HomeMy Public PortalAbout149-2012 - Bader Mechanical - preventive maintance & testing onARe`"°W ORIGINAL
THIS AGREEMENT made and entered into this 2S_ day of Dtcemi4 /- , 2012, by
and between the City of Richmond, Indiana, a municipal corporation acting by and through its
Board of Sanitary Commissioners (hereinafter referred to as the "City") and Bader Mechanical,
Inc., 110 West Main Street, Richmond, Indiana 47374 (hereinafter referred to as the
"Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor to perform preventative maintenance services and testing on
medium voltage and low voltage power distribution equipment at City's Wastewater Treatment
Plant, as specified_
A Request for Quotes was sent out October 5, 2012, has been made available for inspection by
Contractor, is on file in the office of the Sanitation Department, is attached hereto as Exhibit "A,"
consisting of four (4) pages, and is hereby incorporated by reference and made a part of this
Agreement. Contractor agrees to abide by the same, and shall provide all requested equipment
and services listed on Exhibit "A."
The response of Contractor to said Request for Quotes dated October 22, 2012 is attached hereto
as Exhibit "B", consisting of two (2) pages, and is hereby incorporated by reference and made a
part 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 labor, material, equipment, and services necessary for the proper
completion of all work specified.
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 signed by Contractor in
accordance with Indiana Code 22-5-1.7-1 1(a)(2); and
3. A purchase order has been issued by the Purchasing Department.
SECTION 11. 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 111. COMPENSATION
City shall pay Contractor a total sum not to exceed Sixty -Seven Thousand One Hundred Eighty -
One Dollars and Zero Cents ($67,181.00) for complete and satisfactory performance of the work
required hereunder.
Contract No. 149-2012
Page 1 of 6
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect
until completion of the project.
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.fWe (5) 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;
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 payment for 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 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.
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
Page 2 of 6
C. Comprehensive'General Liability
Section 1. Bodily Injury
Section 2. Property Damage
D. Comprehensive Auto Liability
Section 1. Bodily Injury
Section 2. Property Damage
$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
E. Comprehensive Umbrella Liability $1,000,000 each occurrence
$1,000,000 each 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.
Page 3of6
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. 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:
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.
Page 4of6
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 parry 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 fling 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.
Page 5 of 6
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
wg'
a" f/, z �21'
g 1
Date:
APPROVED:
l Sar h L. Hutton, Mayor
Date: !� Z—
"CONTRACTOR"
BADER MECHANICAL, INC.
41/1
.Printed: -S'Bmkz/
Title: C It J(� ' e—
Date: 1-1-3 - 9,0J Z
Page 6 of 6
Tire Richmond Sanitary District is "Requesting Quotes" For Preventative
Maintenance Services and Testing on the MV and LV Power Distribution
Equipment at the Waste Water Treatment. Plant.
I Scope of Work
Request for quote to perform preventive maintenance services and testing on the power distribution
equipment at the City of Richmond, Indiana's waste water treatment facility. The maintenance and
testing described herein for the electrical equipment outlined -below will be performed in a single
mobilization. Maintenance and testing will need to be performed on sixteen (16) medium voltage air
interrupter switches, eleven (11) mineral oil tilled transformers, four (4) low voltage distribution
switchboard lineups, two (2) medium voltage switch lineups, three (3) medium voltage motor starters, and
five (5) variable frequency drives.
During the outage, the following repairs -will need to be made that were identified during the previous
outage in 2005.
rpEtr.
