Loading...
HomeMy Public PortalAbout128-2019 - Brehob Corp. - inspecting and repair of an 800 HP motorAGREEMENT ORIGINAL THIS AGREEMENT made and entered into this day of /+i4Cjtjc)4-_,20l9.,byand between the City of Richmond, Indiana, a municipal corporation actiq by and through its Board of Sanitary Commissioners, 50 North 51 Street, Richmond, Indiana 47374 (hereinafter referred to as the "City"), and Brehob Corporation, 1334 S. Meridian Street, Indianapolis, Indiana 46225 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to inspect, evaluate, repair and align one of the Richmond Sanitary District's 80011P motors (hereinafter referred to as "RSD"). One of the existing 800 BP motors is aging and has excessive vibration that impedes its ability to function properly. The 800HP motor drives RSD's blowers, which keep RSD's wastewaters fresh and aerobic. The 800 HP motor is needed for the biological treatment of RSD's wastewater. City sent a Request for a Proposal to Contractor, seeking its assistance for inspecting, evaluating, repairing and aligning one of RSD's 800ET motors. A copy of said proposal is attached hereto and incorporated herein as Exhibit "A". The response of Contractor, dated July 22, 2019, is contained in Exhibit "B", which is attached hereto and incorporated herein by reference and made a part of this Agreement. Contractor shall provide the parts and labor for the inspecting, evaluating, repairing and aligning -of one of RSD's 800 HP motors as set forth in Exhibit "B". 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 personnel and services necessary for the proper completion of all work specified. No performance of services shall commence until the following has been met: I. The City is in receipt of any required certificates of insurance; 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. 128-2019 Page 1of6 SECTION III. COMPENSATION City shall pay Contractor a sum not to exceed Nineteen Thousand Thirty -Six Dollars and No Cents ($19,036.00) for complete and satisfactory performance of the work required hereunder for the inspection, evaluation, repair and alignment of one of RSD's 800HP motors. The monies paid to Contractor are based upon the expenses and fees set forth in Exhibit "B". SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until the inspection, evaluation, repair and alignment of one of RSD's 800 BP motors is completed. Contractor agrees to, and shall, promptly work on this project as expeditiously as possible. 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 thirty (30) 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, provided that Contractor was notified in writing of deficiencies, given ten (10) working days to cure deficiencies and failed to remedy such deficiencies. 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 to the extent caused by Contractor's negligent conduct or performance or non-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 negligent operations under this Agreement, whether Page 2 of 6 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 A. worker's Compensation & Disability Requirements B . Employer's Liability C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability (if applicable) Section 1. Bodily Injury Section 2. Property Damage Limits Statutory $1005000 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,0005000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate F. Errors & Omissions Insurance $1.,0005000 per claim $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 Page 3 of 6 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 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 DISCRINUNATION 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-I6-6-1, 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. The City hereby agrees to release and hold harmless 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 remedies, Contractor shall be liable for costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees, to the proportionate extent that Contractor is determined to be in breach of this Agreement. 