Loading...
HomeMy Public PortalAbout055-2022 - Air Technologies - maintenace on air compressors AGREEMENT ORIGINAL THIS AGREEMENT made and entered into this _ -day of /14' , 2022, by and between the City of Richmond,Indiana, a municipal corporation acting b and through its Board of Sanitary Commissioners (referred to as the "City"), and Air Technologies, 8405 East 30th Street, Indianapolis,IN 46219 (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor for annual maintenance on City's big bubble air compressors in a manner consistent with Contractor's Proposal, and the appendix thereto, which is attached hereto and incorporated by reference herein as Exhibit"A". Should any provisions, terms, or conditions contained in any of the documents attached hereto and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. Contractor shall submit statements or bills monthly. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with I.C. § 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor the annual sum of Nine Thousand Three Hundred Ninety-Seven Dollars and 80/100 ($9,397.80). SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue in effect until to an including January 31,2025. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least thirty (30) days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure,for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report,other work product, or advice,whether oral or written,by the Contract No.55-2022 1 I Page Contractor to the City that is incorrect,incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement setting forth the reasons for such termination, the effective date, and in the case of partial termination,the portion to be terminated. This Agreement may also be terminated by either the City or the Contractor, without cause, by giving at least thirty(30) days written notice to the other party. In the event of termination of this Agreement, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub-contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation& Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence 2 I Page Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice/Errors &Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA" E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty(30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITTF.S Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event Board determines during the course of this Agreement that this certification is no longer valid, Board shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the Board deteiiiiines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the Board reserves the right 3 I Page to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub-contractor, or any person acting on behalf of Contractor or any sub-contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability,national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1,the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub-contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub-contractor, or any person action on behalf of Contractor or any sub-contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race,religion, color, sex,national origin or ancestry; • 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated .in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI.MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion,negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana,regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement,including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. [The remainder of this page intentionally left blank. Signatures to follow on page 6]. 5 I Page IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" "CONTRACTOR" The City of Richmond, Indiana,by and Air Technologies through its Board of Sanitary Commissioners By: ? 2. ue % 1.----• iller,President (Printed): /L . Sds,�f Dated: ,3/7`3-/r".,1 Title: y,,,J#(5�As- iiL �/ J Aman Bakshi, Vice President Dated: —,1?&2,2, Dated: 3/24/Loz2_ tee. Suns, Member Dated: y_.�°2 ` a- APPROVED: brvirt . Sno or Dated: DtI/ 11 7if�Z I iof RIC1.14-7 r, � DAVID M.SNOW 1Z -f ' ," Al o'' Mayor PAT SMOKER \NpIANP Director CITY OF RICHMOND DEPARTMENT OF SANITATION. 