HomeMy Public PortalAbout102-2019 - Hurst Techinical Services - Instrumentation and Control SystemORIGINAL
AGREEMENT
THIS AGREEMENT is made and entered into this dayof it 1(4 2019 by
and between the City of Richmond, Indiana, a municipal corporation acting by and through its
Board of Sanitary Commissioners, 50 North 51� Street, Richmond, Indiana 47374 (hereinafter
referred to- as the "City") and Hurst Technical Services, Inc., 7530 Disalle Blvd Suite 1003 Fort
Wayne, Indiana 46825 (hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORD
City hereby retains Contractor for instrumentation and control system technical services in
interfacing the Richmond Sanitary District's process controls (such as pumps, chemicals, valves
and combined sewer overflow gates) for the Richmond Sanitary District's wastewater treatment
facility. The instrumentation and control technical support by Contractor shall be provided for
engineering software diagnostic analysis, hardware diagnostic analysis, calibration and repair
and/or replacement instrumentation.
City sent out a Notice to Bidders for this work, which Notice was published on March` 4 and
March 11, 201 % seeking bids for instrumentation and control. system technical services needed to
interface with the Richmond Sanitary District's process controls at the District's wastewater
treatment facility. This Notice and invitation to bid was for a one (1) year agreement, with the
City having the option to renew for up to two (2) additional years. The Invitation to Bid,
consisting of eight (8) pages, is attached hereto and incorporated herein by reference as Exhibit
The response of Contractor is contained in Exhibit "B", which Exhibit "B" consists of six (6)
pages and is attached hereto and incorporated herein by reference and made a part of this
Agreement.
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, when requested, provide the phone call, text message or email specified by
city.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance and/or
warranties;
2. The City is in receipt of any required affidavit signed by Contractor in
accordance with Indiana Code 22--5--1.7-11(a)(2);and
3. A purchase order has been issued by the Purchasing Department.
SECTION II. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not , an employee or agent of
the City of Richmond. The Contractor shall provide, at its own expense, competent supervision
of the work.
Contract No.102-2019
Page 1of6
SECTION III. COMPENSATION
City shall pay Contractor a sum not to exceed Fifty --Three Thousand Four Hundred Four Dollars
and No Cents ($53,404.00) for complete and satisfactory performance of the work required
hereunder for the term of this contract, namely March 1, 2019 through February 29, 2020 and, if
an option to renew is exercised by City, for the contract year from March 1, 2020 through
February 28, 2021 at the yearly contract cost of not to exceed Forty --Six. Thousand Eighty Dollars
and No Cents ($46,080.00), and, if an option to renew is exercised by City, for the contract year
from March 1, 2021 through February 28, 2022 at the yearly contract cost of not to exceed Forty --
Six Thousand Six Hundred Fifty -Six Dollars and No Cents ($46,656.00).
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective retroactive to March 1, 2019, and shall continue in effect
until and including February 29, 2020, but with an option to renew by City at.the rates set forth
above in Exhibit "B" for the period from March 1, 2020 through February 28, 2021 and with an
option to renew by City at the rates set forth above in Exhibit "B" for the period from March 1,
2021 through February 28, 2022. If City is to exercise its option to renew, it must do so within
sixty (60) days of March 1 of 2020 and 2021.
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;
6
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 any damage or injury to
person or property or any other claims which may arise from the Contractor's conduct. or
performance of this Agreement, either intentionally or negligently; provided, however, that
nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts
of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this
Page 2 of 6
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
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
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 laver, 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
Page 3 of 6
violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than
thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to
remedy the violation within the thirty (30) day period provided above, the City shall consider
the Contractor to be in breach of this Agreement and this Agreement will be terminated. If
the City determines that terminating this Agreement would be detrimental to the public
interest or public property, the City may allow this Agreement to remain in effect until the
City procures a new contractor. If this Agreement is terminated under this section, then
pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual
damages.
SECTION VIII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22--I6.5, 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--1.6.5, 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 DISC ATION
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;
3. That there may be deducted from the amount payable to Contractor by the City
under this Agreement, a penalty of five dollars ($5.00) for each person for each
calendar day during which such person was discriminated against or intimidated
in violation of the provisions of the Agreement; and
Page 4 of 6
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.
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, 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 THEREOF, 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.
66CITY99
THE CITY OF RICH MOND,
L' DIANA by and through its
Board of Sanitary Commissioners
L
By- A=�
.
Sue Miller, President
By '
an Bakshi, Vice --President
"CONTRACTOR"
HURST TECIMCA.E SERVICES
SERVICES, INC.
r
By.
