'HOOKS • Available in 3 or 6 cubic yard sizes SAT850 6 YARD 70/30 GRABBER *60/40 Split-Body is an available option,without a lifter • Heavy duty construction for years,of use This unit may pp perfect size for collecting food iivaSte°& Organics In Small Volumes from local generato'rs. IN 45 degree dump angle • High visibility powder-coated -1 finish '' - ',' ' , • if,.,' t'''/-;7:-.7i C.'"7--7--, ,": -:4-1-:=71--.7 •'Operates on 12vdc power •-1,1, 4;, ,,,,,,,,,;..._-..-,.--:--,:•, - , ::,•-.:. ,:,,;:,,,t/,,) , 44),-;-, .S":,:,, '‘.2.4, ',:,,, • 1 year limited warranty „--.71 ' ', - 1 1 ' .(1*1"'V"-1 , ,i-.1-:: 7 _-:-'7"-,,W! !_ k, •. ' /..' 4 C' : ,.1 '' ',.4,:'''',4; ,•;.,,'S-7''', ''''..-(7.:71...'t .; V.F.; :,..'" . 1L--- ..; -....-'... --"''"-'-.* ..:':',''. i t . •, ...„, ..,.11 . •-• .. 49',. . ..• - ' - 1A rr..V0---- .c4'.74 t. ..., 14.."Q4' ,.. :,4*-?is •-•—'; ''''-: ,-.-•,:( \ "'..;4 ' IL ., .. .I . x.•u. .... ' . • * ---....' , }.. * ''. I ' ''. ' ) . ' -- .•.• .,='.,",I:7 4:TAY.;.'41u 3-yiid size!:•=i.'1.. ,----..:IN. • iVike,a% 1.1..., ... , -AI v . ;:•,,A ' . . ? , , Perkins Manufacturing Company 41, IF p LAJ-4/, 737 Caleridge Drive "-emeoville,IL 60446 f"," (708)482-9500 Fax;(708)354-5878 i ., -. , Email:tuckaway@Perkinsmfg.com r,• •,, www,PerkInsmfg.com TOLL FREE 800-882-5292 ,,, Model SAT SERIES Lifter. An ISO SOO 120Q0 Cumpany tEXHIRIT {*' - PAGE N or 2-.T.' , . . , 6-yard Body .„. . . .. .... . .. 1 0 . 90— ... . II ni Tit...mor- i. 0 7---------------------- - 1 I / . ; 6 •4 6V° e fit 1 ,1 1 ----r----r-. ----,-T---r----Cp i i - . t i A r20 1713 4 I mai a 1 \ te... -",--- ;,.r— I am ii 'I „Ago # o • . I . I6* 4 0 *0 Ift 4, 1 *IrPr' PI 1 " / N I t 0 o. 0,_„..._„...2.,„2: ' 1 , .... • ISA oi. " 1 723-72-,. ,, * iiiii--------- #. . - 33 3 ' t 41444 , , , - 0. ........... -- — Perkins Manufacturing Company 800-882-5292 Revised:4/23/21 Creators of the TuckAwayiD Cart Lifter -,- Page 4 of 58 www.perkinsmfg.com ..___.. _...... ri'XHIT3i T OF 2.0 or "2 ( ,A , . Specifications Cart Compatibility—D6D71 ANSI Type 8. US-StYle two-bar carts having abar bo bar dimension nf14Y4'16u°' K�ou any�a�Compsdb|�y—D6Og8b ^ S5 gallon barrels Typical Mounting Application Pick-up truck with 8' bed Flow Rate Requirement 1.5Qpm ` Cycle Time of Cart Lifter 8-10 seconds(up and down) _ Cycle Time uf Dump Body 3S seconds(up and down) ' Recommended Pressure Setting* 2,OOO psi at the pressure relief valve Weight Capacity of Cart Lifter 400lbs Weight Capacity of Dump Body 2,000|bu ! Dump Angle 45 degrees from the horizon | ' Mounting Height Pick-up truck bed height approx.33Y4"off grou' d Approximate Unit VVe�bt(notcoun�n� .� 265O|bs for G yard with lifter packaging) ` Fully Loaded SAT weight with trash Not to exceed 3B5O |bu. Warranty 3 years on lifter, l year on Dump body ponkIns regularly makes product Improvements. Specftotlons - ---nns subject to change without notice -- . *Actual pressure required to lift a load can vary, Do not lift more than the recommended amount printed on the cart by the cart manufacturer or � damage or injury may result. ' See Warranty page enclosed|n this manual fpr full details of coverage . ! Please be sure to use a pick-up truck with a bed capacity nf]6OU1bs minimum and anD'bed. The bed floor should beapproxm2tely533/4' . .' from the ground, The brakes and suspension should beslzed appropriately for these loads. Perkins Manufacturing Company 800'882`5292 Revised:4/27/17 ^ Creators of the TuchAwayw Cart Lifter Page 2mf39 ~ www.perl<|nxmfg.com Randy Wright<rwright@richmondindiana.gov> Mon, Sep 18, 2023 at 2;29 PM To: Jeff Lohmoeller llohmoeller©richmondinclianagov> I'm not sure if this Is a possibility and If so what the process would be to switch to this truck. On Mon, Sep 18, 2023 at 2:23 PM John King <jking@southeasternequiRcom>wrote: Jeff and Randy. My Ford dealer is holding this unit for our answer. It is a bit nicer than the one quoted, but they had a fleet customer back out of it due to time issues. (Like what we are going through.) This would bump the sell price from $80,200 to $84k with Perkins ($3800 more). We can bill the S3,800 together or on a separate invoice. Let me know if you are interested because I can't hold it long only a day or 2. Thank you, John King / Environmental Specialist 0: (317) 872-4877 / C: (317) 296-2701 Southeastern Equipment Co.Inc. 4951 West 961h Street lindianapolls Indiana 46268 PAGE: jThTTj Randy Wright<rwright@richmondindianagov> Mon, Sep 18, 2023 at 2:29 PM To; Jeff Lohmoeller llohmoeller@richmondindiana.gov> I'm not sure if this Is a possibility and If so what the process would be to switch to this truck. On Mon, Sep 18, 2023 at 2:23 PM John King lking@southeasternequip,com>wrote: Jeff and Randy. My Ford dealer is holding this unit for our answer. It is a bit nicer than the one quoted, but they had a fleet customer back out of it due to time issues. (Like what we are going through.) This would bump the sell price from $80,200 to $84k with Perkins (S3800 more). We can bill the S3,800 together or on a separate invoice. Let me know if you are interested because I can't hold it long only a day or 2. Thank you, John King / Environmental Specialist 0: (317) 872-4877 / C: (317) 296-2701 Southeastern Equipment Co.Inc. 4951 West 960 Street Indianapolis Indiana 46288 LEX1-118 I _a, -PA E 0 LI=