Loading...
HomeMy Public PortalAboutAddendum No. 1 to Contract No. 112-2018 - Sanitation - Donald Frey - Billing softwareORIGINAL ADDENDUM NO. 1 to CONTRACT NO. 112-2018 THIS ADDENDUM, Addendum No. 1 to Contract N6.112-2018, is made and entered into this 1311' day of November, 2018, 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 5a' Street, Richmond, Indiana, 47374 (hereinafter referred to as "City"), and Donald R. Frey & Company, Inc., 40 N. Grand Avenue, Suite 303, Fort Thomas, KY 41075 (hereinafter referred to as "Contractor"). WHEREAS, City and Contractor entered into Contract No. 112-2018 on July 16, 2018, in which Contractor was retained for software, software updates, product support and product maintenance for the Richmond. Sanitary District (hereinafter referred to as "District") to assist in the operation of City's billing system for.its District's customers; and WHEREAS, In consideration for the services described above, and more particularly described in Contract No. 112-2018, the City agreed to pay to Contractor at the rates indicated in Exhibit "A" in Contract No. 112-2018 in an annual amount not to exceed Seventeen Thousand Eight Hundred Sixty -One Dollars and 75/100 ($17,861.75), commencing July 257 2018 to and until July 24, 2019, at which time Contract No.112-2018 was to terminate unless the parties extended their Agreement by a written and signed Addendum; and WHEREAS, City is in need of software for a custom program for the CUBIC Utility Billing system for the District which will, among other things, take the weights for Landfill charge accounts and the Waste Haul dump accounts and allow City to not enter this data manually. Contractor is willing to provide the software for this to District for a total cost of $1,740.00, as set forth in Exhibit "A", attached hereto and incorporated herein by reference as Exhibit "A". This $1,740.00 is in addition to the $17,861.75 software costs in Contract No. 1.12-2018, for a total cost to City of $19,601.75. The additional request by City to Contractor is necessary for the additional software for the email billing system; and WHEREAS, City and Contractor agree that Contract No. 112-2018 should. be amended to enable the City to obtain the software for a custom program for the CUBIC Utility Billing system for second type of "Reading" file to take the weights for Landfill- charge accounts and the Waste Hauler dump accounts and to allow the City to not have to enter the accounts manually. The cost of the additional software and setup installation is a sum not to exceed One Thousand Seven Hundred Forty Dollars and No Cents ($1,740.00). Addendum No.1 to Contract No.112-2018 NOW, THEREFORE, for valuable consideration, including the recitals stated above and which recitals are incorporated into this Addendum No. 1 to Contract No. 112-2018, .and passage by majority vote of City, City and Contractor now agree to amend Contract No. 112-2018, by Amendment No. 1 to Contract No. 112-2018, as follows: 1. The City and Contractor executed and entered into Contract No. 112-2018, on 7uly 16, 2018. Pursuant to Contract No. 112-2018, Section X (Miscellaneous), Contract No. 112-2018 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 Subieot of Work. Contract No. 112-2018 provides that City retains Contractor. for software,software updates, .product support and product maintenance as set. forth in Exhibit "A" to Contract No. 112-2018 to assist in the operation of City's billing system for its Richmond Sanitary District customers. The City and Contractor now agree that Contract No. 112-2018 should be amended for additional software for a custom program for the CUBIC Utility Billing system to, among other things, enable the City to obtain a second type of "Reading" file to take the weights for Landfill charge accounts and the Waste Hauler dump accounts, thereby allowing the City to not enter these accounts manually. The work to be done by Contractor, and the price Contractor is charging the City, is set forth in attached Exhibit "A". Section III. Compensation. City shall pay now Contractor a total additional sum not to exceed One Thousand Seven Hundred Forty Dollars and No Cents ($1,740.00) for the second type of "Reading" file to eliminate the need for manual billing for Landfill charge accounts and the Waste Hauler dump accounts. This cost of $1,740.00, is in addition to, and supplemental to, the compensation of $17,861.75 as set forth in Section III of Contract No. 112-2018 and as set out in the second WHEREAs in the above recitals, for a total sum of $19,601.75. 