Loading...
HomeMy Public PortalAbout191-2018 - Sanitation - Power Plant Services - Cleaning Sludge heatersl f { AGIME1VIla;NT ORIGINAL THIS AGREEMENT made and entered into this day of & g}e lol e,11018, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, with its office at 50 North 5' Street, Richmond, Indiana, 47374 (hereinafter referred to as the "City") and Power Plant Services Inc., 2500 W. Jefferson Blvd, Fort Wayne, Indiana 46802 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for the inspection and cleaning of the Richmond Sanitary District's (hereinafter referred to as "District") two (2) sludge heat exchangers. These two sludge heat exchangers, located in in the Digester Building of the District's Wastewater Treatment Plant, 2380 Liberty Avenue, Richmond, Indiana, have not been cleaned for several years and are in need of inspection and cleaning. City sent a Request for Quotes on October 1, 2018, for the two (2) sludge heat exchangers. The Request for Quotes is attached hereto and incorporated herein by reference as Exhibit "A". The response of Contractor is contained in Exhibit `B", is dated October 9, 2018, is Eleven (11) pages in length, and it is hereby incorporated by reference and made a part of this Agreement. Contractor shall provide all services set forth in Exhibit `B" for City and at the quoted price set forth therein. 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, and services 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 22-54.7-11 (a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION 11. 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 Twenty -Two Thousand Five Hundred Eight Hundred Eighty Dollars and Zero Cents ($22,880.00) for complete and satisfactory performance of the work required hereunder. The monies to be paid to Contractor are based upon the Response submitted by Contractor, which Response is set forth in Exhibit `B", and attached with this Agreement and made a part hereof. Contract No. 191-2018 Page 1 of 6 e T � SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until final completion of all work, but completion shall be done by no later than June 30, 2019. 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 manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards 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 date this Agreement is terminated, 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 damage or injury to person or property or other claims which may arise from the Contractor's conduct or performance of this Agreement;' 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 $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability (if applicable) Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate F. Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 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 Page 3 of 6 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 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 DISCR 4INATION 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; 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 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 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 which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. The City hereby agrees to release and hold harmless Page 4 of 6 the Contractor and all officers, employees or agents of the same from all liability which may arise in the course of City'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. Any such delegation or assignment, without the prior written consent of the other party, shall be null and 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 any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. 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 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 any 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 any right Contractor may have to bring such suit in front of other tribunals or in other venues. 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 in its efforts to enforce this Agreement against Contractor, including but not limited to, City's reasonable attorney's fees. 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 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. Any person executing this Contract in a representative capacity hereby warrants that he or she has authorization, in writing, by his or her principal to execute this Contract on behalf of the Contractor and that such authorization has not been revoked or rescinded. 