HomeMy Public PortalAbout166-2020 - Trivaco - supplying valves and installing actuatorsAGlt>J1JNl1;NT
ORIGINAL
� ny
THIS AGREEMENT made and entered into this 3 day, of . !y� it 2i'ln FF�' , 2020, by and
between the City of Richmond, Indiana, a.municipal corporation acting by.and through its Board
of Sanitary Commissioners, 50 North 5th Street, Richmond, Indiana 47374 (hereinafter referred to
as .the "City"), and TRIVACO, Inc.,_. 6833 Industry Drive, Indianapolis, IN 46219 (hereinafter
referred to as the "Contractor").
SECTION L STATEMENT AND SUBJECT OF WORD
City hereby retains Contractor to provide the equipment and perform the services of installing
valves and actuators at the Wm. E. Ross Wastewater Treatment Plant at the Richmond Sanitary
District (hereinafter referred to as the "District!).
City sent a Request for Quotes to Contractor and others on September 14, 2020 seeking bids to
provide the equipment and perform the services of installing the valves and actuators in the
District's Wm._ E. Ross Wastewater Treatment Plant. A copy of the City's Request for Proposals
is attached hereto and incorporated herein as Exhibit "A".
Contractor responded to City on October 13, 2020, along with a,listing of its. equipment, fees and
billing rates: Contractor's response, including its billing rates, as set forth in Exhibit `B", attached
hereto and incorporated herein by reference and made apart of this Agreement.
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the
provisions, terms, or conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall furnish all personnel and services necessary for the proper completion of all
work specified. Contractor's services shall be performed in accordance with the standard of
professional .practice ordinarily exercised by the applicable profession under similar
circumstances at the same.time and in the locality where the services are performed. Professional
services are not subject to, and, Contractor does not provide, any warranty or.guarantee, express or
implied.
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. The Contractor shalt provide, at its .own expense, ,competent supervision
of the work.
Contract No.166- 2020
Page 1 of 6
SECTION III. COMPENSATION
.City .shall pay Contractor a sum. not to exceed- Fifty -Four Thousand One Hundred Sixty Dollars
and no cents ($54,160.00) for complete and satisfactory. Pei.Ormance of the work required
hereunder. The monies paid to Contractor are based upon the bid amount set forth in Exhibit
`B"..Contractor shall submit- to City monthly statements or bills. Contractor's bid. includes all
shipping, handling; delivery, pickup- and setup charges: All -equipment is'to- be delivered to the -
Richmond Sanitary District's wastewater treatment facility, 2380 Liberty Avenue, Richmond,
Indiana.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect
until completed.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in
part, for cause, at any time by giving at least thirty (30) working days written notice specifying
the effective date and the reasons for termination which shall include but not be limited to the
following:
a. failure, for any reason of the Contractor to fulfill in a timely manner
its obligations under this Agreement;
b. submission of a report, other work product, or advice, whether oral or written, by the
Contractor to the City that is incorrect, incomplete, or does not meet reasonable
professional standards in any material respect, provided that Contractor was notified
in writing of deficiencies, given ten (10) working days to cure deficiencies and
failed to remedy such deficiencies.
c. ineffective or improper use of funds provided under this Agreement;
d. suspension or termination of the grant funding to the City under which this Agreement
is made; or
e. unavailability of sufficient funds to make payment on this Agreement.
In the event of such termination, the City shall be required to make paymentfor all work
performed prior to the date this Agreement is terminated, but shall be relieved of any other
responsibility herein.
This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties
by setting forth the reasons for such termination, the effective date, and in the case of partial
termination, the portion to be terminated.
SECTION V... NDEMNIFICATION AND INSURANCE . _
Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to
person or property or any other claims to the extent.caused by Contractor's negligent conduct or
performance or rion-performance of this Agreement; provided, however, that nothing contained in
this Agreement shall be construed as rendering the Contractor liable for acts of the City; its
officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and
thereafter maintain such insurance as will protect it from the claims set forth below which may
arise out of or result from the Contractor's negligent operations under this Agreement, whether
Page 2 of 6
such operations by the Contractor or by any sub -contractors or by. anyone directly or indirectly
employed by.any of them, or by anyone for whose acts the Contractor may be held responsible.