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. 112-2018, shall remain intact and unchanged and shall continue to be in full force and effect. 5. Both City and Contractor acknowledge and agree that any person executing this Addendum in a representative. capacity hereby represents and warrants that he or she has been duly authorized, in writing, by Contractor to execute this Addendum on behalf of Contractor r and this signature is binding upon Contractor and its assigns, and that such authorization has not been rescinded or revoked. IN WITNESS WHEREOF, this Addendum No. 1 to Contract No. 112-2018 is executed and approved by the undersigned representatives of the City and Contractor this day of November, 2018, although signatures may be affixed on different dates. "CITY" "CONTRACTOR' The City of Richmond, Indiana, by and through Donald R. Frey & Company, Inc. its Board o anitary Commissioners By: )YCV4� ue Miller, President (Printe ): an Bakshi, Vice President Title: /1ePr'S/D�iyT Dated: /(/y✓, re Stiens, em er c Dated:. - APPROVED: �EY 40 N. GRAND AVENUE, surrE 303 IFR FORTTHOMAS, KY 410754765 859.441.6566 -* 860.659.9739 MUNICIPALSOFTWARE 859441.7152 FAX ww.drfrev.coMv.corti 8/20/2018 Jason Combs City of Richmond . 23.80 Liberty Avenue Richmond, IN 47374 Dear Jason, This Is a. quote for 6 custom program for the CUBIC Utility Billing system. The prices quoted below are good fof 30 daysfrom the. date of this letter. Custom Programs are necessary to allowforan additional upload process for billing as well as modifyingsome ofthe customer custom fields. 1. An additional handheld upload program will be created to Import usages using the user defined service type OTHERL Each customer needing to be billed this type of usage would have this type of servilee added to their customer service record. Duringthe'handheld upload, the Handheld Name dropdown menu will allow the user to select this alternate type of up load. The upload file will beafixed filefollowingthisformat: .Field Name Sze StartPos.. End Pos. Example Book 9(5) 1 5 08800 Accaunt 9(10) 6 15 •0000000223 Read Date NO 16 23 20180817 Usage (units] 9(9) 24 32. OOOOD028D The import file example fine would follow this sample: 08800000000012320180817000000280 This would be a usage of 280 for book 8800 account 123 for 8/17/2618 2. The following custom field modifications will also occur. a. Move contents of custom alpha field 6 to custom alpha field 9 (Lien) b. Move the contents of custom alpha field 8 to custom alpha field 10 (Lien type) c. Move the contents of custom alpha field 7 to custom amount field 1(Amount Uened) d. Zero out the contents of Custom Numeric field I(IAWAccountNumber) e: Zero outthe contents of Custom Numeric field 2 (IAW Premise Number) � f. Zerout the contents of Custom Numeric field 3 (IAW Customer Number) g. Zero out the contents ofCustoni Numeric field 4 (IAW Route Number) These modifications will cost$1740 Accepted by: Signature Date Systems and Softwdre Engineering Gaverhmerit*iVohprofit*UrilitySofiu+are Page 1 Pf 2 EMUSIT "A" I of 3 1 4 Please review and sigh this form for Frey & Company to proceed with the modification. Serid payment in the.amount for $1740 to begin the custom changes. Please reference attachment regarding"Frey & company's Polity on Custom software changes:' Frey & Corhpanywili invoice the City of Richmond forthe balance of services rendered monthly. Payment is due Net 10 days after the date of invoice. A late payrrientcharge of one and -one half percent {1.5%) per month will, he added to each invoice not paid within thirty days of the invoice date, This quote may be executed In counterparts and by facsimile, each of which shall be an original and all of which together shall constitute one and the same original instiurrrent If you have any questions, please give me a call. Sincerely, 2)e#.'A V Dean Eldridge Systems and Software Engineering Gominment;Wonpiaflt*UiilitySoftware Page 2 Of 2 RIOMIT "A"O 2 of I f FREY & COMP.A.NT S Policy on Custom Software Changes The following is an overview of the requirements to Donald R. Frey & Company's policy, for custom software changes: 1. Ail custom softwat a changes will be addressed in writing by a staff analyst. It will include a review of the work to be done, plus the estimated cost for the project. The acceptance signature line must be signed by the customer along with a date of acceptance. 