Loading...
HomeMy Public PortalAbout067-2022 - George E. Booth Co. - technical services for wastewater treatment faculty AGREEMENT THIS AGREEMENT made and entered into this 2- day of Arel I , 2022, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board - of Sanitary Commissioners (referred to as the "City"), and George E. Booth Co. Inc., 8202 West 10th Street,Indianapolis,IN 46214 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor.for instrumentation and control system technical services for the Wastewater Treatment Facility, which shall include,but not be limited to field instrumentation in all areas, which includes the control room instruments or process control computers. Additionally, instrumentation and control technical support shall be provided for engineering software diagnostic analysis, hardware diagnostic analysis, calibration, and repair and/or replacement instrumentation. A Request for Quotes has been made available for inspection by Contractor, is on file in the office of the Depaitalent of Sanitation for the City of Richmond, which is attached hereto and incorporated by reference herein as Exhibit"A". The response of Contractor to said Request for Quotes is attached hereto and incorporated by reference herein as Exhibit`B". Should any provisions, terms, or conditions contained in any of the documents attached hereto and incorporated by reference herein as Exhibits, 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. Contractor shall submit statements or bills monthly. 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(s)signed by Contractor in accordance with I.C. §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. SECTION III. COMPENSATION City shall pay Contractor at the rates indicated on page four (4) in Exhibit `B", which reflects a total of Five Hundred Seventy-Six(576)hours per year according to the rates set forth therein. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue in effect until to an including March 1,2023,with an option to renew for two (2) additional years with the expiration of the third(3rd)year ending on March 1,2025,unless the parties extend this 1 I Page - Contract No. 67-2022 Agreement by a written and signed Addendum. The Agreement shall automatically be renewed each year, unless, by written notice more specifically set forth in this Section below, is issued by either party to the other. 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) 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. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement setting forth the reasons for such termination, the effective date, and in the case of partial termination,the portion to be terminated. This Agreement may also be terminated by either the City or the Contractor, without cause, by giving at least thirty(30) days written notice to the other party. In the event of termination of this Agreement, 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. 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 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 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 $1,000,000 aggregate F. Malpractice/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 3 I Page Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event Board determines during the course of this Agreement that this certification is no longer valid, Board 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 Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the Board 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 Board 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 DISCRIMINATION 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 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 4 I Page 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. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. 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. [The remainder of this page intentionally left blank. Signatures to follow on page 6]. 5 I Page 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" "CONTRACTOR" The City of Richmond, Indiana,by and George E. Booth Co., Inc. through its Board of Sanitary Commission rs By. ue iller,President �^ (Printed): k /7il i /��?