Printed: 426
Title: . �� rt�s •�
Date:
ember
r
APPROVED:
M. Sno 'Mayor �
City of Richm nd, Indiana
Date: -7`q A 9
Page 6 of 6
r
CITY OF RICHMOND
INDIANA
INVITATION
TO
BID
Instrumentation and Control S3:stem
Technical Services
FOR
RICHMOND SANITARY DISTRICT
INDEX
LNYITATION To BID
Form 96
Notice to Bidders
Invitation for Bid
STANDARD TERMS AND CONDITIONS
Definition
Departments
Bidder & Contractor
Estimated Quantities
Addenda
Bidding Documents
Substitutions
Demonstrations/Samples
Data Privacy
Bidding Procedures
Bid Security
Submission of Bids
Bidder's Representation
Modification or withdrawal of Bid
Delivery of Goods
Consideration of Bids
Rejection/Acceptance of Bids
Bid Award
Warranties, Guarantees & Maintenance
Contract Documents
indemnification
Workers Comp ens ation Insurance
Payments
Method of Invoicing
Damages for Delays
Proposal Sheets
Specifications & Maps
See Attached Form
1 Page
1 Page
A.1
A.2
A.3
A.4
A.5
B.1
B.2
B.3
B.4
C.l
C.2
C.3
C.4
C.S
C.6
D.1
D.2
D.3
D.4
E.1 `
F.1
F.2
G.1
G.2
G.3
Enclosed
Enclosed
NOTICE TO BIDDERS
BOARD OF SANITARY C OMAUS SIONERS
RICMIOND, INDIANA.
Notice is hereby given that sealed proposals will be received by the Board- of Sanitary
Commissioners of the Richmond Sanitary District of Richmond, Indiana at their office at the
Administration Building, 2380 Liberty Avenue of said City on Tuesday, March 26, 2019, at
10:00 A.M. for furnishing the following in accordance with specifications on file at the
Richmond Sanitary District, 2380 Liberty Ave., Richmond, Indiana, and in the Office of
Purchasing in the Municipal Building, 5 0 North Fifth Street, Richmond, Indiana.
Instrumentation and Control System Technical Services
All proposals shall be properly and completely executed -on a Form No. 96 as prescribed by the
State Board of Accounts of the State of Indiana. All proposals submitted shall be accompanied
by an acceptable Bidder's Bond, Certified Check or Cashier's check made payable to the
Richmond Sanitary District in the amount of 5% of the total bid price. If the bidder is from out-
of-state, the Bidder's Bond must be secured by a Surety who is ,admitted to do business in
Indiana. The successful bidder will be required to submit a Performance Bond in the amount of
100% of the bid price and a 100% Labor and Materials Payment*Bond, prior to commencing
work. Checks of the unsuccessful bidders will be returned on award of the proposals.
Specifications and bid forms may be secured from. the Richmond Sanitary District, 23 80 Liberty
Ave., Richmond, Indiana 47374 or from the Purchasing Office, 50 North 5ffi St., Richmond,
Indiana 47374. All proposals :should be placed in a sealed envelope marked "Confidential --Bid
Proposal" on outside of envelope.
The Board of Sanitary Commissioners of the Richmond Sanitary District of the City of
Richmond, Indiana reserves the right to reject any and all bids, parts of bids and re --advertise for
same and to waive informalities or errors in bidding.
Bidder will be required to comply with all applicable Equal Employment Opportunity laws and
regulations, including Section 504 of the Rehabilitation Act of 1983.
BOARD OF SANITARY COMMISSIONERS
Sue Miller
Aman B akshi
Greg Stiens
Publish Dates: March 4 & 11, 2019
_01:f VW
t�A I
INVITATION FOR BID
This invitation is issued to establish a contract to supply the City of Richmond with a commodity or
service in accordance with accompanying specifications.
Specification. For: Instrumentation and Control System Technical Services
Submit Bids Before
10 : 0 0 a.m. on Day of Bid Opening to: Board of S anitga' Commissioners
Richmond S anitpu District
Administration Buildin
23 S 0 Liberty Avenue
Richmond, IN 47374
Bid opening: Time: 10:00 a.m.
Date: March 26, 2019
Location of Bid Opening: Richmond Sanitga District
Administration Building
2380 Libglly Avenue
Richmond IN 47374
Bid Bond: 5%
(See Section. C.2)
Performance Bond: 100% _
(See Section C.2)
Labor &Materials Payment Bond: 100%
(See Section C.2)
Maintenance Bond: 100%, 12 Months
(See Section C.2)
Insurance/Workman.'s Compensation: YES
(See Section B.1.4
& F.2.1)
Common Constructions Wages: N/A
(See. Section B. 1. 5 &
See attached)
Bid Form Included: FORM 96
Schedule of Values: YES
'A ak
411�1 ;q
ok A y DAVE M. SNOW
u tt a Mayor
BRYAN J. ERVIN
1� ►� �' Director
CITY OF RICHIVIOND
DEPARTMENT OF SANITATION
2380 LIBERTY AVENiJSoRICI-IMOND, INDIANA 47374
PHONE (765) 983-7450oFAX (765) 962 2669
Richmond -Sanitary District
Instrumentation and Control System Technical Services
Part 1--Overview
The Richmond Sanitary District is seeking detailed qualifications and proposals for the
contract services of an instrumentation and control system technician, (herein after
referred to as Technician) for the wastewater treatment facility. The proposal covers all
field instrumentation in all areas, but not limited to, control room instruments or process
control computers. The Mandatory Alternate Proposal, Part 3-Fee Basis (B), will include
lift station instrumentation. The duration of this contract is for twelve (12) months with
two one (1) year optional renewals.
The contract will be awarded on the basis of unit cost and qualifications of each
- -- candidate: The Richmond Sanitary District reserves the right to reject any and all
proposals.
Part 2--Proposed Scope of Work
Instrumentation and control technical support shall be provided for engineering software
diagnostic analysis, hardware diagnostic analysis, calibration, and repair and/or
replacement instrumentation.