Q�cdB+ul 5abasbd @ Cfscame�ioa Trledtnfiselimahreta 40laFtr34iJ
IPBNbtar�l4Cb�Lor
L�sideofa�actarlrasand oa C
�'f all aa�mecdons.I�tQfal�mofa3or
Filter&n7
7=ZMMjs�RuMrg It ' dcbm6= Wffino fi= May.
a�tirner Qi722A 2,AA}
13IOW13aft
1416OVSWTeSviiLdtissti 9ntt�dosed "on
TaI�eio�ln2+bwBloveraodicn�i e@
I BW131 'ff
traasfaan�s azcl w�fn�tbc
45 fIf0l13HEE inMlei
PAWYAg�s
sfflb±islodm
aesv�iuh { Dl4CY ts)
RhMYB.Dft
SXuLd Sm=Ik=%risAatcd4gn&,
Rc.P1wecrxcwmhc9mr l.3S4
D�MBuz - e
�icbcral�[Ivatr a�
facleaama#a�smthclxesktr
aharyMdiagoa�al
jerdidnottiumwti�r
lnvesii emwititaa+Im] or axd
An Infrared thermal scan will need to be performed for the site electrical equipment to determine if any hot
spots exist in order that corrective action may be taken during the outage.
In addition to the preventive maintenance services, a visual inspection of the remaining facility will need to
be performed. Electrical system issues will be reviewed with on -site personnel including any nuisance
trips of the drives, any expansion/upgrade plans, power system Outages, etc.
1.1 Engineering Services
A project manager will need to be provided who will be the key focal point with the City of Richmond. This
person will develop a thorough understanding of the technical and financial objectives of City of
Richmond. A project schedule and sequence of work in order to achieve the project objectives in a safe
and efficient manner will need to be provided as part of this project.
Engineering services will need to be provided to evaluate and inspect the equipment included in this
proposal as described below. An engineering report will need to be developed including the raw test,
data, any minor corrections or adjustments made during the inspection, and any recommendations for
additional repairs or upgrades to the equipment as a result of the inspection.
ffXHI�IT�PAO�OF-
TEST AND INSPECTION WORKSCOPES
1. Switchboard Assemblies
a) The switchboard cubicles and circuit breaker compartments will be inspected for evidence of
damaged or defective devices.
b) The compartment space heaters, if present, will be inspected for proper operation.
c) All accessible bus connections and supports will be checked for proper t[ghtness on de -energized
circuits.
d) Upon completion of inspection, a phase to phase and phase to ground insulation resistance test
will be performed using an insulation resistance tester.
e) Compartment panel door latches will be checked for proper operation.
f) The test data obtained will be included as part of the Eng[neering Appraisal Report.
2. Medium Voltage Air Interrupter'Switches
a) The Interrupter switch will be serviced and visually Inspected for proper contact alignment, wipe,
gap and sequence.
b) The interrupter switch will be cleaned and vacuumed and all moveable devices will be lubricated
per manufacturer's requirement.
c) The fuses will be removed to allow inspection of the fuse ferrules, fuse clips for signs of damage
and proper current rating.
d) All accessible cable and bus connections and supports will be Inspected for proper tightness on
de -energized circuits.
e) Inspect key interlocks for proper operating sequence and proper key distribution.
fj The primary contact resistance of each phase will be measured with a ductor and recorded.
g) Upon completion of inspection, a phase to phase and phase to ground insulation resistance test
will be performed using an insulation resistance tester.
h) The test data obtained will be included as part of the Engineering Appraisal Report.
3, substation Transformers (Liquid Filled)
a) Visually inspect substation transformer for any damage .
b) Inspect transformer pressure relief devices, tap changers, liquid level indicators and cooling tubes
for discrepancies
c) Check for proper tightness of all external bolted electrical joints
d) The primary contact resistance of each phase will be measured with a ductor and recorded.
e) Perform visual and mechanical tests per manufacturer's specil-iications,
f) Visually check the equipment ground and record the number and size of ground bus and straps.
g) Inspect primary bushings, secondary" bushings, cooling tubes and tap changers for evidence of oil
leaks.
h) perform a turns ratio test in operating tap position.
I) An insulation resistance test will be performed winding to winding and winding to ground. The
values obtained will be recorded.
j) Oil samples will be taken from each transformer and sent to a lab for both comprehensive and
dissolved gases in oil analysis.
k) The test data obtained will be included as part of the Engineering Appraisal Report.