ME
Coverage
A.: Worker'. s Compensation &
Disability Requirements
B. Employer's Liability
C. Comprehensive General Liability
Section 1. Bodily Injury
Section 2. Property Damage
D. Comprehensive Auto Liability (if applicable)
Section 1. Bodily Injury
Section 2. Property Damage
E. Comprehensive Umbrella Liability
F. Errors & Omissions Insurance
Limits
Statutory
$100,000
$1,000,000 each occurrence
$2,000,000 aggregate
$1,000,000 each occurrence.
$1,000,000 each person
$1,000,000 each occurrence
$1,000,000 each occurrence
$1,000;000 each occurrence
$2,000,000 each aggregate
$1,000,000 per claim
$2,000,000 aggregate
SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation. law, and shall,
before commencing work under this Agreement, provide the .City a certificate of insurance, or a
certificate from the industrial board showing that the Contractor has complied With Indiana Code
Sections 22-3-2-5, 22-3-5-1 and 22-3-5 2. If Contractor is an out of state employer and therefore
subject to another state's worker's compensation law, Contractor may choose to comply with all
provisions of its home state's worker's compensation law and provide the City proof of such
compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law.
..... ... .....
SECTION VH. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM
REQUIREMENTS
Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work
eligibility status of all newly hired employees. of the .contractor through the Indiana E-Verify
program. Contractor is not required to verify the work eligibility status of all. newly hired
employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify
program no longer. exists. Prior to the performance of this Agreement; Contractor shall
Page 3 of 6
provide to the City its signed Affidavit affirming that Contractor does not knowingly employ
an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the, event Contractor
violates -IC 22-51.7 the Contractor .shall be required to .remedy the violation not later than
thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to
remedy the violation within the thirty (30) day period provided above, the City shall consider
the Contractor to be in breach of this Agreement and this Agreement will be terminated. If
the City determines that terminating this Agreement would be detrimental to the public
interest or public property, the City may allow this Agreement to remain in effect until the
City procures a new contractor. If this Agreement is terminated under this section, then
pursuant to IC. 22-5-1.7-13 (c) the Contractor will remain liable. to the City for actual
damages.
SECTION VIII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged
in investment activities in Iran. In the event City determines during the course of this
Agreement that this certification is no longer valid, City shall notify Contractor in writing of
said determination and shall give contractor ninety (90) days within which to respond to the
written notice. In the event Contractor fails to demonstrate to the City that the Contractor has
ceased investment activities in Iran within.ninety (90) days after the written notice is given to
the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-
16.5. In the event the City determines during the course of this Agreement that this
certification is no longer valid and said determination is not refuted by Contractor in the
manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be
in breach of this Agreement and terminate the agreement upon the expiration of the ninety
(90) day period set forth above.
SECTION IX. PROHIBITION AGAINST DISCRIMINATION
A. Puisuantto Indiana Code 22-9-1-10, Contractor, any sub -contractor, or anyperson acting
on behalf of Contractor or any sub -contractor shall not discriminate against any employee
or applicant for employment to be employed in the performance of this Agreement, with
respect to hire, tenure, terms, conditions or privileges of employment or any matter
directly or indirectly related to employment, because of race, religion, color, sex,
disability, national origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
1. That in the hiring of employees for the performance of work under this
Agreement of any subcontract hereunder, Contractor, any subcontractor, or any
person acting on behalf of Contractor or any sub -contractor, shall not
discriminate by reason of race, religion, color, sex, national origin or ancestry
against any citizen of the State of Indiana who is qualified and available to
perform the work to which the employment relates;
2. That Contractor, any sub -contractor, or any person action .on behalf of Contractor
or any sub -contractor shall in no manner discriminate against or intimidate any
employee hired for the performance of work under this Agreement on account of
race, religion, color, sex, national origin or ancestry,
3. That there may be deducted from the amount payable to Contractor by the City
under this Agreement, a penalty of five dollars ($5.00) for each person for each
calendar day during which such person was discriminated against or intimidated
in violation of the provisions. of the Agreement; and
.Page 4 of 6
4. That this Agreement may be canceled or terminated by the City and all money
duo, -or to become -due hereunder may be forfeited, for a second or any subsequent
violation of the terms or conditions of this section of the Agreement.