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 5of6 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 Sue Miller, President A cs 1, Vice President "00,OV I e Stiens, Member eo Dated: APPROVED: avidayor City or-ichmond, Indiana Date: 4 Page 6 of 6 "CONTRACTOR" BREHOB CORPORATION rty:Qz 1-0'rin(ed: Imo. Dated: 9 `( o`�� Jeff Lohmoeller From: Jeff Lohmoeller<jlohmoeller@richmondindiana.gov> Sent: Monday, July 08, 2019 2:50 PM To: 'Eric R. Heckler' Subject: 800 HP Motor Importance: High Eric, Below is the motor information. This motor was rebuilt about 3 years ago. It was started by Hannon Electric but not load tested. Please give me a quote on the following. • Pick up motor and transport back to your shop i I need- you to check out motor for initial startup. Motor will need oil added to it before it is started at your shop. 0 once started check motor and evaluate if it is at this point able to run for us. if so then return to our plant. • If able to operate motor then I would like for Brehobto align motor to our Hoffman Blower. Information on Blower is below also. Let me know if you need anything else from us. MOTOR General Dynamics Frame — 58105 Code — F Phase — 3 Max Amb. 40 Celsus Ins. Class - F. Duty — Cont. HP- 800 RPM - 3570 Volts — 4160 Amp. 98 Cyl — 60 Thank you, P4 Zd"M&M Jeff Lohmoeller Class IV WWTPlhfaint. Mgr. City of Richmond Indiana Department of Sanitation DE Bearing -- 807167-0-02 FE Bearing -- 807167-0-02 HOFFMAN CENTRIFUGAL BLOWERS MODEL # 79103A1 ORDER # GS-30860 SERIAL # 0281082 083 235 2 OF THESE BLOWERS 0 %.. /,t i ; 4 motor — Serial #6AA640OA3 Email: ilohmoeAerOrichmondin diana.90 v Phone: (765) 983-7464 Cell: (765) 993--2670 Fax: (765)962-2669 ,117A,��. **64*M RECYCLE, Eiectrlc Motors ! Air Compressors I Custom Cranes & Hoists July 10, 2019 . . .T e Xu. 1 Y ~' - �� .T ' +, c _ »`01,j�grehab ernpas�z�s; ��us�omersen,�eey�ao�e�a�l��els:e: �� ,� Proposal: 071-0-19EEOI Mr. Jeff Lohmoeller Office: 765-983-7464 Class Iv Pax: 765--962-2669 WWTP%Maintenance M gr. City of Richmond, Indiana 47374 Subject: L Test Run 800 CIF -- general Dynamics motor 4160 Volts,570 RPM, 58105 frame Jeff, ,after our phone discussion of this Soo Hp motor, Brehob would offer the following work scope Pick up motor at your plant Write up motor Visual inspection of the motor Initial Megger test of the motor Surge test windings as required - Check motor leads for integrity We will have to roll out the Babbitt bearings for inspection Mic bearings fits and bearings - for trueness, etc. Check bearings for cracli:s, unusual wear etc. Blue bearings and reinstall Lubricate bearings as required Run motor, reinspect bearings Test run motor again - monitor bearing temperature on both ends Check motor vibration levels Record readings Ensure motor is ready for service If in our judgement the motor is not ready to run - we will notify you immediately Drain oil and secure bearing shaft for shipment Return the motor to your plant y (We have made the assumption that the bearings are ring lubricated) In addition - we have made the assumption that the bearings are in running order If the hearings require extensive scraping -- we would have to add to this quote) Your cost fox this w-otlucope: $ 3,400e00 kt bt-T- 6 /o�4 fib'bob r a Electric Motors I Air Compressors i Custom Cranes & Hoists Ilk i T � Z , •q �ti.3cwvl.Xm ��r� i.� l� j"+ yrti ���+ � � ! } ] z V�u nr�i 9 i3; B:ire6 b4inQti _5fz_es. Mtn a 95 1 e `have affel5 r a . �J• a.R K e �' � _�,�'1.#.''.iF�d'0��w.�wvLd..i �.`ifj•. iF�."'�-i �': .'.�_f.'y, ..% -{ � ....xe"t Pricing includes: labor, materials, and standard truck charges. The costs are based upon the work scope as stated; alterations can be completed on a Time & Material basis. Shipping costs for items that are not standard stock for Brehob will be added to the final billing. I appreciate the opportunity to provide electrical apparatus sales and service to the City of Richmond. If you have any questions please call Eric Heckler, at Brehob. My phone is 231-8080, and my cell is 417--4-003. Best regards Eric R. Heckler, Territory Manager Mike Bartkowiak, operations Manager This quotation valid for 20 days unless otherwise dated. Revi ewe d by: Mike B artkowi ak Date: 7/10/ 19 . Sales tax is not included • Freight is not included o Due to volatile commodity pricing conduit and wire prices -may be subject to change. v Brehob to provide labor and materials as noted above. o Labor rate is based on Man. -Fri, 7:30 am to 4:00 pm unless otherwise noted. (If overtime is required, please add $ to labor charge] . Delivery after receipt of PO # with signed copy of quote and customer credit approval o Bidders may apply c Customer to provide clear work area & access to equipment • Delays: Any delays, caused by the customer, that result in additional charges to be incurred b Brehob shall be billed to the customer in addendum to the quoted amount. o Quote good for 20 days o FOB -- (Brehob or factory) s Net 30 days with approved credit This order is hereby acknowledged and accepted, subject to the terms and conditions noted above. For ISO requirements please date, sign, affix a PO# and return or fax to (317) 231.