���-► Dated: Title: an hi, Vice President 1A-72 Dated: Dated: G/'/9' In 4 G g 11�:� ember Dated: `/ q r � APPROVED: -David M. S -Mayor Dated: 11 __ 6 Page • R]E1QWST n 4 fit oIv`iid .,b 'f. ssr. CITY ON RIC I !OND DEPARTMENT IBBERT A.V t;E iUCHMON jNDIaNA47374 THIS IS NOT .AN ORDER PHONE(765)983-7450oFAX(765)962-2669 VENDOR INSTRUCT[ flINS This is a request for a price for the services of materials 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 deellne the entire proposal. Please complete your full name and phone number below 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. b DATE: REPLY MUST BE iN BY: PAYMENT TERMS: DELIVERY REQUIRED: November 17,2021 I December 14,2021 by 9:00AM UPON RECEIPT OF INVOICE + DELIVERED DESCRIPTION This is a request for quotes for instrumentation and Control System Technical Services. Please see attached specifications.All E-Verify requirements will apply to this quote. Please include a Certificate of Insurance, which must include Worker's Compensation,and Wairanty Infonnnation with quote. Return the quote in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson,Customer Svc Mgr 2380 Liberty Avenue • Richmond,IN 47374 Re: lnstwmentation and Control System Quote Valid Until • Please itemize all charges on attached Bid Sheet. •Ifyou have any questions please call Todd Hobson at 765-983-7479. NAME OF FIRM QUOTING: Brian Vinnick STAT TAX EXEMPTIO o 003121909-001 AUTHORIZED BYSIGNATURE r )� ) TITLE • Richmond nitary District DATE PHONE NUMBER EXHIBIT 4 PAGE /, , �{o n ito DAVID M.SNOW =n Mayor ,446. Patrick K.Snto1 r Director CITY OF RICHMOND DEPARTMENT OP SANITATION 2330 ZIB$RTY AVEN EoRICHWOND,INDIANA,V374 131-10N33(765)983 74500P.A:(765)962-2669 • RiChMOINd 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.This contract is expected to go in effect March 2022. The contract will be awarded on the basis of unit cost and qualifications of each candidate.The Richmond Solitary 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. Enghncen ag 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. B. Software Support The Techoiccian shall provideprocess controls,strategy modification to the following systems: 1. The SCADA software,including,but not limited to,iFix,WThT 911/WL\T 4111,Full Function SCADA. 2. Windows 10/operating system and Microsoft Office applications 3. Manage version control,firmware,and manufacturer supplied product updates. 4. Bristol Babcock Control Wave 5. AB Micrologix 6. Reporting software such as Dream Or Czysta1 7. 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, hard disc optimization and zero failure detection on the process control 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 aperiodic basis,Repairs will be performed down to the component level whenever possible to keep downtime to a miraimiun,Instruments shall be calibrated to NIST standards to meet or exceed manufacturer speeiucations. 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$35,000/year Vendor allowance for repair,replacement,or upgrade of parts or equipment.All parts or equipment purchased must be Owner approved. EXHIBITPAGEG' 6 Part 3-Piee 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 hour's worked per day, per maonnth. 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 becoming familiar with the wastewater treatment facility and its I&C system. Tabulation 1[nsfrmmenntationn and Control System Technical Services Description Quantity Unit Cost Total Cost (per year) Technician scheduled 576 brs/year $ /hr $ Service-Year 1 Technician scheduled 576 hrs/year Service-Year 2 . Technician scheduled 576 hrs/year service-Year 3 Technician emergency N/A $ . /Jar on-site service r. Mandato3ry Alternate Piroposal The Contract shall be for 152 hours per month per Technician or 76 hours per month per two Technicians each,at the Richmond Sanitaly District's request. This time normally will be scheduled fox four to five consecutive days four times per month.A work day is considered to be eight(8)hours.Billing 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 maybe 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 System.Technical Services Description Quantity Unit Cost I Total Cost (iPer year) Technician scheduled 1248 his/year $ i /hr $ - --- Service-Year 1 Technician scheduled 1248 hrs/year $ /hr $ - Service-Year 2 Technician scheduled 1248 hrs/year $ /hr $ -- service-Year 3 . Technician emergency N/A $ /hr N/A on-site service Z-VerifyJl eoiuireauaeuta: Definition: E-Verify Program—A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act-of 1996(P.L. 104 208),Division C,Title IV,s.403 (a),as amended,operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agenoy authorized to verify the work authorization status of newly hired employees under the Immigration R-eform and control Act of 1986(P.L.99-603). No performance of services shall commence until the following has been met: 1, 