Loading...
HomeMy Public PortalAbout139-2019 - Sanitary - Trivaco - New Valves and ActuatorsPURCHASE AGREEMENT ORIGINAL This PURCHASE AGREEMENT is made and entered into this 1-3 day of , 2019, by and between the City of Richmond, Indiana, a municipal corpo ation acting by and through its Board of Sanitary Commissioners, 50 North 51h Street, Richmond, Indiana 47374 (hereinafter referred to as the "City") and TRIVACO, Inc., 6833 Industry Drive, Indianapolis, Indiana 46219 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor electric actuators and valves and a remote hand station for multiple locations within the wastewater treatment facility of the Richmond Sanitary District (hereinafter referred to as "RSD"). Contractor will furnish and install the electric actuators and valves and train RSD staff with respect to the electric actuators and valves. A Request for Quotes was sent on July 22, 2019. A copy of the Request for Quotes is attached hereto and incorporated herein by reference as Exhibit "A". The response of Contractor to said Request for Quotes, dated August 13, 2019, is attached hereto and incorporated by reference herein as Exhibit `B". Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all material, equipment, and delivery services necessary for the proper completion of all work set forth in Exhibit "B". No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. SECTION III. PURCHASE PRICE City shall pay Contractor a sum not to exceed Sixty -Nine Thousand and Eleven Dollars ($69,011.00) for the electric actuators and valves and a remote hand station as well as training of RSD staff. The monies to be paid to Contractor are based upon the bid sheet submitted by Contractor, which is set forth in Exhibit `B", and attached with this Purchase Agreement and made a part hereof. The purchase price includes all shipping, handling, delivery, pickup and setup charges, with delivery to be to the Richmond Sanitary District, 2380 Liberty Avenue, Richmond, Indiana during normal business hours of Monday through Friday from 6:00 A.M. to 3:00 P.M, excluding Holidays. Contract No. 139-2019 Page 1 of 3 The estimated delivery time for the above described equipment is no later than sixteen (16) weeks from the execution date of this Purchase Agreement. SECTION IV. PROHIBITION AGAINST DISCRIMINATION Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. SECTION V. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered .or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This •Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. In the event of any breach of this Agreement by Contractor, and in addition to any remedies, Contractor shall be liable for costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees, to the proportionate extent that Contractor is determined to be in breach of this Agreement. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. If any portion of this agreement is declared unenforceable by a corn 1 or tribunal, all other portions shall remain in full force and effect. sAny person executing this Contract in a representative capacity hereby warrants that he/she has Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract and that such authorization has not been revoked or rescinded. Page 2 of 3 1 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners By: e Miller, President Aman Bakshi, Vice President egt s, Member Dated: q _ f 3 - ( ( 6 "CONTRACTOR" TRIVACO, Inc. By: Printed: 1Tf J (fM WgLTM Title: F (t,�SL—C�c' mec "tt 4 m Dated: 7/2 Page 3 of 3 PRICE REQUEST D A 1 ti•L D U o �h IA CITY OF RICHMOM DEPARTMENT OF SANPTATION 2380 LIBERTYAVENUE.RICHMOND, DOIANA47374 PHONE (765) 983-7450.FAX (765) 962 2669 THIS IS NOT AN ORDER VENDOR INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications may be attached hereto. This is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below with signature; itemize all prices and charges where requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope, in care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the specified date and time to be considered.. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: July 22, 2019 August 13, 2019 by 10:OOAM UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for actuators and valves replacement in WWTP. Please see attached specifications. All E-Verify requirements will apply to this quote. Please include a Certificate of Insurance which must include Workers Compensation and any warranty information. Return the quote in a sealed envelope addressed to: Richmond Sanitary District j Denise Johnson, Customer Svc Mgr_ , 2380 Liberty Avenue Richmond, IN 47374 Re: Actuators and valves replacement If you have any questions please call Jeff Lohmoeller at 765-983-7464 or Patrick Smoke at 765-983-7480. STATE TAX EXEMPTION # 003121909-001 NAME OF FIRM QUOTING: AUTHORIZED BY SIGNATURE TITLE Richmond Sanitary District DATE PHONE NUMBER OF " ao DAVE M. SNOW : Mayor BRYAN J. ERVIN A Director CITY OF RICHMOND DEPARTMENT OF SANITATION 2380 LIBERTY AVENUE•RICHMOND, INDIANA 47374 PHONE (765) 983-7450-FAX (765) 962-2669 General specification electric actuators General The actuators shall be suitable for use on a nominal 480volt, 3phase, 601-1z power supply, unless otherwise specified, and are to incorporate motor, integral reversing starter, local control facilities and terminals