2380 LIBERTY AVENUE•RICHMOND,INDIANA 47374 PHONE(765)983-7450•FAX(765)962-2669 LETTER OF TRANSMITTAL To: Air Technologies From: Jessica Foster Date: 4/21/22 Subject: Contracts for Execution (55-2022) Enclosed are copies of original contracts to be executed. Please sign, date, and return one original copy to the below address: . . Richmond Sanitary District Attn: Jessica Foster 2380 Liberty Ave. Richmond,IN 47374 Please email me at jfoster@richmondindiana.gov if you have any questions. Thank you, eesica Foster Administrative Assistant Richmond Sanitary District ---IR TECHNOLOGIES Compressed Air Systems An O CI INDUSTRIAL TECHNOLOGIES Company 160 84th ST SW, Suite 1 Byron Center, MI 49315 Dear Jessica, Here are the original signed documents for your service agreement. I wanted to let you know that we will need a credit application filled out to establish an account with Air Technologies. Once we receive the credit application completed, we will be able to commence with servicing y requipment. Brandi Schroeder emailed a copy of our application to you, if you have already completed and sent it back to her, please disregard this correspondence: If you have questions related to this agreement you may call myself or Brandi. Thank you for trusting us with providing you with exceptional service for your new compressor. We look forward to a long relationship. Best.Regards, e . ��s n Ian Smith Cell: 616-283-4633 Brandi Schroeder: 317-639-9844 317-549-9500 6405 E.30th Street Indianapolis,iN 46219 TECHNOLOGIESOTC ) Fax-317-542-8070 Compressed Air Systems INDUSTRIAL TECHNOLOGIES An OTC INDUSTnIALTECHNOLGGIESCompany CUSTOMER SERVICE AGREEMENT Date: February 10,2022 Customer Name: City of Richmond Product Description: CSA Basic-3 822652 Customer#: 822652 Purch.Contact: Billing Address: 2380 Liberty Ave Phone: Fax: City: Richmond State: IN Zip: 47374 Email: Jobsite Name: City of Richmond Maint.Contact: Pat Smoker Jobsite Address: 2380 Liberty Ave Phone: Fax: City: Richmond State: IN Zip: 47374 Email: psmoker@richmodindiana.gov COVERED EQUIPMENT Make Model Serial Number Appendix Running Hours Agreement Type Atlas Copco GA18P ITJ369-698 OIS 2000 I Basic Atlas Copco GA18P ITJ369-699 OIS-2 6000 ' Basic Atlas Copco FX9 ITJ386-202 Refrig Dryer 6000 Basic Atlas Copco FX9 ITJ385-992 Refrig Dryer 6000 Basic Atlas Copco Inline Filter Various OIS 2000 Basic 1. The annual price to perform the service outlined in this Agreement and attached Appendixes)is: $9,397.80 per year for 3 years Please select one of the following payment options: ❑ Annual at $9,397.80 ❑ Seml-Annual at $4,698.90 ❑ Quarterly at $2,349.45 2. This agreement shall be invoiced on the following dates: Net,30 Days 3. The length of this Agreement shall be Born: February 1,2022 to _ January 31,2025 4. Comments,special instructions,etc. This agreement Is for 3 years.Please refer to the attached appendix for services performed. The agreement Is based on running hours stated above.If units)run more than stated hours,additional services may be required and will be quoted separately.Customer may be charged a pro rated amount If agreement is canceled before expiration date. Taxes are billed in addition to CSA billings.Biling and service months may not'coincide. 5. Agreed to by: Customer Signature Date AIR TECHNOLOGIES® Date Purchase:Order Number Date CUSTOMER SERVICE AGREEMENT GENERAL TERMS AND CONDITIONS 1) Prices stated above and service detailed on the attached Appendix(Appendices)are for normal business hours Monday-Friday 7:30 a.m.-4:30 p.m. Extra charges will apply for service outside of normal business hours unless otherwise stated. 2) Services requested beyond those specified In this Agreement will be charged trip charges and labor rates as follows: Monday-Friday 7:30 a.m.-4:30 p.m. Regular Hourly Rate Monday-Friday 4:30 p.m.-midnight;Saturdays 7:30 a.m.-midnight Time and One-Half Rate Monday-Saturday after midnight;all day Sunday and holidays Double Time Rate,Holidays are Triple time Trip charges will also apply to services not specified In this Agreement. a) When additional parts,labor,travel time or any other charge beyond those included in this Agreement are required or requested,Buyer must provide written approval either by a purchase order or by signing an acknowledgment. 