Loading...
HomeMy WebLinkAbout2011-032 Contract - Specialty Engineering Contract for Contractor Services CITY OF CONTRACTOR: Specialty Engineering ASHLAND CONTACT: Doug Rotella, Senior Engineer 20 East Main Street Ashland, Oregon 97520 ADDRESS: PO Box 5828, Vancouver, WA 98668 Telephone: 541/488-6002 Fax: 541/488-5311 TELEPHONE: 360-693-0588 DATE AGREEMENT PREPARED: 02/23/2011 FAX: 360-693-0592 BEGINNING DATE: March 7, 2011* (*To be coordinated during non-peak loads. COMPLETION DATE: June 15, 2011 COMPENSATION: Not to exceed $49,500 GOODS AND SERVICES TO BE PROVIDED: SEI will perform maintenance, testing and inspections on six (6) Circuit Reclosers and one (1) Voltage Regulator, including the installation of additional parts on an as needed basis for the voltage regulator. City's Maintenance Schedules are attached as Exhibit A. SEI proposal is attached as Exhibit B. SEI Parts Quotation is attached as Exhibit C: ADDITIONAL TERMS: NOW THEREFORE, pursuant to AMC 2.50.090 and after consideration of the mutual covenants contained herein the CITY AND CONTRACTOR AGREE as follows: 1. All Costs by Contractor: Contractor shall, provide all goods as specified above and shall at its own risk and expense, perform any work described above and, unless otherwise specified, furnish all labor, equipment and materials required for the proper performance of such work. 2. Qualified Work: Contractor has represented, and by entering into this contract now represents, that any personnel assigned to the work required under this contract are fully qualified to perform the work to which they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. Contractor must also maintain a current City business license. 3. Completion Date: Contractor shall provide all goods in accordance with the standards and specifications, no later than the date indicated above and start performing the work under this contract by the beginning date indicated above and complete the work by the completion date indicated above. 4. Compensation: City shall pay Contractor for the specified goods and for any work performed, including costs and expenses, the sum specified above. Payments shall be made within 30 days of the date of the invoice. Should the contract be prematurely terminated, payments will be made for work completed and accepted to date of termination. Compensation under this contract, including all costs and expenses of Contractor, is limited to$25,000.00, unless a separate written contract is entered into by the City. 5. Ownership of Documents: All documents prepared by Contractor pursuant to this contract shall be the property of City. 6. Statutory Requirements: ORS 2798.220, 2798.225, 2796.230, 279B.235, ORS Chapter 244 and ORS 670.600 are made part of this contract. 7. Living Wage Requirements: If contractor is providing services under this contract and the amount of this contract is $18,703 or more, Contractor is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more of the work under this contract. Contractor is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 8. Indemnification: Contractor agrees to defend, indemnify and save City, its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses,judgments, subrogations, or other damages resulting from injury to any person (including injury resulting in death), or damage(including loss or destruction)to property, of whatsoever nature arising out of or incident to the performance of this contract by Contractor(including but not limited to, Contractor's employees, agents, and others designated by Contractor to perform work or services attendant to this contract). Contractor shall not be held responsible for any losses, expenses, claims, subrogations, actions, costs, judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 9. Termination: a. Mutual Consent. This contract may be terminated at any time by mutual consent of both parties. b. City's Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. C. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of written notice to Contractor, or at such later date as may be established by City under any of the following Contract for Contractor Services, Page 1 of 5 conditions: i. If City funding from federal, state, county or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services; ii. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments authorized by this contract; or iii. If any license or certificate required by law or regulation to be held by Contractor to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. i. Either City or Contractor may terminate this contract in the event of a breach of the contract by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date of the notice, or within such other period as the party giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. ii. Time is of the essence for Contractor's performance of each and every obligation and duty under this contract. City by written notice to Contractor of default or breach, may at any time terminate the whole or any part of this contract if Contractor fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii. The rights and remedies of City provided in this subsection (d) are not exclusive and are in addition to any other rights and remedies provided by law or under this contract. e. Obligation/Liability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Contractor shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Contractor shall deliver to City all contract documents, information, works-in-progress and other property that are or would be deliverables had the contract been completed. City shall pay Contractor for work performed prior to the termination date if such work was performed in accordance with the Contract. 10. Independent Contractor Status: Contractor is an independent Contractor and not an employee of the City. Contractor shall have the complete responsibility for the performance of this contract. 11. Non-discrimination Certification: The undersigned certifies that the undersigned Contractor has not discriminated against minority, women or emerging small businesses enterprises in obtaining any required subcontracts. Contractor further certifies that it shall not discriminate in the award of such subcontracts, if any. The Contractor understands and acknowledges that it may be disqualified from bidding on this contract, including but not limited to City discovery of a misrepresentation or sham regarding a subcontract or that the Bidder has violated any requirement of ORS 279A.110 or the administrative rules implementing the Statute. 12. Asbestos Abatement License: If required under ORS 468A.710, Contractor or Subcontractor shall possess an asbestos abatement license. 13. Assignment and Subcontracts: Contractor shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Contractor shall be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. 14. Use of Recyclable Products: Contractor shall use recyclable products to the maximum extent economically feasible in the performance of the contract work set forth in this document. 15. Default. The Contractor shall be in default of this agreement if Contractor: commits any material breach or default of any covenant, warranty, certification, or obligation it owes under the Contract; if it loses its QRF status pursuant to the QRF Rules or loses any license, certificate or certification that is required to perform the work or to qualify as a QRF if Contractor has qualified as a QRF for this agreement; institutes an action for relief in bankruptcy or has instituted against it an action for insolvency; makes a general assignment for the benefit of creditors; or ceases doing business on a regular basis of the type identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 16. Insurance. Contractor shall at its own expense provide the following insurance: a. Worker's Compensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. General Liabili _insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1,000 00 2,000,000 or Not Applicable for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage for the indemnity provided under this contract. C. Automobile ' bili ance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,00 $1;000,000, of Applicable for each accident for Bodily Injury and Property Damage, including coverage for fired or non-owned vehicles, as applicable. Contract for Contractor Services, Page 2 of 5 d. Notice of cancellation or change. There shall be no cancellation, material change, reduction of limits or intent not to renew the insurance coverage(s)without 30 days'written notice from the Contractor or its insurer(s)to the City. e. Additional Insured/Certificates of Insurance. Contractor shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies required herein but only with respect to Contractor's services to be provided under this Contract. As evidence of the insurance coverages required by this Contract, the Contractor shall furnish acceptable insurance certificates prior to commencing work under this contract. The contractor's insurance is primary and non-contributory. The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies, trust agreements, etc. shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self- insurance. 