for remote control and indication connections housed within a self-contained, sealed enclosure. As a minimum the actuators should meet the requirements set out in EN15714-2 and ISA 8P96.02 In order to maintain the integrity of the enclosure, setting of the torque levels, position limits and configuration of the indication contacts etc. must be carried out without the removal of any actuator covers and without mains power over an Infrared or Bluetooth@ wireless interface. Sufficient commissioning tools must be provided with the actuators and must meet the enclosure protection and certification levels of the actuators. Commissioning tools must not form an. integral part of the actuator and must be removable for secure storage % authorized release. In addition, provision shall be made for the protection of configured actuator settings by a means independent of access to the commissioning tool. Provision shall be made to disable Bluetooth® communications or only allow a Bluetooth® connection initiated by an Infra -Red command for maximum security. The actuator shall include a device to ensure that the motor runs with the correct rotation for the required direction of valve travelirrespective of the connection sequence of the power supply. Actuator Sizing The actuator must be sized to guarantee valve closure at the specified differential pressure and temperature. The safety margin of motor power available for seating and unseating the valve must be sufficient to ensure torque switch trip at maximum valve torque with. the supply voltage 10% below nominal. For linear operating valves, the operating speed shall be such as to give valve closing and opening at approximately 10-12 inches per minute unless otherwise stated in the data sheet. For 900 valve types the operating time will be specified. Environmental Actuators must be suitable for indoor and outdoor use with a standard corrosivity category, C4 medium durability as per ISO 12944. The actuator must be capable of functioning in an ambient temperature ranging from -30°C (-22°F) to +70°C (+158°F), up to 100% relative humidity. Actuators for hazardous area applications must meet the area classification, gas group and surface temperature requirements specified in the data sheet. Enclosure Actuators shall be O-ring sealed, watertight to IP66/IP68 20m for 10 days, NEMA 4, 6. The motor and all other internal electrical elements of the actuator must be protected from ingress of moisture and dust when the terminal cover is removed for site cabling. The terminal compartment must maintain the same ingress protection rating with the terminal cover removed. The actuator enclosure must allow for temporary site storage without the need for electrical supply connection. All external fasteners shall be suitable for the actuator corrosivity category and installation environment indicated, 6Aiil�-704 �'p003 Motor The motor must be an integral part of the actuator, designed specifically for valve actuator applications. The motor shall be a low inertia, high torque design and class F insulated. Resulting in class B temperature rise with a time rating of 15 minutes at 40°C (104°F) at an average load of at least 33% of maximum valve torque. Temperature shall be limited by thermostat device embedded in the motor, end windings and integrated into the actuator control. Electrical and mechanical disconnection of the motor shall be possible without draining the lubricant from the actuator gearcase. The actuator shall include a device to ensure that the motor runs with the correct rotation for the required direction of valve travel irrespective of the connection sequence of the power supply. Motor Protection Protection must be provided for the motor as follows: • Stall - the motor must be de -energised within 8 seconds in the event of a stall when attempting to unseat a jammed valve. • Over temperature - thermostat will cause tripping of the motor. Auto -reset on cooling • Single phasing - lost phase protection. • Direction — phase rotation correction. Gearing The actuator gearing must be totally enclosed in an oil -filled gearcase suitable for operation at any angle_ Grease lubrication is not permissible. All drive gearing and components must be of metal construction and incorporate a lost -motion hammer blow feature. For rising spindle valves the output shaft shall be hollow to accept a rising stem, and incorporate thrust bearings of the ball or roller type at the base of the actuator. The design should be such as to permit the opening of the gearcase for inspection or disassembled without releasing the stem thrust or taking the valve out of service. For 900 operating type valves, drive gearing shall be self-locking to prevent the valve back -driving the actuator. Housing Provide housings for controls, gears, and motors with integrally cast flanges. Fully machine and. template drill the flanges and their mating surfaces. Provide joints which are metal -to -metal or gasket or 0-ring sealed as required. Hand Ooeration A handwheel must be provided for emergency operation, engaged when the motor is declutched by a lever or similar means, the drive being restored to electrical operation automatically by starting the motor. The handwheel or selection lever must not move on restoration of motor drive. Provision shall be made for the hand/auto