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: Sue Miller, President s i,�Viceresident reg s, Member Dated: It l Zj AI APPROV ow, May Dated: "CONTRACTOR" POWER PLANT SERVICES INC. By: 'W"4J 4e- PrintedAd'0411A-1e0SvC Title: &{/, A , /- 400, r Dated: Ax/.s`,(i Y' Page 6of6 REQUEST FOR QUOTES The Richmond Sanitary District Is Requesting Quotes for the Cleaning and Inspection of Sludge Heat Exchangers BACKGROUND The Richmond Sanitary District has two Sludge Heat Exchangers that are in need to be cleaned and inspected. It has been several years since the Sludge Heat Exchangers were last cleaned. The Sludge Heat Exchangers can be described as a Type 'TB" Heatx by Walker Process. Heat transfer Rating-1,530,000 Btu/hr - boiler 1,500,000 Btu/hr - exchanger Boiler: 'The boiler is a double pass Scotch Marine type, hot water unit constructed of 2' O.D x13 gauge boiler tube rolled and beaded into z/Z" tube sheets, and a 16" Schedule 30 pipe furnace tube welded between tube sheets and surrounded by a 5116" steel shell. Both the head and back plates of the boiler are removable for inspection or maintenance of the tube without draining the boiler. The boiler is constructed to ASME Rule for Construction for low pressure boilers. Exchanger: The exchanger is a counterflow, tube in a tube type exchanger consisting of a series of 6: schedule 40 steel pipe sludge tubes within 8" schedule 40 steel pipe water tubes. Both water and sludge tubes are removable for inspection and maintenance. The water and sludge tubes are joined by independently removable neoprene gasketed cast iron end castings so designed that any leaking occurring will be to the outside of the exchanger. The sludge tube end castings can be removed for inspection and cleaning of the sludge tubes without draining the water tubes. All sludge passageways are sized to pass 4-1/2" diameter spheres. We will require you to have a: ASME Certified Welder ® Experience with methane fired heaters ® Experience with methane and natural gas blended fired heaters ® Experience with Walker Brand heaters YES NO YES - NO YES NO YES NO FAMBIT "A" I of 3 Scone of Work Boilers Flame Side Peat Exchanger PH 1. LOCK OUT/TAG OUT all related equipment and valving. 2. Drain boiler and depressurize unit. 3. Allow boiler to cool as needed. 4. Remove end plates 5. Inspect insulation / refractory, report any damage, have new available for repair. 6. Briash166s to remove scale 7. Check tubes for any signs of leakage 8. Reassemble and balance system as required. BEAT EXCHANGER. PM 1. LOCK OUT/TAG OUT all related equipment including but not limited to Sludge recirculation Pumps and influent / Effluent Valves. 2. Break flange piping where feasible to depressurize and drain sludge from Heat Exchanger. 3. Close hot water valves and drain accordingly. 4. Idc4 fy return ends for correct reassembly in order of removal 5. Place all removed parts in an area for safety and equipment protection. - 6. Inspect tubes for unusual wear (tube wall thinning or distortion). 7. Inspect all gadgets for dry'rotting or cracks (replace if necessary). 8. Inspect face plates for pitting and other abnormalities prior to reassembly. 9. Torque all bolts and nuts to manufactures specifications. 10. Remove LOCK OUT/TAG OUT, pressurize system, check complete system and check for signs of leakage. 11. Return equipment back to proper working service: EXHIBIT "A" 2 of 3 Cost of the PIM Wet & Dry Side of Heater and Adjusting the Fire Side of Heater $ Price Firm for How Long. Certificate of insurance including Work Comp (Insurance Limits enclosed) Yes No Proof of Certified ASME Welder Yes No E-Verification Form filled out Yes No Local Preference Form filled out Yes No Estimated Start Date (after bid awarding(P.O.) o Example of estimate — 3 months..... Days Needed to Complete Job Days Heaters are Located at: Richmond Sanitary District, 23 80 Liberty Avenue, Richmond, Indiana. Normal business hours of Monday through Friday from 6:OOA.M. to 3:00 PM — excluding holidays. Please include all warranty information with bid. Authorized Signature [Title Date CompanyName Company Address Phone Nrmber EXHIBIT "A" 3 of 3 Contact Person City, State, Zip O f' �O O O PRICE REQUEST �r�-r�� 4n ALA JL .II. ®F MCHKO JiJ' DEPARTMENT OF S=ATION 2380 LIB=AVENDEcRICFIMOND, INDIANA47374 PHONE (765) 983 7450.FAX (765) 962 2669 THIS IS NOT AN ORDER .77 VENDOR UCTIONS INSTRUCTIONS This is a request for a price for the services of materials Power Plant SerViee Inc. 2500 W.Jefferson ]Blvd. 