2. ' Payment must be. received before work can begin on the custoin software changes, 3. There is no warranty oncustann software changes. Any additional Work done on cost software changes will be chargeable -and invoiced on a monthly basis at our hourly rate. 4. Custom changes that Frey & Company deems appropriate to incorporate into the system (Frey Software products) will initially be billed at -the -hourly rate. After the changes are complete and eeitified, Frey & Company will maintain them as a part of the base system at no additional cost: r Ifyou have any questions regarding our custom software policy, we will be glad to address them before we begin custom changes. One of our goals is to promote a high level of satisfaction through -excellent communication, customer service and support to our customers. Donald R. Frey & Company, Inc. 40 N. Grand Ave. Suite 303 Fort Thomas, KY 41075-1765 (800) 659 FREY - XMIT "A" 3 of 3 Board Agenda September 25, 2018 Recommendation for To: Board of Sanitary Commissioners Walt Chidester, Kym Vessel Copy: Bryan Ervin From: Jeff Lohmoeller Date: 9/25/18 Re: Recommendation — Amend Contract with Donald Frey Company Contract No. 112-2018 Madam President and Board Members, We are currently have a contract with The Donald Frey Company to provide software and updates and support with for our CUBIC billing system This new Frey software will allow for a second type of "Reading" file to take the weights for Landfill charge accounts and the Waste Hauler dump amounts and allow us to not enter them manually. This essentially giving us the ability to turn almost any calculated data from some form of database or devise and turn it in to a reading import to automatically calculate Billings that would otherwise need to be entered manually by a member of the billing department. The cost is $1,740.00 and we do have the funds available for the additional software and support. Our currently contract with Donald Frey Company is Contract No. 112-2018. It is our recommendation to the board if approved by you to have Law prepare Addendum #2 to this existing contract. Thank you, JeffLohmoeller, WWTP/Maint. Mgr. September 25 2018; The Board of Sanitary Commissioners of the Sanitary District of Richmond, Indiana, met in regular session in the Board Room of the Richmond Sanitary District Building, 2380 Liberty Avenue, Richmond, Indiana, on Tuesday, September 25, 2018 at 10:00 A.M. Those present were Sue Miller- President, Greg Stiens-Member, Aman Bakshi — Vice President, Kim Vessel— Assistant City Attorney, Bryan Ervin — Director, Elijah Welch — District Engineer, Denise Johnson- Customer Service Manager, Jeff Lohmoeller — WWTP & Maintenance Supervisor, Pat Smoker — Superintendent, Todd Hobson — Operations Inspector, Tim Orrill — Industrial Permits Coordinator, WCTV and numerous bidders. The first order of business was to approve the board minutes from the September 12, 2018 meeting. Mr. Bakshi made a motion to approve the minutes from the September 12, 2018 meeting. Mr. Stiens seconded. The motion passed 3-0. The first order of business was to approve the board minutes from the September 17, 2018 special meeting. Mr. Bakshi made a motion to approve the minutes from the September 17, 2018 special meeting. Mr. Stiens seconded. The motion passed 3-0. The next order of business was to approve the invoices. The invoices were in the total amount -of $ 86,336.62 covering September 7 & 14, 2018. Mr. Stiens made a motion to approve the invoices. Mr. Bakshi seconded. The motion passed 3-0. The next order of business was the Director's Report. Mr. Ervin stated at this time he doesn't have anything unless the board has questions. President Miller asked about the status of the leaf collection. Mr. Ervin stated that he is currently working with the Street Department and more information will be forthcoming. The next order of business was to receive quotes for the Vacuum Flush Truck. There were nine (9) quotes sent out and there were three (3) quotes received. A tabulation will be prepared by staff. President Miller asked that staff