Loading...
HomeMy Public PortalAbout145-2015 - Engineering - Tech Electronics - Install VHF Repeater System at RoseviewAGREEMENT THIS AGREEMENT made and entered into this /$ day of Az&0 L015, and referred to as Contract No. 145-2015 by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Public Works and Safety (hereinafter referred to as the "City") and Tech Electronics & Communications, 319 North 5`h Street, Richmond, Indiana, 47374 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to furnish and install a VHF Repeater System for Richmond Rose View Transit (the Project). Certain requests for quotes were made November 9, 2015. The response of Contractor to said request for quotes is attached hereto as Exhibit A, which Exhibit is dated November 17, 2015, consists of five (5) pages, and is also hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same. 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. Contractor shall not modify or alter any standard warranty from the manufacturer of the above described equipment. Nothing contained herein shall prevent Contractor from providing any additional or supplemental warranty in addition to that provided by the Manufacturer. Further, Contractor shall provide City with copies of its warranty upon receiving a written or verbal request to receive such warranty. The Contractor shall furnish all labor, material, equipment, and services necessary which are incidental to 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 not to exceed Nine Thousand Four Hundred Nineteen Dollars and Zero Cents ($9,419.00) for complete and satisfactory performance of the work required hereunder. Contract No.145 -2015 Page 1 of 5 SECTION IV. TERM OF AGREEMENT This Agreement shall become effective upon complete execution of this Agreement and shall continue in effect until completion of the Project, which completion shall be within sixty (60) days of complete execution of this Agreement. 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. Coverase Limits A. Worker's Compensation & Statutory Disability Requirements B. Employer's Liability $100,000 Page 2 of 5 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 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 Page 3 of 5 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: I . 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 acting 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. 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. Page 4 of 5 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. 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 Public Works and Safety By: Vicki Robinson, President Date: ` 2:2n-� APPROVED: Sarah L. Hutton, Mayor Date: "CONTRACTOR" TECH ELECTRONICS & COMMUNICATIONS 319 North 5' Street Richmond, IN 47374 By: c! Lt��4 Printed: (, J A'/ - C,4 6--E A) Title: N 6 Date: / 0 — /G — � /s Page 5 of 5 Rl�H,�o CITY OF RICHMOND • 50 North Fifth Street Richmond, Indiana 47374 (765) 983-7200 Tech Electronics 319 N. 5th St. Richmond, IN 47374 PRICE REQUEST THIS IS NOT AN ORDER INSTRUCTIONS This is a request for a price or quote for the services or materials described below. Any additional specifications may be attached hereto. This is not an order and the City reserves the right to accept all or part, or decline the entire proposal. Please complete your full name, address, and phone number below with signature; itemize all prices and charges where requested; and attach explanation for any substitution to specifications altered. Please return in care of Purchasing to the address above by the specified date and time to be considered unless otherwise specified. DATE November 9, 2015 REPLY MUST BE IN DELIVERY REQUIRED November 19, 2015 b 5:00 p.m. A DELIVERED PAYMENT TERMS I UPON RECEIPT OF INVOICE QUANTITY CATALOG NO. I DESCRIPTION UNIT PRICE I TOTAL BY VHF Repeater System — Rose View Transit (see attached) Please include a current certificate of in- surance naming the City of Richmond as certificate holder with your bid. Bids must be enclosed in a sealed envelope with the project name on the outside. PRICE REQUEST VICKI ROBINSON PURCHASING DIRECTOR NAME OF FIRM QUOTING BY E _ I;.IZED BY k Bids are to be mailed or brought to the /V TITLE 'urchasing Department in the Richmond DATE / / — ! 7— /S" Zunicipal Building at 50 North 5th Street. 