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 and phone number below Fort Wa e IN 46802 with signature; itemize all prices and charges where requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope, in care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the specified date and time to be considered. DATE: REPLY MUST BE IN BY. PAYMENT TERMS: DELIVERY REQUIRED: October 1, 2018 October 23, 2018 by 10:00AM UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for.cleaning and inspection of sludge heat exchangers. Please see attached specifications. All E Verify requirements will apply to this quote. Please include a Certificate of Insurance which must include Workers Compensation and any warranty information. Return the quote in a sealed envelope addressed to: -Richmond Sanitary District Denise Johnson, Customer Svc Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: Sludge Pleat Exchangers If you have any questions please call Jeff Lohmoeller at 765-983-7464. EXEMPTI - v 6���9 of 10 Richmond S ni a District TT NAME OF FIRM QUOTIN U AUTHORIZED BY SIGNATURE � ��A/ -9� TITLE e{3pt-67(g (DATE PHONE NUMBER RE U EST FOR Q Q0T ES The Richmond Sanitary District Is Requesting Quotes for the Cleaning and Inspection of Sludge Heat Exchangers The Richmond Sanitary District has two Sludge Heat Exchangers that are in need to be cleaned and inspected. It has been several years since the Sludge Heat Exchangers were last cleaned. The Sludge Heat Exchangers can be described as a Type "EB" Heatx by Walker Process. Heat transfer Rating-1,530,000 Btu/br - boiler 1,500,000 Btu/br - exchanger Boiler: The boiler is a double pass Scotch Marine type, hot water unit constructed of 2" O.D x13 gauge boiler tube rolled and beaded into 1/2" tube sheets, and a 16" Schedule 30 pipe furnace tube welded between tube sheets and surrounded by a 5116" steel shell. Both the head and back plates of the boiler are removable for inspection or maintenance of the tube without draining the boiler. The boiler is constructed to ASME Rule for Construction for low pressure boilers. Exchanger: The exchanger is a counterflow, tube in a tube type exchanger consisting of a series of 6: schedule 40 steel pipe sludge tubes within 8" schedule 40 steel pipe water tubes. Both water and sludge tubes are removable for inspection and maintenance. The water and sludge tubes are joined by independently removable neoprene gasketed cast iron end castings so designed that any leaking occurring will be to the outside of the exchanger. The sludge tube end castings can be removed for inspection and cleaning of the sludge tubes without draining the water tubes. All sludge passageways are sized to pass 4-1/2" diameter spheres. We will require you to have a: • ASME Certified Welder o Experience with methane fired heaters o Experience with methane and natural gas blended fired heaters o Experience with Walker Brand heaters YES O YES NO YES. NO YES NO EXBIT L6-B" 2 of 10 Scone of Work Boiler Flame Side Heat Exchanzer PM[ 1. LOCK OUT/TAG OUT all related equipment and valving. 2. Drain boiler and depressurize unit. 3. Allow boiler to cool as needed. 4. Remove end plates 5. Inspect insulation / refractory, report any damage, have new available for repair. 6. Brush tubes to remove scale 7. Check tubes for any signs of leakage 8. Reassemble and balance system as required. HEAT EXCHANGER PM[ 1. LOCK OUT/TAG OUT all related equipment including but not limited to Sludge recirculation Pumps and influent / Effluent Valves. 2. Break flange piping where feasible to depressurize and drain sludge from Heat Exchanger. 3. Close hot water valves and drain accordingly. 4. Identify return ends for correct reassembly in order of removal 5. Place all removed parts in an area for safety and equipment protection. 6. Inspect tubes for unusual wear (tube wall thin -win or distortion). 7. Inspect all gadgets for dry rotting or cracks (replace if necessary). 8. Inspect face plates for pitting and other abnormalities prior to reassembly. 9. Torque all bolts and nuts to manufactures specifications. 10. Remove LOCK OUT/TAG OUT, pressurize system, check complete system and check for signs of leakage. 11. Return equipment back to proper working service: E "IT «B» 3 of 10 i, ��� �.3 11) t1) �, •� 1 1:1� ! f Cost of the P/M'Wet & Dry Side of Heater and Adjusting the Fire Side of Heater Price Firm for How Long? Certificate of Insurance including Work Comp (Insurance Limits enclosed) Proof of Certified ASME'Welder E-Verification Form filled out Local Preference Form filled out $ �CRJ of o' Yes No Yes` No Yes o-, No Yes No Estimated Start Date (after bid awarding/P.O.) AAA& O Example of estimate — 3 months..... Days Needed to Complete Job Days Heaters are Located at: Richmond Sanitary District, 2380 Liberty Avenue, Richmond, Indiana. Normal business hours of Monday through Friday from 6:00A.M. to 3:00 P.M. — excluding holidays. Please include all warranty information with bid. 