17. Governing Law; Jurisdiction; Venue: This contract shall be governed and construed in accordance with the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines. Any claim, action, suit or proceeding (collectively, "the claim") between the City (and/or any other or department of the State of Oregon) and the Contractor that arises from or relates to this contract shall be brought and conducted solely and exclusively within the Circuit Court of Jackson County for the State of Oregon. If, however, the claim must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon filed in Jackson County, Oregon. Contractor, by the signature herein of its authorized representative, hereby consents to the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver by City of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution, or otherwise, from any claim or from the jurisdiction. 18. THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BETWEEN THE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN THE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT SPECIFIED HEREIN REGARDING THIS CONTRACT. CONTRACTOR, BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 19. Nonappropriations Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to finance the costs of this contract within the City's fiscal year budget. Contractor understands and agrees that City's payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is contingent on City appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable administrative discretion, to continue to make payments under this contract. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this contract without penalty or liability to City, effective upon the delivery of written notice to Contractor, with no further liability to Contractor. 20. Prior Approval Required Provision. Approval by the City of Ashland Council or the Public Contracting Officer is required before any work may begin under this contract. 21. Certification. Contractor shall sign the certification attached hereto as Exhibit A and herein incorporated by reference. C ractor: City of Ashland ad By . By hl�6( 2?� - Signature Department Head h0cwsLAS T_ R07"t-1CA E uy¢/�lif'LG. Print Name Print Name s2, �NGiivee2 -3�i��zo�/ Title Date W-9 One copy of a W-9 is to be submitted with /O D the signed contract. Purchase Order N /Approved as to f 2.l n. 1 t Contrail for Con a or Services, P e a of 5 EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a) the number shown on the attached W-9 form is its correct taxpayer ID (or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or (ii) it has not been notified by the Internal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c) the work under the Contract shall be performed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on behalf of the entity designated above and authorized to do business in Oregon or is an independent Contractor as defined in the contract documents, and has checked four or more of the following criteria: (1) 1 carry out the labor or services at a location separate from my residence or is in a specific portion of my residence, set aside as the location of the business. VL (2) Commercial advertising or business cards or a trade association membership are / purchased for the business. ✓ (3) Telephone listing is used for the business separate from the personal residence listing. (4) Labor or services are performed only pursuant to written contracts. (5) Labor or services are performed for two or more different persons within a period of one year. (6) 1 assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. 3 .2o / Contractor (Date) Contract for Contractor Services, Page 4 of 5 City of Ashland Voltage Regulator & Circuit Reclosers MAINTENANCE SCHEDULES PROJECT#1] _VOLTAGE REGUL TORMAINTENANCE S—C—`. EDUrLE __.._ ,�.