review the quotes and bring back a recommendation to a future board meeting. The next order of business was to award the bid for the WWTP Sludge Thickening Improvements Project. Mr. Welch made a recommendation. to award the bid to Ottenweller Contracting, LLC of Fort Wayne, Indiana in the amount of $1,364,000.00. They were the lowest responsive and responsible bidder. Mr. Bakshi made a motion to award the bid to Ottenweller Contracting, LLC of Fort Wayne, Indiana in the amount of $1,364,000.00. Mr. Stiens seconded. The motion passed 3-0. The next order of business was to award the bid for the WWTP Tertiary Air Header Replacement Project. Mr. Welch made a recommendation to award the bid to Maddox Industrial Group of Indianapolis, Indiana in the amount of $79,989.00. They were the lowest responsive and responsible bidder. Mr. Stiens made a motion to award the bid to Maddox Industrial Group of Indianapolis, Indiana in the amount of $79,989.00. Mr. Bakshi seconded. The motion passed 3-0. The next order of business was to award the quote for WWTP Grating and Railing ( Improvements Project. Mr. Welch made a recommendation to award the quote to Maddox Industrial of Indianapolis, Indiana in the amount of $ 87,824.00. They were the lowest responsive and responsible bidder. Mr. Bakshi made a motion to award the bid to Maddox Industrial Group of Indianapolis, Indiana in the amount of $87,824.00. Mr. Stiens seconded. The motion passed 3-0. The next order of business was to rescind the award for the one ton service truck. Mr. Lohmoeller stated that on July 24, 2018 he recommended to the board to award this truck to Advantage Ford of Connersville, Indiana. Advantage was claiming the local preference claim on this truck and when he looked up the percentage allowed he misread it and gave them 5% instead of 3%. At 3% Bloomington Ford is the lowest at the cost of $80,175.00. He stated that he called and spoke to both dealerships and explained the mistake. Mr. Lohmoeller would like to recommend to rescind the award to Advantage Ford and award the bid to Bloomington Ford in the amount of $80,175.00. They were the lowest and most responsive bidder. Mr. Stiens made a recommendation to rescind the award to Advantage Ford. Mr. Bakshi seconded. The motion passed 3-0. Mr. Stiens made a motion to award the quote to Bloomington Ford in the amount of $80,175.00. Mr. Bakshi'seconded. The motion passed 3-0. /,'fihe next order -of business was to -approve the amendment to Contrac o. 112-2018 with L d R. Frey Company. Mr. Lohmoeller recommended approving the amendmenct No. 112-2018 to allow for an add on to the current software which will give the t options of billing second type files such as landfill billing charge accounts within The cost is $1,740.00. Mr. Bakshi made a motion to approve amending Contract 2-2018 to allow for an add on to the current Cubic software. Mr. Stiens seconded. otion passed, 3. - _ The next order of business was to approve the agreement with Koorsen Fire & Security. Mr. Lohmoeller stated that the City's landfill scale house has a security system that was installed years ago by Koorsen. Koorsen also provides the service of monitoring this system for the District. Mr. Lohmoeller stated that Purchasing has asked to have a signed contract from Koorsen. The District currently owes $240, which is past due for 1-1-18 to 7-31-18, then it will be $300 for 8-1-18 to 7-31-19, and $300 for 8-1-19 to 7-31-20. Mr. Stiens made a motion to approve the agreement with Koorsen Fire & Security. Mr. Bakshi seconded. The motion passed 3-0. The next order of business was to approve Amendment No. 3 to Contract No. 28-2017 with Donohue & Associates, Inc. Mr. Welch stated that this is to add a scope to provide services related to construction services and pump design for the WWTP Sludge Thickening Project. He stated that payment will be made on an hourly basis with a not - to -exceed amount of $93,500.00. Mr. Bakshi made a motion to approve Amendment No. 3 to Contract No. 28-2017 with a not -to -exceed amount of $93,500.00. Mr. Stiens seconded. The motion passed 3-0. j The next order of business was the Project Status Update. Mr. Welch gave an update on the Board's current projects. With no further business, Mr. Stiens made a motion to adjourn the meeting. Mr. Bakshi seconded. The motion passed 3-0. Sue Miller, President