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. nn gimum auoaein nuanuomanumnommonnop 1artnno Lfrt aLCnnnmUUUAU Cmmuuonomannumnninnonmum amundiU COMPLIANCE WAR INDI AAA IT-VERIFY PROGRAM i R EEQUME nENTS 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 Verify program if the Indiana EVerify program no longer exists. Prior to the performance of the.Agreement,Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employr an unauthorized alien in accordance with IC 22-5-1.7(a)(2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no later than thirty(30)days after the City notifies the Contractor of the violation. If the Contractor fails to remedy the violation within the-thirty(30)day period provided above,the City shall consider the Contractor to be in broach 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. Af davit of Employment Eligibility Verification The Contractor, L.- . , affirms under the penalties of per juiy 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 unauthorised 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 22-54.7, Contractor has enrolled in and verified the work eligibility status of all newly hued employees of the contractor through the Indiana E- Veiify program. The Contactor'h9R required Contractor's subcontractors to certify to the Contractor that the subcontractor does not knowingly employ or contract with au unauthorized alien and that the subcontractor has enrolled and is participating in the E-VerLry program. The Contractor will maintain this certification throughout the duration of the tenn of a contract with a subcontractor. I hereby verify under the penalty of perjury that the foregoing statement is true. Dated this ... day of ------._-- ;—-- . (signature) (printed name) IRAN.iNVESTN.BNT ACTIVITIES Pwsiaant-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 investitent activities inIranwithin ninety(90)days after the writtennoticeis given to the Contractor,the City may proceed with any remedies it may have pur&cant to IC 5-22-16.5. In the event the City determines during the COMBO of this Agreement that this certification is no longer valid and said determination is notrefuted 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 tbis Agreemi nt and terminate the agreement upon the expiration of the ninety(90)day period set forth above. y° N * CITY OF RICHMOND THIS �J ORDER 2360LiBERTTYYAVENUEo�HMOND,INDIANA47371 .1 HIS IS NOTAN ORDER PHONE(765)983-7450oFAX(765)962-2669 VENDOR 1NSTRUCT!.NS ti This Is a request for a price for the services of materials described below. Any additional specifications may be George e, Booth Company, Inc. attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. Nathan Montgomery Please complete your full name and phone number below with signature; Itemize all prices and charges where 8202 W. 10th Street requested;and attach any explanation for any substitution to Indianapolis,IN 46214 ; 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 lime to be considered. DATE: REPLY MUST l3E IN BY: PAYMENT TERMS: r DELIVERY REQUIRED: November 17,2021 December 14,2021 by 9:00AM UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for Instrumentation and Control System Technical Services. Please see attached specifications.All E-Verify requirements will apply to this quote. Please include a Certificate of Insurance, which must include Worker's Compensation,and Warranty Information with quote. Return the quote in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson,Customer Svc Mgt 2380 Liberty Avenue Richmond,IN 47374 Re: Instrumentation and Control System Quote Valid Until March 1,2022 • Please itemize all charges on attached Bid Sheet. •If you have any questions please call Todd Hobson at 765-983-7479. NAME OF FIRM QUOTING: Brian Kinnick • z&-2 / STD -TAX EXEMPTIO 003121909-001 AUTHORIZED BY SIGNATURE �/Jy/� 4 Director of Operations / I V' • 12/10/22 317 fl� �a TITLE 1' -247=2084 Richmond nitary District DATE PHONE NUMBER EXHIBIT 13 __,PAGE / ,O I� R DAVID M.SNOW cis.E` ;?A o Mayor *1 I 411 4 a ;O Patrick K.Smoker I. Director CITY OF RICHMONlD DEPARTMENT OF SANITATION 2330 LIBERTY AVRNUEoRICHMOND,INDIANA 47374 PHONE(765)983-7450pPAX(765)962 2669 Richmond Sa:r.itary District Instrumentation and Control System Technical Services Part 1-Overview The Richmond Sanitary District is seeldng detailed qualifications and proposals for the contract services of an instrumentation and control system technician,(herein after referred to as Technician)fox 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. This contract is expected to go in effect March 2022. The contract will be awarded on the basis of unit cost and qualifications of each candidate.The Richmond Sanitary District reserves the light 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 wiling 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. B. Software Support The Technician shall provide process controls,strategy modification to the following systems: 1. The SCADA software,including,but not limited to,iFix,WJN-911/WThI 4111,Full Function SCADA. 