C. Violation of the terms or conditions of this -Agreement felating -to discrimination -or
intimidation shall be considered a material breach of this Agreement.
SECTION X. RELEASE OF LIABILITY
Contractor hereby agrees to release and hold harmless the City and all officers, employees or
Agents of the same from all liability which may arise in the course of Contractor's performance of
its obligations pursuant to this Agreement. The City hereby agrees to release and hold harmless
the Contractor and all officers, employees or agents ofthe. same from all liability which may arise
in the course of City's.performance of its obligations pursuant to this Agreement.
SECTION XI. MISCELLANEOUS
This Agreement is personal to'the parties hereto and neither party may assign or delegate any of
its_ rights or obligations hereunder without the prior written consent of the, other party. Any such
delegation or assignment, without the prior written consent of the other party, shall be null and
void. This Agreement shall be controlled by and interpreted according to Indiana law .and shall
be binding upon the parties, their successors and assigns. This document constitutes the entire
Agreement between the parties, although it may be altered or amended in whole or in part at any
time by filing with the Agreement la. 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 patties 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,pria 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.
Page 5 of 6
Any person executing this Contract in a representative capacity hereby warrants that he of she has
authorization, in writing, by his or her principal to execute this Contract on behalf of the
Contractor and that such authorization has not been revoked or rescinded.
IN W=ISS WHEREOF, the parties have executed this Agreement at Richriiond,-Indiana,-as of
the day and year first written above, although signatures may be affixed on different dates,
"CITX"
THE, CITY OF RICHMOND; INDIANA
by and through its Board of
SanityCommissiners
By.e Miller, President
Ainan Bakshi, Vice President
Gr Stiens, Member
Dated:
APPROVED:
Davi s o , Ma
ity of Ric nd, Indiana.
Date.
Page 6 of 6
"CONTRACTOR"
TRIVACO; INC.
By:
_ S)�- -
Printed: Jennifer Walter
Title: Project Manager
Dated: 12/21 /2020
-, 1- �Iqr 1. 1 PRICE -REQUEST
r
OM OF MCMIOND .
- DIMWITYIENT OF SANITATION
2380LMBI TYAVF.NmRIaDxom.RMIANA47374.
PHONE (765) 983-7450-FAX (765) 962 2669
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 end the City reserves
the right to accept all or part, or decline the entire proposal.
Pleas_ a complete your full name and phone number below
with signature, itemize all prices_ and. charges when;
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 13E IN BY:
PAYMENT TERMS:
DELIVERY REQUIRED:
September 2020.
1D:OOAM on October 13, 2020
UPON RECEIPT OF INVOICE
DELIVERED
DESCRIPTION
This Is a price request for Valve and Actuator Replacement: Please see attached specifications. All E;-Verify .
requirements will apply to this quote. Please include a Certificate of insurance and any warranty information.
Pre Quote meeting will be on Monday September 28, 2020 at 90.00AM at Richmond Sanitary Administration
Buildinci.
Return the quote in a sealed envelope'addressed to:
Richmond Sanitary District
Board of Commissioners
Denise Johnson, Customer Svc. Mgr.
23" Liberty Avenue
Richmond, IN 47374
Re: Valve and Actuator replacement
If you have anyauestions please call Pat Smoker at 765-983-7480 or,Jeff Lohmoeller at 765-983-7464:
STATE TAX EXEMPTION # 003121909-001
BY:
AUTHORIZED 9YSiGNATURE
TITLE
Richmond Sanitary District DATE PHONENUMBER
z ..