'Authorized Signature / Title Company Name Company Address Phone Number Date 17 Contact Person ror-1 A/wYve City, State, Zip EXMIT L6B" 4 of 10 Affidavit of Employment Ehgibx7ity Verification The Contractor, Ao ge &/�/ affirms under the penalties of perjury that Contractor does not knowingly employ an unauthorized alien. if Contractor is self-employed and does not employ any employees, Contractor verifies he or she is a United States citizen or qualified alien. The Contractor has not knowingly employed or contracted with an unauthorized alien and shall not retain an employee or contract with a person that the Contractor subsequently learns is an unauthorized alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified the work eligibility status of all newly hired employees of the contractor through the Indiana E- Verify program. The Contractor has required Contractor's subcontractors to certify to the Contractor that the subcontractor does not knowingly employ or contract with an unauthorized alien and that the subcontractor has enrolled and is participating in the E-Verify program. The Contractor will maintainthis certification tbroughout the duxation of theterm of a contract with a subcontractor. I hereby verily under the penalty of perjury that the foregoing statement is true. Dated this day of 6Rf , 20L� (signature) Atel#el (printed name) EXEMIT "B" 5 of 10 1 MAN INVES'IBNT 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 cer0cation is no longer valid and said determination is not refitted 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. EDIT "B" 6 of 10 ® A� �CERTIFICATE OF LIABILITY INSURANCE DATE 1018/20'18 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT, If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Hylant Group Inc - Ft. Wayne 6714 Pointe Inverness Way #100 Ft. Wayne IN 46804 NAME CT Sherri A. Noll, CPCU PHON ; 260-969-3957 FAX No : 260-969-3999 EdNAIL ADDREss: sherri.noll h lant.com INSURERS AFFORDING COVERAGE NAIC9 INSURERA: Selective Insurance Co of SC 19259' INSURED POWER-3 Power Plant Service, Inc. 2500 W. Jefferson Blvd. INSURER B: Travelers Prop Casualty Ins Co 36161 INSURER C: Scottsdale Insurance Company 41297 Ft. Wayne IN 46802 INSURER D: INSURER E. . INSURER F: UUVCr%A%SG17 vcIXIIVA .`. ..v.ur..-... c.w......-r.., _-_- __ - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER PM/ODY EFF POLICY EXP LIMITS C X COMMERCIAL GENERAL LIABILITY XGE CLAIMS -MADE OCCUR ENS0002874 31I12018 3/1/2019 EACH OCCURRENCE $1.000,000 PR SETo R uN urrence $ 50,000 %( MED EXP (Any one person) $ 5 000 $5,000 Ded. PERSONAL &ADV INJURY $1,000,000 LAGGREGATELIMMAPPLIESPER: GENERAL AGGREGATE $2,000,000 PRODUCTS-COMP/OPAGG $2,000000 A POLICY JEpTLOC M'OTHER: AUTOMOBILE LIABILITY 51854154 3112018 3/112019 ContrPollution uab CE.O so SINGLE LIMIT $1,000,000 $1,000,000 BODILY INJURY (Per person) $ f X ANYAUTO BODILY INJURY (Per accident) $ OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE eraccident $ S C UMBRELLALIAB OCCUR XNS0002878 3/1/2018 311/2019 EACH OCCURRENCE $4,000,000 AGGREGATE $ 4.000,000 X EXCESS LIAB HX CLAIMS -MADE X STARTUTE I I ER $ B 6JUB5B86419318 3/6/2018 3/6/2019 DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNERIEXECUTIVE YIN EL EACH ACCIDENT $1,000,000 EL DISEASE- EA EMPLOYEE $1,000,000 OFFICERIMEMBEREXCLUDED7 (Mandatory in NH) NIA C If yes, describe under DESCRIPTION OF OPERATIONS below PollutIon Llabif�'ttyy Professional Liabtrdy ENS0002874 311/2018 3/1/2019 EL DISEASE- POLICY LIMIT Each Occurrrrence ce $1,000,000 $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101. Additional Remarks Schedule, maybe attached if more space is required) City of Richmond Department of Sanitation 2380 Liberty Ave. RICHMOND IN 47374 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE n nnwr nnnen nneoAtJATIr1AI All rmhfQ reSBrVed. ACORD 25 (2016103) The ACORD name and logo are 14egist®red marks of ACORD EXRMIT "B" 7 of 10 ^ iW a� CERi�C�9CAiE OFME AUiH0R9ZAT9ON The named company is authorized by the American Society of Mechanical Engineers (ASME) for the scope of activity shown below in accordance with the applicable rules of the ASME Boiler and Pressure Vessel Code. The use of the certification mark and the authority granted by this Certificate of Authorization are subject to the provisions of the agreement set forth in the application. Any construction stamped with this certification mark shall have been built