4) Air Technologies®warrants the work performed hereunder for a period of 30 days after the date of completion of the work. Defects In material and workmanship shall be limited to the repair or replacement of those new parts previously installed or labor previously performed and demonstrated to be defective. Such remedies shall constitute Buyer's sole remedy,and Buyer hereby agrees that no other remedy shall be available to Buyer. Work that is not in conformance to manufacturer's recommended standards may be performed upon request of and according to Buyer's instructions, but such work will carry absolutely no warranty whatsoever. 5) Air Technologies®and Buyer agree to Indemnify and hold harmless the other party,and all of their affiliates,officers,directors,employees,agents, and representatives from and against any and all claims,actions,causes of action,demands,or liabilities of whatsoever kind and nature,including Judgements,interest,reasonable attorney fees,and all other costs,fees,expenses,and charges(collectively"Claims")to the extent that such Claims arise from the possession,use,operation,handling or transportation of the Covered Equipment by the indemnifying party or from any breach of the Agreement by the Indemnifying party. 6) In no event shall either party be liable for any special,indirect,incidental,consequential or punitive losses or damages,Including but not limited to losses or damages arising out of claims for loss of use,business,goodwill,or profits,and claims arising out of third party actions. 7) Buyer agrees to grant Air Technologies®free access to the Covered Equipment. Parts kits and hardware/software placed on Buyer's site to perform this Agreement are the property of Air Technologies®. Because the normal operation of the Covered Equipment is a function of the Buyer, Air Technologies®cannot be responsible for either the failure of the Covered Equipment nor for any obsolescence. p� Rev March,2012 EXHIBIT PAGE, l r• ', _ 317-541-1500 8405 E.30th Street lndianapo/is,IN46219 TECHNOLOGIES Fax-317-542.8070 Corn pressed Air Systems Unit(s)Covered Under Basic Features&Benefits Make Model Serial Number Atlas Copco GA18P ITJ369-698 Atlas Copco GA18P ITJ369-699 Atlas Copco FX9 ITJ386-202 Atlas Copco FX9 ITJ385-992 Atlas Copco Inline Filter Various Basic Customer Service Agreement Features & Benefits ****On Operating Efficiency Alone..... *Lower pressure drop saves power Dirty air filter reduces air flow 5 to 10%($2,700 to$5,500) Dirty broken down oil robs 1 to 3%in power Dirty air/oil separator Increases power consumption up to 6%($3,300) Dirty air system filter increase power costs 5 to 10%($2,700 tO$5,500) Power savings basis$0.07 per KWIHR continuous duty for a 100 HP unit Feature Benefit Stocked service vehicles with most **Genuine replacement parts on hand when needed commonly used parts **Significantly reduce potential machine downtime Preventive maintenance performed **Extends equipment life&performance when required **Helps control and/or reduce future unexpected repair costs Safety devices are checked&adjusted **Better compressor protection and safety annually Genuine OEM Parts on Atlas Copco **Highest quality components **Factory Support&Warranty Manufacturers recommended **Upgrade compressor to latest technology product upgrades (some upgrades:may require;additionaltharges to be quoted) Factory trained technicians `*Knowledge of proper operating parameters **Maintenance/repairs performed to factory specifications **Factory support throughout life of equipment Waste oil/filter removal **No EPA issues Vibration&oil analysis **Early detection of bearing and/or oil breakdown Complete air system chock **Operate at maximum efficiency at lowest overall cost Additional 10%labor discount **10%savings on labor for any additional repairs that may be required on equipment covered under the CSA Customized Billing Schedule **Even out maintenance budgets EXHIBIT PAGE Oil Flooded PM Service Schedule Compressor Model GA18P S/N ITJ369-698 Compressor Model Inline Filter S/N Various MAR'22; SEP'22'24 SEP'23 SEP'23 ]p'q,BIT II LABOR [1;A[t7S1l LABOR.PARTS I LABOR IFE RP'JI LABOR SAFETY ITEM CHECKS SAFETY VALVES X X X MOTOR OVERLOAD X X X HIGH TEMPERATURE SWITCH X X X CONTROL ITEM CHECKS OIL STOP VALVE OPERATION X X X MINIMUM PRESSURE VALVE OPERATION X X X DISCHARGE CHECK VALVE OPERATION X X X INLETIUNLOADER VALVE OPERATION X X X REGULATORNENT VALVE OPERATION X X X ADJUST LOAD/UNLOAD POINT X X X BASIC SYSTEM CHECKS HOSE CONDITION X X X INSPECT OVERALL COMPRESSOR INSTALLATION X X X INSPECT COOLERS/BLOW OFF DIRT X X X OIL LEVEL/TOP OFF X X X AIR LEAKS X X X OIL LEAKS X X X ABNORMAL NOISESMBRATIONS X X X MOISTURE TRAP OPERATION X X X INSPECT/ADJUST DRIVE SYSTEM X X X ELECTRICAL SYSTEM CHECKS RECORD VOLTAGE&LOADED/UNLOADED AMPS X X X INSPECT MOTOR/CLEAN AIR PASSAGES X X X TIGHTEN ELECTRICAL CONNECTIONS X X X MAINTENANCE REPAIRS(when required) CHANGE OIL FILTER X CHANGE AIR FILTER WM X EX' X CHANGE OIL ma X CLEAN OIL SCAVENGE LINE X X X LUBRICATE MOTOR BEARINGS 1111M X X EX� X REBUILD MOISTURE TRAP DRAIN FLOAT MPV+THERMOSTAT KIT NON RETURN KIT UNLOADER KIT THERMOSTAT KIT CABINET FILTER CHANGE SEPARATOR X LOG OPERATING PRESSURES/TEMPERATURES UNLOAD/LOAD PRESSURE X X X AMBIENT TEMPERATURE X X X DISCHARGE TEMPERATURE X X X SEPARATOR DIFFERENTIAL PRESSURE X X X OTHER MOUNTED GAUGES X X X LOG RUNNING/LOADED HOURS X X X PREVENTIVE ANALYSIS TAKE OIL SAMPLE MN . X x EXni X INSPECT/REPLACE INLINE FILTER(S) X X X BEARING VIBRATION ANALYSIS(SPM) PREPARE REPORT RECOMMENDATIONS X X X THERMAL IMAGING �X� X MN X COMPRESSOR SYSTEM INSPECTION CHECK AIR DRYER OPERATION X X X CHECK IN LINE FILTER CONDITION WARRANTY STANDARD FACTORY WARRANTY, I IX X IX XIX X EXHIBIT PAGE 0 3 OF Oil Flooded PM Service Schedule Compressor Model GA18P S/N ITJ369-699 Compressor Model Inline Filter S/N Various MAR`22 SEP•'24 MAR'23'24 SEP'22 SEP'23 • P'ARjr 1I LABOR III ARM LABOR IgAwirc811 LABOR WRITS]]LABOR SAFETY ITEM CHECKS SAFETY VALVES X X X X MOTOR OVERLOAD X X , X X HIGH TEMPERATURE SWITCH X X X X CONTROL ITEM CHECKS OIL STOP VALVE OPERATION X X X X MINIMUM PRESSURE VALVE OPERATION X X X X DISCHARGE CHECK VALVE OPERATION X X X X INLET/UNLOADER VALVE OPERATION X X X X REGULATORNENT VALVE OPERATION X X X X ADJUST LOAD/UNLOAD POINT X X X X BASIC SYSTEM CHECKS HOSE CONDITION X X X X INSPECT OVERALL COMPRESSOR INSTALLATION X X X X INSPECT COOLERS/BLOW OFF DIRT X X X X OIL LEVEL/TOP OFF X X X X AIR LEAKS X X X X OIL LEAKS X X X X ABNORMAL NOISESNIBRATIONS X X X X MOISTURE TRAP OPERATION X X X X INSPECT/ADJUST DRIVE SYSTEM X X X X ELECTRICAL SYSTEM CHECKS RECORD VOLTAGE&LOADED/UNLOADED AMPS X X X X INSPECT MOTOR/CLEAN AIR PASSAGES X X X X TIGHTEN ELECTRICAL CONNECTIONS X X X X MAINTENANCE REPAIRS(when required) CHANGE OIL FILTER INIXI X R X CHANGE AIR FILTER E3 X MIA X MN X CHANGE OIL E3 X E3 X _ CLEAN OIL SCAVENGE LINE X X X X LUBRICATE MOTOR BEARINGS X $3 X E3 X IMIll X REBUILD MOISTURE TRAP 2 X Num X NON-RETURN KIT 83 X THERMOSTAT KIT ( X CHANGE SEPARATOR E3 X NM X I�� X LOG OPERATING PRESSURES/TEMPERATURES UNLOAD/LOAD PRESSURE X X X X AMBIENT TEMPERATURE X X X X DISCHARGE TEMPERATURE X X X X SEPARATOR DIFFERENTIAL PRESSURE X X X X OTHER MOUNTED GAUGES X X X X LOG RUNNING/LOADED HOURS X X X X PREVENTIVE ANALYSIS TAKE OIL SAMPLE I.). X NAM X 1111M1 X X� X BEARING VIBRATION ANALYSIS(SPM) PREPARE REPORT RECOMMENDATIONS X X X X THERMAL IMAGING(SEP ONLY) )A{ X IMil X . X COMPRESSOR SYSTEM INSPECTION CHECK AIR DRYER OPERATION X X X X CHECK IN LINE FILTER CONDITION WARRANTY STANDARD FACTORY WARRANTY' X X l X X I X X I X X EXHIBIT' A PAGE (1 O� '/ Refrigerated Dryer PM Service Schedule Dryer Model FX9 SIN ITJ386-202 Dryer Model FX9 SIN ITJ385-992 • MAR'22-24 SEP'22-'24 IPA:R MA' LABOR IIKARTAIR LABOR ■PAF.fir I LABOR SAFETY ITEM CHECKS SAFETY VALVES X X HIGH PRESSURE CUTOFF SWITCH X X CONTROL ITEM CHECKS HOT GAS BYPASS VALVE OPERATION X X THERMAL EXPANSION VALVE OPERATION X X CONDENSOR FAN OPERATION X X BASIC SYSTEM CHECKS INSPECT OVERALL DRYER INSTALLATION X X AIR LEAKS X X BLOW OFF CONDENSOR X X CHECK CONDENSOR FAN SETTING X X CHECK HIGH SIDE&LOW SIDE PRESSURES X X ABNORMAL NOISESNIBRATIONS X X MOISTURE TRAP OPERATION X X LOG OPERATING PRESSURES/TEMPERATURES AMBIENT TEMPERATURE X X DISCHARGE TEMPERATURE X X CHECK DEW POINT/LAT X X OTHER MOUNTED GAUGES, X X LOG RUNNING/LOADED HOURS IF APPLICABLE X X PREVENTATIVE ANALYSIS PREPARE REPORT RECOMMENDATIONS! I X I X COMPRESSOR SYSTEM INSPECTION CHECK AIR DRYER OPERATION X X REBUILD MOISTURE TRAP INSPECT/REPLACE INLINE FILTER(S) 111M1 X MAINTENANCE REPAIRS THERMAL IMAGING ANALYSIS • PRESSURE WASH COOLERS EXHIBIT PIGS_ �