Loading...
HomeMy Public PortalAbout121-2015 - First HURST Technical Services, IN = Lift Stations monitoring equipmentORIGINAL AGREEMENT THIS AGREEMENT made and entered into this 30 day of © , 2015 and referred to as Contract No. 121-2015 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 Hurst Technical Services, Inc., 7530 DiSalle Blvd., Suite 100, Fort Wayne, Indiana 46825 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to provide and install Lift Station Alarm Telemetry, otherwise described as all material required to monitor lift station equipment and call out City personnel by cell phone if a lift station goes into alarm mode, for the Richmond Sanitary District. A Request for Quotes containing Certain Specifications sent out August 20, 2015 has been made available for inspection by Contractor, is on file in the offices of the Department of Sanitation for the City of Richmond, is attached hereto as Exhibit "A," consisting of seven (7) pages, 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 is attached hereto as Exhibit `B", which Exhibit is dated September 21, 2015, consisting of four (4) 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, services and warranties necessary for the proper completion of all work specified. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11 (a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor a total sum of Thirty -Nine Thousand Seven Hundred Thirty Dollars and Zero Cents ($39,730.00) for complete and satisfactory performance of the work required hereunder. 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. Coverage 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 $2,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public 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 Page 3 of 6 Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all 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 4 of 6 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 6 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: ue Miller, President "CONTRACTOR" HURST TECHNICAL SERVICES, INC. By: Printed:( ,7bs+�/ p 4 oS6 ) Title: V,'e < !'� �� nc�✓� Date: a '� / Date: APPROVED? Sarah L. Hutton, Mayor Date: ,o / /J Page 6 of 6 RICHMOND SANITARY DISTRICT LIFTSTATION ALARM TELEMETRY SECTION 15000 AUTODIALER 1. PART 1— GENERAL 1.1 DESCRIPTION OF WORK A. Furnish and install an autodialer with wireless capabilities at 18 lift stations throughout the districts' collection system. B. Demo any unused telemetry hardware or wiring that will not be used in the implementation of the new telemetry components herein. The owner reserves the salvage rights to these components. Material will be taken to the WWTP by the contractor. C. Connect alarm input wiring to the existing alarm contact points in the lift station -control panels. This may include, but not limited to, mechanical floats, and analog type transducers. D. Program the autodialer to notify the contact list provided in the event of any alarm described further in this specification. 1.2 SUBMITTALS A. Submit shop drawings of new equipment showing layout after installation. B. Submit manufacturer's installation Instructions. C. Submit manufacturer's operation, service, and user's manuals in portable document format, and one paper copy of each. D. Submit manufacturer's warranty. 1.3 PROJECT RECORD DOCUMENTS A. Provide as built diagrams, operations and maintenance manuals, for all equipment provided in these specifications. [EXHIBIT 7. PAGE __i__OF_.�_._ 2. PART 2 - MATERIALS 2.1 AUTOMATIC TELEPHONE DIALER A. One RACO Guard -It Model G1-4 Autodialer, or approved equal, for each lift station as specified. B. The automatic dialer shall be a self-contained, solid state device. The dialer shall continuously monitor the presence of main power and the status of four independent alarm input channels, which may be programmed for N.O. or N.C. dry -contact (or logic levels) inputs or for 4 mA analog inputs. C. Each of the four input channels shall be programmable to alarm on any of the following: OPEN circuit, CLOSED circuit, or analog HIGH and / or LOW alarm set points. Alarms shall be capable of independently being programmatically turned OFF. D. On AC power failure (for dialer with backup battery option) and / or on violation of alarm criteria for any of the four alarm inputs, the dialer shall go into alarm status and begin alarm dialing and alarm notification. Dialing shall continue until the alarm(s) is (are) acknowledged. E. Unless alarm notification is by pager, notification shall be by playback of high resolution digitally recorded alarm voice messages. Each alarm shall cause the playback of its specific custom message. Analog alarm messages shall include the percent -of -full-scale of the analog inputs. F. Alarm acknowledgement shall be accomplished by pressing the 9-button on the telephone touch pad or by using the switch on the dialer front panel. Call- back alarm acknowledgement capability shall be available in the event that alarm notification is by numeric pager. G. The dialer shall re -alarm and resume alarm dialing after a programmable period of time has elapsed after an alarm(s) has been acknowledged but the fault(s) causing the alarm(s) not remedied. EXHIBIT PAGE OFF H. The dialer shall respond to inquiry calls from any telephone and shall provide a status report of alarm input point status (OPEN, CLOSED, or analog PERCENT) and main power status. The report shall include alarm status for each point (normal, alarm, and alarm acknowledged but fault not remedied). A warning message shall be provided if no phone numbers have been programmed for alarm notification or if the switch on the dialer front panel is set to DISARMED rather than READY. The dialer shall be FCC approved. It shall operate on a standard dial -up rotary pulse or touch-tone telephone line and shall be capable of calling from one to eight phone numbers, each up to 60 digits in length. Dedicated or lease phone lines shall not be required. J. The following telephone interface features shall be included: 1) 60 digit phone numbers — for all eight phone numbers. 2) Telephone line fault detection — tests phone line at regular programmed intervals and flashes LED on dialer front panel upon failure. 3) Automatic selection of pulse versus tone dialing --- tests for capability upon power up without user intervention and maybe overridden for non-standard PBX systems. 4) Call progress monitoring (CPM) — detects busy and ringing signals; waits until phone is answer to annunciate.voice alarm; abandons call if line is busy or no answer and quickly tries next number. 5) Numeric pager support —allows pause characters and pager system terminator characters such as # or *. 6) PBX support —ignores non-standard dialing tones and allows pause characters to allow waiting for outside line. K. Programming Parameters and Other Features EXHIBIT _-B__ PAGE __3 GF- ]L 1) Dialer shall be programmed using a standard touch tone telephone handset that shall be connected to the dialers through the R111 programming port. After programming, the programming telephone shall be disconnected and removed from the dialer. Pre-programmed speech shall provide entry guidance and confirmation of programmable features. Coded programming using function codes shall provide direct access to specific programmable items. 2) The following parameters / features shall be available. When software based, parameters shall be alterable from their default values through the local programming telephone handset: a. Messages — voice alarm messages for each alarm channel and for dialer station identification shall be digitally recorded at high resolution. Permanently stored factory recorded messages shall be included as default alarm messages and default station identification so as to allow the dialer to be fully functional even with no user recorded messages. Permanent messages to support user programming shall be provided. b. Alarm Trip Delay — each alarm channel response time shall be individually programmable from 0.1 to 999.9 seconds. Default shall be 2.0 seconds. Main power loss response time shall be fixed at S minutes. c. Delay between Alarm Dial Outs — shall be programmable from 0.1 to 99.9 minutes. Default shall be 2.0 minutes. d. Alarm Reset Time — shall be programmable from 0.1 to 99.9 hours. Default shall be 1.0 hour. e. Incoming Ring Response (dialer answer) Delay — shall be programmable from 1 to 20 rings. Default shall be 1 ring. f. Alarm Message Repetitions — shall be fixed at five repetitions. g. Station Identification — see "a. Messages" above. h. Input Alarm Criteria — each dry -contact alarm input channel shall be independently programmable for non -alarm OPEN or CLOSED circuit. Alarm will occur when dry contacts transition from non - alarm state. i. Built -In Microphone — shall monitor background sounds at site whenever user is in phone contract with dialer. j. Local Alarm Output — transistor output for TTL or relay drive 500 mA, 24 VDC max activated during unacknowledged alarm. k. Arming of System — front panel shall have an OFF / ARMED / DISARMED switch. I. Phone Dialing Mode — shall be programmable for automatic, pulse or touch-tone. Default shall be automatic mode: EXHIBIT A PAG =qF m. Phone Numbers — up to eight phone number shall be programmable. Each phone number shall be up to 60 characters long. Pauses, ", and # characters shall be supported for numeric pager communications. n. Metal Enclosure — shall be NEMA-12 and shall be capable of surface or flush mount. Enclosure shall have LED lights indicating main power failure, DISARMED status, phone line fault, phone off hook, alarm input line status (Normal, Fault with alarm trip delay not timed out, Unacknowledged Alarm, and Acknowledged Alarm). !. Power, Operational Backup Battery, and User Program Storage 1) Main power for the dialer shall be 10-14 VDC, 500 mA max. 2) Backup power to allow dialer operation should main power be lost shall be by an internal 6 V, 4 AH gel cell rechargeable battery and precision voltage controlled charger, option GBB. A trickle charger shall not be supplied. Battery backup shall be 20 hours. 3) User program storage shall be by an internal lithium battery rated for 10 years from date of shipment. Dialer operating system and default voice messages shall be stored in non-volatile memory. 4) Surge protection Unit shall have solid state surge protection on phone, power, and signal lines. Surge protection modules shall be replaceable at the RACO Factory. 5) Technical / Customer Support All users shall be provided and / or shall have access to the following support resources: a. Each autodialer shall be shipped with a CD-ROM which details all features of the product and provides an in-depth step-by-step video programming guide, A superficial marketing overview will not be acceptable. b. Free Live Chat support on RACO's website staffed with trained technicians shall be available during manufacturer's normal working day. c. Free comprehensive web -based support center with over 550 FAQs shall be available for customers to retrieve copies of all - available technical information directly into his own computer. The support center shall have an optimized user interface for smartphones at racomobilesupport.com, allowing users to quickly EXHIBIT �. PAGE 5 OFF navigate to the desired support topics. This service shall be available on a 24 hour basis. d. A toll free 8 number shall be available during manufacturer's normal working day to permit users to talk directly with technical service personnel and resolve problems not solved by the RACO web -based Support Center. 6) Warranty, Repairs and Technical Support The unit shall be covered by a Two (2) year warranty covering parts and labor performed at the factory. RACO Factory repairs shall be available. No -cost loaners shall be available prior to shipping defective dialers to the Factory. RACO Factory technical support shall be provided to assist in programming, diagnosis, and product information. Support shall be by: a. Toll Free 800 Number — during RACO's normal working day to permit users to talk directly with technical service personnel. b. racoman.com — all literature, manuals, and support access available online. 7) ULStandard Complies with UL Standards 1459, 1950. 2.2 CELLULAR ANALOG TO WIRELESS CONVERTER A. One Model Number 555BCELL-AC-C800/1900-NE, Fixed Wireless Terminal CDMA Cehularm Cellular Telephone Communication. System, AC, analog -to - wireless converter compatible with Verizon wireless systems, for each lift station autodialer as specified. The converter should be capable of operating from 120 VAC, 60 Hz, single phase power source. Provide battery backup for operation during power loss. C. The FWT, (fixed wireless terminal), should be capable of voice communication through an RJ11 connection, from the autodialer, for calling the Owners cellular phones in the event of an alarm. 3. PART 3 - EXECUTION 3.1 INSTALLATION EXHIBIT PAGE ©F A. Install new autodialer and wireless converter in existing enclosures where provided.. Install new enclosures where needed, to accommodate the new equipment and any miscellaneous hardware required for interconnection. B. Install external antennas in areas where the cellular signal strength is marginal, such as low lying areas, to provide enough signal strength for reliable service. Provide grounding systems for externally mounted -antennas with masts. C. The Owner shall provide the service contract with the local service provider, along with each sites' designated telephone number for activation. D. Provide and install all conduits, wiring and connections required for the new equipment alarm points and power sources. The alarm point designation will be provided by the Owner, (high level, low level, etc.). E. Program the phone numbers provided by the Owner, to be dialed in the event of an alarm. F. Test and verify the operation of the complete system with each of the programmed telephone numbers. G. Provide training on the operation of the autodialer and converter to the Owners representative responders. END OF SECTION =EXHIBI:T�PAGEE- PRICE REQUEST o . ti� V ' o CITY OF RIC.HMOND T� DEPARTMENT ff7E.Rt�,tVD SAMTATI©N THIS IS NOT AN ORDER 2380LIBERiY AVf�I[O, icW1Ai�A d737J P440M (765) 983=74SOoFAX (765) 962 2GG9 �ckrs e�s�y , --� _ ' ' La7'_ �,�.u., ��: �..... •.�� � � ,..�._ ... :,,,E'er � ��:�-� VENDOR INSTRUCTIONS This Is a request for aMtnaterlats described below, Any mdmay be attached hereto. This Is NOT an order and the City reserves Hurst TecitnitaletvireS, ItC. the fight to accept all or pad, or decline the entire proposal., 753t1 Disalle Boulevat'd #100 Please canpiste your loot name and phone nunYber below with signature. Itemin all prices and diaroes where Fort Wayne, IN 46825 requested, and attach any explanation for any substitution to ATTN: John Lobe or Bill Travis spaciticalions altered. Return In a sealed envelope, in care of Richmond Santtary District Board of Commissioners to the admfntstration buildlrt0 at the address above by the spedfted date and dme to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: August 20, 2015 10:OOAM September $, 2015 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION —Lift Stations Uonitorin g,EcjujgMent and Services Contractor will furnish and install material to monitor and alert RSD personnel by cell If 114 stallion goes Into an alarm mode. Please see attached specifications. We will be having a gmauote meeting Thursday August 271b at 14s00am at the Administration Building Board Room. Please include a Certificate of Insurance and Warranty Information with quote. All work shall be warranted for one (1) year from date of completion. B-Verify requirements apply to this quote. -- ^^w ���� _. 4. Return the quote in a sealed envelope addressed to: STATE TAX EXEMPTION # 003121909-001 fiw ZdM"ffz'% Richmond Sanitary District Richmond Sanitary District Denise Johnson., Customer Svc Mgr 2,38o Liberty Avenue, Richmond IN 47374 Re Lift Stations Quote Valid Until S --31 - f If Awarded, Earliest Start Date t i - r - s" AUTHORIZED BY SIGNATURE �LG �iLrSrpd�� TITLE 5-Zl — 6if DATE 2too '7V � I;t rl q. PHONE NUMBER EXHIBIT _ PAGE __J_OF REQUEST FOR QUOTE / PROPOSAL SHEET The Richmond Sanitary District is requesting quotes for the following, Lift Station Alarm Telemetry Contractor will furnish and install all material to monitor lift station equipment and call out RSD personnel by cell phone if lift station goes into alarm Mode. We have a total of 18 Lift Stations and will ask to have an Individual price per each station. We have listed each station in there prioritized order, The Richmond Sanitary District reserves the right to includd all stations or pick and choose what stations will be monitored. Lift Station Cost per station S 1. Short Creek $ 2,030 2. Belden $ 21030 3, South 16'b Street $ 2,900 4. Airport $ 2,900 S. Henley $ 2,900 a 9 ann 6. Commerce Rd. 7. Woodside 8. Hayes 9. Landfill 10. North 12's Street 11, Sylvan Nook 12. Far North 13. North Richmond 14. Round Barn 15, AirpQrt Road 16. Woody Drive $ 2,030 $ 2,030 $ 2,900 9 win $ 2,030 $ 2,900 $ 2,030 $ 2,030 EXHIBIT PAGE -- 17, McBride Stadiwli $ 2,030 18. S.W. "B" Street $ Deleted TOTAL $ 39, 730 Name of Company Quoting Hurst Technical Services Inc. Name of Contact Person and Ph. # Bill Travis 260/749-9274 Estimated Delivery once PO has been issued 40 Days_ Warrantee of Equipment One Year Parts and Labor per Attachment A Certificate of Liability/Workers Conip Ins. Included ner Attachment B E-Verify Requirements Yes we are enrolled Indiana Local Preference Claim Does not apply Iran Investment Activities None we do not engage in any activity with Iran EXHIBIT � PAGE -OF It , ^-ter HURSr TECHNICAL SERVICES INC. September,21, 2015 7530 DISALLE BLVD FORT WAYNE IN 46825 260/749.9274 PHONE Z60/749-9335 FAX CITY OF RICHMOND DEPARTMENT OF SANITATION 2380 LIBERTY AVENUE RIC MOND IN 47374 Ai 1t1C12,1 1 11 A 11. RE: LIFT STATION MONITORING AND EQUIPMENT AND SERVICES PROJECT ADDENDUM #1 Hurst Technical Services, Inc. will warranty all equipment and the associated labor for any repair or replacement issues for the Lift Station Monitoring, Equipment and Services Project for a period of one year from the in-service date of each individual Lift Station. The date warranty, begins will be verified by signed affidavit of acceptance containing the signatures of the WWTP Maintenance Manager, or his designate, and the Owner of Hurst Technical Services, Inc, or his designate, with the start date specifically defined. EXHIBIT _.B_ PAGEOF "