--8082 Signature: Date: PO# b rt C� � r a ob CORPORATION Electric Motors I Air Compressors I Custom Cranes & Hoists July 19, 2019 Mr. Jeff Lohmoeller Class Iv WWTP/Maintenance Mgr. City of Richmond, Indiana 47374 Founded in 1953, Brehob emphasizes customer service above all else. Proposal: 071919EH02 Office: 765-983-7464 Fax: 765-962-2669 Subject: 800 HP -- General D�rnamics motor Repairs required Jeff, For your 800 HP motor in our shop, Brehob would offer the following work scope - Complete disassembly of the motor Remove coupling Quick clean the stator and rotor Megger, Hi -Pt, and Surge test the stator Growl test the rotor, inspect rotor bars Balance rotor Found babbitt bearing labyrinth seals on both ends of the motor needed replaced Fabricate and machine two new labyrinth seals (made from bronze) Insure fit between upper and lower halves of each bearing Install new seals for both bearings, Drive End, Opposite Drive End Test run motor Roll out bearing for inspections -likely numerous times Once motor is ready to test run -run motor for a minimum of 4 to 8 hours Check temperatures and record readings Drain oil and secure bearing shaft for shipment Return the motor to your plant (Please note the test run was included in our prior work scope) Your cost for this ,work scope: $ 6450.00 In (15 business days), 3 weeks-a-fte receipt of PO 'with .Overtime: 89350. 0. - in W business days), just over a week after r-e_ceipt-Qf PO __._----�------ VfVjr-W J Brahob CORPORATION Electric Motors I Air Compressors 1 Custom Cranes & Hoists I i Founded in 1953, Brehob emphasizes Wstomer.service: above all else. I Pricing includes: labor, materials, and standard truck charges. The costs are based upon the work scope as stated; alterations can be completed on a Time & Material basis. Shipping costs for items that are not standard stock for Brehob will be added to the final billing. I appreciate the opportunity to provide electrical apparatus sales and service to the City of Richmond. If you have any questions please call Eric Heckler, at Brehob. My phone is 231-8080, and my cell is 417-4003. Best regards, Eric R. Heckler, Territory Manager Mike Bartkowiak, Operations Manager This quotation valid for 20 days unless otherwise dated. Reviewed by: Mike Bartkowiak Date: 7/19/19 * Sales tax is not included * Freight is not included * Due to volatile commodity pricing conduit and wire prices may be subject to change. * Brehob to provide labor and materials as noted above. * Labor rate is based on Mon. -Fri, 7:30 am to 4:00 pm unless otherwise noted. (If overtime is required, please add $ to labor charge) . Delivery after receipt of PO # with signed copy of quote and customer credit approval * Binders may apply , * Customer to provide clear work area & access to equipment e Delays: Any delays, caused by the customer, that result in additional charges to be incurred b Brehob shall be billed to the customer in addendum to the quoted amount. * Quote good for 20 days * FOB -- (Brehob or factory) * Net 30 days with approved credit This order is hereby acknowledged and accepted, subject to the terms and conditions noted above. For ISO requirements please date, sign, affix a PO# and return or fax to (317) 231-8082 Signature: Date: PO# fvfwjr- .l � Brahob CORPORATION Founded in 1,953, Brehob emphasizes customer service above all else. Electric Motors I Air Compressors 1 Custom Cranes & Hoists July 22, 2019 Mr. Jeff Lohmoeller Class Iv WWTP/Maintenance .Mgr. City of Richmond, Indiana 47374 Proposal: 072219EH02 Office: 765-983-7464 Fax: 765-962-2669 Subject: `80-0=HP�= G-eneral�Dynami_cs-motor \4Set-800 HP motor, laser-alig ment----r-u-n-r- otor,, Jeff, For your 800 HP motor, Brehob would offer the following work scope to set the motor at your plant, laser align, and complete a hot run of the motor. Set the motor on the pedestal -- using the 10 Ton crane that is available Complete the wiring connections sensors and power Fill oil reservoirs with customer supplied oil Bump motor for rotation Laser align motor according to `cold alignment' specifications Run motor long enough to stabilize temperatures Check alignment for `hot alignment' Adjust alignment as required for running temperatures Install coupling guard Your cost::-.$- 68,.00 �- Pricing includes: labor, materials, and standard truck charges. The costs are based upon the work scope as stated; alterations can be completed on a Time & Material basis. Shipping costs for items that are not standard stock for Brehob will be added to the final billing. I appreciate the opportunity to provide electrical apparatus sales and service to the City of Richmond. If you have any questions please call Eric Heckler, at Brehob. My phone is 231-8080, and my cell is 417-4003. Best regards, Eric R. Heckler, Territory Manager Mike Bartkowiak, Operations Manager CORPORATION Electric Motors I Air Compressors I Custom Cranes & Hoists This quotation valid for 20 days unless otherwise dated. Reviewed by: Mark Kistner Date: 7/22/19 Founded in 1953, Brehob emphasizes customer service above all else. • Sales tax is not included • Freight is not included • Due to