Labor for piping, mechanical installation, or electrical power wiring is excluded. work
shall be directed by -work order and not from a schedule or list, or specific number of
instruments.
The technical instrumentation and control service shall include the following categories:
A. Engineering Support
1. The Technician will assist the Richmond Sanitary District staff on new
instrumentation. installations. This includes recommendations on
equipment or instrumentation purchases, a review of installation layout,
and particular application specifications as well as how to coordinate or
integrate SCADA data points with other City software such as, but not
limited to, CMMS or LIMS.
1B. Software Support
The Technician shall provide process controls, strategy modification to the
following systems:
a.. f
1. The S CADA software, including, but not limited to, if ix, WILT-911/WIN
4111, full function S CADA.
2. windows 1 0/operating system and Microsoft office applications
3. Manage version control, firmware, and manufacturer supplied product
updates.
4. Bristol Babcock Control wave
5. Reporting software such as Dream or Crystal
6. other Ladder Logic programs when requested and or needed
C. Software Diagnostics
1. The Technician shall perform the diagnostic testing sequences on, but not
limited to, the above mentioned software packages to determine efficiency,
reliability, communication problems, and timing errors in the application
software.
2. The Technician will -work with City Information Technology Department
when City makes changes to the network to ensure continued operation of
equipment.
A Hardware Diagnostics
1. The Technician shall perform the diagnostic testing sequences on the
printed circuit boards to facilitate component level repair, calibration of
analog boards, and adjustment of digital boards, memory, control boards,
_ ... had di sc - optimization and zero failure detection on the "pro cess - wjatxol
computers.
2. Testing diagnostic programs shall also be performed on the field
equipment for failure detection, component level repair and calibration,
when this procedure is applicable.
E. Calibration and Repair
1. All instruments shall be calibrated and repaired as necessary on a p erio di c
basis. Repairs will be performed down to the component level whenever
possible to Deep downtime to a miDI'MUM. Instruments shall be calibrated.
to MST standards to meet or exceed manufacturer specifications.
Instrument damaged beyond the ability of Technician to repair will be sent
to manufacturer at the Richmond Sanitary District's expense for repair,
replacement, or upgrade. All replacement/upgrade parts will also be at the
Richmond Sanitary District's expense. There will be a $35,000lyear
Vendor allowance for repair, replacement, or upgrade of parts or
equipment. All parts or equipment purchased must be owner approved.
�� O� R ti,,�o DAVE M. SNOW
Ifta Mayor
BRYAN J. ERVIN
Jf ` Dixectox
CITY OF RICHMOND
DEPARIW= of sANITAEON
2380 LIBERTY AVENUEoRICHMOND, INDIA.NA 47374
PHONE (765) 983-745OoFAX (765) 962-2669
Part 3-Fee Basis
A. Base Proposal
The Contract shall be for 48 hours per month per Technician or 24 hours per
month per two Technicians each, at the Richmond Sanitary District's request.
This time normally will be scheduled for two consecutive days three times per
month. A work day is considered to be eight (8) hours. Billing will be based on
hours worked per day, per month.
The Technician shall provide on --site emergency response on a 24--hour per day,
seven days per week basis. No more than a two-hour minimum fee may be
charged.
The Technician shall provide emergency call -in service on a 24--hour per day,
seven days per week basis. Telephone consultation shall be billed at fifteen (15)
--minute increments.
Travel time shall not be incorporated into the hourly rates. The Technician shall
bill only for time on --site.
The Technician shall not charge ' for the initial time spent becona.ing familiar with
the wastewater treatment facility and its I&C system.
Tabulation Instrumentation and Control System Technical Services
Description
Quantity
Unit Copt
Total Cost
(pq ear
Technician scheduled
576 hrs/year
$
/hr
$
Service -Year 1
Technician scheduled
576 hrs/year
- $
/hr
$
Service -Year 2
Technician scheduled
576 hrs/year
$
/hr
$
service -Year 3
Technician emergency
N/A
$
/hr
N/A
on -site service
B. Mandatory Alternate Proposal
The Contract shall be for 152 hours per month per Technician or 76 hours per
month per two Technicians each, at the Richmond Sanitary District's request.
This time normally will be scheduled for four to five consecutive days four times
per month. A work day is considered to be eight (8) hours. Billing will be based
on hours worked per day, per month.
The Technician shall provide on --site emergency response on a 24-hour per day,
seven days per creek basis. No more than a tiro --hour minimum fee may be
charged.
The Technician shall provide emergency call --in service on a 24--hour per day,
seven days per week basis. Telephone consultation shall be billed at fifteen (15)
minute increments.
Travel time shall not be incorporated into the hourly rates. The Technician shall
bill only for time on --site.
The Technician shall not charge for the initial time spent becoming familiar with
the Wastewater treatment facility and its I&C system.
