HomeMy WebLinkAboutSource California Energy Services, Inc. 2006-06-07City of Ukiah hydroelectric Plant Equipment Refurbishment - Contract
C,t- Oft 0 70la
SHORT FORM CONSTRUCTION CONTRACT
This Agreement is made and entered on'�Tuhe T, 2006, in Ukiah , California, by and between
Source California Energy Services, a California Corporation ("Contractor') and the City of Ukiah
("City"), a general law municipal corporation.
RECITALS:
1. The Scope of Work for this project ("the Work") are contained in Exhibit A, which is attached
hereto and incorporated herein by this reference.
2. The Contractors proposal to perform the work is contained in Exhibit B, which is attached
hereto and incorporated herein by this reference.
3. Contractor is properly licensed and qualified to perform the work. Contractor possesses a
General Engineering Contractor A License and a City of Ukiah Business License. All subcontractors
are properly licensed and qualified to perform their scope of work.
4. Whenever this Agreement calls for CITY approval or notification, the approval or notification
must be signed by its Public Utilities Director or his or her designee.
AGREEMENT:
Wherefore, in consideration of the foregoing facts and the terms and conditions as further
stated herein, the parties hereby agree as follows.
1. PERFORMANCE OF THE WORK
Contractor will perform the Work as further provided herein.
1.1 Time of Performance. Contractor shall commence the Work on award of Purchase Order
and shall complete the work no later than September 15th, 2006.
1.1.1. ❑ [check if applicable] It is agreed by the parties to the contract that time is of the
essence and that, in case all the work is not completed before or upon the expiration of the time limit
as set forth, damage, other than those cost items identified in section 1.1.2, will be sustained by the
City and that it is and will be impracticable to determine the actual amount of damage by reason of
such delay; and it is therefore agreed that, subject to Sections 1.13-1.14, below, the Contractor will
pay to the City the sum of one thousand dollars ($1,000.00) per day for each and every calendar
day's delay beyond the time prescribed.
1.1.2 ® [checkifapplicable] In case the work called for under this contract is not completed
within the time limit stipulated herein, the City shall have the right as provided hereinabove, to extend
the time of completion thereof. If the time limit be so extended, the City shall have the right to charge
to the Contractor and to deduct from the final payment for the work the actual cost to the City of
1
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
engineering, inspection, superintendence and other overhead expenses which are directly
chargeable to the contract and which accrue during the period of such extension, except that the
cost of final unavoidable delays shall not be included in such charges.
1.2 Construction of Contract Documents. Contractor will perform the Work in compliance
with the Scope of Work set forth in the attached Exhibit A. If there is any inconsistency between the
Scope of Work and this agreement, the terms of this Agreement shall prevail, unless expressly stated
otherwise in a particular specification.
1.3 Contractor furnished items. Contractor will furnish all necessary labor, materials, tools,
equipment, and transportation necessary to perform the Work as outlined in Contractor's proposal
dated May 11, 2006 and referenced as Exhibit B.
1.4 Use of Employees.
1.4.1. Contractor shall pay all mechanics and laborers employed or working upon the
site of the work unconditionally and without subsequent deductions or rebate on any account the full
amounts due at the time of payment at wage rates not less than those contained in the applicable
prevailing wage determination, regardless of any contractual relationship which may be alleged to exist
between the Contractor and subcontractors and such laborers and mechanics.
1.4.2. Contractor shall comply with the California Labor Code Section 1775. In
accordance with said Section 1775, Contractor shall forfeit as a penalty to the City, $50.00 for each
calendar day or portion thereof, for each workman paid less than the stipulated prevailing rates for such
work or craft in which such workman is employed for any work done under the Contract by him or her
or by any subcontractor under him or her in violation of the provisions of the Labor Code and in
particular, Labor Code Sections 1770 to 1780, inclusive. In addition to said penalty and pursuant to
Section 1775, the difference between such stipulated prevailing wage rates and the amount paid to
each workman for each calendar day or portion thereof for which each workman was paid less than the
stipulated prevailing wage rate shall be paid to each workman by the Contractor.
1.4.3. Pursuant to the provision of Section 1770 of the Labor Code of the State of
California, City has ascertained the general prevailing rate of wages (which rate includes employer
payments for health and welfare, vacation, pension and similar purposes) applicable to the work to be
done, for straight time work. The holiday wage rate listed shall be applicable to all holidays recognized
in the collective bargaining agreement of the particular craft, classification, or type of workers
concerned. Copies of the General Prevailing Wage Determination are on file in the office of the City
Engineer and are available to the Contractor on request. The Contractor shall post the wage
determination at the site of work in a prominent place where the workers can easily see it.
1.4.4. City will not recognize any claim for additional compensation because the
Contractor has paid any rate in excess of the prevailing wage rate obtained by the Engineer. The
possibility of wage increases is one of the elements to be considered by the Contractor in determining
his or her bid and will not in any circumstances be considered as the basis for a claim against the City.
