Loading...
HomeMy Public PortalAbout068-Monitor sewer dischargesPROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into this 1) It, day of between the City of Richmond, Indiana, a municipal corporation acting and throughb y and s Board of Sanitation Commissioners (hereinafter referred to as the "City') Street, Indianapolis, Indiana 46278 (hereinafter referred to as the" C ntract r"),Inc ' 5787 West 74" SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to provide certain equipment and professional consulting services in order to allow City to monitor sewer discharges. A Request for Proposals, dated February 17, 2004, has been made available for inspection by Contractor, is on file in the Richmond Sanitary District Administration office for the City, and is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide b the same. y The response of Contractor to said Request for Proposals is attached, hereto as "Exhibit A," which Exhibit is dated May 3, 2004, and is hereby incorporated by reference and made a part of this Agreement. Contractor shall perform all work and provide all services and goods described on "Exhibit A." 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 perform all work herein in a timely manner, conforming to all applicable professional standards. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. No work shall commence until the City is in receipt of any required bonds and certificates of insurance, and until a purchase order has been issued by the Purchasing Department. SECTION H. 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 sum not to exceed Seventy Thousand Dollars ($ 70,000.00) for supplying all goods required by this Agreement and performing all work described herein in a satisfactory and proper manner. 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. CONMCT 68-2004 Page 1 of 5 190 pos • A Notwithstanding the term of this Agreement, Ci ty,/ayy part, for cause, at any time by giving at least terminate this Agreement in whole or in tten notice effective date and the reasons for termination which shall lncllude budays t not be limited tot h ng the following: a, failure, for any reason of the Contractor to fulfill in a timely and/or competent manner its obligations under this Agreement, which include, but are not limited to, all work listed on "Exhibit A"; b. ineffective or improper use of funds provided under this Agreement; c. suspension or termination of the grant funding to the City under which this Agreement is made; or d. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make prorated pa ent for performed prior to the date this Agreement is terminated, but shall be relieved of any other Fork responsibility herein. This Agreement may also be terminated by either the City or the Contractor, in whole or in partb mutual Agreement setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. y SECTION V. INDEMNEFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or in jury to P or property or any other claims which may arise from the Contractor's conduct or performance ofn 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 Ci agents, or employees. Contractor shall as a prerequisite to this , maintain such insurance as will protect it from grurcthereafter which may arise out of or the claims set forth below Aeementpty'hase and its officers, result from the Contractor's operations under this Agreement, Contractor or by any sub-contractowhether such operations by the rs or by anyone directly or indirectly employed by any of them or by anyone for whose acts the Contractor may be held responsible. C2 era. Limits A. Worker's Compensation & Disability Requirements Statutory B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $3009000 each occurrence $300,000 aggregate Section 2. Property Damage $1009000 each occurrence Page 2 of 5 D. Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage E. Comprehensive Umbrella Liability F. Malpractice/Errors & Omission $300,000 each person $3009000 each occurrence $100,000 each occurrence $1,000,000 each occurrence $1,000,000 each aggregate $50000 each occurrence $500,000 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 compproof of such ly with all provisions of its home state's worker's compensation law and provide the City compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person actin 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 indirectly related to employment, because of race, religion, color, sex, disability, ter directly origin, or ancestry. national 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; or any sub -contractor shall in no manner d s 2• That Contractor, any sub -contractor, or anycriminate against orhntimi ate anytor employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; S• 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 Page 3 of 5 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 VIII. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party rights or obligations hereunder without the prior written consent f the otherparty, shall be null and or delegate any of its delegation or assignment, without the prior written consent of the other a p rtY. Any such 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 an time by filing with the Agreement a written instrument setting forth such changes si parties. By executing this Agreement the parties agree that this document supersedes an previous g gned by both discussion, negotiation, or conversation relating to the subject matter contained herein. Y p vious 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 and venue 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 an 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 an Y Contractor may have to bring such suit in front of other tribunals or in other venues. Y right Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. If any court or tribunal declares any provision of this Agreement unenforceable, all other rovisio of this Agreement shall remain in full force and effect. p ns In the event of any breach of this Agreement by Contractor, and in addition to any other damages 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 attorneys fees. g or 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 dravoring or disfavoring any party by virtue f the a authorship of any of drafted jointly by the burden of proof shall arise fr the provisions of this Agreement. Y Page 4 of 5 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 Sanitation Commissioners By President Date: APPROVE Sarah L. Hutton, Mayor Date: % — Page 5 of 5 "CONTRACTOR" GEOTIVITy, INC By: Title: Date: ndix A - Sco of Services Project Summary GEOtivity will supply the City of Richmond with event notification equipment, software and services to monitor sewer discharges to the environment. This Program will meet EPA and IDEM combined sewer overflow regulations. Richmond will start with 2 locations and will add 1 additional flow meter to the Project in order to meet continuing CSO regulations. On top of supplying Richmond with event notification equipment, GEOtivity will supply A/V monitoring equipment for permanent and semi -permanent locations in order to provide Richmond with useable data for calibrating their model. GEOtivity will provide the following solutions and guarantees: • 2 CSO monitors. ■ 1 additional CSO monitor to be installed in 120 days. ■ 3 flow monitors in the NW 13 basin to be used as temporary / potable units. ■ 1 rain gauge. Replace time consuming manual visual ins pections at CSO sites. ■ Provide measured time, date, and durations of overflow events o to estimated). (Opposed ■ Provide early warning alarms to prevent dry weather overflows. • Provide volume of overflow. A 90% good data population will be gathered from all units associated with this project. • On-line project management. ■ No cost overruns once site inspections are complete. • Initial kick-off meeting and regular monthly meetings to review project and ensure client satisfaction. The four and a half year CSO monitoring study and AV monitoring study, which will include a total of seven flow monitors and one rain gauge. will start in May 2004. The City will initially recommend the locations and GEOtivity will verify all sites conditions and site configurations during site inspections. Each site will be numbered by the city's current numbering system or GEOtivity will recommend a new numbering system. GEOtivity will program the CSO sites with early warning alarms to be sent when the flow reaches 80%, unless other wise stated, of the weir wall height or overflow pipe. Early warning alarms will confirm what sites are about to overflow and if the event is due to wet or dry weather. www.geotivity.net ItAtlIBIT-H pqG ZO'd 699Z-Z96 59L - �s�❑ �C�Q��uQS PuowyZ)La dLZ=£O bO-ZO-unC TIVITY Once the flow reaches the overflow height, a critical alarm will be sent to confirm that a wet or dry weather overflow is actually occurring. For both early waming and critical alarms, messages will be sent to an unlimited number of email addresses or text message addresses for cell phones or pagers. Data from the Qtrek heated rain gauge will be used to measure rainfall intensity and correlate with flow data. This will allow for differentiation between wet and dry weather overflows and further understanding of how different duration and intensity storms affect the system. Project Term and Timelines The project term is for four and a half years. The project will commence in May 2004, for an amount not to exceed the sum of $70,000 in the fiscal year- 2004. (see pricing schedule in Appendix B). This Project will include a Project Kick -Off meeting followed by consecutive monthly meetings to give clients an update of the project. All key GEOtivity team members will be present for discussion of data and project results. Data Reporting and Posting Data reporting and analysis shall be conducted for each site. During site installation and site visits, digital records shall be taken of the installation and manhole conditions. All final data, which will include one depth sensor, one velocity, and the float switch (if applicable to the site), shall be posted to the project Website available for graphing and download by the City. The online reporting module will be available for data reporting facilitating online graphing, scatter plot analysis, and tabular reporting by project members of all project sites. GEOtivity shall provide complete data to the City of Richmond every month through the secured project Website. CSO Reports 1. GEOtivity shall provide a monthly report, from the previous reporting period, to the City of Richmond by the 17th of every month that will include: a) Measured time, date, and durations of overflow events. b) Volume of overflow events. c) CD of Tabular data. www.geotivity.net EXHIBIT pq�E £O"d 699Z-Z96 99L -4SL❑ Yl�P4�_uQ pu0w4=)L2J dSZ=£O tO-ZO-unr M.9mMITIVITY Factory Calibration 1. GEOtivity shall test all flow monitoring equipment in a controlled environment. This shall include point velocities and average velocity (*GTIVITY Temporary/Portable Reports 1. GEOtivity shall provide a monthly report, signed off by Bonar Group, from the previous reporting period, to the City of Richmond by the 17`h of every month that will include: a) Weekly depth/velocity/rainfall hydrographs b) Weekly depth/velocity scatter plots c) CD of tabular data d) Description of data anomalies GEOtivity Inc. shall provide complete data to the City of Richmond every month through scheduled monthly meetings with the GEOtivity Project Manager, and at the and of the monitoring period via both the customer's Web Interface. Project Management Open communication will be conducted through key project members from the Cy of Richmond and GEOtivity's US East Team. In addition, GEOtivity's local office will provide field crews. Communication will be conducted primarily through the assigned Project Engineer, Carlo Rupperi, and the Account Manager, Julia Foreman; however, open communications with the Regional Manager, Angela Reid will also exist to facilitate project accountability and ensure client satisfaction. GEOtivity and the City of Richmond will conduct scheduled project management meetings (minimum of monthly) to co-ordinate, implement, and discuss changes, workload, requests, and improvements to be made, etc. Field management will be facilitated through the GEOtivity's Field Management System allowing the co-ordination between all stakeholders on a daily basis. Monitoring Sites Where a suitable hydraulic condition does not exist at a selected monitoring site, upstream or downstream manhole(s) shall be considered. Method of Installation and Removal Prior to installation, all sites are profiled for general application suitability and indication of surcharge for monitor placement requirements. Meters are field calibrated, tested and installed near the top of the manhole with the sensors in the flow stream_ www.geotivity.net EEZIAK�QE ti0"d 699Z-Z96 59L Puowy:5�b dBZ=£O b0-7n-u, • TIVITY of the pipe to the water surface, or actual diameter of the pipe minus the measurement from the crown of the pipe to the water surface. 5. GEOtivity will field verify each unit if a sensor is changed or if the data shows that verification is required. Equipment Specifications Equipment specifications for all locations will remain standard Qtrek specifications that will include 2 pressure depth sensors, 1 ultrasonic velocity sensor, 1 float switch (CSO monitors only), and 1 battery sensor offering redundancy in level measurement and velocity measurement. Qtrek meters will record data at 5-minute intervals. Proposed Safety Program Field crews are required to fill out site forms such as; Site Arrival, Road Set Up Permit, Confined Space Permit, Manual Download, Field Verification/Calibration, Site Plan and Profile Drawing, Site Pictures, and Work Completed Forms. GEOtivity has strict safety policies and procedures following and exceeding OSHA standards. Warranty GEOtivity guarantees all instruments and accessories manufacture by GEOtivity to be free from defects in workmanship and materials for a period of 1 year from the date of shipment from the GEOtivity manufacturing facility excluding the following. Extended warranty packages are also available. No warranty is provided for the following: • Expendable or consumable items. ■ Batteries and or power packs. These items carry P' period covering 5 months from date of installation or, depending on model from the date of shipment. If these items fail within the stipulated time frame the warranty will apply to the unused period of time only and a credit note applicable for this unused period of time will be applied against the purchase of a new or replacement part only. The warranty is void on this or any part if the unit is subject to conditions outside of those recommended by the manufacturer or subject to excessive use. The warranty is offered on the original purchased equipment only; it is void if persons other than GEOtivity technicians or other authorized personnel have damaged the instrument or equipment through mishandling, alteration, or repair, www.geotivity.net EXHIBIT PAGE U OE� 90 1 d 6992-296 99L "�s�❑ iC,�e��tt� S puowyZ)La dSZ=£O bO-ZO-unr ./J vandalism or theft. In the event that in the opinion of GEOtivity, damage is attributed to customer actions, all costs for repair will be borne by the customer. This warranty is limited to the repair or replacement of parts only. In no case shall GEOtivity's liability exceed the purchase price of the product. GEOtivity is not responsible for consequential damages or costs incurred by others due to delay in delivery, in repair or service, or in failure of the product. GEOtivity disclaims all other warranties, whether express, implied or statutory, including merchantability or fitness for use in any particular application. During the Warranty period, GEOtivity will at its sole discretion, replace, repair, or furnish a refund for any product purchased by the buyer which has a defect in material or workmanship, provided the product is returned to GEOtivity with GEOtivity's prior permission and return authorization number and provided that the product has not been misused (including electrostatic discharge), improperly installed, or subject to unauthorized repairs or modifications. Normal calibration is not covered by warranty. www.geotivity.net 9HIBE�P�AGE- OF? 90-d 6992-296 99L S puowyDILa dBZ=£O VO-ZO-unp Appendix B - Cost The City of Richmond has identified their needs as follows: 1. 3 CSO monitors to be installed immediately. 