5 ti 6 _ 00 7 >tate Tax Exemption No. 003121909-001 NXHlBIT PAGE T OF oe No. KENWOOD EFJohns ; n' tart T E C 1. X M 0 l 0 C 1 E S NCKENWOOD Group communications TECH ELECTRONICS & COMMUNICATIONS CO. SALES - SERVICE - SYSTEM ENGINEERING 319 NORTH 5TH STREET - RICHMOND INDIANA 47374 765-966-0073 \ 800-232-8224 - WB9ZJS(a.MSN.CON. To: The City Of Richmond Date: 11-16-2015 Subject: Roseview Transit Radio System We have enclosed a bid proposal for this project. It may be found that some of the items listed may not be required. We may be able to salvage and or reuse some items. If not required, the City will not be invoiced for them. Enclosed are certificates of insurance for both Tech Electronics, and our tower work subcontractor Beerline TV & Satellite. We have included their certificate of workers compensation coverage. Beerline TV & Satellite will provide all of the climbing and aerial tower work services for this job. Tech Electronics will provide the communications equipment, FCC license work, all programming, system set up and activation. A note on when this job can be done. It is now weather dependent and will have to scheduled in wth existing work in progress. I would predict that is the weather remains fair, we could get to this within the next 60 days. The FCC license work will need to be done first. Thanks Gary EXHIBIT A PAGEZ, OF KENWOOD EFJohns = n* tart T E C M N 0 l 0 C 1.1 5 JVCKENWOOD Group communications TECH ELECTRONICS & COMMUNICA TIONS CO. SALES - SERVICE - SYSTEM ENGINEERING 319 NORTH 5Ti STREET - RICHMOND INDIANA 47374 765-966-0073 \ 800-232-8224 - WB9ZJS MSN.COM To: City Of Richmond Date: 11-16-2015 Subject: Roseview Transit Repeater System Repeater System: (1) VHF Kenwood TKR-750 50 Watt Repeater Unit (1) DC Power Supply (1) 6 cavity 50 Watt Mobile Duplexer Note 1: This item will be used if frequency separation greater than 4.5 MHZ is available. This will not be known until we start the FCC licensing process. If wide spaced frequencies are not available, be advised that this duplexer cost could be up to an additional $2000.00+ in cost above the projected cost below. For that reason, we always do the FCC licence work first. If the final system cost will exceed what is projected, or budgeted for this project, it can be aborted without any costs. (1) FCC License Preparation And Coordination Charges & Inter Service Fee Note 2: Inter Service Fee's may not be required. (1) Equipment Rack Or Enclosure (1) Lightning Arrestor & Grounding Items (1) Labor To Set System Up & Install (20) Radio Unit Reprogramming: Total: $4500.00 EXHIBIT PAGE =OF Tower Work: (1) 4 Bay - 6 DB Gain Dipole Antenna: Note 3: This new antenna may not be required if the existing antenna is OK and of enough gain. This is unknown because it has not been inspected on the tower top. This inspection is available pre bid, but an additional charges would apply. (1) 6 Foot Heavy Duty Galvanized Side Mount System: Note 4: This mount system may not be needed if what is in place on the West side of the tower - can be salvaged -Pre Eastflauing side mounds (260) Feet 7\8 Inch hard Line Coax Cable & Connectors: (1) Tower Labor (3) Man: (1) Truck Shipping: Total Possible Tower Work: $4919.00 Total Possible Project Cost: $9419.00 Again, see Notes 1,2,3 and 4.1 have estimated this job at the maximum amount. If we fmd that these items are not required, you will not be invoiced for those items. Although we have been on site to look at the tower, once on the tower top we can better evaluate what will be required. EXHIBIT PAGE OF ,!)flew side mount bracket to replace the existing hardware, if needed. NOTE: Bidder shall include a separate quote for this hardware. If it is found not to be required, it will to be deducted from the final quoted amount of the job. 4. (1) sway brace device to support the side mounted antenna. S. Inspect tower as work is being done and remove unused mounting hardware, cables, ties, etc. NOTE: We strongly- suggest that each bidder make an on -site inspection of Rose View Transit grounds location, for evaluation of required tower work. PLEASE PROVIDE THE FOLLOWING INFORMATION WITH YOUR BID ALONG WITH COST: 1.) Earliest date available to begin project. PocJ- 2.) Length of time to complete project. / 7'"a OAys'• /t= No /0,,947-5 /VEER D/?/J,FRED 3.) Guarantee information. J yiFnRS onJ /4EPe,6'7WX Ptio `7o40CFR /- Min 4.) Current certificate of insurance containing the attached limits and naming the City of Richmond as the certificate holder. t _.' C�• '� _zz_ ignature z� E C -r Company 96G —ya 73 Phone Number (;igR y p • CR bEN Contact Person EXlilE?!T �PAG�Elf;0� Date