2
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
1.4.5. Travel and Subsistence Payments.
Contractor shall make travel and subsistence payments to each worker needed to
execute the work in accordance with the requirements in Section 1773.1 of the Labor Code.
1.4.6. Apprentices.
Attention is directed to the provisions in Sections 1777.5 (Chapter 1411, Statutes of 1968)
and 1777.6 of the California Labor Code concerning the employment of apprentices by the Contractor
or any subcontractor under him. Contractor and any subcontractor under him or her shall comply with
the requirements of said sections in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules and other
requirements may be obtained from the Director of Industrial Relations, ex officio the Administrator of
Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its
branch offices.
Copies of Labor Code Sections 1771 (requiring prevailing wages), 1775 (imposing penalties, including
a $50 per day, per worker forfeiture, for failure to pay prevailing wages), 1776 ( requiring contractor to
maintain available for inspection certified payroll records), 1777.5 (requiring certain apprenticeship
programs), 1813 (imposing penalties for failure to make records available for inspection) and 1815
(requiring time and Y2 for overtime) are attached to this Contract as Exhibit B.
1.5 CITY Inspector. CITY may designate an architect, engineer, other design professional or
other inspector ("Inspector") to supervise and/or inspect Contractor's performance of the Work. The
Inspector shall have no authority to change the Work, the compensation for performing the Work or the
time for completing the Work without CITY's prior written approval. CITY shall notify the Contractor in
writing, if it designates an Inspector.
1.6 Site Conditions. Contractor acknowledges that it has inspected the work site and any
improvements involving the Work and satisfied itself as to the conditions which can affect the Work or
its cost. Contractor has not relied on any representation by CITY or its officers or employees as to the
condition of the site or the houses or any condition that might affect the cost of performing this
Agreement.
1.7 New Products Required. All equipment, materials or fixtures furnished by Contractor
under this Agreement shall be new and of the most suitable grade for the intended purpose, unless
otherwise specifically provided.
1.8 Compliance with Laws. The Contractor shall give all notices and comply with all
applicable laws, ordinances, codes, rules and regulations. The Contractor shall secure and pay for all
permits, fees, and licenses necessary for the proper execution and completion of the work.
1.9 Protection of Site and Improvements. The Contractor shall preserve and protect the site,
grounds and any involved improvements and shall not alter or damage any portion thereof, except as
3
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
is absolutely necessary in order to perform the Work. The Contractor shall repair or replace, as
directed by CITY, any property that it damages, looses or destroys in violation of this paragraph.
Contractor shall assume full responsibility for maintaining the safety of the worksite in compliance with
all applicable state and federal worker safety and protection laws and shall maintain the worksite in
compliance with all such laws.
1.10 Inspection of Work. The Contractor shall ensure that the Work is available for inspection
by CITY or its Inspector at all reasonable times and that no work is covered up or rendered incapable
of inspection without prior notice to CITY or its Inspector and a reasonable opportunity for inspection.
The presence or absence of a CITY inspector or the conduct of an inspection by CITY or its Inspector
shall not relieve the Contractor from any contract requirement or compliance with Exhibit A.
1.11 Title. The Contractor warrants that it conveys full and complete title, free of all liens and
encumbrances, to all materials, supplies, fixtures and equipment furnished to CITY under this
Agreement and agrees to fully defend and indemnify CITY, its officers and employees, and the houses
and homebuyers included in the Work from and against any claim, lien, charge, debt, cost, expense
or liability arising from a breach of said warranty.
1.12 Warranties. In addition to any other warranties in this contract, the Contractor warrants
that the Work conforms to the contract requirements and is free of any defect in equipment, material
or workmanship for a period of one year from the date of final acceptance of the Work by CITY. If CITY
accepts any part of the Work before final acceptance of the entire Work, the warranty shall continue for
the period of one year from the date of such partial acceptance. The Contractor shall remedy, at the
Contractor's expense, any failure to conform, or any defect. The time limit of this warranty shall not
apply to any latent defects, or gross negligence or fraud on the part of the Contractor.
1.13. Extension of Time.
Should any delays occur which the Engineer may consider unavoidable, as herein defined, the
Contractor shall, pursuant to his or her application, be allowed an extension of time proportional to said
delay or delays, beyond the time herein set forth, in which to complete this contract; and liquidated
damages for delay shall not be charged against the Contractor by the City during an extension of time
granted because of unavoidable delay or delays.
Any claim by Contractor for a time extension based on unavoidable delays shall be based on written
notice delivered to the Engineer within 15 days of the occurrence of the event giving rise to the claim.