4. Low Voltage -Molded Case Circuit Breakers
a) All circuit breaker terminations wli[ be checked for physical damage and proper tightness.
b) The circuit breakersvi[ll be operated and checked for proper mechanical operation.
c) `the phase to phase and phase to ground insulation resistances of each phase will" be measured
with a 500•voit Megger and recorded.
d) The primary contact resistance of each phase will be measured with a ductor and recorded.
e) The test data obtained will be included as part of the Engineering Appraisal Report.
F�fHIBIT PACE A OFF
S. Infrared Scanning
a) The electrical equipment will be inspected for physical, electrical and mechanical condition.
b) Problem areas will be located as "hot spots" through an infrared thermal image. The problem
areas are caused by loose connections, bad contacts, dirty insulators, phase unbalance, and
overload conditions. '
c) All potential hot spots will be recorded and a Polaroid picture will be taken.
d) An engineering evaluation will be made, and recommendations given, for further action required to
correct any problems -identified during the survey.
e) The test data obtained will be included as part of the Engineering Appraisal Report.
6, Variable Frequency Drives
a) The drive equipment will be inspected for physical, electrical and mechanical condition.
b) The drives will be cleaned and vacuumed. Existing air filters will be inspected and cleaned.
c) Alf cable connections will be checked for proper tightness.
d) Operational checks will be performed for the drives, including startlstop logic, power supply levels,
voltagelcurrent/speed feedback levels, and reference controls.
e) Insulation resistance of the motors and associated cables will be checked using a 1000 volt -
Megger.
0 The test data obtained will be included as part of the Engineering Appraisal Report.
7. Medium Voltage Motor Starter
a) The main contactor will be removed from its compartment and inspected for damaged or worn
components and lubricated per manufacturer's requirements,
b) Upon completion of inspection, a phase to phase and phase to ground insulation resistance test
will be performed using an insulation resistance tester.
c) The primary contacts for each phase will be checked for proper contact alignment, wipe and gap.
Each contact surface and arc chute assembly will be checked for excessive arcing, pitting or
abnormal wear.
d) All control disconnect stabs and interlocks wiil be Inspected, cleaned and lubricated per
manufacturer's requirements,
e) The primary contact resistance of each phase will be measured with a ductor and recorded.
€) lest data obtained will be included as part of the Engineering Appraisal Report.
1.2 Documentation
After completion of the engineering appraisal, inspection, testing, maintenance and/or calibration of the
equipment as described under Work Scope, the contractor shall submit to the customer one ('i) copy of
the final report. The final report shall contain the following items:
1) A list of the equipment on which the service was performed..
2) An executive summary that Identifies the'work performed on each piece of equipment. .
3) Results and recommendations that will detail any discrepancies found and corrective actions taken.
4) Field data inspection sheet for each piece of equipment- inspected, tested and serviced.
EXHIBIT__ PAGE-L_OF�
4.3 Equipment
'The MOjbf equipment to be tested and evaluated'includes:
QtY sNteen (16) medlUrn-voltage air switches,
'Qty four (4low'Voltaget.Witchboards.!
QtkJWo (2) medium Voltage swltchboards.
Qty.five (5). varlabla frequency, drives..
Qt,y-.thr three (3) medium voltage motor -starters.