2. Windows 10/operating system and Microsoft Office applications 3. Manage version control,firmware,and manufacturer supplied product updates. 4. Bristol Babcock Control Wave 5. AB Micrologix 6. Reporting software such as Dream or Ctpstal 7. 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, hard disc optimization and zero failure detection on the process control 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 epair 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 MIST 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$35,000/year Vendor allowance for repair,replacement,or upgrade of parts or equipment.All parts or equipment purchased must be Owner approved. EXHIBIT Pi �® Part 3-Fee Basis A. It asa'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.Bin*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 clays 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 l&C system. Talbanlation I[nstrumentationa and Control System Technical Services Description Quantity Unit Coat Total Cost (per year Technician scheduled 576 hrs/year $ 81.00 /hr $ 46,656.00 Service-Year 1 Technician scheduled 576 hrs/year $ 83.00 /hi $ 47,808.00 Service-Year 2 Technician scheduled 576 hrs/year $ 85.00 Mr $ 48,960.00 service-Year 3 Technician emergency N/A $ 150.00 ihr N/A on-site service mug 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 Richinond Sanitary District's request. This time normally will be scheduled for four to five consecutive days four times pex 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 ser'ire 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 shallnot charge for the initial time spent becoming familiar with the wastewater treatment facility and its I&C system. Tabulation Instrumentation and!Control System Technical Services Description Quantity Unit Cost Total Cost (per year) Technician scheduled 1248 hrs/year $ 81.00 Thr $ 101,088.00 • Service-Year 1 Technician scheduled 1248 hrs/year• $ 83.00 /hr $ 103,584.00 Service-Year 2 • Technician scheduled 1248 hrs/year $ 85.00 /hr $ 106,080.00 service-Year 3 Technician emergency N/A $ 150.00 /hr N/A on-site service iBl ,r$ ,ME W. I® -Verify Requi enuents: Definitions: E-Verify Program—A electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act-of 1996(P.L, 104-208),Division C,Title IV,s.403 (a),as amended, operated by-the United States Department of Homeland Security or successor work authorization program designated by the United States Depart of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reform and control Act of 1986(P.L. 99-603). No performance of services shall continence until the following has been met: 1. 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. LID Q 7El LI LIQ11 U U LI'-�i^Q1 QUU)ElLILILI(UQLI Q ULI/Harp U TI�L7El II LI�UU LIII A ILC<CIiLIQ QQQ AADEQlCiLII�LI IiEl Li LL1/�O��Q�Ql UUI]Q Q p Q Q II Ii LI U LfII Q Q Q II Pin COMPLIANCE WITH JANA l y'.IL1lvIF J4 PROGRAM REQUIREMENTS UIRll!/1V�UII V JI IS 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 the 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(a)(2). In the-event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no later than thirty(30)days ater the City notifies the Contractor of the violation. If the 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 orpublic 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. Affidavit of Employment Eligibility Verification The Contractor, George E. Booth Co., Inc. , ar-Hrms 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 anunauthorized 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 maintain this certification throughout the duration of the term of a contract with a subcontractor. I hereby verify under the penalty of perjury that the foregoing statement is true. Dated this 10th day of December ,20 21 . � i (signature) Brian Kinnicic (printed name) MD 13 P ,_1___c/D 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 d.etezmines 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 Contactor 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. ACOR I D/Y CERTIFICATE