Failure to file said written notice within the time specified shall constitute a waiver of said claim. Notice
of the full extent of the claim and all supporting data must be delivered to the Engineer within 45 days
of the occurrence unless the Engineer specifies in writing a longer period. All claims for a time
extension must be approved by the Engineer and incorporated into a written change order.
1.14. Unfavorable Weather and Other Conditions.
During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the
work as shall not be damaged thereby. No portions of the work whose satisfactory quality or efficiency
will be affected by any unfavorable conditions shall be constructed while these conditions remain,
unless, by special means or precautions approved by the Engineer, the Contractor shall be able to
overcome them.
M
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
The Contractor shall be granted a time extension of one day for each unfavorable weather day that
prevents him or her from placing concrete forms or placing and finishing concrete or asphalt concrete.
Such unfavorable weather day is defined as a rain day where precipitation prevents the contractor from
performing the work more than four (4) continuous hours within the authorized work period or a
temperature day where the ambient temperature is below that specified for the placement of materials
associated with the controlling work item for more than four (4) continuous work hours of the authorized
work period.
1.15. Saturday, Sunday, Holiday and Night Work.
No work shall be done between the hours of 6 p.m. and 7 a.m., nor on Saturdays, Sundays or legal
holidays except such work as is necessary for the proper care and protection of work already
performed, or except in cases of absolute necessity and in any case only with the permission of the
Engineer.
It is understood, however, that night work may be established as a regular procedure by the Contractor
if he or she first obtains the written permission of the Engineer and that such permission may be
revoked at any time by the Engineer if the Contractor fails to maintain at night adequate force and
equipment for reasonable prosecution and to justify inspection of the work.
1.16. Hours of Labor.
Eight (8) hours of labor shall constitute a legal day's work and the Contractor or any subcontractor shall
not require or permit more than eight hours of labor in a day from any person employed by him or her
in the performance of the work under this contract, unless paying compensation for all hours worked in
excess of eight (8) hours per day at not less than 1 Y2 times the basic rate of pay. The Contractor shall
forfeit to the City, as a penalty, the sum of twenty-five dollars ($25.00) for each workman employed in
the execution of the contract by him or her or by any subcontractor, for each calendar day during which
such laborer, workman, or mechanic is required or permitted to labor more than eight hours in violation
of the provisions of Section 1810 to 1816, inclusive, (Article 3, Chapter 1, Part 7, Division 2) of the
Labor Code of the State of California and any acts amendatory thereof.
2. CONTRACT PRICE
CITY shall pay the Contractor for performance of this Agreement based on a time and materials
basis subject to assumptions as outlined in Contractor's proposal dated May 11, 2006 and referenced
as Exhibit B.
3. PAYMENT OF CONTRACT PRICE
3.1 All payments under this contract shall be made upon the presentation of certificates in writing
from the Engineer and shall show that the work covered by the payments has been done and the
payments thereof are due in accordance with this contract. City shall pay contractor upon presentation
of invoice but no more frequent than once every 2 weeks.
3.2 CITY shall pay any invoice complying with Section 3.1 for Work approved by CITY within thirty
(30) days of its receipt by CITY.
5
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
4. INDEMNIFICATION AND INSURANCE.
4.1 Indemnification. The Contractor shall do all of the work and furnish all labor, materials,
tools and appliances, except as otherwise herein expressly stipulated, necessary or proper for
performing and completing the work herein required in the manner and within the time herein specified.
The mention of any specific duty or liability imposed upon the Contractor shall not be construed as a
limitation or restriction of any general liability or duty imposed upon the Contractor by this contract, said
reference to any specific duty or liability being made herein merely for the purpose of explanation.
The right of general supervision by the City shall not make the Contractor an agent of the City and the
liability of the Contractor for all damages to persons or to public or private property, arising from the
Contractor's execution of the work, shall not be lessened because of such general supervision.
Until the completion and final acceptance by the City of all the work under and implied by this contract,
the work shall be under the Contractor's responsible care and charge. The Contractor shall rebuild,
repair, restore and make good all injuries, damages, re -erections and repairs, occasioned or rendered
necessary by causes of any nature whatsoever, excepting only acts of God and none other, to all or
any portions of the work, except as otherwise stipulated.
To the fullest extent permitted by law, Contractor shall indemnify and hold harmless the City and its
officers, directors, agents, and employees from and against all claims, damages, losses and expenses
including but not limited to attorneys' fees, costs of suit, expert witness fees and expenses and fees
and costs of any necessary private investigators arising out of or resulting from the performance of the
work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury,
sickness, disease or death, or to injury to or destruction of tangible property, other than the work itself,
including the loss of use resulting therefrom and (2) is caused in whole or in part by any act or omission
of the Contractor, any subcontractor, or anyone directly or indirectly employed by any of them, or
anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by
a party indemnified hereunder, or by the negligence or omission of a party indemnified herein.