Tabulation Instrumentation and Control Systems Technical Services
Description
Quantity
Unit Cost
Total host
(per year
Technician scheduled
1824 hrs/year
$ /hr
$
Service -Year 1
Technician scheduled
1824 hrs/year
$ /hr
$
Service -Year 2
Technician. scheduled
1824 hrs/year
$ /hr
$
service -Year 3
Technician emergency
N/A
$ /hr
N/A
on -site service
A DAVE M. SNOW
Mayor
BRYAN J. ERVIN
Director
CITY OF RICHMOl@TD
DEPARTMENT OF SANITATION
2380 LIBERTY AVENUEmRICHMOND, nVDLANA 47374
PHONE (765) 983-745OoFAX (765) 962 2669
Richmond Sanitary District
Instrumentation and Control System 'Technical Services
Part I --Overview
The Richmond Sanitary District is seeking detailed qualifications and proposals for the
contract services of an instrumentation and control system technician, (herein after
referred to as Technician) for the wastewater treatment facility. The proposal covers all
field instrumentation in all areas, but not limited to, control room instruments or process
control computers. The Mandatory Alternate Proposal, Part 3-Fee Basis (B), will include
lift station instrumentation. The duration of this contract is for twelve (12) months with
two one (1) year optional renewals.
The contract will be awarded on the basis of unit cost and qualifications of each
- -- candidate, The Richmond Sanitary District reserves the right to reject any and all
proposals.
Part 2-Proposed Scope of work
Instrumentation and control technical support shall be provided. for engineering software
diagnostic analysis, hardware diagnostic analysis, calibration, and repair and/or
replacement instrumentation.
Labor for piping, mechanical installation, or electrical power wiring is excluded. work
shall be directed by work order and not from a schedule or list, or specific number of
instruments.
The technical instrumentation and control service shall include the following categories:
A. Engineering Support
L The Technician will assist the Richmond Sanitary District staff on new
instrumentation- installations. This includes recommendations on
equipment or instrumentation purchases, a review of installation layout,
and particular application specifications as well as how'to coordinate or
integrate S CADA data points with other City software such as, but not
limited to, CMMS or LIMS .
B. Software Support
The Technician shall provide process controls, strategy modification to the
following systems:
ex- t"I't K, 10
0002 .
1. The S CADA software, including, butnot limited to, iFix, WIN--911IWIN
4111, Full Function S CADA.
2. windows 1 olop erating system and Nficro soft office applications
3. Manage version control, firmware, and manufacturer supplied product
updates.
4. Bristol Babcock Control wave
5. Reporting software such as Dream or Crystal
6. other Ladder Logic programs when requested and or needed
C. Software Diagnostics
1. The Technician shall perform the diagnostic testing sequences on, but not
limited to, the above mentioned software packages to determine efficiency,
reliability, communication problems, and timing errors in the application
software.
2. The Technician will work with City Information Technology Department
when City makes changes to the network to ensure continued operation of
equipment.
D. Hardware Diagnostics
1. The Technician shall perform the diagnostic testing sequences on the
printed circuit boards to facilitate component level repair, calibration of
analog boards, and adjustment of digital boards, memory control boards,
. _ ... .._ r had disc optimization and zero failure detection on the -pro cess' wzittol - - -.
computers.
2. Testing diagnostic programs shall also be performed on the field
equipment for failure detection, component level repair and calibration,
when this procedure is applicable.
E. Calibration and Repair
1. All instruments shall be calibrated and repaired as necessary on a periodic
basis. Repairs will be performed down to the component level whenever
possible to keep downtime to a minimum. Instruments shall be calibrated
to LIST standards to meet or exceed manufacturer specifications.
Instrument damaged beyond the ability of Technician to repair will be sent
to manufacturer at the Richmond Sanitary District's expense for repair,
replacement, or upgrade. A l replacement/upgrade parts will also be at the
Richmond. Sanitary District's expense. There will be a $35,000/year
Vendor allowance for repair, replacement, or upgrade of parts or
equipment. All parts or equipment purchased must be owner approved.
d
a
.0 A ,� DAVE M. SNOW
� Mayor
'Yids'
BRYAN J. ERVIN
Director
CITY OF RICIIMOND
DEPARTTV= OF SANITATION
2380 LIBERTY AvENUE•RICHMOND, INDIANA 47374
PHONE (765) 983-74509FAX (765) 962 2669
Part 3-Fee Basis
A. Base Proposal
The Contract shall be for 48 hours per month per Technician or 24 hours per
month per two Technicians each, at the Richmond Sanitary District's request.
This time normally will be scheduled for two consecutive days three times per
month. A. work day is considered to be eight (8) hours. Bg will he based on
hours worked per clay, per month.
The Technician shall provide on -site emergency response on a 24 hour per day,
seven days per week basis. No more than a two --hour minimum fee may be
charged.
The Technician shall provide emergency call --in service on a 24--hour per day,
seven days per week basis. Telephone consultation shall be billed at been (15)
- - - -minute increments.
Travel time shall not be incorporated into the hourly rates. The Technician shall
bill only for time on -site.
The Technician shall not charge for the initial time spent becoming familiar with
the wastewater treatment facility and its I&C system.
Tabulation Instrumentation and Control Systexm. Technical Services
]Description
Quantity
Unit Cost
Total Cost
(per ear
Technician scheduled
576 hrslyax
$ 79.00 lbr
$ 45,504.00
Service --Year 1
Technician scheduled
576 hrs/year -
$ 80.00 /hr
$ 46,080.00
Service -Year 2
Technician scheduled
576 Jars/year
$ si.00 /hr
$ 46,656.00
service -Year
Technician emergency
N/A.