P
p H
DAUB U SNOW
Mayor
PATSMOKBR
rnterin-LDkedor
C]L ry OF RICJE MOND
- - - -DBPARTMBNT OF SANITATION
2380 IIBER1 X AVBNUBoRICHMOND, DMIANA 47374
PHONE (765) 983-7450-PAX (765) 9622662
general ��Oecificafiion electric actuators
General
The actuators shall be suitable for use on a nominal 480volt, 3phase, 60Hz 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 SP96.02
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.nd 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 removab[e 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.madato 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 travel irrespective 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 (+158T), up to 100% relative humldity. 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 0-ring sealed, watertight to IP66OM tom 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 installaflon environment indicated.
Motor
The.inotor must bean 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 (` 64°F) at an average load of at Ieast -
33% of maximum valve torque. Temperature shall be limited by fhermostat'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 gearease. 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-enorgised within 8 seconds in the event of a stall when attempting
to nseat a jammed valve.
a, Over temperature - thermostat will cause tripping of the motor. Auto -reset on cooling
Single phasing!- lost phase protection.
o Direction — phase rotation correction.
Gearin
The actuator gearing must be totally,enclosed in an oil -filled gearease 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 gearease 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 O-ring sealed as required.
Hand Oueration
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 ffie
motor. The handwheel or selection lever must not move on restoration of motor drive. Provision shall
be made for the handfauto 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
handlauto 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.
Drive.lnterface
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.
,r
Local `Cdhtrrml5
The actuator must incorporate local.controls for Open, Close and Stop operation and a
Local/Stop)Renmote mode selector switch. Mode selection must be lockable in any one of the following
three positions: local control plus local stop only, stop (rio electrical operation); "remote control plus -
local stop only. It must be possible to select maintained or non4nMfitained 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 Lim➢ts
Torque and turns limitation to be adjustable as follows:
.G Position setting range— multi -turn: 2.5 to 8,000-turns, with resolution to-7.5' of actuator output.
c Position setting range— direct drive part turn actuators: 90° +/-100, with resolution to 0.1° of
actuator output.
C 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 forpart 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.
qa f o
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 fndicatlon duffing handwheel operation when all extemnal power to the actuator- is --
Isolated.
The contacts must berated for 5mA to 5A, 120V AC, 30V DO.
As an alternative to. providing valve position indication, any of the four contacts shall be selectable to.
signal one of the following: `
Valve opening, closing or moving
Thermostat tripped, lost phase
o Motor tripped on torque In mid travel, motor stalled
o 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 Indfcate-either
Availability or Fault, The relay should be a spring return type with a.Normally'Open / Normally Closed
contact pr"red 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 G Loss of main or custoiner24V DC power supply
Actuator control:selectedtolocalorstop C Motorthermostattripped
Motor thermostat tripped 0 Actuator internal fault
Actuator Internal fault
Provision shall be made In the design for the addition of a contactiess transmitter to give a 4r20mA
an signal corresponding to valve travel and / or torque for remote indication when required. The
transmitter will auto range to the set limits
m
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. I% 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 (46ft). A power save_ mode
shall be available to switch off the displaybacklight during long periods of inactivity.
Red, green, and yellow LEDs corresponding to open, closed and Intermediate valve positions must be
In cluded 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 mains power to the actuator is isolated.
The actuator display shall include a fully configurable 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:
Spanlsh, 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 focal 1_CD for the following
functions:
Torque versus Position
o Number of Starts versus Position
i`tumber 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)
o 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 without the 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 Meet 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.
,, oaf
intearal 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 66nden sation.-Tne starter shall be suitable- for 60 starts per -- -
hour during normal service or 1;200 starts, per hour under reduced load conditions and of rating .