�.._..,_ -,-.,�� Location;;Mountain�Avenue'Suti"station QuantityT(1)'Each El Device Qty Maintenance Description Comments Siemens, Type SFR, Three-Phase, 2000-kVA OA @ 1 Voltage 1 13200-Volts, 875Amps, 2666-kVA FA @ 13200-V, 1166- Regulator Amps, 32 - 5/8% Steps, Serial Number: 02337-1. Installation date: 1994 Control Check for evidence of water ingress, damage, excessive Cabinet corrosion, or wear. Verify the regulator operates correctly using the electronic controls. Check for loose wiring in enclosure and proper functioning of all components. Record as-found and as-left operation counter readings. Beckwith Test limit switches, in manual control run regulator to M-6200 raise and lower limit positions. Controller Check voltage sensor, in auto control monitor that tap comes to rest after time delay Verify front panel Alarm LED is extinguished. Verify the Alarm flags are clear (0) in the monitor menu (Mon itor>Status>Alarm Status) Verify the Bandwidth Setting of'2.OV per the setpoint menu (Setpoint>Power Flow Forward>Bandwidth Fwd). Verify the Bandcenter Setting of 123.OV per the setpoint menu (Setpoint>Power Flow Forward>Bandcenter Fwd). City of Ashland Maintenance Schedules Page 1 of 6' Verify the Time Delay Setting of 30-seconds per the setpoint menu (Setpoint>Power Flow Forward>Definite Delay). Bushings - Cover Clean and perform visual inspection. Assembly Inspect tightness of all accessible bolted electrical connections. Position Record position indicator as found maximum raise Indicator , and minimum lower_ position values. Record limit switch position, Lower Raise Regulator Tank Clean and perform visual inspection. Assembly Verify correct liquid level. Perform visual and mechanical inspection of anchoring, alignment and grounding. Untank and internally inspect and/or change contacts in accordance with Siemens SFR manufacturer recommendations IB 21-115527-007, expected contact life 60,000 operations minimum. Electrical Perform electrical tests per Siemens SFR Tests recommendations, IB 21-115527-007. Insulation-resistance (Megger) test Winding-insulation test Winding-resistance test at neutral and all tap positions. Bushing power factor test Turns-ratio test. Verify function and accuracy of bandwidth, time delay, voltage, and LDC adjustments. Main tank Take oil sample and perform dielectric strength and oil interfacial tension test. Replace all gaskets as needed Relocate internal capacitor to exterior location City of Ashland Maintenance Schedules Page 2 of 6 FiR6Jff&,#2 CIRCUITcRECLOSER jVf4_14fE`WKff(-jfYC-ffE—D 0-09- L o c At * E­glf 0 ountam�Avgnue Substation ac Device Qtv Maintenance Description Comments Circuit Cooper Power Systems VWE, 14.4-kV, 560A, 12,000- Recloser 2 AIC, IB S280-40-6, with Form 4C controller, IB S280-77- 1. Control Check for evidence of water ingress, damage, excessive Cabinet corrosion, or wear. Check electrical operation using trip and close pushbuttons. Verify the recloser operates correctly using the electronic controls. Check for loose wiring in enclosure and proper functioning of all components. Record counter operations reading. I Form 4C Visual inspection of LCD Indicators on front panel - note Controller Malfunction, Check Battery and AC Power indications Perform Battery Load Test per Cooper S280-77-1 Record status/position of Ground Block, Reclose Block and Hot Line Tag toggle switches Test Hot Line Tag Status Contact Verify LCD Operation Download "As-Found" protective settings, all Event Records and all stored Metering Data With Recloser Removed from Service Perform Following Tests: Using Cooper MET test set, verify proper operation of all recloser prot ctive curves, phase and ground Using Cooper MET test set, verify proper operation of all recloser sequences Record results of all tests performed with MET test set Unit Assembly Clean and perform visual inspection. Check for external mechanical damage and corrosion. City of Ashland Maintenance Schedules Page 3 of 6 Check for broken or cracked bushings. Check all circuit components and operating mechanisms. Manually operate recloser mechanism per manufacturer recommendations. Pole Assembly Untank and expose, inspect and clean all internal components and gaskets. Check contact wear in accordance with CPS recommendations per IB S280-40-6. Inspect tightness of all accessible bolted electrical connections, torque per manufacture recommendations. Check dielectric strength of insulating oil. Perform dielectric withstand test to check insulation level and interrupter vacuum integrity per CPS recommendations. Frame Perform visual and mechanical inspection of anchoring, Assembly alignment and grounding. NOTES All maintenance activities must comply with manufacturer 1 HAZARD warnings and SAFETY instructions. During periodic maintenance equipment must be de- 2 energized and grounded. All maintenance activities must be performed in strict 3 compliance with manufacturer recommendations. All annual activities to be performed with 5-year and 10- 4 year maintenance. City of Ashland Maintenance Schedules Page 4 of 6 PkWECT'43 CIRCUIT RECLOSER-MAINTENANCE`SCH LUDE LUDE C-- _ > .. ..._ .._ �� Locatio-?Nevada•Street Substation (2uantity:_ (4)' Each Device Qtv Maintenance Description Comments Circuit Cooper Power Systems VWE, 14.4-kV, 560A, 12,000- Recloser 4 AIC, IB S280-40-6, with Form 4C controller, IB S280-77- 1. Control Check for evidence of water ingress, damage, excessive Cabinet corrosion, or wear. Check electrical operation using trip and close pushbuttons. Verify the recloser operates correctly using the electronic controls. Check for loose wiring in enclosure and proper functioning of all components. Record counter operations reading. Form 4C Visual inspection of LCD Indicators on front panel - note Controller Malfunction, Check Battery and AC Power indications Perform Battery Load Test per Cooper S280-77-1 Record status/position of Ground Block, Reclose Block and Hot Line Tag toggle switches Test Hot Line Tag Status Contact Verify LCD Operation Download "As-Found" protective settings, all Event Records and all stored Metering Data With Recloser Removed from Service Perform Following Tests: Using Cooper MET test set, verify proper operation of all recloser protective curves, phase and ground Using Cooper MET test set, verify proper operation of all recloser sequences Record results of all tests performed with MET test set Unit Assembly Clean and perform visual inspection. Check for external mechanical damage and corrosion. City of Ashland Maintenance Schedules Page 5 of 6 Check for broken or cracked bushings. Check all circuit components and operating mechanisms. Manually operate recloser mechanism per manufacturer recommendations. Pole Assembly Untank and expose, inspect and clean all internal components and gaskets. Check contact wear in accordance with CPS recommendations per IB S280-40-6. Inspect tightness of all accessible bolted electrical connections, torque per manufacture recommendations. Check dielectric strength of insulating oil. Perform dielectric withstand test to check insulation level and interrupter vacuum integrity per CPS recommendations. Frame Perform visual and mechanical inspection of anchoring, Assembly alignment and grounding. NOTES All maintenance activities must comply with manufacturer 1 HAZARD warnings and SAFETY instructions. During periodic maintenance equipment must be de- 2 energized and grounded. All maintenance activities must be performed in strict 3 compliance with manufacturer recommendations. All annual activities to be performed with 5-year and 10- 4 year maintenance. City of Ashland Maintenance Schedules Page 6 of 6 February 18, 2011 Attn: Kari Olson Purchasing Representative {. City of Ashland 90 N. Mountain Avenue SpeC�1 ,, Ashland, Oregon 97520 Engineeringt Subject: Nevada Street& Mt.View Substation's Recloser&Voltage Regulator Maintenance r Dear Ms. Olson: Po`s`ozsazas Specialty Engineering Inc. SEI is leased to offer the following proposal for the scope of work �x Ya.. T P tY 9 9 (SEI) P 9 P P P Vancouver WA ti�4,y ra described herein: 98668 ' �i r S SCOPE OF WORK + 360/6930588 Nevada Street& Mt.View Substations � s'•n JSCTM . F 360/693-0592 SEI will perform routine maintenance,testing, and inspections on the following equipment: X, ;.. 1. (6 each)Cooper Power Systems VWE, 14.4-kV, 560A, 12,000-AIC, IB 5280A0-6, with Form 4C controller, IB 5280-77-1 2. (1 each) Siemens,Type SFR,Three-Phase, 2000-kVA OA @ 13200-Volts, °F r 875Amps, 2666-kVA FA @ 13200-V, 1166-Amps, 32-5/8% Steps, Serial Sri€<tx� 3 rr°� �AA•��°n, t4�•," � Number. 02337-1 77 t'• s SEI anticipates this scope of work can be performed in three 8 hour days for the reclosers, and two 8 hour days for the voltage regulator. All testing performed will be in compliance with r Cooper Power Systems and Siemens maintenance procedures and the City of Ashland's RFP Maintenance Schedule. SEI technicians are Cooper factory trained and certified, and SEI is an Authorized Cooper Service Center. A final report shall be submitted within 30 days of the completion of the aforementioned work. Mt.View Substation Voltage Regulator Parts Replacement SEI will provide labor(Meals,travel, and lodging would be in addition to the below referenced estimated labor costs)and materials only for the installation of the following parts on an as needed basis upon completion of the inspection of the Siemens voltage regulator: • 1 EA#8052-01405874001 LATCH SPRING Labor: T&M due to the difficulty in accessing these items($130/man hour) • 1 EA#8054-01150355001 LATCH Labor: T&M due to the difficulty in accessing these items($130/man hour) 6 EA#8060-01150322811 MAIN FINGER ASSY Labor: $460 each (per part) 27 EA#8061 -01150339002 MAIN CONTACT BLADE Labor: $620 each (per part) • 3 EA#8066-21115286502 NEUT STAT CONT Labor: $460 each (per part) 3 EA NEUTRAL POSITION REV STAT CONTACT Labor: $460 each (per part) Attached to this proposal is the corresponding parts estimate from Siemens for the aforementioned parts. An additional 10%shall be added to all parts ordered. x,.�a��c as:*S# � °•z _ The cost to perform the scope of work outlined in this proposal is based on a Time and Materials Not to Exceed amount of$49,500. This amount is based on the work taking place on week days E' during normal business hours. ,+ Customer Responsibilities S1 Wlp, Make all electrical equipment under work scope available to SEI personnel during the Ei1$111 @el�Il$+ mutually agreed upon work schedule. ^" Schedule and perform switching operations to de-energized equipment on which work will be performed. xatr Install all protective grounding. PO Box5828 Physically isolate all equipment which SEI is to perform maintenance and testing on prior to ,c�yyVancouver WA J the arrival of SEI. Reconnect all equipment upon SEI's completion of its work. Wovn rk to be performed (includin g P arts) required beyond the scope of work will be performed on a '; $360/693-0588 Time& Materials basis. Any delays beyond the control of SEI shall be billed in addition to the cost ¥at dXj-, v <` of this proposal. f v } 360/693 ' �,7,+ + `��" , SEI requires a 30 day notice to proceed prior to the start of the work. At this time SEI's schedule is flexible, and the work can be done any time prior to June 15'" 2011. The work is dependent on dry % 4 •:, weather. Work is not dependent on BOLI prevailing wages. SEI's OR BIN: 1277113-7. If you have any questions please do not hesitate to contact me. - t Sincerely, Doug Rotella Senior Engineer 1 � // ^ Jim Trabue From: Jim Cole aim.00|o@aionoone.uunn] Sent: Wednesday, 20118:04/\WY To: Cc: |len S Siemens Renewal Parts Quotation#GF11217581 for Specialty Engineering Attachments: Siemens Energy Terms&Conditions 1O'2000.pdf Siemg ��� Siemens � �� ����� � ��� ������� o ��K�� �������������� ��K���«�� rr �xn on �� nx ���� x � Dear Jim, Specialty Engineering Siemens Parts C>ucdatinn#: GF11217501 Customer RFC>#: Jim T:abue We are pleased tn quote you the following: PARTS FOR TiH'21TAPCHANGERONGN023374 >1EA#8052'O14058740Ol LATCH SPRING @ $210.00 EA RnBint' r1'o | m8en/|cen ( ustomr'o >1E�`#0054'0115V355001LAT�H �� �225�0UE� � � Access a complete collection ofmano >0EA#800V'U115U322811 MAIN FINGER A0SY@$404.OVEA($2424) documents for current and upt'of-pmc made hy Siemens,A||io'Cha|mom.at( Ask t �i Siemens �� t ��27EA#8VO1 'O11503390O2YNA|NC0Nl7\CT BLADE��$257.00EA � questions subject w New'Search Siemens T&Dsolutions ($0939) Now� N� Roqvestand1raokronewa|par (NOTE |F YOU BUY THE NEUTRAL CONTACT BELOW THEN YOU WILL NOT NEED THE BLADE. |T WILL BE INCLUDED WITH?1115280502 � New'Submit customer nuppoAuaeo! NEUTRAL STATIONARY CONTACT SUPPORT. ReBioterNmm| 3E8#8066-21115286502NEUT3TATC0NT@$542.00 E8($1626) �________� (includes the ouppn�'ifrequired) I I 3EA NEUTRAL POSITION REV GTAT CONTACT'211152895Ul@ (IF REQUIRED)$3OO.00 EA. (Q1080) FREIGHT AND HANDLING PREPAID AND ADDED TO THE INVOICE. 1 I Total amount: USD 12,504.00 Estimated lead time: 2-4 weeks Pricing valid until:2128/2011 MINIMUM ORDER: $100.00(SHIPPING CHARGES NOT INCLUDED) 19tsiemens accepts American Express, Mastercard,and VISA for payment.To pay by credit card, click Buy Now. Siemens' current online credit card processing system doesn't allow modification of the above quoted items and quantities during the online checkout process.To modify your quotation, please contact your Siemens customer service representative who will promptly send an updated quote. Please make Purchase Order out to: Siemens Energy, Inc. 7000 Siemens Road Wendell, NC 27591 Purchase Order must reference Siemens Parts Quotation#: SF11217581 PLEASE EMAIL P.O. TO:jim.cole @siemens.com PLEASE FAX P.O. TO: If you are a first-time customer, for faster processing, please also provide a copy of your W-9 and a copy of your tax exemption certificate, if applicable. SIEMENS ENERGY, INC. STANDARD TERMS &CONDITIONS OF SALE (10/1/2008)APPLY TO THIS QUOTATION (ATTACHED). UNLESS OTHERWISE NOTED, QUOTE IS VALID FOR 30 DAYS. ALL PRICES ARE IN USD. GROUND FREIGHT: PREPAID AND ALLOWED(UNLESS OTHERWISE INDICATED). STANDARD DOMESTIC FREIGHT ONLY.ALL SPECIAL SHIPMENTS INCLUDING AIR AND EXPORT WILL BE SHIPPING AND HANDLING PRE-PAID AND ADD. TERMS OF PAYMENT: NET 30 DAYS FROM THE DATE OF INVOICE ON EACH PARTIAL SHIPMENT AND PROGRESS PAYMENT ELEMENT, SUBJECT TO CREDIT APPROVAL. FOR CREDIT CARD ORDERS, CHARGES WILL BE PROCESSED UPON SHIPMENT. PLEASE BE ADVISED THAT THE CUSTOMER'S CREDIT 2 I CARD WILL BE AUTHORIZED AT THE AMOUNT OF THE ORDER 10%TO COVER ANY APPLICABLE TAXES AND SPECIAL SHIPMENTS. ONLY ACTUAL CHARGES, HOWEVER, WILL BE PROCESSED UPON SHIPMENT. INCOTERMS FOR ALL INTERNATIONAL ORDERS ARE EX WORKS (UNLESS OTHERWISE INDICATED). QUOTED LEAD TIME IS BASED ON RECEIPT OF PURCHASE ORDER AT SIEMENS T&D SERVICE SOLUTIONS. PRICE DOES NOT INCLUDE ANY DRAWINGS OR DOCUMENTATION BEING SUPPLIED BY SIEMENS. IF DRAWINGS ARE REQUIRED, THEY WILL BE QUOTED AS A SEPARATE ITEM UPON REQUEST. ALL QUOTED STOCK ITEMS ARE SUBJECT TO PRIOR SALE. LEAD TIME QUOTED ON STOCK MATERIAL IS INTENDED TO SHOW LEAD TIME IF MATERIAL IS DEPLETED AND NEEDS TO BE REPLENISHED. ALL PRICES AND DELIVERIES ARE QUOTED SUBJECT TO AVAILABILITY OF USEABLE TOOLING, PATTERNS,AND MATERIALS FROM USUAL SOURCES. EXPEDITED SHIPPING POLICY: STOCK EMERGENCY ORDERS WHERE SHIPMENT IS MADE SAME DAY,AN EXPEDITING CHARGE ($100 MINIMUM)PLUS AIR FREIGHT CHARGES WILL BE ADDED. CREDIT CARD AUTHORIZATION MUST BE RECEIVED AT SIEMENS T&D SERVICE SOLUTIONS BY 1 PM EST TO BE ABLE TO SHIP SAME DAY. QUOTED LEAD TIME &ORDER ENTRY ACKNOWLEDGEMENT DATE ARE OUR BEST ESTIMATE OF THE PROCUREMENT CYCLE. HOWEVER, THIS DATE SHOULD NOT BE USED TO SCHEDULE MAINTENANCE OUTAGES WITHOUT CHECKING WITH SIEMENS T&D SERVICE SOLUTIONS, SO WE CAN VERIFY DATE CAN BE MET. RESTOCKING FEE:A 35% RESTOCKING CHARGE WILL APPLY IN THE EVENT OF A RETURN FOR COMMON, STOCKED PARTS. CUSTOMER MUST REQUEST A RMA FROM SIEMENS WITHIN 90 DAYS OF THE DATE OF INVOICE,AND SIEMENS MUST RECEIVE THE RETURNED PARTS THERAFTER WITHIN 15 DAYS. CUSTOMER IS RESPONSIBLE FOR ALL RETURN SHIPPING COSTS. With best regards, Jim Cole Contract Administrator E-Mail:jim.cole @siemens.com Phone: (601) 936-9156 Fax: Customer Service Department Siemens Energy, Inc. 3 ``C°® CERTIFICATE OF LIABILITY INSURANCE DATEIMMIODIVVVY) 3/7/2011 PRODUCER (907)561-1250 FAX: (907)561-4315 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Alaska USA Insurance Brokers ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 196530 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Anchorage AK 99519-6530 INS - URERS AFFORDING COVERAGE NAIC# -- -- - - -- - ------ 1 --- - - - -- - - --' - . .. ._. INSURED I INSURER X Evanston Insurance Company Specialty Engineering Inc. I INSURE_RB_:West American Insurance PO Box 5828 INSURER C.Navigators Insurance Company 42307 . lk N C an Alaska National Ins. om 1 ' INSURER:D. p y 38733 Vancouver WA 98668 jINSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD' T TR TYPE OF INSURANCE T ODY O A7POLICY EFFECTIVE POLICY NUMBER B LIMITS GENERAL LIABILITY AM Beat: XIII EACH OCCURRENCE __ Is 2,0-00,000 DAMAGE TO DENTED X COMMERCIAL GENERAL LIABILITY �FP,EMISES-(Eaoccarreme). J.?--_ 50,000 A I X - ICLAIMS MADE LX! OCCUR 1OPKGO1841 * ' 12/1/2010 112/1/2011 _MEO E%P(Any one person! y$-- - - 5,000- . X WA Stop Gap 1-PERSONAL&ADV INJURY ' $ 2,000,000 kGENT . ...—.._._ Suzplus Linea Policy worldwide Facilities GENERAL AGGREGATE I$ 2,.000,.000 AGGRE GATE LIMIT APPLIES PER PRODUCTS-CO_MP_IOP AGO $ 2,000,000 PRO- Deductible:POLICY f Loc I t 10,000 _AUTOMOBILE LIA BILITY AM Best: A XV r EOMBINED SINGLE LIMIT g 1,000,000 X ANY AUTO B X ALL OWNED AU TOS BAW1154282005 12/1/2010 12/1/2011 JURY SCHEDULED AUTOS ) $ X HIRED AUTOS BODILY INJURY § (Per accident) X NON-OWNED AUTOS I. _ ___--,._ ...1 j PROPERTY DAMAGE I S --- ----- (Per amidenl) GARAGE LIABILITY I AUTO ONLY-EA ACCIDENT 4 ANY AUTO OTHER THAN EAACC $ ( AUTO ONLY -I- ------- -- - - AGG, $ EXCESSIUMBRELLA LIABILITY Exceed of: Gan Liab, EACH OCCURRENCE_ § 3,000,000 _ ] OCCUR FX CLAIMS MADE Auto, ESnDloyera Liab, ( AGGREGATE $ 3,000,000 Pollution & Professional Yroa/COr�l-GDe Agg _!_Y___3,000,000 C DEDUCTIBLE LAIOEXC719908IC • 112/1/2010 112/1/2011 P Clems_Made $ RETENTION 3 S$ Boat: A X I Prof: Claims-Made is D WORKERS COMPENSATION AM Beat: A IX X..I T RV LIMITS L . OER �.. AND EMPLOYERS'LIABILITY YIN ' ..-- ------- ANY PROPRIETOWFIARTNERIEXECUTIVE rE.L.EACH ACCIDENT 1,000,000 OFFICERIMEMBER EXCLUDED? ❑N I$s (Mandator,in NH) 1OLWS59601 112/1/2010 , 12/1/2011 E.L.DISEASE-FA EMPLOYE $_ 1,000,000 If yes,tlescribe under - - SPECIAL PROVISIONS below 1 I E DISEASE-POLICY LIMIT $ 1,000,000 A OTHER CLAIMS-MADE COVERAGE '10PKGO1841 • : 12/1/2010 12/1/2011 Limns: Deductible: Pollution Liability surplus Linea Policy I I ISa,000,000 $25,000 Professional Liab IDlorldwide Facilties $25,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Re: Maintenance on Voltage Regulator and Circuit Recl09erB The Certificate Holder is an Additional Insured on the General Liability & Automobile pOlicieB, but only with respect to work done by or on behalf of the named insured for the project referenced. subject to policy terms, conditions & exclusions. CERTIFICATE HOLDER CANCELLATION (541)488-5320 SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Ashland DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN Kari Olson, Purchasing Representative NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUTFAILURETO DO SO SHALL 90 N. Mountain Avenue Ashland, OR 97520 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Brenda Nolin, LO- ACORD 25(2009101) ©1988-2009 ACORD CORPORATION. All rights reserved. INS025(200901) The ACORD name and logo are registered marks of ACORD COMMENTS/REMARKS ALASKA SURPLUS LINES WORDING: "This is evidence of insurance procured and developed under the Alaska Surplus Lines Law AS21.34. It is not covered by the Alaska Insurance Guarantee Association Act, AS21 . 80. This insurer does not hold a certificate of authority with Alaska, and is not subject to supervision by the Alaska Department of- Insurance" Worldwide Facilities, Inc. - License #9718 OFREMARK COPYRIGHT 2000, AMS SERVICES INC. Page 1 / 1 CITY T Y O F CITY RECORDER �. ASHLAND PO NUMBER'/ e 10075 20 E MAIN ST. 3/1412011 ASHLAND, OR 97520 (541)488-5300 VENDOR: 015919 SHIP TO: City Of Ashland-Warehouse SPECIALTY ENGINEERING INC (541) 488-5354 3305 ARCTIC BLVD, SUITE 201 90 N MOUNTAIN ANCHORAGE, AK 99503 ASHLAND, OR 97520 FOB Point: Req.No.: Terms: Net Dept.: Req.Del.Date: Contact: Dave Tygerson Special Inst: Confirming? NO Quahti ...lJnit „ 'C ' ."• ":" Aescri tiori. 7 "',Unit P`rjce Ext.,rice SEI will perform maintenance, testinq 49,500.00 and inspections on six(6) Circuit Reclosers and one (1)Voltage Regulator, including the,installation of additional parts on an as needed basis for the voltage regulator. Per City's Maintenance Schedule and SEI'S proposal and parts quotations. Contract for Services Beginning date: March 7, 2011 Completion date: June 15, 2011 Insurance required/On file SUBTOTAL 49 500.00 BILL TO:Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2028 TOTAL 49,500.00 ASHLAND, OR 97520 ° �..Project Number '• �, 'Amount - "Account.Number .,:'„Project Number- . .Amount :,,,Account Number „bt ' E 690.11.18.00.70410 E 000225.999 49 500.00 Authorized S' attire VENDOR COPY FORM #3 CITY OF A request for a Purchase Order ASHLAND REQUISITION Date of request: Required date for delivery: Vendor Name Address,City,State,Zip Contact Name&Telephone Number Fax Number SOLICITATION PROCESS ❑ Exempt from Competitive Bidding ❑ Emergency ❑ Written Findings(Form attached) ❑ Invitation to Bid (Copies on file) ❑ Written findings attached ❑ Quote or Proposal attached Dateapproved b Council: ❑ Quote or Proposal attached ❑ Small Procurement Cooperative Procurement Less than$5.000 ❑ Request for Proposal (Copies on f le) ❑ State of Oregon Note:Total contract amount,including any Date approved by Council: Contract# amendments may not exceed$6,000 ❑ State of Washington Intermediate Procurement ❑ Sole Source Contract# GOODS&SERVICES G Written Findings(Form attached) El Other government agency contract F 5 0 to 100 000 1_ El Quote or Proposal attached Agency (3)Written quotes attached Contract# PERSONAL SERVICES ❑ Special Procurement ❑ Intergovernmental Agreement $5.000 to$75.000 ❑ Wdtten Findings(Form attached) Agency ❑ Less than$35,000,by direct appointment ❑ Quote or Proposal attached Contract# ❑ 3 Written proposals attached Date approved by Council: Date approved by Council: Description of SERVICES Total Cost !//i ��.Gl�eco JCC1t (ALL,! /Y ! R L� 47,� S t9--fl Item # Quantity Unit Description of MATERIALS Unit Price Total Cost >TOTAL`COST.`' ❑ Per attached QUOTE Project NumberiWt5 - Account Number6L O /,//g Pe-_7O�"�A _ ccountNumber------------.-- Account Number - •__- -______ Account Number -__-_ - _-__ _ `Expenditure must be charged to the appropriate account numbers for the financials to reflect the actual expenditures accurately. Attach extra pages if needed. By signing this requisition form,I certify that the information provided above meets the City's public contracting requirements,and the documentation can be provided upon request. (�� (� Employee Signature: Department Head Signature: •VCalu;C0 wz&Q&m Additional signatures(if applicable): ///� Funds appropriated for current fiscal year: YES% NO z(a Finance Director Date Comments: G FinanoeTrooedureWPlFormslForm#3-Requisition.doc Updated on:31142011