$ 140.00 /hr
N/A
on --site service
,
��.
ACC>RV kka�CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDDNYYY)
07117118
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 ri hts to the certificate holder in lieu of such endorsements .
PRODUCER
Aon Risk Services, Inc of Florida
CONTACT Aan Risk Services, Inc of Florida
NAME:
HONEFAX
(A/C,Na Ext : 800743-8130 A/C No): 800-522 7514
BrickBay Drive, Sete 01100
33
mi, FL 33i3i-4937
Miami,
Mia
EMAIL
ADDRESS: AI)P-COI-Center@Aon.com
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A: New Hampshire Ins Co
23841
INSURED
ADP TatalSource FL XVI, Inc.
INSURER B :
INSURER C :
10200 Sunset Drive
Miami, FL33173
ALTERNATE EMPLOYER
INSURER D :
INSURER E :
Hurst Technical Services Inc
7530 Disalle BLVD Suite 101)
INSURER F :
FortVrayne, IN 46825
COVERAGES CERTIFICATE NUMBER: 2139921 REVISION NUMBED:
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.
LIMITS SHOWN ARE AS REQUESTED.
INSR
LTR
TYPE OF INSURANCE
ADDL
1NSR
SUBR
WVD
POLICY NUMBER
POLICY EFF
MMIDD
POLICY EXP
MMiDDlYYYY
LIMITS
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
S
CLAIMS --MADE OCCUR
DAMAGE TO RENTED
PREMISES a ateurreace
S
MED EXP Any oneperson)
S
PERSONAL & ADV INJURY
5
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
S
PRODUCTS - COMPIOP AGG
S
POLICY ❑ PROJECT 0 LOG
S
OTHER
AUTOMOBILE
LIABILITY
COMBINED SINGLE
[Ea accident
S
BODILY INJURY Perperson)5
ANY AUTO
BODILY INJURY Peraccident
S
OINNED SCHEDULED
AUTOS ONLY AUTOS
PROPERTY DAMAGE
Per accident)
S
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
S
UMBRELLA LIAB OCCUR
EACH OCCURRENCE S
EXCESS LIAB CLAIMS -MADE
AGGREGATE S
DEC T7RETENTION S
- ----- -
WORKERS COMPENSATION
A AND EMPLOYERS' LIABILITY YIN WC 047014237 IN 07101118 07101119
X 1PER
TUTE T ER
ANY PROPRIE i ORFPARTNERJEXECLITNE
OFFICERIMEMBER EXCLUDED? N I A
(Mandatory in NH)
EL_ EACH ACCIDENT S 2,00010001
E.L. DISEASE - EA EMPLOYEE S 27000,000
If yes. desenbe under
DESCRIPTION OF OPERATIONS below
EL DISEASE - POLICY LIMIT S 23,0001000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarlts Schedule, may be attached if more space is required)
All worksite employees wo6dng for HURST TECHNICAL SERVICES INC, paid underADP TOTALSOURCE, INC.'s payroll, are covered under the above stated policy_ HURST TECHNICAL SERVICES INC is
an alternate employer under this policy.
CERTIFICATE HOLDER CANCELLATION
F
hnical Services Inc SHOULD ANY OF THE ABOVE DESCRIBED POL3CIES BE CANCELLED BEFORE
lle BL1iD Suite 'ig0 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Fart Wayne, IN 46825 ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
C �► e , a b lot
(9) 1988-20 ORPORAIION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
8 1,a"--- k S.6t-
J 65
Board ALyenda Item
June 12, 2019
To: Board of Sanitary Commissioners
From: Jeff Lohmoeller
Date: June 12, 2019
Re: Recommendation for Instrumentation and Control System Technical Services
Madam President and Board Members,
At our March 26�' board meeting we received a quote from Hurst Technical Services of Fort
Wayne, Indiana for the I & C Control Systems Technical Services. We asked for this service for
one (1) year with two one (1) year optional renewals. Hurst Technical cost per year based on
seventy-two (72) 8-hour days are:
lst Year — 576 hrs/year @ $79.00/hr. $45,504.00 per year
2nd Year -- 576 hrslyear @a $80.00Jhr. $46,080.00 per year
3rd Year --- 576 hrslyear @ $81.00Ihr. $46,656.00 per year
In addition to the 1 't Year 576 hrslyear contract we asked Hurst to gave us a cost per hour based
At on not -to -exceed 100 hours, on projects we need upgrades on at the Wastewater Treatment Plant.
Their cost per hour for this additional work the first year will be $79.001per hour not -to -exceed
$7,900.00.
Cur recommendation to the board is to award this contract to Hurst Technical at cost listed above
with the option to renew the contract with two one (1) year optional renewals. Hurst Technical
was the only company to quote this work and was the most responsive and responsible company
to quote this work. Hurst Technical is our current I & C contractor and has been working with us
for the past several years.
) �,• t R� �r�-f G�
�111dtS - t
".. . J; , _. 'l.