..'appropriate to motor size. The controls supply transformer shall be fed from two, ofthe 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:
a Energizing of the contactor coils.
24V DC or 110V AC output for remote controls (maximum 5WNA)
Supply for all the internal electrical circuits
An alternative solid 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 functionality.
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 inIhlblt 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
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
o 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 21M
Operation. by distributed control system must be possible utilizing one or more of the following
network systems as well as acocpt a44 20 maA.do input command signal:
o Profibus
Modbus
o Foundation Fieldbus
DeviceNet
o Pakscan
o HART
Monitairing Facilities
Facilities to indicate actuator availability and monitor operation must be included as standard.'
Actuator text display indication of the following status/alarrns: .. .
CI e s d l imlt o en limit moving open moving closed, stopped
0 o , p , 1
• Torque trip closing,torgbe trip opening, motor, stalled
• ESp active, interlock active
• Thermostat trip, phase lost, 24V supply lost, local control failure
o Configurafton .error, position sensor failure, torque sensor failure
0 Battery low; battery discharged, power loss Inhibit
Integral datalogger to record and store the following operational data:
o Opening last / average torque against position
• Closing last / average torque against position
• Opening motor starts against position
o Closing motor starts against position
o Total open [closed operations
a Maximum recorded opening end closing torque values
a 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-intrusiva Bluefoofh® communication and also visible on the
actuator display. An Intrinsleally.safe portable tool must be provided to extract datalogger and, actuator
configuration files from the actuator. The portable tool must perm it.Bluetooth® connection with a PC
to perform file transfer. The actuator manufacturer mto enable extracted
ust supply PC software
actuator files to be viewed and analysed.
Witting and TerMination
Internal wiring shall be. tropical grade PVC Insulated 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:
0 Serial number
o External. voltage values
• Wiring diagram number
• Terminal layout -
The coda card must be suitable for the contractor to inscribe cable core identification alongside
terminal numbers.
0
Commissioning Kit
Each actuator must be supplied with a start -;up kit comprising installation instruction manual, electrical_
wiring diagramand cover sealsto make good any site losses during the commissioning period. In
addition, sufficient actuator.commissloning tools shall be supplied to enable: actuator -setup and
adJuWnent during valveNctuator 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:
Serial number
a Test date
Manufacturing site address
Customer
Customer order number (where applicable)
Actuator size
Mounting flange
Enclosure type
c Lubricant
Paint coating
O Powersupply
o Operating speed/time
Drive close direction
o Gear ratio forsecond stage gearbox (where applicable)
a Electrical optional extras
o 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
o Current at maximum torque setting In both directions
Flash test statement
® Test power supply voltage
i
Speditgtion electric actuators (modulating)
General
Provide modulating motor operators that meet the requirements for non -modulating operators, except
as specified herein..ln addition to the other equipment specified for non -modulating 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. mA,do input command signal. Provide zero and span adjustments to align minimum.and
maximum valve position with zero and 100 percent values ofthe 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.
.A,ctivate the solid state reversing starter to drive the actuator in the proper direction necessary to
reduce the error to zero, Provide,'propol oral band adjustment.from 5 to 40 percent. then the or 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 inthe AUTO position, will respond to the automatic signal described
above. Provide operators that, wheal 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 ratted for continuous
modulating duty. Provide motor insulation of at least Class H.
o a
G l
Specification -Butterfly valves
General
Provide butterfly valves 6 inches and larger of the full flanged pattern that meet the requirements of
AWWA C504. Provide butterfly valves of the rubber -seated, tight -closing type. For fluid temperatures
equal to or less than 180 degrees F, provide guna-N seats. For fluid temperatures greater than -180
degrees F, provide EPDM or Vrton seats. For fluid temperatures exceeding the temperature ratings of
EPDM and-Viton, provide seats that are appropriate foHhe intended service.
Materials
For butterfly valves•6 inches and larger, provide valve materials as specified below or as required for
the service:
a. Valve bodies .
