HomeMy Public PortalAboutORD15952BILL NO. 2019-045
SPONSORED BY Councilman Hussey
ORDINANCE NO. /66152
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE A $60,000 TIME AND MATERIAL
AGREEMENT WITH DURKIN EQUIPMENT COMPANY FOR SENSORY CONTROL
AND DATA ACQUISTION (SCADA) AND PROGRAMMABLE LOGIC CONTROLLER
(PLC) PROGRAMMING, MAINTENANCE, AND UPGRADE.
WHEREAS, Durkin Equipment Company has become the lowest and best bidder on
the SCADA and PLC Programming, Maintenance and Upgrade.
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, AS FOLLOWS:
Section 1. Durkin Equipment Company is declared to be the lowest and best bid
and is hereby accepted for the SCADA and PLC Programming, Maintenance and
Upgrade.
Section 2. The Mayor and City Clerk are hereby authorized to execute an
agreement with Durkin Equipment Company for the SCADA and PLC Programming,
Maintenance and Upgrade.
Section 3. The agreement shall be substantially the same in form and content as
that agreement attached hereto as Exhibit A.
Section 4. This Ordinance shall be in full force and effect from and after the date
of its passage and approval.
Passed:d.lflf. 5.1 Approved:
Presiding Officer
Mayor Carrie Tergin
ATTEST: APPROVED AS TO FORM:
City Clerk
CITY OF JEFFERSON
CONTRACT FOR PROFESSIONAL SERVICES
THIS CONTRACT, made and entered into the date last executed by a party as
indicated below, by and between the City of Jefferson, a municipal corporation of the
State of Missouri, hereinafter referred to as the "City", and Durkin Equipment
Company, hereinafter referred to as the "Contractor".
WITNESSETH:
THAT WHEREAS, the City desires to engage the Contractor to render
services for SCADA and PLC programming, maintenance and upgrades for the
Water Pollution Control Plant, hereinafter described in Exhibit A.
WHEREAS, Contractor has made certain representations and statements to
the City with respect to the provision of such services and the City has accepted said
proposal to enter into a contract with the Contractor for the performance of services
by the Contractor.
NOW THEREFORE, for the considerations herein expressed, it is agreed by
and between the City and the Contractor as follows:
1. Scope of Services. The City agrees to engage the services of the Contractor to
render services for SCADA and PLC programming, maintenance and upgrades for
the Water Pollution Control Plant, hereinafter described in Exhibit A. In the event of
a conflict between this agreement and any attached exhibits, the provisions of this
agreement shall govern and prevail.
2. Compensation. The total amount for professional services rendered under
this shall not exceed Sixty Thousand Dollars ($60,000.00) per contract term. No
change in compensation shall be made unless there is a substantial and significant
difference between the work originally contemplated by this agreement and the work
actually required.
3. Term. This contract shall commence on the 4th day of September, 2019, and
continue until the 3rd day of September, 2020. This agreement shall automatically
renew for two (2) additional one (1) year renewal periods unless the City provides
Contractor a written notice of non -renewal at least thirty (30) days prior to the first
day of a renewal period.
4. Additional Services. The City may add to Contractor services or delete
therefrom activities of a similar nature to those set forth in Exhibit A, provided that
the total cost of such work does not exceed the total cost allowance as specified in
paragraph 2 hereof. The Contractor shall undertake such changed activities only
upon the direction of the City. All such directives and changes shall be in written
form and approved by the Director of Public Works and shall be accepted and
countersigned by the Contractor or its agreed representatives.
5. Existing Data. All information, data and reports as are existing, available
and necessary for the carrying out of the work, shall be furnished to the Contractor
without charge by the City, and the City shall cooperate with the Contractor in every
reasonable way in carrying out the scope of services. The Contractor shall not be
liable for the accuracy of the information furnished by the City.
6. Personnel to be Provided. The Contractor represents that Contractor has or
will secure at its expense all personnel required to perform the services called for
under this contract by the Contractor. Such personnel shall not be employees of or
have any contractual relationship with the City except as employees of the
Contractor. All of the services required hereunder will be performed by the
Contractor or under the Contractor's direct supervision and all personnel engaged in
the work shall be fully qualified and shall be authorized under state and local law to
perform such services. None of the work or services covered by this contract shall be
subcontracted except as provided in Exhibit A without the written approval of the
City.
7. Failure to Perform, Cancellation. If, through any cause, the Contractor shall
fail to fulfill in timely and proper manner its obligations under this contract, or if the
Contractor shall violate any of the covenants, agreements, or stipulations of this
contract, the City shall thereupon have the right to terminate this contract by giving
written notice to the Contractor of such termination and specifying the effective date
thereof, at least five (5) days before the effective day of such termination. The
Contractor may without cause terminate this contract upon 30 days prior written
notice. In either such event all finished or unfinished documents, data, studies,
surveys, drawings, maps, models, photographs, and reports or other materials
prepared by the Contractor under this contract shall, at the option of the City,
become its property, and the compensation for any satisfactory work completed on
such documents and other materials shall be determined. Notwithstanding the
above, the Contractor shall not be relieved of liability to the City for damages
sustained by the City by virtue of any such breach of contract by the Contractor.
8. Assignment. The Contractor shall not assign any interest in this contract,
and shall not transfer any interest in the same (whether by assignment or novation),
without prior written consent of the City thereto. Any such assignment is expressly
subject to all rights and remedies of the City under this agreement, including the
right to change or delete activities from the contract or to terminate the same as
provided herein, and no such assignment shall require the City to give any notice to
any such assignee of any actions which the City may take under this agreement,
2
though City will attempt to so notify any such assignee.
9. Confidentiality. Any reports, data or similar information given to or
prepared or assembled by the Contractor under this contract which the City requests
to be kept as confidential shall not be made available to any individual or
organization by the Contractor without prior written approval of the City.
10. Nondiscrimination. The Contractor agrees in the performance of the contract
not to discriminate on the grounds or because of race, creed, color, national origin or
ancestry, sex, religion, handicap, age or political affiliation, against any employee of
consultant or applicant for employment and shall include a similar provision in all
subcontracts let or awarded hereunder.
11. Independent Contractor. The Contractor is an independent contractor and
nothing herein shall constitute or designate the Contractor or any of its employees as
agents or employees of the City.
12. Benefits not Available. The Contractor shall not be entitled to any of the
benefits established for the employees of the City and shall not be covered by the
Workmen's Compensation Program of the City.
13. Liability. The parties mutually agree to the following:
a. In no event shall the City be liable to the Contractor for special,
indirect, or consequential damages, except those directly or
approximately caused by the City arising out of or in any way connected
with this contract.
b. The Contractor shall indemnify and hold the City harmless from and
against all claims, losses and liabilities arising out of personal injuries,
including death, and damages to property to the extent caused by any
negligent act or omission on the part of the Contractor related to the
services performed under this contract.
14. Insurance. Contractor shall provide, at its sole expense, and maintain during
the term of this agreement commercial general liability insurance with a reputable,
qualified, and financially sound company licensed to do business in the State of
Missouri, and unless otherwise approved by the City, with a rating by Best of not less
than "A," that shall protect the Contractor, the City, and the City's officials, officers,
and employees from claims which may arise from operations under this agreement,
whether such operations are by the Contractor, its officers, directors, employees and
agents, or any subcontractors of Contractor. This liability insurance shall include,
but shall not be limited to, protection against claims arising from bodily and personal
3
injury and damage to property, resulting from all Contractor operations, products,
services or use of automobiles, or construction equipment at a limit of $500,000 Each
Occurrence, $3,000,000 Annual Aggregate; provided that nothing herein shall be
deemed a waiver of the City's sovereign immunity. An endorsement shall be
provided which states that the City is named as an additional insured and stating
that the policy shall not be cancelled or materially modified so as to be out of
compliance with the requirements of this section, or not renewed without 30 days
advance written notice of such event being given to the City.
15. Documents. Reproducible copies of tracings and maps prepared or obtained
under the terms of this contract shall be delivered upon request to and become the
property of the City upon termination or completion of work. Copies of basic survey
notes and sketches, charts, computations and other data prepared or obtained under
this contract shall be made available, upon request, to the City without restrictions
or limitations on their use. When such copies are requested, the City agrees to pay
the Contractor its costs of copying and delivering same.
16. Nonsolicitation. The Contractor warrants that they had not employed or
retained any company or person, other than a bona fide employee working solely for
the Contractor, to solicit or secure this contract, and that they have not paid or
agreed to pay any company or person, other than a bona fide employee working solely
for the Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other
consideration, contingent upon or resulting from the award or making of this
contract. For breach or violation of this warranty, the City shall have the right to
annul this contract without liability, or, in its discretion, to deduct from the contract
price or consideration, or otherwise recover the full amount of such fee, commission,
percentage, brokerage fee, gifts, or contingent fee.
17. Books and Records. The Contractor and all subcontractors shall maintain all
books, documents, papers, accounting records and other evidence pertaining to costs
incurred in connection with this contract, and shall make such materials available at
their respective offices at all reasonable times during the contract and for a period of
three (3) years following completion of the contract.
18. Delays. That the Contractor shall not be liable for delays resulting from
causes beyond the reasonable control of the Contractor; that the Contractor has
made no warranties, expressed or implied, which are not expressly set forth in this
contract; and that under no circumstances will the Contractor be liable for indirect or
consequential damages.
19. Illegal Immigration.
Prior to commencement of the work:
a. Contractor shall, by sworn affidavit and provision of documentation,
4
affirm its enrollment and participation in a federal work authorization
program with respect to the employees working in connection with the
contracted services.
b. Contractor shall sign an affidavit affirming that it does not knowingly
employ any person who is an unauthorized alien in connection with the
contracted services.
c. If Contractor is a sole proprietorship, partnership, or limited
partnership, Contractor shall provide proof of citizenship or lawful
presence of the owner.
20. Notices. All notices required or permitted hereinunder and required to be in
writing may be given by first class mail addressed to the City of Jefferson
Department of Public Works, 320 East McCarty, Jefferson City, Missouri, 65101, and
Durkin Equipment Company, 12951 Gravois Road, St. Louis, Missouri, 63127. The
date and delivery of any notice shall be the date falling on the second full day after
the day of its mailing.
CITY OF JEFFERSON, MISSOURI DURKIN EQUIPMENT COMPANY
Carrie Terg}'n, Mayor
Date:
Title:
Date:
ATTEST: ATTEST:
'411.i.AVMIA
:_
City Clerk Title:
APPROVED AS TO FORM:
City ' nselor
5
affirm its enrollment and participation in a federal work authorization
program with respect to the employees working in connection with the
contracted services.
b. Contractor shall sign an affidavit affirming that it does not knowingly
employ any person who is an unauthorized alien in connection with the
contracted services.
c. If Contractor is a sole proprietorship, partnership, or limited
partnership, Contractor shall provide proof of citizenship or lawful
presence of the owner.
20. Notices. All notices required or permitted hereinunder and required to be in
writing niay he given by first class mail addressed to the City of Jefferson
Department of Public Works, 320 East McCarty, Jefferson City, Missouri, 65101, and
Durkin Equipment Company, 12951 Gravois Roacl, St. Louis, Missouri, 63127. The
date and delivery of any notice shall be the date falling on the second full day after
the day of its mailing.
CITY OF JEFFERSON, MISSOURI DURIUN EQUIPMENT COMPANY
Carrie Tergin, Mayor itle: pre3id e4 1
Date:_______
Date:
ATTEST:
City Clerk
APPROVED AS TO FORM:
ATTEST:
5
EXHIBIT A
SPECIFICATIONS AND BIDDER RESPONSE
SCADA AND PLC PROGRAMMING, MAINTENANCE AND UPGRADES
The City of Jefferson, Water Pollution Control Plant is requesting competitive bids for SCADA
and PLC programming, maintenance and upgrade services. There are approximately forty (40)
SCADA locations and thirty (30) PLCs. It is the intention of the department to set up visits for
all work to be done on an as needed, if needed, basis. The department will prepare a list of items
to be completed prior to each scheduled visit. Although it is estimated that an average of six
visits per month with approximately 48 hours will be required to complete work under the
agreement, there is no guarantee of service requirements. Service requirements may be adjusted
either up or down based on need. The successful bidder must be available for emergency
services, if required.
Scheduling
The Wastewater personnel will schedule maintenance visits on an as needed, if needed basis with
the successful vendor. The department will prepare a list of items to be completed prior to each
visit. All work shall be completed to the satisfaction of the department personnel.
Emergency Services
Bidder shall be available for emergency services, if required. Emergency services shall be at the
request of the department. Vendor shall state guaranteed response time required for emergency
requests.
Invoicing
Bidder shall provide an itemized invoice listing all service charges for each visit. Invoices must
include, at a minimum, the number of hours, the hourly rate for on-site hours, trip charge, if
applicable, a list of parts, their cost and mark up, and any other charges applicable to the services
provided. All Invoices must be submitted to the City of Jefferson within thirty (30) days of the
date of service.
GUARNATEED RESPONSE TIME: Call back shall be within one hour and service visit must
be within one week.
Insurance
The successful bidder shall obtain and maintain throughout the term of the contract all insurance
as specified in the sample contract, Attachment A. The successful bidder shall be required to
provide the City of Jefferson with a Certificate of Insurance outlining the coverage provided.
SUBMIT ORIGINAL AND ONE COPY OF THIS SHEET
BID RESPONSE
All bids must be as specified or equal. Any deviation from specifications must be clearly stated
and fully described. All bids must include all costs to the City of Jefferson. Bidder must
complete, sign and return this document with his bid information and state the fixed price for the
total number of days that he has made his price firm.
YEAR ONE
ITEM
1. Standard, scheduled visits to be bid on an hourly rate for
Service hours only.
2. Travel cost to be bid on a total round trip basis
2670 miles round trip x c S S equal trip cost 1 trip
QTY UNIT PRICE
1 hour $ 1 1
3. Parts Mark up cost
4. Is there a minimum charge per visit? Yes X No
5. List any other charges that are applicable to this type of service:
NO-
$ 150
°10
6. List complete warranty provisions for services provided by your firm:
win
7. List the guaranteed time required for responses to:
Service Visit Request
Emergency Services Request « �1 f
Call Back Service Request k r.
SUBMIT ORIGINAL AND ONE COPY OF THIS SHEET
Do the hourly labor rate, mark up and travel rates listed above apply to emergency
requests? YES _ NO }X
If no, Iist the cost of each category: Hourly rate /hour
Minimum charge per visit if required
YEAR TWO
ITEM
Travel per trip ' Cr
30
Parts Mark up 1 e�
65-0
QTY UNIT PRICE
1. Standard scheduled visits to be bid on an hourly rate for
Service hours only. • 1 hour $ 1 15
2. Travel cost to be bid on a total round trip basis
2-6 0 miles round trip x ° 66 equal trip cost 1 trip $ 5-6
3. Parts Mark up cost i t %
4. Is there a minimum charge per visit? Yes x No
5. List any other charges that are applicable to this type of service:
6. List complete warranty provisions for services provided by your firm:
7. List the guaranteed time required for responses to:
Service Visit Request 3- Lk it"
Emergency Services Request Lj 1/0, -
Call Back Service Request
kr-
SUBMIT ORIGINAL AND ONE COPY OF THIS SHEET
Do the hourly labor rate, mark up and travel rates listed above apply to emergency
requests? YES NO bC
If no, list the cost of each category: Hourly rate 130 /hour
Minimum charge per visit if required
YEAR THREE
ITEM
Travel per trip 156
Parts 1Iark up 1S%
4.6 7(0
QTY UNIT PRICE
1. Standard Scheduled visits to be bid on an hourly rate for
Service hours only. 1 hour $ 1 w
2. Travel cost to be bid on a total round trip basis r
2-(90milesround trip x ' 62—equal trip cost 1 trip $ 1 6 l
3. Parts Mark up cost LC %
4. Is there a minimum charge per visit? Yes )( No —
5. List any other charges that are applicable to this type of service:
Nfi
Vi
6. List complete warranty provisions for services provided by your firm:
7. List the guaranteed time required for responses to:
Service Visit Request .32 L i'
Emergency Services Request
Call Back Service Request L( 1 V
SUBMIT ORIGINAL AND ONE COPY OF THIS SHEET
Do the hourly labor rate, mark up and travel rates listed above apply to emergency
requests? YES NO
If no, list the cost of each category: Hourly rate 1 3 /hour
Minimum charge per visit if required
Travel per trip 4 I l01
Parts Markup / S- %y
Discount for prompt payment on invoices only % days.
Discount will not be evaluated on bid.
Do you agree to cooperative procurement by Cole County? YES X NO
Do you agree to cooperative procurement by Housing Authority? YES _ NO
Do you represent a disadvantaged business enterprise? YES _ NO K
Do you represent a woman owned business enterprise? YES NO V
E -verify and W9 information included YES A.. NO
NAME OF COMPANY 1) u .4 -it., Ego.' ru,<NAA—c ryky
AGENT AND TITLE a rra v�ttc�% — ?reS i ek r
ADDRESS I Zq L/ �jirct VUi S fkG
ST. ;Sw1U COJ ?
TELEPHONE 311 Z 3'-( ZC$ fC} DATE 7/3//l
7
BIDDER SIGNATURE
Fora of Business: _ Sole Pr ri ip — Partnership )` Corporation ____ Limited Liability Corporation
Form 11V-9
(Rev. October 2018)
Department of the Treasury
Internal Revenue Service
Request for Taxpayer
Identification Number and Certification
► Go to www.irs.gov/FormW9 for instructions and the latest information.
Give Form to the
requester. Do not
send to the IRS.
Print or type.
See Specific Instructions on page 3.
1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank.
Durkin Equipment Co., Inc.
2 Business name/disregarded entity name, if different from above
3 Check appropriate box for federal tax
following seven boxes.
E Individual/sole proprietor or
single -member LLC
classification of the person whose name is entered on line 1. Check
0 C Corporation i• S Corporation i• Partnership
only
it
one of the
Trust/estate
4 Exemptions (codes apply only to
certain entities, not individuals; see
instructions on page 3):
Exempt payee code (if any)
• Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ►
Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check
LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is
LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that
Exemption from FATCA reporting
code (if any)•
is disregarded from the owner should check the appropriate box for the tax classification of its owner.
■ Other (see instructions) ►
(Applies to accounts maintained outside the U.S.)
5 Address (number, street, and apt. or suite no.) See instructions.
12951 Gravois Road, Suite 100
Requester's name and address (optional)
City of Jefferson City, Missouri
6 City, state, and ZIP code
St. Louis, MO 63127
Jefferson City, MO 65101
7 List account number(s) here (optional)
Part I
Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid
backup withholding. For individuals, this is generally your social security number (SSN). However, for a
resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other
entities, it is your employer identification number (EIN). If you do not have a number, see How to get a
Social security number
—
—
TIN, later.
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and
Number To Give the Requester for guidelines on whose number to enter.
Part II
or
Employer identification number
4
3
0
9
9
6
9
2
0
Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all in . ..d dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid,
acquisition or abandon of secure• .roperty, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest an dividends, you . e not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later.
Sign
Here
Signature of
U.S. person ►
General InstrucI T ns
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments. For the latest information about developments
related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.irs.gov/FormW9.
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information retum with the IRS must obtain your correct taxpayer
identification number (TIN) which may be your social security number
(SSN), individual taxpayer identification number (ITIN), adoption
taxpayer identification number (ATIN), or employer identification number
(EIN), to report on an information return the amount paid to you, or other
amount reportable on an information return. Examples of information
returns include, but are not limited to, the following.
• Form 1099 -INT (interest earned or paid)
Date ►
61l c
l�
• Form 1099 -DIV (dividends, including those from stocks or mutual
funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
1098-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident
alien), to provide your correct TIN.
If you do not return Form W-9 to the requester with a TIN, you might
be subject to backup withholding. See What is backup withholding,
later.
Cat. No. 10231X
Form W-9 (Rev. 10-2018)
Affidavit of Compliance with Section 285.525-285350 RSMo
For All Agreements in Excess of $5,000.00
Effective January 1, 2009
State of MLSS cr U C
County of lLIA \�
) ss
)
Before me, the undersigned Notary Public, in and for the County of
State of U _\ 1SSb 3 L. , personally appeared
(name), name of company), (a corporation), (a partnership), fa sole proprietorship), a limited liability company)
and is authorized to make this affidavit, and being duly sworn upon oath deposes and says as follows:
(1) that said company is enrolled in and participates in a federal work authorization
program with respect to the employees working in connection with the contracted services; and
(2) that said company does not knowingly employ any person who is an unauthorized alien
in connection with the contracted services.
The terms used in this affidavit shall have the meaning set forth in Section 285,500 RSMo., et seq.
Documentation of participation in a federal work authorization program is attached to this affidavit.
Subscribed and sworn to before m
My commission expires:
Signature
Name 1} ck 4../05
day of
Not. blic
12��11g
PATTY A. MIDKIFF
Notary Public - Notary Seal
State 01 Missouri, Jefferson County
Commission # 11468251
My Commission Expires Dec 8, 2019
EVerily ,m �:.......4.., �.p.
Company ID Number: 172973
Approved by:
Employer
Durkin Equipment Company
Name (Please Type or Print)
Jere W Fulghum
Title
Signature
Electronically Signed
Date
12/19/2008
Department of Homeland Security — Verification Division
Name (Please Type or Print)
USCIS Verification Division
Title
Signature
Electronically Signed
Date
12/19/2008
Page 13 of 17 E -Verify MOU for Employers I Revision Date 06/01/13
E -Verify
Company ID Number: 172973
Information Required for the E -Verify Program
Information relating to your Company:
Company Name
Durkin Equipment Company
Company Facility Address
2383 Chaffee Drive
St Louis, MO 63146
Company Alternate Address
PO Box 46927
St Louis, MO 63146
County or Parish
SAINT LOUIS
Employer Identification Number
43099692
North American Industry
Classification Systems Code
425
Parent Company
Number of Employees
20 to 99
Number of Sites Verified for
1
Page 14 of 17 E -Verify MOU for Employers 1 Revision Date 06/01/13
E -Verify
Company ID Number: 172973
Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in
each State:
MISSOURI 1 site(s)
Page 15 of 17 E -Verify MOU for Employers 1 Revision Date 06/01/13
E-VeriIy
Company ID Number: 172973
Information
operational
Name
Phone Number
Fax Number
Email Address
Name
Phone Number
Fax Number
Email Address
Name
Phone Number
Fax Number
Email Address
relating to the Program Administrator(s) for your Company on policy questions or
problems:
Marjorie j Hessling
(314) 432 - 2040
(314) 432 - 2040
marjorie@durkininc.com
Jere W Fulghum
(314) 432 - 2040 ext. 302
(314) 432 - 8588
jere@durkininc.com
Jere W Fulghum
(314) 432 - 2040
(314) 432 - 8588
jere@durkininc.com
Page 16 of 17 E -Verify MOU for Employers 1 Revision Date 06101/13
Since 1958
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
7/31/2019
City of Jefferson City Missouri
320 E. McCarthy
Jefferson City, MO 64131
To whom it may concern:
Thank you for the opportunity to provide our qualifications for Durkin Equipment Company for
the City of Jefferson City Missouri PLC Programming Services Contract.
Durkin Equipment Company, Inc. has been in the instrumentation and controls business since
1958. We are a premier provider of instrumentation and control products serving municipal
water and industrial markets. We have a technology for the measurement and/or control of
any process that involves gases, liquids, or bulk solids.
In addition to our comprehensive instrumentation, measurement and control product portfolio,
we have a full service systems integration group capable of the specification, design,
fabrication, programming and startup of SCADA systems for the municipal and Industrial
marketspace. We primarily serve the water, wastewater, food, beverage, chemical, steel,
mining, and automotive industries.
We are headquartered in a 10,000 square foot facility located in St. Louis County. We also have
an office in Kansas City, MO. These offices house a multi -faceted operation including product
sales, systems engineering, field services and a manufacturing operation for fabrication of
specialty electrical control panels. Our offices in St. Louis and Kansas City, Missouri provide
sales, systems integration and field service coverage for the Midwestern states.
We exclusively represent numerous manufacturers of process equipment and controls
including ABB (controls and instrumentation), Kennedy Valve, EIM (actuators), and many more.
We have several hundred thousands of dollars of inventory to support our customers needs.
www.durkininc.com
URK1N_
Since 1958
12951 Gravois Rd. Suite 100 I St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
Over the years our Systems group has completed hundreds of projects ranging in size from a
few thousand dollars to several million. These projects included applications engineering,
drafting, material requisitions, panel fabrication, programming, field checkout, start-up, and
training.
Major projects recently completed include Duckett Creek Sanitation District TP1 & TP2
upgrades, City of Mattoon IL Water Plant SCADA and Telemetry and City of O'Fallon, IL WWTP
upgrades.
Our Service Department has numerous maintenance contracts, provides start-up services for
the systems projects, maintains a repair and calibration laboratory, and stocks a large inventory
of commonly used parts.
Our "in-house" manufacturing operation allows for close supervision and coordination between
the systems and manufacturing personnel and expedited checkout by the service department.
Projects completed include the design and manufacture of numerous instrument cabinets,
Targe multi -function computer consoles and specialty fiberglass houses and skid mounted
systems including all piping, valves, and electrical.
For your information I have enclosed the resumes of several of our employees applicable to
your project.
If you have any questions or require additional information, please feel free to give me a call at
314-432-2040.
Regards
Brad August
President
Durkin Equipment Company
www.durkininc.com
URKIN_
Since 1958
12951 Gravois Rd. Suite 100 l St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
Public Entity Project References
Owner's Name
City of O'Fallon, IL WTP and WWTP
Owner's Representative and Phone Number Frank Shewmaker (618) 550-8246
Project Name
Sole supplier for SCADA services
Start Date
2009 End Date Ongoing Price
Scope of Work
Allen Bradley PLC and Wonderware Application Server
Public Entity Project References
Owner's Name
Metropolitan St. Louis Sewer District
Owner's Representative and Phone Number Pete Lewis (314) 302-4565
Project Name
Grand Glaize WWTF
Start Date
Sept 2018 End Date Ongoing Price $350,000
Scope of Work
Replacing AB 5/03 PLCs with redundant ContolLogic PLCs
Public Entity Project References
Owner's Name
City of Mattoon IL WTP
Owner's Representative and Phone Number Ethan Ervin (217) 294-0360
Project Name
SCADA System Upgrade
Start Date
Oct 2018 End Date Ongoing Price $220,000
Scope of Work
Replace AB 5/03 plc with CompactLogix, upgrade iFix HMI, Dream Reports and Win 911
Public Entity Project References
Owner's Name
Illinois Veterans Home Quincy, IL
Owner's Representative and Phone Number mpage@bricpartenership.com
Project Name
Water Monitoring System
Start Date
Oct 2018 End Date June 2019 Price $500,000
Scope of Work
14 remote sites, Wonderware Intouch Edge interfaced with IL Dept. of Innovation
Public Entity Project References
Owner's Name
Illinois Department of Transportation
Owner's Representative and Phone Number Phillip Pete Sawyer (618) 346-3275
Project Name
Missouri Avenue Deep Well Pump Station
Start Date
June 2017 End Date August 2018 Price $250,000
Scope of Work
AB ControlLogix PLC, two (2) Intellution iFix work stations
Public Entity Project References
Owner's Name
Joplin Mo Wastewater
Owner's Representative and Phone Number Lindell Edwards (417) 439-6467
Project Name
Shoal Creek WWTP Phase 1 and 2
Start Date
May 2014 End Date Dec 2015 Price $250,000
Scope of Work
SCADA System consisting of 12 AB CompactLogix PLCs , Intellution iFix
00460 -1
URKIN_
Since 1958
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
BRAD AUGUST
Electrical Engineer
Education
BS, Mathematics
St. Louis University
BSEE, Electrical Engineering
Washington University — St. Louis, MO
Professional Qualifications
Mr. August is a project engineer with over 20 years of hands-on experience in the design,
specification, configuration, implementation startup and commissioning of SCADA control
systems. His experience is inclusive of both hardware and software utilized in SCADA control
systems. He has acted as the customer advocate for project engineering, design and
implementation of SCADA systems on numerous projects. These responsibilities include
specification writing, project engineering review, SCADA system architecture overview, system
startup and commissioning.
Mr. August has extensive knowledge and experience with PLC controls, Distributed Control
Systems, Variable Speed Drive System, Wireless Networking, Network and Internet Security,
Process Instrumentation (including flow, pressure, temperature and level), Analytical
Instrumentation (including pH, ORP and dissolved Oxygen) and numerous other sensor
technologies.
Relevant Project Experience
WTP PLC Controls & HMT Upgrade, City of Mattoon, Illinois
Engineer
• Upgrade of nine (9) remote site via wireless radio
• Replace Allen-Bradley PLC 5/03 with CompactLogix Platform
• Upgrade HMI to Intellution IFix 5.9
• Win911 Alarming System
• Dream Reports for all system reporting
• Startup & Commissioning of System
www.durkininc.com
WRKIN_
Since 1958
,00711111/
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
WTP PLC Controls Upgrade, MSD (Metropolitan Sewer District) St.Louis, MO
Engineer
• Replace Allen-Bradley PLC 5/03 with ControlLogix Platform
• Foxboro Integration to ControlLogix Processor
• Allen-Bradley Panelview HMI
• Startup & Commissioning of System
Water & Waste Water Plant, City of O'Fallon, Illinois
Engineer
• Acted as SCADA System Liaison for customer
• Review of Control Specifications from Engineering firm
• Design of Allen Bradley ControlLogix / Compact Logix PLC based SCADA System
• Design and Implementation of Wonderware HMI for SCADA System
• Startup & Commissioning of System
Booster Pump VFD Upgrade, City of O'Fallon Illinois
Engineer
• Electrical System Design
• Specification of 150hp VFD's for Pump Station
• Design of Communications Network for VFD's
• Integration of VFD's in to existing PLC and HMI applications
• Startup & Commissioning of System
Nitrogen Plant Control System Upgrade, Industrial Gas Products - Sauget, IL
Engineer
• Electrical control system design
• Upgrade to Allen-Bradley CompactLogix PLC
• Process Instrumentation upgrade specification
• Wireless data monitoring of Nitrogen Flow to customer facility for billing purposes
www.durkininc.com
Since 1958
12951 Gravois Rd. Suite 100 I St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 Fax: (314) 432-8588
• Secure network design for remote access to system including firewall configuration
CO2 Plant Relocation Project, Industrial Gas Products - Sauget, IL
Engineer
• PLC control system design
• Upgrade to existing GE PLC PLC
• Wonderware InTouch Operator Interface
Flavor Injection System, ABInBev - St. Louis, MO
Engineer
• Allen-Bradley Compact Logix based control system
• Responsible for High accuracy flow meter mixing methods
I
-3•
www.durkininc.com
URKIN_
Since 1958
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
JOE PUSZKAR
Controls Engineer
Education
AAS, Instrumentation and Process Control
Ranken Technical College — St. Louis, MO
Professional Qualifications
Mr. Puszkar is a Controls Engineer with over 23 years' experience in system integration and
engineering. As a project/controls manager Joe led both large and small projects tracking both
costs and schedule to ensure timely delivery and minimum impact to operations. As the sites lead
my duties ranged from detail design documentation to configuration, simulation, loop check and
start-up support. Mr. Puszkar has extensive knowledge and experience with PLC controls,
Distributed Control Systems.
Relevant Project Experience
Water Treatment Plant, City of Beardstown, IL
Controls Engineer
• Allen-Bradley CompacLogix Platform
• Intellution Ifix 5.9
• Win -911
• Dream Reports
• Responsibel for the entire PLC and HMI upgrade system design, programming and startup
Water Treatment Facility, Veolia, WoodRiver, IL
Controls Engineer
• Allen-Bradley CompactLogix Platform
• Wonderware Intouch 2017 HMI
• Dream Reports
• Responsible for design and programming of upgrade and system expeasnion from existing
Allen-Bradley 5/40 series platform. This upgrade included bringing several additonal areas
of the plant to the hMI via wireless communications.
www.durkininc.com
DURKIN_
Since 1958
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
Wyman -Gordon (Aerospace), Dillon, SC.
Controls Engineer
• Direct hire Controls Engineer for site.
• Troubleshot, maintained and upgraded installed Allen Bradley based CompactLogix based
SCADA control systems and instrumentation.
• Provided scopes of work for new installations to local contractors and control system
integrators.
Natoli Engineering, St. Charles, MO.
Controls Engineer
• Direct hire Controls Engineer for site.
• Automated two DMG MORI NZX 1500/800 CNC machines and a Fanuc Robot.
• Established Ethernet/IP communication via Allen Bradley CompactLogix.
• Developed PanelView HMI to allow operator remote interface with Automated cell.
British Petroleum, Prudhoe Bay, AK.
Controls Engineer
• Responsible for maintaining and implementing new control strategies on existing control
systems.
• Control platforms were comprised of; Emerson Delta
V operate for Provox, Provox and Honeywell Experion R21 0 (DCS), Honeywell HC900 and
Allen Bradley Compact Logix and Panel View
• Upgrade to Allen-Bradley CompactLogix PLC
Fike, Blue Springs, MO.
Controls Engineer
• Upgraded an existing MicroLogix PLC to a Compact Logix PLC.
• Migrated logic from RSLogix 500 RSLogix 5000.
www.durkininc.com
DURKIN_
Since 1958
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
BRIAN ROBINSON
Electrical Designer /PLC Programmer
Education
Associates Degree — Robotics Automation
Jefferson College
Professional Qualifications
Brian Robinson is an Electrical Designer and PLC Programmer with over 20 years of hands-on
experience in the design, specification, configuration, implementation startup and commissioning
of PLC Control Systems.
Brian Robinson has extensive knowledge and experience with PLC controls, Distributed Control
Systems, Variable Speed Drive Systems, Control Panel design and layout, Electrical Schematic
Design and development, Vision Systems integration and development.
Relevant Project Experience
Wastewater Control System Upgrade, Valley Park, MO.
• Electrical control system design
• Upgrade to ABB ControLogix PLC Control System - Redundant Processor Architecture
• ABB ControLogix, CompactLogix Software
• Replacement of old PLC system
• Reconfiguring existing PLC program, remapping 110 points.
Natural Gas Control System Upgrade, Centralia, IL
• Electrical control system design
• Upgrade to GE RX3i PLC Control System - Redundant Processor Architecture
• GE Intelligent Platforms Proficy Software
• Replacement of old PLC system
• Reconfiguring existing PLC program, remapping UO points.
Natural Gas Control System Upgrade, Ashmore, IL
• Electrical control system design
• Upgrade to GE RX3i PLC Control System - Redundant Processor Architecture
• GE Intelligent Platforms Proficy Software
www.durkininc.com
URKIN_
Since 1958
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
• Replacement of old PLC system
• Reconfiguring existing PLC program, remapping UO points.
Natural Gas Control System Upgrade, Hookdale, IL
• Electrical control system design
• Upgrade to GE RX3i PLC Control System - Redundant Processor Architecture
• GE Intelligent Platforms Proficy Software
• Replacement of old PLC system
• Reconfiguring existing PLC program, remapping UO points.
Natural Gas Control System Upgrade, Freeburg, IL
• Electrical control system design
• Upgrade to GE RX3i PLC Control System - Redundant Processor Architecture
• GE Intelligent Platforms Proficy Software
• Replacement of old PLC system
• Reconfiguring existing PLC program, remapping UO points.
Wastewater Control System Upgrade, Valley Park, MO.
• Electrical control system design
• Upgrade to ABB ControLogix PLC Control System - Redundant Processor Architecture
• ABB ControLogix, CompactLogix Software
• Replacement of old PLC system
• Reconfiguring existing PLC program, remapping UO points.
Vision Inspection Control System, Greenwood, MS.
• Vision Inspection using Cognex Cameras
• Inspection integration with Allen Bradley CompactLogix PLC
• Remote monitoring and control of vision cameras and PLC
Machine Automation, Robot Integration
• Automation of manually operated machine
• Electrical System Design
• Integration of Robotic parts feeder
• Design of Allen Bradley Compact Logix PLC based Control System
• Startup & Commissioning of System
• Improve productivity of machining operations by 300%
tFi
www.durkininc.com
URKIN_
Since 1958
111111711111.1
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
Machine Automation, Station to Station System
• Electrical System Design
• Design continuous circular automated assembly line consisting of up to 15 separate
operations.
• 2 separate vision inspections stations.
• 3 vibrator feeder stations
• 2 alignment stations, 2 torque insertion stations
• RFID location Identifiers
• Design of Allen Bradley Compact Logix PLC based Control System
Startup & Commissioning of System
•
www.durkininc.com
URKIN_
Since 1958
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
BRUCE GROSSMANN
Senior Control System Engineer
Education
BS, Electrical Engineering
Lawrence Technological University, Southfield MI
Professional Qualifications
Mr. Grossmann is a project engineer with over 25 years of hands-on experience in the design,
specification, configuration, implementation startup and commissioning of SCADA control
systems. His experience is inclusive of both hardware and software utilized in SCADA control
systems. He has acted as the customer advocate for project engineering, design and
implementation of SCADA systems on numerous projects. These responsibilities include
specification writing, project engineering review, SCADA system architecture overview, system
startup and commissioning.
Mr. Grossmann has extensive knowledge and experience with PLC controls( Allen-Bradley,
Modicon, GE), HMI applications (Wonderware ,FactoryTalk, RSView, iFix), VFD Controls(
ABB, PowerFlex, Mitsubishi, Yaskawa) Process Instrumentation (including flow, pressure,
temperature and level), Analytical Instrumentation (including pH, ORP and dissolved Oxygen)
and numerous other sensor technologies.
Relevant Project Experience
Water Quality Monitoring System, Quincy, Illinois
Project Engineer
• Acted as System Liaison for customer
• Review of Control Specifications from Engineering firm
• Design of Allen Bradley MicroLogix 850 PLC based SCADA System
• Design and Implementation of InTouch Edge HMI for SCADA System
• Startup & Commissioning of System
;i: _i; ,ii',i i'i;:'•1•. -i; ,ii•i i.,..
www.durkininc.com
'Dnalrnv=
Since 1958
oar
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
Prior Experience
Beta Raven, St Charles MO
Control System Engineer
• Electrical System Design for Feed Mill Industry
• Specification and Programming of CompactLogix system
• Design of FactoryTalk HMI Graphical User Interface
• Integration of VFD's into existing PLC and HMI applications
• Startup & Commissioning of System
General Motors, Wentzville MO
Control Systems Engineer
• Responsible for all controls in Paint Shop
• Upgrade to Allen-Bradley ControlLogix PLC
• Responsible for interfacing to FANUC Robotics
• Project Manager on Fault Detection Monitoring System
• Project Manager on new Conveyor System
Abeinsa Engineering, Chesterfield MO
Senior Instrumentation and Controls Engineer
• Responsible for Design, Specification and Commissioning of BioEnergy Facility in
Hugoton KS
• Project Engineer for Steam Turbine Upgrade Houston TX
• Lead Instrumentation Engineer for Solar Energy Installation, Mojave CA
www.durkininc.com
URK1N_
S,nce 1958
12951 Gravois Rd. Suite 100 I St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
Kyle Jaskulske
Controls System Technician & Programmer
Education
US Air Force
Aircraft Maintenance Training
Aircraft Maintenance Technology
Milwaukee Area Technical College- Milwaukee, WI
Automated Systems Technician Apprenticeship
Insinkerator- Racine, WI
Wonderware Intouch for System Platform Training
Logic Inc.- St. Louis, MO
Professional Qualifications
Mr. Jaskulske is a former aircraft maintenance professional who has turned his technical knowledge
from the aviation industry into a successful 8 -year career as a control systems technician. Mr. Jaskulske
is proficient in multiple areas; he has hands-on experience and theoretical knowledge in several
disciplines including hydraulics, pneumatics, electrical systems, mechanical systems, instrumentation,
electronics, mathematics, and physics. During his transition into controls Mr. Jaskulske completed a 2 -
year apprenticeship in 9 months and became a self-sufficient automated systems technician with the
world's leading manufacturer of garbage disposals.
Mr. Jaskulske has since become well versed in both the hardware and software sides of PLC control
systems working primarily with Allen-Bradley products and has continued furthering his skills into the
programming aspect. He is knowledgeable with SLC, MicroLogix, CompactLogix, ControlLogix, and
Variable Speed Drives. He is also familiar with multiple SCADA system software products such as
Wonderware Intouch for System Platform and Intouch Machine Edition. Additionally, he has worked
with products including Win911 alarming software and Dream Reports.