Jeff Wbmoeller
From: - Pat Smoker Epsmoker@rlchmondindiana:gov}
Sent: Tuesday, May 21, 20.9.:05 PM •
To: Jeff Lohr odler
SUbjed: Fwd: I&C contract
. Jeff;
Hers is the reminder to place the awarding of the I&C contract on the Board Meeting next week. Also, below lists out
what needs to be added to the standard 72. day laid. '
Thank you,
Pat Smoker
Richmond Sanitary District
5uperintendent
2380 liberty Avenue
Richmond I N -47374
----- Forwarded Message --
From: "Pat Smoker <psMoker@richmondindiana.gov>
To: "John Lobe" <jlobeC&hursttechs.com> - -
Cc: 'Jeff Lohmoaller" <jtohmooIler@richrnondindian-a.gov>, "'Eli"ah Welch' <ewe1ch@richmondlnd1ana.gov7, "Bryan
Ervin" {bervin@rlchmondindsana.gov>, "Bill Travis" <l travls@hursttechs.com>.
sent: Tuesday, M.ay 7, 2039--8!54:45 AM
Subject: Re: l&C contract
John,
Thank you very much for this. We will award the contract for the 72 days and add- a section written to say sQmet ing
a along the lines of having -to complete the ten listed items Within the contract year at a not to exceed 109 hours at
$79/per hour. Again, thanks for working with us to get the District what'it needs.
Thank you, _
Pat Smoker -
Richmond Sanitary District - -
Supprintendent
2380 Liberty Avenue -
Richmond 1N 47374 -
Original Message .
Fr'om: "John Lobe" <Vlobe @hursttechs.com>
To; 3lPat 5mol(er"<psmol(er@rich'nondindiaria.gev}, "Bill Travis' bt a is hursttechs.carn
Cc: "Jaff Lahmoeller" _e'lohmoeller@r'ichmondindiana.gov>, "Elllah' etch" �ewelch@dchmondindiana.goV>, "Baran
'Ervin" <bervin@richmondindiana,,gov?
Seat: Monday,. May B, 2019 1:50:13 PM
subject: RE; i&C contract
q op
i
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, June 11, 2019 at 10:00 A.M.
Those present were Aman B akshi-- Vice --President, Greg Stiens- •Board Member, Bryan Ervin. -
Director, Elijah welch-- District Engineer, Jeff Lohmoeller-- wwTP and Maintenance Manager,
Kim Vessels- Assistant City Attorney, Jessica Foster-- Assistant Recording Clerk, Leighann.e Icahn --
Pretreatment operator, Pat Smoker- Plant Superintendent, Todd Dobson- wwTP Operator,
perspective bidders, G101.3 and wCTV.
The first order' of business was to approve board minutes from the May 21, 2019 meeting. Mr.
Stiens made a motion to approve the minutes from the April 2.3, 2019 meeting. Mr. - Bakshi
seconded the motion. The matron passed 2--0.
_ t
The next order of business was to approve the invoices. The invoices were in the total amount of
$ 3 9 6, 6 61. 73 , covering May 17, 24; & 31, 2 019 . Mr. Stiens made a motion to approve the- invoices.
Mr. B aksbi seconded the motion. The motion passed 2-- 0 .
The next order of business was the Director's Report. Mr. Erg in informed the board that the 2019
Spring Clean Up had so far been successful and that the pick --up for the final zone, southwest
Richmond, had been extended as there was more trash than anticipated.
The next order of business was to receive bids quotes for Cleaning Services at Richmond Sanitary
District. Four notes were received. The - first quote was received from off ce Pride - of Richmond,
q
Indiana, at the' cost of $3.,247.50 per month. Additional costs are as follows: $1,,500.00 for a one-
time deep clean, $1,686.80 to shampoo the carpets twice a year, $400.00 -to wash exterior windows
twice a year, $400.00 to wash interior windows twice a year, $3,251.70 to wax floors twice a year,
and $ 3 5.0 Olho.ur per person for any additional labor. The quote is valid for one year. The second
quote was from whitewater Valley Cleaning of Richmond, Indiana, at the cost of $2,976.88 per
month. Additional costs are as follows: $693.76 to shampoo twice a year, $991.25 to'wash exterior
windows twice a year, $991.25 to wash interior windows twice a year, $5,401.75 to wax floors
twice a year, nand $27.50Ihour per person for any additional labor. The quote is valid through
December 3 l,"2019. The third quote was received from Elite Clean of Richmond, Indiana, at: the
cost of $2,800.0.0. per month. Additional costs are as follows:.18¢Isq. ft. to -shampoo twice a year,
$2.50 per window to wash exterior windows twice a year, $2.50 per window to wash interior
.windows twice'a year, 0.48¢Isq. ft. to wax floors twice a year, and $25.00/hotr- per person for any
additional. labor. The quote .is valid until -June 3 0,1019. The fourth quote Wi as received from Apek
Cleanffig & Building of -Richmond, Indiana, at the cost of $5,114.16-:per year: Additional- costs are
r
as follows: $1,3 9.31 to shampoo carpets twice a year, $1,600.00 to ,*ash exterior windows° bAdde a
year,, -$1,600.00; to; wash interior wM- dows twice a. year, $1,089 to clears & ,seal concrete or $7,05 8.40
to strip, clean & wi`ax tile, and $24lhour per person 'for any additional labor. The board referred bids
to management -for evaluation and recommendation.