Cast Iron ASTM A 126, Class B or ASTMA A 48, Class 40
b. Valve Shafts: ASTM:A.276.or A479/P;.479M, Type 304, stainless steel or carbon steel with A
276 orA 479, Type 304 stainless steel journals
c. Valve Discs
1. CastlronASTMA48, Class 40
2. Alloy Cast Iron ASTM A 436, Type I
3. DuatileIronAS'IMA 536, Grade 65-45-12
4. Bronze AW WA C504 Grade A, D or E
d. Mating seat surface
1. Stainless steel (castings) ASTM A 743/A743M, A 744 Grade CF-8 or CF-8M
2. Stainless Steel ASTM A 276. or A479, Type 304
3. ASTMA 430, Type I
e. Seats Buna--N (wastewater)
Construction.
General AW WA C504; for butterfly valve 6 inches and larger, manufacture valves and all
accessories, including operators, to meet the requirements ofAWWA C504, except as otherwise
specified. Provide valve bodies of the short -body flanged type or mechanical joint -end type, as shown
or specified. Wafer body type valves without lugs are not acceptable.
Pressure: '
Provide butterfly valves of pressure classes that are not less than Class 25B, that exceeded the pipeline
test pressure in -which the valve is installed, or that are as specified, whichever' is greater.
Shafts:
If stubs shafts are finnished, extend the shafts a minimum of 1-1/2 diameters into the discs and
provide clearance between the shaft and discs not exceeding the following:
Shaft Diameter (Inches)
Maxim -am Radial Clearance (fnch6s)
%to 1-1/2
0.002
2 to 4
0.0025
-0.003---
,6:
0.004
Extended Necks:
Provide butterfly valves in insulated Iffies with extended necks to clear insulation.
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.
Equipment:
.Item
MY
Location.
Description
11
3
Effluent/Backwash Influent
Installation of 3 already purchased Mork,
Tertiary Filters
electric actuators, model#iQFM, on existing
24 Inch flanged butterfly valves.
2
2
Influent Tertiary Filters
Electric Actuator for open/close ser I e, IP68
watertight enclosure, 480/3/60 power'supply,
manual handwheel override
3
1
Air Scour Influent Valve
14 inch butterfly valve with flanged ends to go
with Item 4.
4
2
Air Scour Influent
Electric Actuator for modulating service, IP68
watertight enclosure, 120/1/60 power supply,
manual handwheel override, complete -with
a_ daptlon kit for use on one existing 14 Inch
butterfly valve and one replaced 14 inch
butterfly valve Item 3
5
Installation Startup and Training
1. Note this item (Item 1) will be considered as alternate bid.
A 13
LAB
Proposal:
Dealership Submitting Quote:
Price. Firm for How Long:
Estimated Delivery Time:
Item
Qty
Unit Cost
Total Cost
1 Alternate
3
.2
2
3
1
4
2
5 1
NA
Government Discounts $
Price After Discount $
Total Price with Alternate $
Total Price without Alternate $
Prices to include all shipping, handling, delivery, pickup and setup charges..Pquipment 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 766-983-7464 or Patrick
Smoker, Plant Superintendent 765-983-7480.
Authorized Signature Date
Contact Person Phone Number
Contractor
- Definitions: -
E U Pra erify —A electronic vexrficaitozi of work auithorizationprogram of the Megal
Immigration Reform and Immigration. Responsibility Act -of 1996 (P.L.104 2081 Division C, Title
IV,s.403 (a), as amended, operated bythe United States Department of Homeland Security or
saccessox work authorization program designated by the United States Depart of Homeland Security
or other federal agency authorized to verify the work authorization status of newly hired employees
under the Immigration Reformm, and control Act of 1986 (P.L. 99,603).