OF LIABILITY INSURANCE DATE 6/17/2021 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(ies)must 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). - COTACT PRODUCER NAME: Theresa Compton Insurance Management GroupPHONE g • (A/c,No.Extl: (765)382-3052 jac,No): (765)669-0761 959E 4th St AIL ADDRESS:tcompton@insmgt.com INSURERS)AFFORDING COVERAGE NAM# Marion IN 46952 INSURER A:Westfield Insurance Co 24112 INSURED INSURER B:BCS Insurance Company George E. Booth Co., Inc. INSURER C:Beasley Insurance. Company 52421 8202 W. 10th St. INSURER D: INSURERS: Indianapolis IN 46214-2432 INSURERF: COVERAGES • CERTIFICATE NUMBER:CL2161725907 REVISION NUMBER: 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 ADDL SUER POLICY EPF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (Mfd10D/YYYY) (MM/DDNYYY) LIMITS X COMMERCIAL GENERALLIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS-MADE 1-1OCCUR DAMAGE TO RENTED 500 00 PREMISES(Ea occurrence) $ 0 X Contractural Liability TRA9E36125 6/17/2021 6/17/2022 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE UMITAPPLIES PER: GENERALAGGREGATE $ 2,000,000 POLICY n a n LOC PRODUCTS-COMP/OPAGG $ 2,000,000 I OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 p, —X ANYAUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED AUTOS AUTOS TRA9836125 6/17/2021 6/27/2022 BODILY INJURY(Per accident) $ X HIREDAU70S X AUTOS NON-OWNED PROPERTY DAMAGE $ (Per accident) $ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 10,000,000 A EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED X RETENTION 5 0 TRA9836125 6/17/2021 6/17/2022 a WORKERS COMPENSATION ' AND EMPLOYERS'LIABILITY Y/N X STATUTE ERA ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? I N I N/A A (Mandatory In NH) 14CP9836434 6/17/2021 6/17/2022 E.L DISEASE-EA EMPLOYEE $ 1,000,000 E yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 B Cyber Liability Roa-P-0942871M 6/17/2021 6/17/2022 3,000,000 C Technology I6&O W238E3210401 6/17/2021 6/17/2022 5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may he attached If more space Is required) The following applies when required by written agreement: General Liability Additional Insured on a Primary & Non-Contributory basis per form CGL025 (11/08) and Waiver of Subrogation per form.CGL093 (09/11); Auto Liability Additional Insured on a Primary & Non-Contributory basis per form CAU082 (01/15) and Waiver of Subrogation per form CAU058 (12/09); Umbrella Blanket Additional Insured on a Primary & Non-Contributory basis per form UMB179 (07/09) & Blanket Waiver of Subrogation per form CU2403 (09/00) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OP THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Richmond, Indiana Department of S, THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN 2380 Liberty Avenue ACCORDANCE WITH THE POLICY PROVISIONS. Richmond, IN 47374 AUTHORIZED REPRESENTATIVE Gregory Lane/TI'IC A/g$ — I ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(20i401) f2Cy1JI PAGE O CO hVIENTS/REMARKS Worker's Compensation Waiver of Subrogation per form WC000313 (04/84) . • EXHIBIT PAGE OFREMARK COPYRIGHT 2000, AMS SERVICES INC. BOARD AGENDA ITEM January 25,2022 Recommendation on 3-Year•Contract Instrument and Control (G E Booth) To: Richmond Sanitary Board of Commissioners From: Jeff Lohmoeller.94 Date: 1/25/2022 Re: Recommendation Madam President and Board Members, At our December 14`h board meeting we received two quotes for contract services of an Instrument&Control System Technician for the Waste Water Treatment Facility.This service will provides us 576 hours of work per year. 576 hours are equal to 72—8 hour work days. The I& C service shall include the following:Engineering Support, Software Support, Software Diagnostics,Hardware Diagnostics and Calibration and Repair. Recommendation: The proposal was reviewed by Todd Robson,Pat Smoker and myself. It is our recommendation to the board to award this I&C work to George E. Booth Company,Inc. of Indianapolis Indiana. This will be a three year contract based on 576 hours per year.Base Proposal Year 1 —576 hrs./year $81.00/hr. Total $46,656.00 Emergency call-in service$150/hr. Year 2—576 hrs./year $83.00/hr. Total $47,808.00 Emergency call-in service$150/hr. Year 3—576 hrs./year $85.00/hr. Total$48,960.00 Emergency call-in service$150/hr. George E. Booth was the lowest and most responsive and responsible company to quote this service.There was a Mandatory Alternate Proposal Sheet. We have elected not to act on it. Thank you, Jeff Lohnioeller WWTP/Maint.Mgr Board Action: