Loading...
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