volatile commodity pricing conduit and wire prices may be subject to change. • Brehob to provide labor and materials as noted above. • Labor rate is based on Mon. -Fri, 7:3 0 am to 4:00 pm unless otherwise noted. (If overtime is required, please add $ to labor charge) • Delivery after receipt of PO # with signed copy of quote and customer credit approval • Binders may apply • Customer to provide clear work area & access to equipment • Delays: Any delays, caused by the customer, that result in additional charges to be incurred b Brehob shall be billed to the customer in addendum to the quoted amount. • Quote good for 20 days • FOB -- (Brehob or factory) ■ Net 30 days with approved credit This order is hereby acknowledged and accepted, subject to the terms and conditions noted above. For ISO requirements please date, sign, affix a Po# and return or fax to (317) 231-8082 Signature: Date: Po# e� = e next order of-bu.siness=Nase recommendation r�o�prozeed. w��h e rehab of an 800 hOrsepower motor throu �� lh Brehob. Mr.' Lohmo.el°Ier+' stated that': one the .800 HP motors at tie ,+ -.� �. _. _ .['L• J , `~-'Y�"r, s'. I � � �•� } ,r1i!i`�;. I [: j {I1' I� r � ` �•!}{,�" +jf 1 I �TP shut dog due;,,to l excessive vtbrat�on; andxl� Will-. -riot] operate. =The,blowetr motors are necessary ... ` � I• 81) �� t-S'fo"rtie ;treatrzient bf waste atery� ch zsE m'axutored�.by,� R.r and IDEM; and has rto meets specific dris so�l`veId,oxygen :1�nifts asap art of the NP , �,, 'ES 'permZt:: Mr. Leh_ rno eller r contacted Brehob. to ;:pick : up 1•' E`]'! �g T l FED- . lJ F i „Lr.+I: f ■::.ira� +� [ _: ^� • t' tir xi .{.',�! 1n;;.I `1 `5f �[• _�tr:�i. ;I. andAns e,1�d-. the,motor`Yand recom�ended� going. fory ar iwith Brehob to[,,,allow them Ito. re air ��xnst7all ..Yt- � iYjr.f .r. � �,� l � `LY• �JS ,r + I 1 i�• • ..� ,I.��!i,F + -•r.. ^{. � I, +� +..���• ■5r ., 9 � a +•lii h� +� L} �+f i.j�. r4, .. and aserE a �gn�'thet motor to- 'overIV,. Mr , tiens iiiade 'a �motxon to enter;�Ynto agreement vvith�Brehob s,{ +v j r.A ,�, t•;'.. i+ '. •, . ,.[ • 'SS 1 ,`. > •-''`/f , '.}j) [ + r Z • jia,� Corporation of Ind anapolis r°i In�rana for Ahe �rehabiiitation and xnstallat�on o an 8o'a SIP rnato� at the cost; oli sla,0303#:'I+0O with �an additional 20%. canon g enc . �Mr. Bakshi seconded the smoti�" The motion asse&3 -0. With no further business. Mr. Bakshi made a motion to adjourn the meeting. Mr. Stiens seconded the motion. The motion passed 3-0. The meeting adjourned at 11:08 A.M. Jessica Foster, Assistant Recording Clerk Sue Miller, President 2 Fire & Security and Safety Tech and received quotes for the installation and monitoring at both locations. Safety Tech was the lowest responsible and responsive company to quote. The camera installed at the WWTP would interface with the existing system and the cameras installed at the Landfill would run on their own 8 channel NVR, record 2417, and also include a hard drive with remote viewing software. Mr. Bakshi made a motion -to enter into contract with Safety Tech Incorporated of Lapel, Indiana, for the installation and monitoring service of security cameras at the WWTP and Landfill locations at the cost of $6,095.00. Mr. Stiens seconded the motion. The motion passed 3-0. The next item of business was to enter into contract with KS State Bank for Financing of Lease/Purchase with Southeastern Equipment. Mr. Lohmoeller clarified that this contract for six residential trash trucks was previously approved by the board and that the contract had been prepared for signatures. No action was taken. The next order of business was a recommendation to enter into contract with Brenntag Mid --South Inc. for Supply of Polymer and Dosage Requirements. Mr. Smoker recommended to enter into contract with Brenntag Mid -South Inc. at the cost of $15,000.00 for a temporary period from the start --up of the new rotary drum thickener machine on August 1, 2019 through December 31, 2019. Brenntag would supply polymer and expertise regarding dosage and strain, which would allow RSD to make any adjustments to dosage or polymer strains and refine requirement specifications before entering into any long term contracts. At the end of the year, RSD will have the necessary specifications and will send out bid requests to polymer suppliers for a yearly contract. Mr. Stiens made a motion to enter into contract with Brenntag N id --South Inc. for the supply of polymer and expertise regarding dosage and strain during a short experimental period from the start --up of the new rotary drum thickener on. August 1, 2019 through December 31, 2019, at the not -to -exceed cost of $15,000.00. Mr. Bakshi seconded the motion. The motion passed 3-0. The next order of business was the discussion of Bond Refunding. Mr. Welch recommended refunding and