strictly in accordance with the provisions of the ASME Boiler and Pressure Vessel Code. COMPANY: Pourer Plant Service, Inc. 2500 W. Jefferson Blvd. Fort Wayne, Indiana 46802 SCOPE: Manufacture and assembly of power boilers at the above location and field sites controlled by the above location AUTHORIZED: February 23, 2018 EXPIRES: April 1, 2021 CERTIFICATE NUMBER: 27,656 rsa6w';�-'�A '01 Board Chair, Conformity Assessment Managing Director, Conformity Assessment Exi"IT "B99 9 of 10 I POWER PLANT ,SERVICE, INC. Co Power Plant Service, Inc, warrants to the original purchaser only that the installation will operate and perform satisfactorily for a period of one (1) year. Power Plant Service, Inc. extends the manufacturers warranty for all purchased parts to the original purchaser only' to the extent that such warranties apply, labor warranty is not included. Power Plant Service, Inc. warrants the installation to be free from defects in workmanship and materials for a period of one (1) year from the date of installation under normal conditions and usage. Purchaser shall be solely responsible for determining the adequacy of the products for any and all uses to which they shall be applied. The application of the product shall not be subject to any implied warranty for fitness for that purpose. The limited warranty is void in the event the purchaser shall misuse or abuse the installation or in the event the failure of the installation is the result of misuse, lack of maintenance, or negligence. In the event of a claim under this limited warranty, Power Plant Service, Inc, shall have the option, in its sole discretion, to repair or replace the defective device complained of. Purchaser shall be solely responsible for determining the adequacy of the installation for any and all uses. The purchaser shall not be subject to any implied warranty for fitness for that purpose. THERE ARE NO OTHER WARRANTIES MADE AND POWER PLANT SERVICE, INC. SHALL NOT BE RESPONSIBLE FOR ANY CONSEQUENTIAL DAMAGES OF ANY TYPE, INCLUDED BUT NOT LIMITED TO, LOSS OF BUSINESS, LOSS OF PROFITS OR INCOME, BUSINESS INTERRUPTION OR DAMAGES TO OTHER PERSONS OR PROPERTY. Under no circumstance shall Power Plant Service, Inc. be liable to any purchaser or any other person for any special or consequential damages, whether arising out of breach of warranty, breach of contract, or otherwise. In the event of a claim under the limited warranty, the purchaser shall notify Power Plant Service, Inc. in writing within ten (10) days of any defects contained in said installation and the failure to notify in writing shall be deemed a waiver of the breach of the limited warranty and the limited warranty shall be deemed fulfilled. EX]MBIT "B" 10 of 10 I s _Novembe r I3; X018 ------------ 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, November 13, 2018 at 10:00 A.M. Those present were Sue Miller- President, Aman Bakshi- Vice -President, Greg Stiens- Board Member, Elijah Welch- District Engineer, Jeff Lohmoeller- WWTP and Maintenance Manager, Walt Chidester- Assistant City Attorney, Denise Johnson - Customer Service Manager, Jessica Foster- Assistant Recording Clerk, Tim Orrill- RSD Lab Supervisor, Pat Smoker- Plant Superintendent, Todd Hobson- WWTP Operator, G101.3 and WCTV. The first order of business was to approve the board minutes from the October 23, 2018 meeting. Mr. Bakshi made a motion to approve the minutes from the October 23, 2018 meeting. Mr. Stiens seconded the motion. The motion passed 2-0. The next order of business was to approve the invoices. The invoices were in the total amount of $346,566.65 covering October 22, 25 & November 1, 2018. Mr. Stiens made a motion to approve the invoices. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was to approve the renewal of Wastewater Discharge Permit W2-11-1122 for Smith Foods of Richmond, Indiana. The permit is good until November 13, 2022. Mr. Bakshi made a motion to approve made a motion to approve the renewal of Wastewater Discharge Permit W2-11-1122 for Smith Foods of Richmond, Indiana, expiring November 13, 2018. Mr. Stiens seconded the motion. The motion passed 2-0. The next order of business was to receive bids for the CSO 006 Sanitary Sewer Improvement Project. The first quote was received from Cleary Construction Inc. of Tompkinsville, Kentucky in the amount of $2,948,998.00 with a mandatory alternate in the amount of $125,000. The second quote was received from Brackney Inc. of Brookville, Indiana in the amount of $2,290,242.00 with a mandatory alternate of $100,000. The third bid was received from Atlas Excavating