Loading...
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