refinancing Richmond Sanitary District's original bond service to access a lower interest rate. Mr. welch stated that. with the new proposed debt structure, RSD would save around $70,000.00 per year for the next 11 years, which would produce roughly $784,499.72 in savings. This savings would be a result of the interest rate of the old bonds -compared to the interest rate of the new bonds. Ms. Miller clarified that this is not an increase in any bond and that the new bonds will be issued in the amount to cover only the. refunding of the original bond service, ,which has been in. Richmond Sanitary District's budget since 2009. This will allow RSD to refinance with a lower interest rate and will still be eliminated on the same schedule as they would have been with the original bonds, Mr. Bakshi made a motion to proceed with the refunding of the 2009B bonds and subsequent refinancing for a potential savings of $784,499.72. Mr. Stiens seconded the motion. The motion passed 3 --0. The next order of business was the Project Status Update. Mr. South gave an update to the Board on. the Sanitary District's current projects. The next order of business was a report from LuAune Holeva, Conservation Education Coordinator for the Richmond Sanitary District, Wayne & Union County Soil & water Conservation District, and the Wayne & Union Solid Waste Management District. Ms. Holeva gave an update on various projects and events she has s overseen and will continue to oversee, as well as an overview on her varying job duties. July 23, 2019 The B o and of S anitary Commissioners of the S anitary 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, July 23, 2019 at 10:00 A.M. Those present were Sue Miller-- President, Aman Bakshi-- vice -President, Greg Stiens-- Board Member, Bryan Ervin-- Director, Elijah welch-- Assistant Engineer, Emily Palmer-- City Controller, Denise Johnson-- Customer Service Manager, Jeff Lohmoeller- wwTP and Maintenance Manager, Walt Chidester-- Assistant City Attorney, Jessica Foster-- Assistant Recording Clerk, Pat Smoker -- Plant Superintendent, Todd Hobson- wwTP Operator, Tim Orrill- RSD Lab Supervisor, LuAnne Holeva-- Conservation Education Coordinator, Allison Bolser- Conservation Education Intern, G 101. 3 and wCTV . Item number 1, Approval of Board Minutes from July 9, 2019, was tabled until a future meeting. The next order of business was to approve board minutes from the June 11, 2019 meeting. Mr. Bakshi made a motion to approve the minutes from the June 25, 2019 meeting. Mr. Stiens seconded the motion. The motion passed 3 -0. The next order of business -was to approve the invoices. The invoices were in the total amount of $115,033.14, covering July 5 & 12, 2019. Mr. Stiens made a motion to approve the invoices. Mr. Bakshi -seconded. The motion passed 3 -0. Mr. Ervin stated that a budget workshop would be held in the first part of .August so that the Sanitary District would be ready by August 21, 2019 deadline. He stated that he will send out a communication to determine dates and times for the workshop. The next order of business was the recommendation to approve Change Order No. Ito Contract No. 177-2018 for Tub Mechanics Truck. The change order requests an additional $9,236.00 to install a Kubota diesel AirNArc compressor and welding unit in place of the gas driven unit for the tub mechanics truck. Mr. Bakshi made a motion to approve Change Order No. 1 to Contract No. 177-- 201.8 for an additional $9,23 6.00 to install a Kubota diesel A.irNArc compressor and welding unit to the tub mechanics truck. Mr. Stiens seconded the motion. The motion passed 3 --0 . The next order of business was the recommendation to enter into agreement with Safety Tech for Fire Alarm, Sprinkler and Flammable Storage Inspections. This agreement would be based on a three year maintenance agreement and would include semi-annual and annual inspections at the New Paris Pike Landfill at the cost of $550.00 per year and the wastewater Treatment Plant at the cost of $1,245.00 per year. This agreement would also include the inspection, hydrostatic testing and servicing of over 80 fire extinguishers and the Sanitary District building at the cost of $1,922.75 per year. Mr. Stiens made a motion to enter into contract with Safety Tech Incorporated of Lapel, Indiana, for the fire protection and fire alarm systems at the New Paris Pike Landfill, wastewater Treatment Plan and the Sanitary District as presented. Mr. Bakshi seconded the motion. The motion passed 3-0 The next order of business was the recommendation to enter into agreement with Safety Tech for Security Camera Installation. The security cameras would be installed at the New Paris Pike Landfill and the Solid waste Garage. Mr. Lohmoeller met with representatives from both Koorsen