Inc. of West Lafayette, Indiana in the amount of $2,896,691.00 with a mandatory alternate of $115,000. The fourth and final bid was received from United Construction Services LLC of Muncie, Indiana in the amount of $2,379,000.00 with a mandatory alternate of $114,180. President Miller referred the quotes to management for recommendation at a later date. Board agenda item number 6, Recommendation to Approve 2019 Annual Budget, was the next order of business. This Recommendation to Approve 2019 Annual Budget was tabled until a future meeting. Board agenda item number 7, Recommendation to Approve Resolution No. 8-2018, was the next order of business. The Recommendation to Approve Resolution No. 8-2018 was tabled until the next meeting on November 27, 2018. The public hearing for Resolution No. 8-2018 was not closed. The next order of business was to recommend to Lease/Purchase Vac -Con Vac/Flush Truck. Jeff Lohmoeller, WWTP and Maintenance Manager, recommended a five year lease plan through TCF National Bank, Leasing Company of Minnetonka, Minnesota and Best Equipment of Indianapolis, Indiana. This option has an annual payment of $31,590.00 and an annual maintenance plan at the cost of $7,573.94 per year. Mr. Lohmoeller stated that Richmond Sanitary District reserves the right to purchase the truck at the end of the lease term at a guaranteed purchase price of $119,750.00 at the end of the five years. Mr. Stiens made a motion to award the five year lease with TCF National Bank, Leasing Company of Minnetonka, Minnesota in the amount of $31,590.00 each year and the maintenance agreement with Best Equipment of Indianapolis, Indiana in the amount of $7,573.9_4_each__y_ear-Mr._Bakshi_seconded_the motion.__—__ __.___.__—_ The next order of business was to recommend to award the quote for Sludge Heater Preventative Maintenance. Mr. Lohmoeller recommended to award this quote to Power Plant of Fort Wayne, Indiana in the amount of $22,880.00. Mr. Bakshi made a motion to award the quote for Sludge Heater Preventative Maintenance to Power Plant of Fort Wayne, Indiana in the amount of $22,880.00. Mr. Stiens seconded the motion. The , motion passed 220 The next order of business was the recommendation to award the bid for a 2018 or Newer Single Axle Cab and Chassis with Flatbed. Mr. Lohmoeller recommended awarding the bid for a 2020 International Truck and Chassis with Knuckle Boom Crane and all Alternates to Selking International of Richmond, Indiana at the price of $120,455.00. Mr. Stiens made a motion to approve the award the bid for a 2020 International Truck and Chassis with Knuckle Boom Crane and all Alternates to Selking International of Richmond, Indiana at the price of $120,455.00. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was the recommendation to award the contract for Short Creek Interceptor Planning and Evaluation Study. Elijah Welch, District Engineer, recommended awarding the contract for work relating to the Characterization and Evaluation of the Short Creek Interceptor Collection System to Commonwealth Engineers, Inc. of Indianapolis, Indiana for a total not -to -exceed price of $215,598.00. Mr. Bakshi made a motion to approve to award the contract for the work relating to the Characterization and Evaluation of the Short Creek Interceptor Collection System to Commonwealth Engineers, Inc. of Indianapolis, Indiana for a total not -to -exceed price of $215,598.00. Mr. Stiens seconded the motion. The motion passed 2-0. The next order of business was the recommendation to award the contract for the Purchase of Manhole Scanner Equipment. Mr. Welch recommended awarding the contract to Best Equipment Co. of Indianapolis, Indiana for an Envirosight Cleverscan Manhole Scanner at the purchase price of $72,500.00. Mr. Stiens made a motion to approve to award the contract to Best Equipment Co. of Indianapolis, Indiana for an Envirosight Cleverscan Manhole Scanner at the purchase price of $72,500.00. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was the Project Status Update. Mr. Welch gave an update on the Board's current projects. The next order of business was the recommendation to award the Power Washing and Painting of the Administration Building. Mr. Lohmoeller recommended awarding the quote to Perseponko Painting LLC of Richmond, Indiana in the amount of $5,200.00. Mr. Bakshi made a motion to approve awarding the quote for Power Washing and Painting of the Administration building to Perseponko Painting LLC of Richmond, Indiana in the amount of $5,200.00. Mr. Stiens seconded the motion. The motion passed 2-0. With no further business, President Miller made a motion to adjourn the meeting. Mr. Steins seconded the motion. The motion passed 2-0. Jessica Foster, Recording Clerk Sue Miller, President ctober'23;�2'O18' 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, October'23, 2018 at 10:00 A.M. Those present were Sue Miller- President, Aman Bakshi- Vice -President, Greg Stiens- Board Member, Gerald South- Assistant District Engineer, Jeff Lohmoeller- WWTP and Maintenance Manager, Walt Chidester- Assistant City Attorney, Denise Johnson - Customer Service Manager, Jessica Foster- Assistant Recording Clerk, Tim Orrill- RSD Lab Supervisor, Leighanne Hahn- Industrial Pretreatment Technician, Todd Hobson- WWTP Operator, G101.3 and WCTV. The first order of business was to approve the board minutes from the October 9, 2018 meeting. Mr. Bakshi made a motion to approve the minutes from the October 9, 2018 meeting. Mr. Steins seconded the motion. The motion passed 2-0. The next order of business was to approve the invoices. The invoices were in the total amount of $229,856.07 covering October 5 & 12, 2018. Mr. Stiens made a motion to approve the invoices. Mr. Bakshi seconded the motion. The motion passed 2-0. Maintenance. Mrs. Johnson stated that four quote requests were sent out and only one was received. The quote was received from Power Plant Services Inc. of Fort Wayne, Indiana in the amount of $22,880.00. President Miller referred the quotes to management for recommendationLLat'alcter The next order of business was to receive quotes for Power Washing and Painting the Administrative Building. Mrs. Johnson stated that five quote requests were sent out and two were received. The first quote was received from Perseponko Painting LLC of Richmond, Indiana in the amount of $5,200.00. The second quote was received from Allen Painting Company of Richmond, Indiana in the amount of $9,625.00. President Miller referred the quotes to management for recommendation at a later date. The next order of business was to receive bids for the New Tub Mechanic Service Truck. Mrs. Johnson stated that seven bid requests were sent out and two were received. The first bid was from Pyramid Equipment of Rolling Prairie, Indiana in the amount of $143, 485.00. The second bid was from Selking International of Muncie, Indiana in the amount of $99,803.00. This bid included a discount of $1,000 if the chassis portion is paid within 15 days of billing. President Miller referred the quotes to management for recommendation at a later date. The next order of business was to recommend awarding the contract for Billing Supplies for 2019 through 2021. Denise Johnson, Customer Service Manager, recommended awarding the contract for Billing Supplies for 2019 through 2021 to Commercial Printing of Connersville, Indiana in the amount of $3,439.00 monthly or $41,268.00 annually. Mrs. Johnson stated that though Commercial Printing was the lowest responsible and responsive bidder and met all specifications, that there was an increase of $172.00 a month from the current contract with said supplier. Mr. Bakshi made a motion to award quote for printing of Billing Supplies for 2019-2021 to Commercial Printing of Connersville, Indiana in the amount of $3,439.00 monthly or $41,268.00 annually, effective January 1, 2019 through December 31, 2021. Mr. Steins seconded the motion. The motion passed 2-0. The next order of business was to award the bid for the 2018 Sewer Lining Project. Gerald South, Assistant District Engineer, recommended awarding the 2018 Sewer Lining Project to Inland Waters Pollution Control, Inc. of Detroit, Michigan for a total price not -to -exceed $348,294.86. Of the three bids received at the October 9, 2018 board meeting, Inland Waters Pollution Control, Inc. was the lowest responsible and responsive bidder for the rehabilitation of over 9,000 feet of sewer using CIPP. Mr. Stiens made a motion to award the bid to Inland Waters Pollution Control, Inc., of Detroit, Michigan for a total price not -to -exceed of $348,294.86. Mr. Bakshi seconded the motion. The motion passed 2-0. Board agenda item number 9, Recommendation on Lease/Purchase of Vacuum/Flush Truck, and Board agenda item number 10, Recommendation of Additional Appropriations to the Sewer Utility, were tabled until a future meeting. The next order of business was the Project Status Update. Mr. South gave an update on the Board's current projects. With no further business, President Miller made a motion to adjourn the meeting. Mr. Bakshi seconded. The motion passed 2-0. Jessica Foster, Assistant Recording Clerk Aman Bakshi, Vice -President