selection lever to be locked in both hand and auto positions. It should be possible to select hand operation while the actuator is running or start the actuator motor while the hand/auto selection lever is locked in hand without damage to the drive train. Clockwise operation of the handwheel must give closing movement of the valve unless otherwise stated in the data sheet. For linear valve types the actuator handwheel drive must be mechanically independent of the motor drive and should be such as to permit valve operation in a reasonable time with a manual force not exceeding 40ON through stroke and 80ON for seating/unseating of the valve. ®rive Interface The actuator shall be furnished with a drive bushing easily detachable for machining to suit the valve stem or gearbox input shaft. The drive bush shall be positioned in the base of the actuator. Thrust bearings shall be sealed for life and the base shall be capable of withstanding five times the rated thrust of the actuator. Local Controls The actuator must incorporate local controls for Open, Close and Stop operation and a Local/Stop/Remote mode selector switch. Mode selection must be lockable in any one of the following three positions: local control plus local stop only, stop (no electrical operation), remote control plus local stop only. It must be possible to select maintained or non -maintained local control. The local controls shall be arranged so that the direction of valve travel can be reversed without the - necessity of stopping the actuator. The local controls and display shall be rotatable through increments of 90 degrees to suit valve and actuator orientation. Torque and Limits Torque and turns limitation to be adjustable as follows: Position setting range — multi -turn: 2.5 to 8,00.0 turns, with resolution to 7.5° of actuator output. Position setting range — direct drive part turn actuators: 90° +/-10°, with resolution to 0.1 ° of actuator output. Torque setting: 40% to 100% rated torque. Position measurement — Absolute position measurement should be incorporated within the ,'actuator. The technology must be capable of reliably measuring position even in the case of.a single fault. The design must be simple with the minimum amount of moving parts (no more than 5). Technologies such as LEDs or potentiometers for position measurement are considered unreliable and therefore not preferred. Measurement of torque for multi -turn actuators must be from direct measurement of force at the. output of the actuator. Methods of determining torque -using data derived from the motor such as motor speed, current, flux etc. are only acceptable for part -turn actuators. A means for automatic "torque switch bypass" to inhibit torque off during valve unseating and "latching" to prevent torque switch hammer under maintained or repeated control signals shall be provided. The electrical circuit diagram of the actuator should not vary with valve type remaining identical.'' regardless of whether the valve is to open or close on torque or position limit. Remote Valve Position and Status Indication Four contacts must be provided which can be selected to indicate: any position of the valve; Provision must be made for the selection of a normally closed or open contact form. Contacts shall maintain and update position indication during handwheel operation when all external power to the actuator is isolated. The contacts must be rated for 5mA to 5A, 120V AC, 30V DC. As an alternative to providing valve position indication, any of the four contacts shall be selectable to signal one of the following: o Valve opening, closing or moving • Thermostat tripped, lost phase • Motor tripped on torque in mid travel, motor stalled • Remote selected, Local selected, Stop selected • Actuator being operated by handwheel • Actuator fault Provision shall be made in the design to support an additional eight.contacts with the same . configurable functionality. A configurable monitor relay must be provided as standard, which. can be used to indicate either Availability or Fault. The relay should be a spring return type with ar Normally Open / Normally Closed contact pre -wired to the terminal block. The Monitor (availability or fault) relay, being energized from the -control transformer will de -energise under any one or more the following conditions: Available Mode Fault Mode • Loss of main or customer 24V DC power supply o Loss of main. or customer 24V DC power supply • Actuator control selected to local or stop .. Motor -thermostat tripped • Motor thermostat tripped Actuator•. intemal.fault • Actuator internal fault Provision shall be made in the design for the addition of aS4contactless transmitter to give a 4-20mA analogue signal corresponding to valve travel and / or torque for'remote indication when required. The transmitter will auto range to the set limits Local Position Indication The actuator display must include a dedicated. numeric/symbol digital position indicator displaying valve position from fully open to fully close in 0.1 % increments. Valve closed and open positions shall be indicated by symbols showing valve position in relation to the pipework to ensure that valve status is clearly interpreted. With mains power connected; the display must be backlit to enhance contrast at all ambient light levels and must be legible from a