No performance of services shall commence until tihe following has been met:
1. The City is in receipt of anyrequired certificates of insurance;
2. .The city is in xeceipt 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.
on A7"�7mumi'f�jII�It�.jd�Aa'G1'�a A�tt]A'�(Gptq�n7�•G�f71�f�1-.pC�T7angela Ajglifylt7Jja sin
p a A'll�lga an AA'T�121�[1'�ja/�goals a R'p'g7'l�l'�p�'A3ttl' n pa a no
nun Itab R u ItIIG C A oAf1nvia
COWLIANCE V4JL lff �L WDIA A E, — I;JL+iyx .u..C.ld®'d]'.1.�.tY lY1C •QU.CLS�JL'IlT'AJIJIV J1 S
Pursuant to Indiana Code 22.5.1.,7, Contractor is required to enroll in and verify the work eligibility
status of all newly hired employees of the contractor through the Indiana E-VerHyprogram.. Contractor
Is not required tQ verify the work eligibility status of all newly hired employees of the contractor through
the. Indiana E-V.exify program. if the 1udiaua E-Verify:pxogram no longef exists. Prior to tho
petfamiatice ofthe..Agreement Contractor shall provide to the City its signed .A�davit a1f nh g that
Contractor does not knowingly employ an unauthoxizdd alien in accordance with 1C 22-5-1.7 (a) (2). In
the event Contractor violates IC 22-5'-1.7 the Contractor shalt be xeq*ed to remedy the violation no
later than -thirty (30) days after the City notif es, the Contractor of the violation. If the Contractor fails to
remedy #heviolation -Mthin.the-61xty'(30) daypexiodprovided. above, the Otyshail considerthe_
Contractor to.be iu breach of this Agreement and this Agreement will be terminated. If the City'
determines that tennivating this Agreement would be de%mental to the public interest orpublic
iproperiy, the City may allow this Agreement to remain in effect until the Citypro cures anew contractor.
If this Agreement is terminated -under this section, then pursuant to, IC 22-5-1.7:13 (C) the. contractor '
will remain liable to the. City for actual damages.
u
Affidavit of Employment Eligibility VexHication
The Contractor; , affirm under the pagalties of pgjuiy that
Contractor does not knowingly on ploy an unauthorized alien. If Contractor is self-employed
. and does not employ any employees, Contractor verifies he or she is. a United States citizen or
cpza7ified alien.... •..` _ .
no Contractor has not Knowingly employed or contracted with an unau ho rized alien and. shall.
not retain an employee or contract with aperson that the Contractor. subsequenfilyleams is an
unauthorized alien. Pursuant to ludiana Code 22 5-1.7, Contractor has enrolled in and verified
the work eligibility status. of all newlyli red employees of the contractor thtoug i t& Indiana 1,
Vefy-program.
The Contractor has required Contractor's subcontractors to cerfify to the Contractorthat the
subcontractor does not knowingly employ: or contract.with an unauthorized alien and that the
subcontractor has enrolled and: is participating in the E Verify program. The Contractor will ,
znaintainthis certiftcationtbroughoutthe dmation ofthe term. of a contract with a subcontractor.
Thereby veiny under, the penalty of pmjury that the foregoing statement is true.
Dated this day of ; 20
(signature): '
(printedname)
. L
PAN INVESTMENT ACTIVITIES
-
Pursuant to Indiana Code (IC) 5 2216.5, Contractor certifies that Contractor is .not engaged in
investment activities in l'ran. In the event City:detm=es during the course of this Agreement that.
this cert�Eication is.no longer valid, City shall notify Contractor in writing of said deteninination
and shall give contractor ninety (90) days within which to respond to the whited notice. In the.
event Contractor fails to demonstrate .to- -the City that the. Contractor has ceased iuvestnoent j
activities in Iran, w ithm ninety (90) days after the wutten notice is given to.the Contractor; the City.
may proceed with; any xemedies it may have pursuant to IC 5 22-16.5. In the event the, City,
determines during the course of this Agreement that this certif cation is no longer valid and said
LL determinationisnotrefatedbyContractor in.themannerset forth inIC5-•22-16.5,the Citpreserves
the right to consider the Contractor to be in breach of Ibis agreement and �tem3in ate the agreement
upon the expiration•ofthe ninety (90) dayperiod set forth above.