1.'Yk'[• t• ...• I. f' . ,
www.durkininc.com
URKiN_
Since 1958
®rr
12951 Gravois Rd. Suite 100 I St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
Relevant Professional Experience
Water & Waste -Water Treatment, City of O'Fallon, IL
SCADA System Technician
• On -Site SCADA consultant for the Public Works Department
• Allen-Bradley PLC Micrologix, CompactLogix and ControlLogix Platform
• Wonderware Application Server for both Water Plant and Wastewater Plant
• Install, Maintain, and Upgrade Allen-Bradley controls system equipment
• Assist with troubleshooting control system malfunctions
• Provide required changes to Wonderware HMIs to meet needs of customer
• Complete overhaul of old Win911 alarm system to the newest version available
• Worked with IT to increase security within the SCADA network
HJ Enterprises, High Ridge, MO
Control Systems Technician
• Provided daily maintenance and troubleshooting to Allen Bradley CompactLogix systems
and became go -to guy for maintenance department
• Made programmatic changes to PLC in conjunction with system upgrade of G2 Numatics
to G3 Numatics control banks on automated assembly line
• Converted MicroLogix system to CompactLogix system and rewrote program to double
the amount the machine produced
• Designed, programmed, installed, and tested an automated ingredient delivery system
for mixing tanks
o Included CompactLogix Remote I/O programming, Wonderware Intouch ME HMI
design, pneumatic bank and actuated ball valve installation, nitrogen system
integration, various mechanical device installation, and multiple analytical device
installation and calibration including pressure sensors and scales
• Programmed an overhead crane system to automate a plating process
o Included CompactLogix system implementation and programming with an HSC
and multiple encoders, Variable Speed Drive programming, and Wonderware
Intouch ME HMI design
InSinkErator, Racine, WI
www.durkininc.com
URKIN'
Since 1958
agalimaor
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
Automated Systems Technician
• Lead in the set-up, troubleshooting, and repair of automated machinery. Prepared
mechanical maintenance reports by collecting, analyzing, and summarizing information
and trends.
• Monitored the operation and perform daily upkeep of 10 automated machines as well
other various types of machinery producing 7000+ units per shift.
• Made pneumatic systems upgrade using Festo valves; tasks include electrical re -wiring
of PLCs and pneumatic component installation.
• Tasked with overseeing all phases of new equipment installation including set-up,
qualification, safe -guarding, and overall knowledge of machine operations.
• Developed monthly preventative maintenance procedures for machine upkeep; reduced
daily clean up by half the time which increased production
• Established a maintenance schedule and created alternative repair procedures that
eliminated major breakdowns and reduced downtime increasing output by 11%.
• Integrated lean manufacturing and 55 into area by eliminating over production, excess
parts, and storage containers.
www.durkininc.com
'DURKIN=
Since 1958
ElanIIIPME
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
MARK FINESHRIBER
PLC & HMI Programmer
Education
Instrumentation & Technology
Ranken Technical College
St. Louis, MO
Professional Qualifications
• Control & "SCADA" (Supervisory Control & Data Acquisition) design and specification.
• "PLC" (Progranunable Logic Controller) & "MMI" (Man -Machine Interface) programming.
• Factory certified customer acceptance testing, field start-up, and customer training.
• Instrumentation: ABB Instrumentation Specialist.
Relevant Project Experience
Little Blue Valley Sewer District (original project) — Atherton W.W.T.P.
• Sludge Incinerator CEMS System
• Universal Analyzers Extractive Sample System
Kansas City Power & Light — Hawthorn Station
• Three (3) Gas Fired Combustion Turbine CEMS Units 6, 7, & 8
• TECO NOx & CO Analyzers
• Servomex Oxygen Analyzers
• Universal Analyzers Extractive Sample System
Kansas City Power & Light — West Gardner & Osowatomie
• Five (5) Gas Fired Combustion Turbine CEMS Units 1-5
• TECO NOx & CO Analyzers
www.durkininc.com
VIIRKIN=
Since 1958
0111111111111111
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
University of Missouri — Columbia, MO
• Two (2) Gas Fired Combustion Turbines
Ameren — Elgin, IL Energy Center
• Four (4) Gas Fired Combustion Turbines Units 1-4
\ 0
- '. .-.!i;i•cii.: '-',.0.'•'...',--Hyt...„i‘-.-.!L...i.:.,,,i,
1-:--:-
www.durkininc.com
URK1N_
Since 1958
11105111111,21
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
Don Hill
Senior Indiustrial Service Technician
Education
Electronic Institute — Kansas City, MO
Basic Electronic Fundaments
Communications & Industrial Technology
Digital & Analog Circuits
Microprocessors
Kansas City Community College
Undergraduate Studies
Professional Qualifications
Over 25 years of experience in industrial maintenance specializing in troubleshooting, preventive
maintenance, calibration, and process control systems. Mr. Hill possesses a thorough knowledge
of operating procedures, materials, components, and quality control factors.
Process Control Systems
Leak Detection Safety Systems
Chlorination Equipment
Waste Water Treatment
Relevant Project Experience
KCMO Water
Senior Service Technician 19 years
Ammonia Systems
Boiler Control & Safety Systems
Air Compressor Controls
Heat Trace Equipment
Installation, maintenance and calibration of chlorine system, evaporators, chlorine feeders,
ejectors and leak detection system, alarm and shutdown system.
Upgraded entire leak detection system consisting of:
• 11 CL2 leak detectors
• 9 CO2 leak detectors
• 9 LEL leak detectors
www.durkininc.com
�Uii Ir/N=
Since 1958
1111111161161
12951 Gravois Rd. Suite 100 1 St. Louis, MO 63127
Phone: (314) 432-2040 • (800) 264-3875 • Fax: (314) 432-8588
• 3 controllers
Topeka Water for 19 years in March 2019
Senior Service Technician 19 years
Installation, maintenance and calibration of chlorine system, evaporators, chlorine feeders,
ejectors and leak detection system, alarm and shutdown system.
Upgraded entire leak detection system consisting of:
• 18 CL2 leak detectors
• 4 NH3 leak detectors
• 4 CO2 leak detectors
• 1 LEL leak detector
• 2 NO2 leak detectors
• 2 CO leak detectors
• 9 controllers
Missouri American Water
Senior Service Technician 12 years
Installation, maintenance and calibration of chlorine system Quarterly calibration and system
testing of alarms and scrubber system
• 8 CL2 leak detectors
• 2 NH3 leak detectors
• 6 CL2 controllers
• 2 NH3 controllers
• Maintain chlorine and ammonia systems
i
www.durkininc.com