The next order -of business was to receive bids for new Hook Truck with New water Tank. The first
bid was received from Pyramid Equipment Inc., of Rolling ' Prairie, Indiana, ai the cost of
$45,950.00 for the stainless steel tank only. Thebid is firm for 30 days and the estimated delivery
time is 8--9 - months after purchase -order is issued. The second bid was received from Selking
International of -Richmond, Indiana,. at the cost of $174,260.00 for an Internatxon al HV--607 with
r
• : :ri
steel tank or $169, 8 8 0.0 0 for a polyethylene tank. The trade --in value for the previous hook truck is
$ 73 8 0 0.0 0. The bid is firm until June 29, 2019, and estimated delivery time is 11--13 months after
purchase order is issued. The third bid was received from. Municipal Equipment Inc. of Louisville,
K.entacky, at the cost of $173, 5 8 5.00 for a Freightliner M2-10 6 with steel tank or $167, 8 04. 0 0 for . a
polyethylene tank. The trade-in value for the previous hook truck is $8,500.00. The bid is firm for
30 days and the estimated delivery time is 250 days after purchase order is issued. The fourth bid
was received from Municipal Equipment Inc. of Louisville, Kentucky, at -the cost of $174.1.85.00
for an International Hv-607 with stainless steel tank or $168,404.00 for a polyethylene tank. The
trade-in value for the previous hook truck is $ 8, 5 0 0.0 0. The bid is firm for 30 days and. the
estimated delivery time is 300 days after the purchase order is issued. The board referred bids to
management for evaluation and recommendation.
The next order of business -was the recommendation to award quote for a Four Door Sports Utility
Vehicle. Mr. Lohmoeller recommended to award the quote to Cronin of Richmond, Indiana, for• a
2019 Ford Explorer XLT in the amount of $ 3 8, 651.73 . Mr. Chidester submitted a written opinion to
the board on why Cronin Toyota's quote was the lowest responsible and responsive bidder. Mr.
Stiens made a motion to award the quote to Cronin Toyota of Richmond, Indiana, in the amount of
$3 8,651.73. Mr. Bakshi seconded the motion. The motion passed 2-0.
The next order of business was the recommendation to award bid for Six Fully Automated
Residential Trash Trucks. Mr. Lohmoeller recommended to award the bid to Southeastern
Equipment of Indianapolis, Indiana, for leasing six New way Sidewinder 22ASL Freightliner M2--
106 trash trucks in the amount of $243,140.76 per year. The contract would be a six year lease
ending December 31, 2026, and would be financed through Baystone Government Finance of
Manhattan, Kansas. Mr. Ervin stated that Richmond Sanitary would keep two of the current fleet as
back up and the remaining trucks would be sold off or used as trade --in to replace other commercial
recycling trucks in the future. Mr. Stiens made a motion to award the contract to Southeastern
Equipment of Indianapolis, Indiana, and Baystone Goverment Finance of Manhattan, Kansas, in
the amount of $243,140.76 per year. Mr. Bakshi. seconded the motion. The motion passed 2-0.
The next order of business was the recommendation to award bid for Two Commercial Trash
Trucks. Mr. Lohmoeller recommended to award Pyramid Equipment of Rolling Prairie, Indiana, for
two Pak Mor M2--106 trucks in an amount not--to--exceed $347,800.00. Mr. Stiens made a motion to
award the, bid to Pyramid Equipment of Rolling Prairie, Indiana, in an amount not -to --exceed
$ 3 47, 8 0 0.0 0 . Mr. Bakshi seconded the motion. The motion passed 2-0 .
The next order of business was the recommendation to award bid for new High Sprocket Crawler
Tractor. Mr. Lohmoeller recommended 'to award MacAllister Machinery of Indianapolis, Indiana,
for a Caterpillar Model D8T in an amount not--to--exceed $482,900.00. This cost includes the trade--
in. of Richmond Sanitary District's 2015 D8T (G) Dozer. Mr. Ervin, stated the equipment has to be
replaced often due to the high amount of wear from daily use. Mr. Stiens made a motion to award
the. contract to Southeastern Equipment of Indianapolis, Indiana, in an amount not -to -exceed
$4825900.00, which includes the trade in of the 2015 D8T (G) Dozer. Mr. Bakshi seconded the
motion. The motion passed 2-0.
T'The_next_or-der-6f business was the recommendation to -award quote for Instrumentation and Control
System Technical Services. Mr. Lohmoeller recommended to award the quote to Hurst Technical
Services of Fort Wayne, Indiana for one year with the option to renew for two additional one year
terms. The first year would cost $79.001hour for up to 576 hours per year or a not--to--exceed cost of
f$4,504.00 anuai.For the fist year, _�ati additional 0,0 hou�s-"wouid-he- anted at the -cost -off
$79.00/hour or a not --to - exceed oc st of $ 7, 9 0 0. 0 0 on top of the annual cost. The second year would;
cost $80.00/hour for up to 576 hours per year or a not--to--exceed cost of $46,080.00 annually. Th
third year would could $81.00Ihour for up to 576 hours per year or $46,656.00- annually. Mr. Stiens
made a motion to award the quote to
Hurst s_t =Technical S.ervlces{o.f Fort Wayne-- 1ndi=f, as outlned
M:Bakshi,seco dedtherno.tion.m.