distance of at least 5m (16ft). A power save mode shall be available to switch off the display backlight during long periods of inactivity. Red, green, and yellow LEDs corresponding to open, closed and intermediate valve positions must be included on the actuator display when power is switched on. The yellow LED should also be fully programmable for on/off, blinker and fault indication...The digital display must be maintained and updated during handwheel operation when- mainspower to the actuator is isolated. The actuator display shall include a fully configurabie:dot-matrix display element with a minimum pixel resolution of 168 x 132 to display operational, alarm, configuration and graphical datalogger" information. The text display shall be selectable between English and other languages such as: Spanish, German, French, and Italian. Provision -shall be made to upload a different language without removal of any covers or using specialized. tools not provided as standard with the actuator. Datalogger graphical displays and trend graphs must. -.be available on the local LCD for the following functions: • Torque versus Position Number of Starts versus Position • Number of starts per hour • Dwell Time • Average temperature The main display must include configurable a minimum of four different home -screens that include the following information: • Position and status • Position and torque (analogue) • Position and torque (digital) • Position and demand (positioning) An optional environmental cover to protect the display from high levels of UV radiation or abrasive materials must be available and shall be fitted withoutthe need for any special tooling. The local controls and display must be rotatable through increments of 90 degrees to suit valve and actuator installation orientation. Where operators are located over 7-feet from the: floor or in an inaccessible location, connect all internal -control and indication wiring to a terminal block within the operator enclosure and provide a separate control station for remote mounting. Provide the remote control station with the same NEMA rating as the operator. Z 3f' 4i 'J) tA C!'C Integral Starter and Transformer The reversing starter, control transformer and local controls must be integral to the valve actuator and suitably housed to prevent breathing and condensation. The starter shall be suitable for 60 starts per hour during normal service or 1,200 starts per hour under reduced load conditions and of.rafing appropriate to motor size. The controls supply transformer shall be fed from two of the incoming three phases and incorporate overload protection. It must have the necessary voltage tapping and, be adequately rated to provide power for the following functions: • Energizing of the contactor coils • 24V DC or 110V AC output for remote controls (maximum 5W/VA) • Supply for all the internal electrical circuits An alternative soli&state motor starter is permissible for applications requiring up to 1,200 starts per hour. 24VDC remote controls should be used in combination with a solid state starter to maximise response time. The solid state starter must facilitate configurable electrical braking furictionality_. Speed adjustable actuators must have an integral motor controller to manage starting, speed -.and operation. ' Remote Control Facilities The necessary control, wiring and terminals must be contained within the actuator enclosure. Open and close external interlocks must be made available to inhibit local and remote valve opening./. closing control. It must be possible to configure the interlocks to be active in remote control. -only. - Remote control signals fed from an internal 24VDC (or 110VAC) supply and/or from an external:` supply between 20V and 60VDC or 40V and 120VAC, must be suitable for any one or more of.•the following methods of control: • Open, Close and Stop control o Open and Close maintained.or "push to run" (inching) control • Overriding Emergency Shut -Down; to close (or open) valve from a normally closed or open contact • Two -wire control; energise to close (or open), de -energise to open (or close) Additionally, provision shall be made for a separate 'drive enable' permissive input to prevent�any unwanted electrical operation. It must be possible to reverse valve travel without the necessity of stopping the actuator or moving through an intermediate stop control position. The motor starter must be protected from excessive current surges during rapid travel reversal. The internal circuits associated with the remote control and monitoring functions are to be designed to withstand simulated lightning impulses up to. 2kV. Operation by distributed control system must be possible utilizing one or more of the following network systems as well as accept a 4-20 mAdc input command signal: • Profibus • Modbus • Foundation Fieldbus • DeviceNet • Pakscan • HART Monitoring Facilities Facilities to indicate actuator availability and monitor operation must be included as standard. Actuator text display indication of the following status/alarms: • Closed Limit, open limit, moving open, moving closed, stopped • Torque trip closing, torque trip opening, motor stalled o ESD active, interlock active • Thermostat trip, phase lost, 24V supply lost, local control failure • Configuration error, position sensor