19
Item
MY
Unit Cost,
Total Coct
1 Alternate
3
1200.00
3,600.00
2
2
7,503.00
15 006:00
3
1
2,441.00
2,441.00
4
2
8 536.00
17 076.00
5
NA
16 043.00
16 043.00
Government Discounts $ N/A
Price After Discount $ 64,160.00
Total Price with Alternate $ 54,160.00
• Total price without Alternate
50,560.00
Prices,to inolude;ail shipping, handling, delivery, plakup.and setup charges. Dquipmenfto be
delivered to the Richmond Sanitary District wastewater treatment facility, 2380 Liberty Ave,
Richmond, IN'47374
All„questions shall be dirooted to Jeff Lohmoeller, Plant Manager 7ti5-983=7464 or Patrick
Smoker, Plant Superintendent 765-983 7480;1
` . W 10A M020
Auth rized Signature Date
JENNIFER WAL.TER 859-525-9890 .
Contact person. Phone'Number
TRIVACO
Contractor
Trivaco Quote
2615 ArborTcchDrive
Hebion,'KY 41048
Tel; 859-525-9890 Fait: (85-9)5 2598 1083402-00 1
PO Date _ PO // ...... .
Please Remit To: 10/13/20 (none)
Tristate Valves &Controls Inc. --- -------- - ------ —
P.O.Box 413:
Plorenee, It:Y-41022-0413
:Bill To' City of Richmond
Richmond Sanitary Dlstrret
2380I ibeityAvc
7107 Rlchmond,IA147374
JLAV 1V13120
Qnote d'To L.... Via :. . I I Terms.
S1npTo.Cltyofltichmond Jeff LohnMer BestWay Net30Days
RichmondSanitmyl)istrict ; , lnstmcttons - - - I Slsl2epIn/SR:
2380 LibertyAve FOB. Odgin; TRT: PPD & Add JLW / US
Riclrmond,JN 47374
Lu ProduciDescnphon Quantity Quantity Quantity Qry :unit Amount
Ordered Backordered Stripped ZpIvi Price (NO
Delivery: ;22 24 weeks ARO, subject to prior sales
All power and controls wires must be pulled prior to
instalation by Trivaco. Wiring "a responsibility of
others andis not included in this quote. We will
terminate wires in the.actuators..
1 ActuatorinstallaticadNJBWInfTertiaryFilt 3 each •1200.00 3600.00_
Installation of (3) existing Rotork actuators; Model: IQFM
on existing DeZW* 24" butterfly valve§.
2 Actuators for 24' Valves Muent Tertiary Filter 2 each 7503.00 _ I5006.00
Bettis Electrie Actuatorfor existing 24" Dezu&Butterfly
Valve, open/elose seivice, IP-68 Watertight enclosure,
480)3/60.p9wcr,mauuAhandw1ieel override.
3 14 4500 KennedyBFVAirSCourInfluent 1 each 2441.00 2441.60
14" Kemiedy Butterfly Valve; AW WA C504, flanged ends, to go
with one of the actuators in line 4.
4 Actuators for i4" Valves Air.3courInfluent 2 each 8535.00 17070.00
Electric actuators - one for ibe If' valve! in line 3, one
for existing 14" Dezurik butterfly valve. For modulating .
service, IP68 watertight e33closares,.120/1/60 power, manual -
handWheel Oyernde.
5 Install, Startup, Train All Valves/Actuators ] each :1043.00 16043.00
5 .Lines Total Total 54160.00
Invoice Total 54160.00.
ATmance Charge of 1112% per month will apply to invoices unpaid after terms for every 30 days.
A Credit Cnrd )tree of 4.054. millbe ehargedto cover any associated costs for credit card payments.
Print: Tline: 0912812016:50* l_ .. % I en Page 1 of 1
Kg lot -L /. r