L
The next order of business was approval to enter into contract with Maze Design. The contract with
Maze Design would be in the amount of $11.,500.00., and would detail a design for a new women's
restroom in the Solid Waste Garage. Mr. Stiens made a motion to enter into contract with Maze
Design to design a new women' s restro om in the Solid Waste garage in the amount of $11,500.00.
Mr. Bakshi seconded the motion. The motion passed 2--0.
The next order of business was to .approve Wastewater Discharge Permit No. R5-06-0522 for
Richmond Poorer & Light of Richmond, Indiana. The permit was re --opened May 25, 2019, in order
to make a permit revision that would add an additional outfall for the facility. The revision is
effective starting June 11, 2019 and is valid until May 8, 2022. Mr. Stiens made a motion to
approve Wastewater Discharge Permit No. R5--06--0522 for Richmond Power & Light of Richmond,
Indiana, expiring May 08, 2022. Mr. Bakshi seconded the motion. The motion passed 2-0.
The next order of business was to approve Wastewater Residuals Permit No. R-RREST--2019, 20,
212 22 for Rumpke-- Portable Restrooms of Dayton, Ohio. The permit is valid until April 30, 2022.
c Mr. Stiens made a motion to approve Wastewater Residuals Permit No. R RREST-2019, 20, 21, 22
for Rumpke- Portable Restrooms of Dayton, Ohio, expiring April 30, 2022. Mr. Bakshi seconded
the motion. The motion. passed 2--0.
The next order of business was to approve Groundwater Discharge Permit No. GW2-RBR288WP-
0619 for Haber Land Company LTD of Richmond, Indiana. The permit is valid until December 31,
2019. Mr. Stiens made a motion to approve Groundwater Discharge Permit No: GW2-RBR288WP--
0619 for Haber Land Company LTD of Richmond, Indiana, expiring December 31, 2019. Mr.
Bakshi seconded the motion. The motion passed 2--0:
The next order of business -vas the Project Status Update. Mr. Welch gave an update to the Board
on the Sanitary District's current projects.
With no fiutkher business, Mr. Stiens made a motion to adjourn the meeting. Mr. Bakshi seconded
the motion. The motion passed 2-0. The meeting adjourned at 10:45 A.M.
Jessica Foster, Assistant Recording Clerk Aman Bakshi, vice President
�A ri1F2 2019
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, April 2, 2019 at 10:0 0 A.M.
Those present were Sue Miller-- President, Aman Bakshi-- vice --President, Greg Stiens-- Board
Member, Elijah Welch- District Engineer, Denise Johnson- Customer Service Manager, Jeff
Lohmoeller-- WWTP and Maintenance Manager, Walt Chidester- Assistant City Attorney,
Jessica Foster-- Assistant Recording Clerk, Tim Orrill-- RSD Lab Supervisor, Pat Smoker --
Plant Superintendent, Todd Hobson-- WWTP Operator, G-101.3 and WCTV.
Item 1, approval of board minutes from March 12, 2019, was tabled until a future meeting.
The next order of business was to approve the invoices. The invoices were in the total
amount of $406,974.21 covering March 8, 15 & 22, 2019. Mr. Stiens made a motion to
approve the invoices. Mr. Bakshi seconded the motion. The motion, passed 3-0.
r`The-next-order-of businesss vWas t ro e eive bids -for the Instrumentation and, Control-Syste
Technical Services. Ms. Johnson stated that seven requests were sent and one was received'.
The bid was received from Hurst Technical Service of Fort Wayne, Indiana for a three --year E
�term. For year one, the cost would be $79.00fhour for up to 576 hours/year, or an annual not- ,
to -exceed cost of $45,504.00. For year two, the cost would be $80.00lhour for up to 576
hours/year, or an annual not--to-exceed cost of $46,080.00. For year three, the cost would be
$81.00/hour for u to 576 hour/year, or an annual not -to -exceed cost of $46,656.00. A
t p f'
technical emergency onsite service would be available at the cost of $140.001hour. A
mandato alternate bid was also supplied b Hurst Technical Service and is as follows: fox
�'` pP y
',year one, the cost would be $78.001hour for up to 1,824 hours/year, or an annual not --tor ,
`exceed cost of 142 272.00• for year two the cost would be 79.00Chour for up'to 1 824 F
hour/year, or an annual not--to-exceed cost of $144,096.00; for year three, the cost would b"
$80.O0lhour for up to 1,824 hours/year, or an annual not -to -exceed cost of $145,920.00. A� p/
technical emergency onsite service would be available at the cost of $140.00/hour. The board'
referred-tfa s to managementfor review -and recommendation.
The next order of business was the Project Status Update. Mr. Welch gave an update to the
Board on the Sanitary District's current projects.
The next order of business concerned the quotes for leasing Six New Fully Automated Trash
Trucks. Mr. Lohmoeller stated that after reviewing the quotes received at the March 12, 2019
meeting, he recommended rejecting them. Mr. Bakshi. made a motion to reject the quotes for
the leasing of Six New Fully Automated Trash Trucks received at the March 12, 2019 board
meeting. Mr. Stiens seconded the motion. The motion passed 3--0.
With no fluther business, Mr. Stiens made a motion to adjourn the meeting. Mr. Bakshi
seconded the motion. The motion passed 3-0. The meeting adjourned at 10:12 A.M.
Jessica Foster, Assistant Recording Clerk Sue Miller, President