Loading...
HomeMy Public PortalAbout125-2013 - Sanitary - Pyramid Equipment - 1000 Rosie RollersoRIcrNaL PURCHASE AGREEMENT THIS AGREEMENT made and entered into this A day of sP , 2013 and referred to as Contract No. 125-2013 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners (hereinafter referred to as the "City") and Pyramid Equipment, Inc., 211 S. Prairie Street, P.O. Box 127, Rolling Prairie, Indiana 46371 (hereinafter referred to as the "Contractor"). SECTION 1. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to provide and deliver one thousand (1,000) Cascade ninety-six (96) gallon trash containers (Rosie Rollers) for the Richmond Sanitary District. A Request for Quotes dated August 2, 2013, including specifications consisting of four (4) pages attached hereto as Exhibit "A," has been made available for inspection by Contractor, is on file in the office of the Department of Sanitation, and is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same. The response of Contractor to said Request for Quotes, dated August 12, 2013, is attached hereto as Exhibit "B," consisting of two (2) pages, and is also hereby incorporated by reference and made a part of this Agreement. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for or incidental to the proper completion of all work specified, in a timely manner. No performance of services shall commence until the following has been met. 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION 111. COMPENSATION City shall pay Contractor a total sum not to exceed Forty -Nine Thousand Seven Hundred Fifty Dollars and Zero Cents ($49,750.00) for complete and satisfactory performance of the work required hereunder. Contract No. 125-2013 Page 1 of 6.. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until completion of the project. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely and proper manner its obligations under this Agreement; b. submission by the Contractor to the City of reports that are incorrect or incomplete in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the effective date by Contractor, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coveraze Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 Page 2 of 6 C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not Iaer 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 City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of Page 3 of 6 said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all monies 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 for negligence which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. Page 4of6 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. It shall be controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It 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. 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 suit arising under this Contract, if any, 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. Any person executing this Contract in a representative capacity hereby warrants that he 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 due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed. In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. Page 5 of { 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" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: ue Miller, President Date: 9//0// s" APPROVE Sarah L. Hutton, Mayor Date: 9 111 "CONTRACTOR" PYRAMID EQUIPMENT, INC. Printed: Title:! S�eAs�— Date: q~14-r3 Page 6 of 6 CITY OF RICHMOND, INDIANA BID SPECIFICATIONS FOR 95 - 96 GALLON UNIVERSAL CONTAINERS GENERAL CONDITIONS: The specifications herein describe the minimum acceptable features and performance requirements for rollout waste containers to be purchased by the City of Richmond. Bidders are to have thoroughly read and understood these specifications prior to submittal of bid. Submittal of bid indicates that bidder meets, or exceeds all conditions of these specifications. All variations and/or should be detailed on a separate page titled `Exceptions'. If the City determines that exceptions do exist which were not identified by the bidder, then the proposal will be deemed non -responsive and the bidder disqualified. If no exceptions are taken, it will be assumed that the bid meets all specifications as stated. Bid pricing will include purchase price of new, unused containers which can be dumped by both semi -automated and fully -automated truck systems and delivery to 2380 Liberty Avenue, Richmond, Indiana 47374. City of Richmond will purchase up to1000 containers. PLASTIC MATERIAL: Containers must be made from 100% virgin, first quality, high — density polyethylene ( HDPE ) material only. Plastic resin materials are to be supplied by a national petrochemical producer. All containers shall be manufactured utilizing the injection or rotational molding process. Containers produced using blow molding method of production is not acceptable. Cart and lid must be 100% recyclable. COLORIZATION & ULTRAVIOLET STABLIZATION: Container shall be colored green. Resin must be enhanced with color pigment and LTV inhibitor that is formulated to prevent color fading and ultra violet damage. Additives must be uniformly throughout the container. CAPACITY: Container shall be rated for 95-96 gallon capacity when full, excluding additional volume achieved by the lid in the closed position. EXHIBITPAGE DE14ENSIONS: The following dimensions will be the minimums required on a completely assembled container: Height 42" Width 26" Depth • 32" WEIGHT: A fully assembled container shall weigh at least 32 pounds but not exceed 49 pounds in weight. INTERIOR / EXTERIOR CONSTRUCTION: Exterior surfaces shall be smooth and free from crevices, recesses, projections, and other obstructions that could entrap or entangle refuse. All interior surfaces `shall likewise be smooth and free from similar obstructions so that contents can be easily and completely dumped during collection operation. LIDS: The lid shall be domed shape and will be of one piece construction overlapping the body. The lid must open freely to 270 degrees so that the open lid can rest against the back of the container body during normal dumping operations. The Iid must be designed to disallow entry of rain when in a closed position and to discourage rain or snow accumulation on the lid. The lid shall be manufactured in such a manner that it will not warp, bend, slump, or distort to such a degree that it no longer fits the container properly or otherwise becomes unserviceable. Lid may not be attached with brackets, metal hinges, bolts or other means. Lid latches are unacceptable, lid will be held closed by its weight only. gaaivnLEs: All containers must be equipped with handles that are a minimum of 1" in diameter and molded as part of the container body. Handles or handle mounts that are bolted onto the container body are unacceptable. EXHIBIT _6_ PAGE � OF q 1 2 WHEELS/AXLES: Axle must be a minimum of 0.75" in diameter. The axle must be of steel construction, plated to protect against corrosion. Wheels shall be a minimum of 10" in diameter and shall be of a snap -lock, rust proof design. Wheel assembly using pal nuts, end caps, and /or cotter pins are unacceptable. STABILITY: The container shall be stable and self -balancing when in the upright position, either loaded or empty. Containers will be rated to withstand 45 mile an hour winds when empty. ABRASION PROTECTION: Container will be manufactured to withstand dragging on streets and driveways, as well as normal abrasion caused by collection operation. MARKINGS: All containers shall have the City of Richmond name and logo in white markings, each shall be hot molded or stamped on each side of the container. Included in the specifications will be the name and logo. Serial numbers will be embossed in white letters and numerals, of up to 8 characters. Instructions for the safe use of the container must be molded into each lid. , Instructions shall be in both English and Spanish. The load rating of the container must be molded into the lid. Load rating shall be stated in both pounds and kilograms and in English and Spanish. Emboss onto lid will be standard instructions as to how to place container in relation to street to insure for proper collection. LIFT SYSTEM/ CATCH BAR The cart shall be of universal construction to be compatible with both semi -automated and fully automated collection systems. For semi -automated collection the body shall be equipped with attachment points to be operable with standard American semi -automated bar locking lifters. The container shall be capable of being engaged by the lifting device without requiring the container to be manually lifted by collection personnel. The upper lift point must be integrally molded into the body of the container. The lower catch bar must be a minimum of %' in diameter and a minimum of 10" in width after installed and EXHIBIT f PAGE 3 OF '� 1 1/4 " in depth from the back of the lower catch bar to the body of the container. Containers with bolted on lower bars or plastic Iower bars are not acceptable. WARRANTY: The container lids, wheels, axle, and all necessary hardware must be covered by a ten (10) year warranty, Any component parts which fail in materials or workmanship to Perform as originally designed, shall be replaced at no charge to the city. REFERENCES: Bidder must submit with its bid a reference list of ten (10) references currently using the exact product (s) being bid. Reference shall have used products for no less than five (5) years. VARIANCES: Any variance to these specifications will have to be submitted on a separate sheet detailing the itemized exceptions along with an explanation of the deviation. Failure to submit exceptions in writing will result in disqualification of bid. City of Richmond will sole determiner in deciding whether exceptions are material or not in awarding bid. If exceptions are held to be material in scope, then bid will be disqualified. CONCLUSION: Any questions concerning these bid specifications may be directed to: Tim Lingar Collection and Recycling Manager 765-983-7478-office 765-969-1384-cell EXHIBIT A PAGE 'I OFF 4 PRICE REQUEST R D y 4 4 0 CITY OF MCIMOND AMTAflON 238023IB) �AAVVENUEOF .RIa4N OND, M ANA47374 THIS IS NOT AN ORDER P14ONE (765) 983-7450eFAX (765) 962-2669 M. max, ram; VENDOR INSTRUCTIONS Pyramid Equipment This is a request for a price for the services of materials described below. Any additional specifications may be Jeff Linback attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. 211 S Prairie Street 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 PO BOX 127 specifications altered. Return in a sealed envelope, in care of Richmond Sanitary District Board of Commissioners to Rolling Prairie, TN 46371 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: August 2, 2013 10:00 A.M. on August 13, 2013 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for purchasing 96-96 gallon trash containers (1000 to be purchased Specifications and Proposal Sheet enclosed. A sample of the container being bid MUST be presented with the quote for viewing, this will be at no charge to the District. All E-Verify requirements, Indiana Local Preference Claims and Iran Investments will apply to this quote. Return the quote in a sealed envelope addressed to: Richmond Sanitary District Board of Commissioners 2380 Liberty Avenue Richmond, IN 47374 Re: 95-96 gallon trash rrcontainers Price Per Container$_ Total Quoted Price $ q. (to include shipping) Please include all warranty information with quote. Any questions, please call Tim Lingar at 765-983-7478. STATE TAX EXEMPTION # 003121909-001 Richmond unitary District NVAE OF FI M UOTING: [i'S 1 Ems%, \.tk A am.ch AUTHOR]ZED BY SIGNATURE TITLE 6. DATE PHONE NUMBER EXHIBIT P_ PAGE I GF a 11111, 1, 1111 nill Pyramid Equipment, Inc 21-1 South Prairie Street P 0 Box 127 Rolling Prairie, IN 46371-0127 Voice: 219-778-2591 Fax: 219-778-2592 City of Richmond Attn: Accounts Payable 50 North Fifth Street Richmond, IN 47374 Quote Number: 5198 Quote Date: Aug 12, 2013 Page: I Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Z7. iin CITYRICMDND 9/11/13 Net 30 Days Linback,Jeffery Quantity R 5-ga- 1,000.00 Cascade 96 gal Universal Refuse Cart Per Richmond Sanitary District Bid Specifications 49.75 49,750.00 )ue to the instability of the steel market, prices subject to change vithout warning Subtotal 49,750.00 Sales Tax EXHIBIT .8_ PAGE a OF .1