2 Sc fiedulb I 0611i'v"ery
TheVdOwill be scheduled' on.dates and at times whi'Qhs.are mutu.g!]y agreeg6le between City of
R1bhm ohd-and the contractor, Unless otherwise agroqd- upon- - adyg co1 it::shall oc ur.10 an
.0biriterrupted and sequential fashiom If work is caused to be Interrupted by or fqr theconvQnienqe of
City 6f. Richmond or cannot be perfbrmed'accardlng to thp,agrwpt.d.Proje Sch6dbla.tfietemaybe
S6 charges for mulCip! kips, an . d rescheduling of . oufpge work;
Based -on past exped6nco,jfiecotiti - for has•incl.udijdsothe..ov.er�meh.bu.rsiii.the.1r:p.r.opotalp(toeto
critical pieces of j.-qu meni that ca h lqe,r:eMovdd frohl servi dL4rlr1g
perform maintenance �joq �Cp� c Ot ca
01
'normal busin . es . s hours.- . Hpw..pyerj It isintended that th.p.trptiy ofIke -Workwill be performed during
normA. streigbt,time-wor-king,hDurs,..,Mon.day throogb N
The following is -an est;iffiafebf Man Power that Will be needed
Monday It. ho.ms — 2• Electricians, 3: field Englhatrs
Tuesday 1,24iours — 2,.E]0ctr1&th:a, 3 Field -Engineers
W660,9dtiY 12 hours 2 Elekiddaris, 2' Field Epglneers
Thursday 12'hours —.2 Electricians, 3F.Wd Engineers
FOda rs-2:E[qq qla F , y ff:.h.pu hs,4 jqldEQgineem
Wk NOR, 11
General Electric Company
.7,,.Z,-,2 Hamilton C m8sing Blvd.
Bartel., IN 46032
Attu: Shaiidon Morgan
-30
6.6. 317-460-�D,3
13-Md
EXHIBIT-- _PAGE
0
PRICE REQUEST.
u o -
� fir r
CM lJF'MCOMOND 1
23E AF.ThffiW OF LMlM7YAVBgMeIUC TM T,I THIS IS NOT AN ORDER
23801JfH1�t7YAVEi4UE.RICHIvtOI+iD;11JDIANA47374
Pi{O,W (765)983 7450.FAX(765) 962-2669
VENDOR INSTRUCTIONS
This is a request for a price for the services of materials
Bader Mechanical Inc.described below. Any additional specifications may be
s attached hereto. This Is NOT an order and the City reserves
the right to accept all or part, or decline the entlre proposal.
Max Dube Please complete your full name and phone number below
with signature: Itemize all prices and charges where
110 West Main requested; and attach any explanation for any substitution to
specifications altered. Return in a seated envelope, in care of
Richmond, IN 47374 Richmond Sanitary District Board of Commissioners to
the adminlstrallon building at the address above by the
specified date and time to be considered.
DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED:
October 5, 2012 10:00 A.M. on October 22, 2012 UPON RECEIPT OF INVOIC5 DELIVERED
DESCRIPTION
This is a request for quotes for Preventative Maintenance Services and Testing on the MV and LV Power
Distribution Equipment at the Wastewater Treatment Plant. Please see attached specifications. Please fill
out the F-VerifY Forms and Indiana Local Preference Claim Forms Please include a Certificate of
Insurance which must include Workers Compensation. Also include all warranty information with quote.
Return the quote in a sealed envelope addressed to: Richmond Sanitary District
Denise Johanson
2380 Liberty Avenue
Richmond, IN 47374
Re. Preventative Maintenance
Quote Valid Until Jf - - Total Quote $ 6 Z / ,?/, d 0
There will be a Pre -Quote meeting on October 12 2012 at 10:30AM at the District Administration
Building, 2380 Libea Avenue, Richmond, Indiana.
Questions please call Jeff Lohmoeller at 765-993-7464.
STAVE TAX EXEMPTION # 003121909.001 BAbeL' 3L 0-H L
BY:
4 m/
-PE'3 n ! 'tIAUTHOMM-13 BYSIGNATURE
rt eL, Gel
7173.E
Rich mondAS-nitaty District DATE PHONENUMBER
--
EXHIBIT 3 PAGE SOP a
Price Request For Preventative Maintenance Services and Testing on the MV
and LV Power Distribution Equipment at the Waste Water Treatment Plant
Price Request Sheet
RICH 90ND SANITARY DISTRICT -
2380 Liberty Avenue
Richmond, IN 47374
Jeff Lohmoeller .
Office (765) 983-7464
Cell (765) 993-2670
Contractor Name:
Date:
Cost of Project
Length of Project
Quote Valid Tiff
Certificate of Insurance
E-Verify
Indiana Local, Preference
,t
EXHIBIT PAGF pF a