Loading...
HomeMy Public PortalAboutAddendum No. 1 to Contract No. 19-2016 - Sanitary - First Technical Services - Instrumentation and Control Systems Maintenance - Treatment.,, ORIGINAL ADDENDUM NO. 1 to CONTRACT NO. 19-2016 THIS ADDENDUM, Addendum No. 1 to Contract No. 19-2016, is made and entered into this 61 day of December, 2017, by and between Richmond, Indiana, a municipal corporation acting through its Board of Sanitary Commissioners of the Richmond Sanitary District, with its office at 50 North 5ch Street, Richmond, Indiana, 47374 (hereinafter referred to as "City"), and Hurst Technical Services, Inc. 7530 DiSalle Avenue, Fort Wayne, Indiana 4825 (hereinafter referred to as "Contractor"). WHEREAS, City and Contractor entered into Contract No. 19-2016 on April 26, 2016, in which Contractor was to provide instrumentation and control systems maintenance for the City's wastewater treatment facility, which included field instrumentation in all areas, but not limited to, control room instruments, process control computers, lift stations and equipment calibration; and WHEREAS, In consideration for the services described above, and more particularly described in Contract No. 19-2016, the City agreed to pay to Contractor at the rates indicated in Exhibit `B" in Contract No. 19-2016 in an annual amount not to exceed Forty-four Thousand Three Hundred Fifty-two Dollars and 00/100 ($44,352.00) for Year One (1) of the Agreement; an annual amount not to exceed Forty-four Thousand Nine Hundred Twenty-eight Dollars and 00/100 ($44,928.00) for Year Two (2); and an annual amount not to exceed Forty-five Thousand Five Hundred Four Dollars and 00/100 ($45,504.00) for Year Three (3) of the Agreement. There was to be no charge for telephone consulting services; and WHEREAS, City is in need of upgrading the plant SCADA System, and is in need of chlorine building, chemical feed, compressor building and SPMB building. The maintenance provided by Contractor is necessary to keep our SCADA System upgraded and current and keeping the Richmond Sanitary District compliant with the Indiana Department of Environmental Management (IDEM). The additional request is for new equipment needed and for the Contractor to interface it with our current system. This equipment is necessary to aid the Richmond Sanitary District (hereinafter "District) in treating our wastewater more efficiently and economically; and WHEREAS, City and Contractor agree that Contract No. 19-2016 should be amended to enable the City to obtain the equipment necessary to treat its wastewater more efficiently and economically. The cost of the additional equipment needed by City is a sum not to exceed Twenty -Six Thousand Twenty -Five Dollars and No Cents ($26,025.00). Addendum No. 1 to Contract No. 19-2016 -A NOW, THEREFORE, for valuable consideration, including the recitals stated above and which are incorporated into this Addendum No. 1 to Contract No. 19-2016, and passage by majority vote of City, City and Contractor now agree to amend Contract No. 19-2016, by Amendment No. 1 to Contract No. 19-2016, as follows: 1. The City and Contractor executed and entered into Contract No. 19-2016, on April 26, 2017. Pursuant to Contract No. 19-2016, Section X (Miscellaneous), Contract No. 19-2016 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 and signed by both parties. 2. Section I. Statement and Subject of Work. Contract No. 19-2016 provides that City retains Contractor to provide instrumentation and control systems maintenance for the City's wastewater treatment facility, which includes field instrumentation in all areas, but not limited to, control room instruments, process control computers, lift stations and equipment calibration, and also as set forth in the response of Contractor to the Request for Quotes as referenced in Exhibit "B", which was attached to Contract No. 19-2016 and incorporated by reference therein as Exhibit "B". The City and Contractor now agree that Contract No. 19-2016, should be amended so that the City can have the equipment necessary to aid Contractor and the City in the more efficient and cost-effective way of treating the City's wastewater. Contractor shall continue to carry out and perform its work as set forth in Section I of Contract 19-2016 and as set forth in Exhibit "B". Contractor and City agreed to continue to abide by the terms and conditions set forth in said Exhibit `B" of Contract No. 19- 2016. 3. Section III. Compensation. City shall pay now Contractor a total sum not to exceed Twenty -Six Thousand Twenty -Five Thousand Dollars and No Cents ($26,025.00), as set forth below: Chlorine Building $ 8,200.00 Chemical Feed $ 6,600.00 Compressor Building $ 2,550.00 SPMB Building $ 8,675.00 Total Cost $26,025.00 This cost is in addition to, and supplemental to, the compensation set forth in Section II of Contract No. 19-2016 and as set out in the second WHEREAs in the above recitals. 4. Both City and Contractor acknowledge and agree that, other than what is set forth in paragraph 2 and 3 above, the remainder of the terms, conditions and covenants in Contract No. 19-2016, shall remain intact and unchanged and shall continue to be in full force and effect. .Y 5. Both City and Contractor agree that any person executing this Addendum No. 1 to Contract No. 19-2016 in a representative capacity warrants that he or she has been duly authorized by his or her principal to execute this Addendum. IN WITNESS WHEREOF, this Addendum No. I to Contract No. 19-2016 is executed and approved by the undersigned representatives of the City and Contractor thisAO L day of December, 2017, although signatures may be affixed on different dates. "CITY" The City of Richmond, Indiana, by and through its Board of Sanitary Commissioners r Sue Miller, President President Stiens, Member Dated: / fL �7 APPROVED: C ow, Mayor Dated: �LI20/I "CONTRACTOR" Hurst Technical Services, Inc. By: (Printed): Title: ,.L- / 12cS j0 xJ� Dated: l — If / S