failure, torque sensor failure Battery low, battery discharged, power loss inhibit Integral datalogger to record and store the following operational data: Opening last / average torque against position Closing last / average torque against position o Opening motor starts against position Closing motor starts against position a Total open / closed operations Maximum recorded opening and closing torque values Event recorder logging operational conditions (valve, control and actuator) The event log must include time and date information for each stored event. Logged data must be accessible via non -intrusive Bluetooth® communication and also visible on the actuator display. An intrinsically safe portable tool must be provided to'extract datalogger and actuator configuration files from the actuator. The portable tool must permit Bluetooth® connection with a PC to perform file transfer. The actuator manufacturer must supply PC software to enable extracted actuator files to be viewed and analysed. Wiring and Termination ' Internal wiring shall be tropical grade PVC in stranded cable of appropriate size for the control and power. Each wire shall be clearly identified at both ends. The terminals shall be embedded in a terminal block of high tracking resistance compound. The terminal compartment must be separated from the inner electrical components -of the actuator by means of a watertight seal. A minimum of four threaded cable entries with provision for an additional four extra conduit entries must be available to accommodate wiring connections. All wiring supplied as part'of the actuator must be contained within the main enclosure for physical and environmental protection. External conduit connections between components are not acceptable. A durable terminal identification card showing a plan of terminals must be attached ,to the inside of the terminal box cover indicating: • Serial number • External voltage values o Wiring diagram number • Terminal layout The code card must be suitable for the contractor to inscribe cable core identification alongside terminal numbers. 251/ 10 4 p off' /3 Commissioning Kit Each actuator must be supplied with a start-up kit comprising installation instruction manual, electrical wiring diagram and cover seals to make good any site losses during the commissioning period. In addition, sufficient actuator commissioning tools shall be supplied to enable actuator set up and adjustment during valve/actuator testing and site installation commissioning. Performance and Test Certificate Each actuator must be performance tested by the manufacturer and individual test certificates are to be supplied free of charge. Test certificates must be retained by the manufacturer for the serviceable life of the product.. The test certificate must include details of the equipment specification such as: o Serial number • Test date o Manufacturing site address • Customer • Customer order number (where applicable) , • Actuator size • Mounting flange • Enclosure type • Lubricant • Paint coating • Power supply o Operating speed/time • Drive close direction o Gear ratio for second stage gearbox (where applicable) o Electrical optional extras © Catalogue performance The test equipment should simulate a typical valve load. The following parameters must be recorded and clearly stated on the certificate: o Torque at maximum torque setting in both directions Current at maximum torque setting in both directions Flash test statement o Test power supply voltage C:G,Li�i Q 9 0 %3 specification electric actuators (modulating) General Provide modulating motor operators that meet the requirements for nonmodulating operators, except as specified herein. In addition to the -other equipment specified for nonmodulating operators, provide electronic control module and a solid state reversing starter. Control Module Provide a solid state type control module with a comparator circuit which senses the error between the input command signal and the position feedback signal. Mount the control module within the operator switch compartment. Accept a 4-20 mAdc input command signal. Provide zero and span adjustments to align minimum and maximum valve position with zero and 100 percent values of the input command signal. Provide deadband adjustment from 0.16 to 1.0 percent to eliminate excessive motor movement due to minor variation in the process variable signal. Activate the solid state reversing starter to drive the actuator in the proper direction necessary to reduce the error to zero. Provide proportional band adjustment from 5 to 40 percent. When the error is outside the proportional band, run the actuator motor continuously toward set point. When the error is within the proportional band, pulse the actuator motor toward set point to prevent overshoot. Provide actuator to open the valve when command input signal increases. Auto and Manual Operations Provide operators that, when in the AUTO position, will respond to the automatic signal described above. Provide operators that, when in the MANUAL position, will be operable by either push buttons or handwheel. Motor Design Design the motor specifically for valve operator service and to be continuous rated for continuous modulating duty. Provide motor insulation of at least Class H. � %N ►�Q 10 0�' /3 Specification eccentric plug valves General Provide quarter turn valves having an eccentric action that causes the plug to rise off the seat contact during the opening movement rather than sliding from its seat. Plug Provide plug valves with Neoprene or Buna N faced plugs. Materials Construct plug valves of cast iron or semi -steel at least equal to ASTM A 126, Class B. For valve sizes 3 inch and larger, construct the body seats with a welded -in overlay, of not less than 90 percent pure nickel, on all surfaces contacting the plug face. Seat Adjustment Make the water -tightness or gas -tightness of the valve seating adjustable. Provide a seating adjustment device that is external to the valve and that can best be used without the need to remove the valve from the piping and with the valve under pressure. Lubrication Furnish plug valves with oil impregnated, permanently lubricated, Type 316 stainless steel bearings in the upper and lower j ournals. Stem Seal Provide a stem seal consisting of multiple, self-adjusting and replaceable chevron type packing rings and a packing gland or provide two replaceable, self-adjusting, U-cup seals. Make the stem seal adjustable and replaceable without removing the valve from the piping and without the need to disassemble the valve and operator. Valve Port The valve should a port of 100 percent of the full area of the pipe in which the valve is installed. 6�jtr.4, 4lo. 13 Specification electric actuators Purpose: The Richmond Sanitary District is looking to replace several electric actuators, operating various valve types in multiple locations within the wastewater treatment facility. In addition to the electric actuators, the district will need to replace a limited number of the corresponding valves as well as add one remote hand station. Equipment: Item Qty Location Description 1 1 Circular Primary Clarifier Influent Electric Actuator for open/close service, 43RPM, IP68 Nema 6 watertight enclosure, 480/3/60 power supple, wiring diagram, manual handwheel override, threading of actuator drive bushing for use with existing 48 inch wide 24 inch tall Rodney Hunt Sluice Gate 1a 1 Circular Primary Clarifier Influent . Remote Hand Station for Item 1 2 2 Circular Primary Draw Valve Electric Actuator for open/close service, IP68 watertight enclosure, 480/3/60 power supply, manual handwheel override 2a 2 Circular Primary Draw Valve 6 inch Dezurik style PEF 100% port area eccentric plug valve with flanged ends to go with Item 2 3 2 Primary Building Electric Actuator for open/close service, I P68 watertight enclosure, 480/3/60 power supply, manual handwheel override 3a 2 Primary Building 6 inch Dezurik style PEF 100% port area eccentric plug valve with flanged ends to go with item 3 4 2 Air Scour Influent Electric Actuator for modulating service, IP68 watertight enclosure, 120/1/60 power supply, manual handwheel override, complete with adaption kit for use on existing 14 inch butterfly valve 5 Service Technician for Installation, Startup. and Training 1.> GiT% 2®�13 Proposal: Dealership Submitting Quote: Price -Firm for,How Long: Estimated Delivery Time: Item Qty Unit Cost Total Cost 1 1 1a 1 2 2 2a 2 3 2 3a 2 4 2 5 Government Discounts $ Price After Discount $ Total Price $ Prices to include all shipping, handling, delivery, pickup and setup charges. Equipment.to be delivered to the Richmond Sanitary District wastewater treatment facility, 2380 Liberty Ave, Richmond, IN 47374 All questions shall be directed to Jeff Lohmoeller, Plant Manager 765-983-7464 or Patrick Smoker, Plant Superintendent 765-983-7480. Authorized Signature Date Contact Person Dealership Phone Number mg-o 13 ag Specification electric actuators Purpose: The Richmond Sanitary District is looking to replace several electric actuators, operating various valve types in multiple locations within the wastewater treatment facility. In addition to the electric actuators, the district will need to replace a limited number of the corresponding valves as well as add one remote hand station. Equipment: Item Qty Location Description 1 1 Circular Primary Clarifier Influent Electric Actuator for open/close service, 43RPM, IP68 Nema 6 watertight enclosure, 480/3/60-power supple, wiring diagram, manual handwheel override, threading of actuator drive bushing for use with existing 48 inch wide 24 inch tall Rodney Hunt Sluice Gate 1a 1 Circular Primary Clarifier Influent Remote Hand Station for Item 1 2 2 Circular Primary Draw Valve . Electric Actuator for open/close service, IP68 watertight enclosure, 480/3/60 power supply, manual handwheel override 2a 2 Circular Primary Draw Valve 6 inch Dezurik style PEF 100% port area eccentric plug valve with flanged ends to go with Item 2 3 2 Primary Building Electric Actuator for open/close service, IP68 watertight enclosure, 480/3/60 power supply, manual handwheel override 3a 2 Primary Building 6 inch Dezurik style PEF 100% port area eccentric plug valve with flanged ends to go with item 3 4 2 Air Scour Influent Electric Actuator for modulating service, IP68 watertight enclosure, 120/1/60 power supply, manual handwheel override, complete with adaption kit for use on existing 14 inch butterfl valve 5 Service Technician for r- Installation, Startup. and Training 1 -t;' (A 9- . / -'0 -C '7 u Proposal: Dealership Submitting Quote: Price Frm for How Long: Estimated Delivery Time. Item Qty Unit Cost Total Cost 1 1 $7,551.05 $7,551.00 1a 1 $1,076.00 $1076.00 2 2 $6,876.00 $13,752.00 2a 2 $566.00 $1,132.00, 3 1 2 $6.876.00 $13,752.00 3a 1 2 $566.00 $1,132.00 4 2 $7,602.00 $15,204.00 5 $15,412.00 $15,412.00 Government Discounts $ N/A Price After Discount $ N/A Total Price $ 69,011.00 Prices to include all shipping, handling, delivery, pickup and setup charges. Equipment to be delivered to the Richmond Sanitary District wastewater treatment Wlity, 2380 Liberty Ave, Richmond, IN 47374 All questions shall be directed to Jeff Lohmoeller, Plant Manager 65-983-7464 or Patrick Smoker, Plant Superintendent 765-983-7480. fn IIJ-1 8/12/13 AutKorlzbd Signature Date Jennifer Walter 859-525-9& 0 Contact Person Phone Number TRIVACO, Inc. Dealership See attached brochures for our valve and actuator offerings. y W Z J W C7 Z O 5 CO) Z ml O W O Wa CL W z— z °C W z = W W C) x L) et t+ at c 3 3 cc > - .. .. Q Cy t ✓! 6 TEC2 Electric Actuator With Model 500 Intelligence Made Simple 4- Avzo EMERSON. N i7 c `o c> v n u o _�v1 zs c ` F2' W E .� otj e E W C o p� 6 ti v S c O o E'l� 0 3 U a vOEi o E Z 3v a a a sri c ,o. O C Q C .9 G� E � u o N c �•ES� BCE$ o a •aO1i 3a u E-oEb ® = t c $ rn m c q L v�„«a1pi3 � o \ C12 a a � � spa �qz e=� 0 0 3o. 0 0 Q � o 0� a� ..E ai E Li o 0 _Q n c .o- `c m v ve e � E o Wit.. 3 SIN 5 � f e C IIr�� Fy = I` I 4 � E E E E 'a a 5 I v c �1 my rno � _Z c W,o 0E •�� . ° E 8 AV L ` O E- A ` , UUu v`pu ry O J E O n 0 a12 v.� o � > � 'QL y L � y E {ytlJ, a in L N w ym., yr • • e e :K E C Tov� � Y� d ® 3 u E o u u m 2 axi c o v c v C v 'O E= E n -E3 E o- v u 'o' u° —m 1° E -` "1.. q a o p w v m �` °a. c >. E _n oo v c i .� o o coa o ,`--' o E w E •:° _rn y v f0 .j 3° EE v t o v a o a u° ° H u c v v Q— of o m m r 1 �?�So rno c m•ym, 10gO u= rnv csLA.. v15 _ch i *L'Ln m rn m y 01 �n v Y rn u c w ¢ c m " u a E ot o. c i° C N y u y c '—o a�i v�> «L° a� `o o 0= O1 0 o c c o0 0 Fr ' o V¢ in ¢ 6 z z v 0 0 a D • ® For a lon If pump = on then open valve If overtorque =true then stop all functions III III Prevent untimely operation with a built- in inhibitor interlock system that prevents Your displays need to show the right Configurable process alarms are standard; operation with other devices until external information without being too simple or TEC2 will alert you of any issues in your contact has been made. Your systems can now complex. Easy to read IconoText displays and process and alarms can also be set to trigger coordinate with each other icons allow for an easy and intuitive setup open or close functions o .o For complete technical and installation o documentation, scan QR. 02014 Emerson Process Management All rights reserved. The Emerson logo is a trademark and service mark of Emerson Electric Co. Elm " is a mark of one of the Emerson Process Management family of companies. All other marks are property of their respective owners. 47 DOC REM500.USRevA11-14 World Area Configuration Centers (WACC) offer sales support, service, inventory and commissioning to ourglobal customers. Choose the WACC or sales office nearestyou: NORTH&SOUFHAMERICA MIDDLEEAST&AFRICA 19200 Northwest Freeway P. 0. Box 17033 Houston, TX 77055 Dubai T +1 281 477 4100 United Arab Emirates F +1 281 477 2809 T +971 4 811 8100 F +971 4 886 5465 Av. Hollingsworth, 325, Iporanga Sorocaba, P. 0. Box 10305 SP 18087-105 )ubai131961 Brazil Saudi Arabia T +5515 3238 3788 T +965 3 340 8650 F+5515 3228 3300 F +966 3 340 8790 AS►A PACIFIC 24 Angus Crescent Longmeadow Business Estate East No. 9 Gul Road P.O. Box 6908; Greenstone; #01-02 Singapore 629361 1616 Modderfontein, Extension 5 T+65 65014600 South Africa F+65 6268 0028 T+27 11 451 3700 F +2711 451 3800 No. 1 Lai Yuan Road Wuqing Development Area EUROPE Tianjin 301700 P. R. China Asveldweg 11 T +86 22 8212 3300 7556 BR Hengelo (0) F +86 22 8212 3308 The Netherlands T+31 74 2561010 F +31 74 2910938 Forcomplete list ofsales and manufacturing sites, please visit www.emersonprocess.cemlvahreautomatio nlocations Orcontact us at Info.valveautomatlon@emerson.com Www.emersonprocess.com/eim �M. EMERSON. Augii t 27, Z0;1�9 The Board of Sanitary Commissioners of the Sanitary District of Richmond, Indiana, met in regular session in the Board Room of the Richmond Sanitary District Building, 23 80 Liberty Avenue, Richmond, Indiana, on Tuesday,'August 27, 2019 at 10:00 A.M. Those present were Aman Bakshi-Vice-President, Greg - Stiens- Board Member, Elijah Welch - District Engineer, Bryan Ervin- Director, Jeff Lohmoellez- WWTP. and Maintenance Manager, Walt Chidester- Assistant City Attorney, Jessica Foster- Assistant Recording Clerk, Pat Smoker- Plant. Superintendent, Todd Hobson- WWTP Operator, and Tim Orrill* RSD Lab Supervisor. The first order of business was to approve board minutes from the August 13, 2019 meeting. Mr. Stiens made a motion to approve the minutes from the August 13, 2019 meeting. Mr. Bakshi. seconded. The motion passed 2-0. The next order of business was to approve, board: minutes from the August 14, 2019 budget workshop..Mr. Stiens requested to remove Mr. Bakshi's name from those who were listed*.as present in the minutes to correctly reflect those who attended the workshop. Mr. Stiens.made a motion to approve the minutes from the August 14, 2019 budget workshop with the recommended amendments. Mr. Bakshi seconded. The motion passed 2-0. The next order of business was to approve the invoices. The invoices were in the total amount of $153,352.17, covering August 9 & 16, 2019. Mr. Stiens made a motion to approve the invoices. Mr. Bakshi seconded. The motion passed 2-0. The next order of business was the Director's Report. Mr.'Ervin stated that ASCME union negotiations would occur in the upcoming weeks for salary wages and would be reflected when the budget book has been finalized. He stated that another workshop could be held at that time if necessary. Mr. Ervin stated that Tim Lingar, Solid Waste Manager, is currently working on a . schedule for leaf collection as leaf season is quickly approaching. Mr. Ervin also stated that there Would be changes coming to the way Richmond Sanitary District does special pick-ups for residents. There has been an increase in. non-compliance with. special pick-up allowances and rules, using up an exorbitant amount of manpower. Changes would occur at the startof 2020 and are still being discussed. The next order of business was recommendation to approve. Change Order #1 to Contract #45-2019. The change order requests an additional $803.92 to cover increased parts prices and freight costs, bringing the total cost to $15,526.85. Mr. Stiens made a motion to approve Change Order- #1 to Contract #45-2019 with Sargent's Equipment & Repair Service for an additional $803.92, bringing the total cost to $15,526.85. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was to award quote to purchase 32-25 Gallon Universal Containers, 64 Gallon Universal Containers, and 95-96 Gallon Universal Containers. Mr. Lobmoeller recommended to award the quote to Pyramid Equipment of Rolling Prairie, Indiana, for a total not to -exceed cost of $140,000.00 for 2019 with the. option to renew for years 2020 and 2021 at the same cost. Mr: Lohmoeller recommended rejecting the low bidder, Rehrig Pacific Company, due to not being able to meet bid requirement for the container grab bar specifications. Mr. Stiens made a motion to award Pyramid Equipment of Rolling Prairie, Indiana, for the purchase of universal trash and recycling containers at the. total not-to-exceed.cost of $140,000.00 for 2019 with -the option to 2 renew for'years 2020 and 2021 at the same cost. Nir. Bakshi seconded the motion. The motion passed 2-0. The next order of business was to award quote to purchase Three Yard Containers. Mr. Lohmoeller recommended to award the quote to Pyramid Equipment of Rolling Prairie, Indiana, for the purchase of 100 three -yard containers at the total not -to -exceed cost of $70,000.00 for 2019, $72,500.00 for 2020, and $7.7,500.00 for 2021. Mr. Stiens made a motion to award the quote to Pyramid Equipment of Rolling Prairie, Indiana, for the purchase of 100 three -yard containers at the total not -to -exceed cost of $70,000.00 for'2019 with the option to renew in 2020 for $72,500.00 -and . $77,500.00 for.2020. Mr. Bakshi seconded the motion. The motion passed 2-0. -The next -order of business was -to -award quote -for Actuators -and Valves Replacement at+ o .'�T ' °j Mr. Lohmoeller recommended to award the quote for actuators and valve replacements to Trivaco; 4 Inc. of Indianapolis, Indiana, for a not -to -exceed amount of $69,011.00, which includes installation. Mr. Lohmoeller recommended rejecting the low bidder, Flo Source, due to not meeting bid requirement specs. Mr. Stiens made a motion to award the quote for the ,purchase and installation of actuators and valves to Trivaco, Inc. of -Indianapolis, Indiana, at the total not -to -exceed cost of 1$69,011.00. Mr. Bakshi-seconded the motion. -The motion -passed 2-0: The next item of business was.recommendation for Removal, Disposal and Destruction of Electronics Devices. Mr. Lohmoeller recommended to enter into an agreement with Recycle Force for providing labor to load, transport, and destroy IT Equipment and recycle televisions at Recycle Force's facility at the cost of $00.20/lb. No other vendors were found that provide all of these services. Mr. Lohmoeller stated that in 2017 RSD spent $22,500.00 on these disposal services and would ask that the board allow for an amount of $25,000.00 for 2019. Mr. Stiens made a motion to enter into an agreement with Recycle Force to provide labor, transportation, destruction and recycling of IT equipment and televisions for a not -to -exceed cost of $25,000.00 for 2019. Mr. Bakshi seconded the motion. The motion passed 2-0. The next order of business was to approve purchase of Sewer Line Rapid Assessment Tool. Mr. Lohmoeller recommended the purchase of the SL-RAT from Duke's Root Control for the Sewer Maintenance department to use to identify the condition of sewer lines within minutes and determine what maintenance is necessary, to perform. Mr. Stiens made a motion to approve the purchase of the SL-RAT from Duke's Root 'Control at the not -to -exceed cost of $25,000.00. Mr. Bakshi seconded the motion. The motion passed 2-0. - The next order of business was the Project Status Update. Mr. Welch gave 'an update to the Board . on the Sanitary District's current projects. With no further business. Mr. Stiens made a motion to adjouin the meeting. Mr. Bakshi seconded the motion. The motion passed, 2-0. The meeting was adjourned at 10:54 A.M. Jessica Foster, Assistant Recording Clerk Aman Bakshi, Vice President