2. 1 additional CSO monitor to be installed in 60 days. 3. 3 AN monitors in the NW 13 basin immediately. 4. Z rain gauges immediately. GEOtivity understands that the temporary/portable meters may need to be relocated for time to time. Therefore, services will be invoiced as performed and may not be exactly shown in this schedule. Each removal and re -installation will be billed at $600.00 dollars. Such data processing for sites installed less then relocations must be scheduled with routine maintenance. Field services and one month shall be billed at 200 dollars per week_ The minimum temporary monitoring period is two 2 weeks_ In the case of monitoring a site less then two months, using wireless equipment will be at GEOtivity discretion due to the additional costs and time incurred by GEOtivity to set up wireless locations. Where sites are non -wireless, GEOtivity will down load at a minimum of every two weeks. GEOtivity will not be able to guarantee wireless coverage at all temporary sites. In this event, manual downloads will be preformed. At the end of the 2004 fiscal year, any funds remaining in the $70,000 dollar budget shall be applied to the outstanding equipment costs. Below are the total equipment costs. www-ge'otivity.net EXHIBIT PAG �p LO'd 699Z-Z96 59L puow4=1Lb dSZ=EO bO-ZO-unr •.._ U TIVITY TOTAL EQUIPMENT COSTS Qtrek Platform Includes: ' Velocity Sensor ' Two Depth Sensors ' Float Switch ' Wireless Modem ' Mounting Hardware " Battery Pack 6 $ 8,800.00 Trade-ln Credit _ 5 (2,500.00) 4trek Installation 6 _$ $ 900.00 Qtrek Rain Gauge 1 $ 3,100.00 Rain Gauge Installation 1 $ 500.00 Shippin 7 $ 40.00 Public Notification -' ' 10 hours of Programming S stem test 10 $ 90,00 52, 800.00 12,500.00 5,400.00 3,100.00 500.00 280.00 www.geotivity.net I EXHIBIT PAGE DOE 81 80 d 699Z-Z96 59L ��sLQ /CAE�LLIQS puowyZ3Lb d6Z=Eo VO-ZO-mane UIB:�p 0 T I V I TY Factory Calibration 1 _ GFOtivity shall test all flow monitoring equipment in a controlled environment. This shall include point velocities and average velocity measurements for velocity sensors and depth measurements for all depth Probes, including average depth. 2. GEOtivity velocity sensors shall be tested to operate within +/-2% of true values using factory -controlled measurements. 3. GEOtivity depth sensors shall be tested to operate to a minimum of surcharge -to ground depth at the location where the unit shall be placed. Accuracy of the depth reading shall be within +/-2% of true values using factory -controlled measurements. Field Calibration I. All flow monitoring units shall be field -verified for accuracy and consistency upon the time of installation by GEOtivity. This shall include depth and velocity readings_ Also, GEOtivity shall confirm field - verifications 3 days after install and initial verifications_ 2. GEOtivity shall measure average velocity by employing an independent and instantaneous point source probe, and using this probe to calculate average velocity based on either the following: A. Average Mode Method - The velocity ly moved throughout the area of the flow in a manner that shall be eunifo uniformly samples the entire cross section, with the velocity meter in average mode_ The average shall be considered the average flow velocity for this technique. This method shall be repeated a minimum of five times, or until repeatability is achieved. B• The Average Velocity - As measured by the flow -monitoring unit, the average velocity shall be within 5% of the actual field measurement of the average velocity. If monitoring unit and field measurements are not within 5%, sensors will be recalibrated or replaced. 3• Depth probes shall be tested as required throughout the monitoring period at each site. 4. Field depth readings shall be the average of three readings taken manually by either of the following methods_ Measurement from the invert www.geotivity.net IEXHI$IT � PAGEPAGE .�0� 60'd 699Z-Z96 59L �s�o iGa���uQS puow4Z)1Lb d6Z=£o Vo-Zo-unr *-.,)E OTIVITY July 08, 2004 Addendum to the Professional Service Agreement Between the Ci Richmond and GEOtivity, Inc. for Flow Monitoring tY of 1 • Upon Termination for any cause. Upon termination the equipment shall remain the property of the City as the equipment has been purchased up front. If for an reason the equipment has not been full paid for, the City will be required to pay, in full, the remaining equipment costs within thirty (30) days after the agreed termination date. 2. Force Majeure. In the event that either party is unable to perform any of its obligations under this Agreement — or to enjoy any of its benefits — because of natural disaster or decrees of governmental bodies not the fault of the affected party (hereinafter referred to as Force Majeure Event), the party who has been so affected shall immediately give notice to the other and shall take commercially reasonable actions to resume performance. Upon receipt of such notice, all obligations under this Agreement shall be immediately suspended except for payment obligations with respect to service alreadyperiod of non- performance exceeds sixty (60) days from the receipt of he Force Majeure Event the party whose ability to perform has not been so affected ma b notice, terminate this Agreement. Y, y giving written IN WITNESS OF WHEREOF, the parties hereto have executed this addendum on the dates subscribed below. City of Richmond Authorized by, 2004. By: , President Date: By: ? Sar L. Hutton, Mayor Date: O a GEOtivity, Inc. Graham Illingworth, Date: 4 � 1 Chief Executive Officer