In any and all claims against the City or any of its agents or employees by any employee of the
Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for
whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by
any limitation on the amount or type of damages, compensation or benefits payable by or for the
Contractor or any subcontractor u nd er workers' or workmen's compensation acts, disability benefit acts,
or other employee benefit acts. The obligation to indemnify shall extend to and include acts of the
indemnified party which may be negligent or omissions which may cause negligence.
The City shall have the right to estimate the amount of such damage and to cause the City to pay the
same and the amount so paid for such damage shall be deducted from the money due the Contractor
under this contract; or the whole or so much of the money due or to become due the Contractor under
this contract as may be considered necessary by the City, shall be retained by the City until such suits
or claims for damages shall have been settled or otherwise disposed of and satisfactory evidence to
that effect furnished to the City.
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
4.2 Insurance. Contractor shall procure and maintain for the duration of the contract
insurance against claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work hereunder by the Contractor, his or her agents,
representatives, employees or subcontractors.
4.2.1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office Commercial Liability Coverage (occurrence form CG
0001).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile
Liability, code 1 (any auto).
3. Worker's Compensation insurance as required by the State of California and
Employer's Liability Insurance.
4.2.2. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury,
and property damage. If Commercial General Liability Insurance or other form with a
general aggregate limit is used, either the general aggregate limit shall apply separately
to this project/location or the general aggregate limit shall be twice the required
occurrence limit.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property
damage.
3. Employer's Liability: $1,000,000 per accident for bodily injury and property
damage.
4.2.3. Deductibles and Self-insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the City.
At the option of the City, either: the insurer shall reduce or eliminate such deductibles or
self-insured retentions as respects the City, its officers, officials, employees and
volunteers; or the Contractor shall provide a financial guarantee satisfactory to the City
guaranteeing payment of losses and related investigations, claim administration and
defense expenses.
4.2.4. Other Insurance Provisions
The general liability and automobile liability policies are to contain, or be endorsed to
contain, the following provisions:
1. The City, its officers, officials, employees, and volunteers are to be covered as
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
insureds with respect to liability arising out of automobiles owned, leased, hired or
borrowed by or on behalf of the contractor; and with respect to liability arising out of work
or operations performed by or on behalf of the Contractor including materials, parts or
equipment furnished in connection with such work or operations. General liability
coverage can be provided in the form of an endorsement to the Contractor's insurance,
or as a separate owner's policy.
2. For any claims related to this project, the Contractor's insurance coverage shall
be primary insurance as respects the City, its officers, officials, employees, and
volunteers. Any insurance or self-insurance maintained by the City, its officers, officials,
employees, and volunteers shall be excess of the Contractor's insurance and shall not
contribute with it.
3. Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be canceled by either party, except after thirty (30) days' prior written
notice by certified mail, return receipt requested, has been given to the City.
4.2.5. Acceptability of Insurers
Insurance is to be placed with admitted California insurers with an A.M. Best's rating of
no less than A- for financial strength, as for long-term credit rating and AMB -1 for
short-term credit rating.
4.2.6. Verification of Coverage
Contractor shall furnish the City with original certificates and amendatory endorsements
effecting coverage required by this clause. The endorsements shall be on forms
provided by the City or on other than the City's forms, provided those endorsements or
policies conform to the requirements. All certificates and endorsements are to be
received within 15 days from written notice of contract award, and the work shall not
commence until the certificates and endorsements have been approved by the City. The
City reserves the right to require complete certified copies of all required insurance
policies, including endorsements effecting the coverage required by these Special
Provisions at any time.
4.2.7. Subcontractors
Contractor shall include all subcontractors as insureds under its policies or shall furnish
separate certificates and endorsements for each subcontractor. All coverages for
subcontractors shall be subject to all of the requirements stated herein.
5. TERMINATION.
This Agreement may only be terminated by CITY: 1) for breach of the agreement; 2) because
funds are no longer available to pay Contractor for services provided under this Agreement; or 3) CITY
has abandoned and does not wish to complete the project for which Contractor was retained. CITY
shall notify Contractor of any alleged breach of the agreement and of the action required to cure the
breach. If Contractor fails to cure the breach within the time specified in the notice, the contract shall
be terminated as of that time. If terminated for lack of funds or abandonment of the project, the
0
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
contract shall terminate on the date notice of termination is given to Contractor. CITY shall pay the
Contractor only for services performed and expenses incurred as of the effective termination date,
unless terminated because the Contractor has failed to satisfactorily cure a breach after notice in which
event CITY shall:
a. retain any amounts earned under the Contract but not yet paid by CITY;
b. take possession of all material and fixtures on the job site;
c. have the right to complete the Work and recover from Contractor any increased cost to
complete the Work above the amounts that would have been paid to Contractor hereunder, together
with any other damages suffered by CITY as a result of said breach.
6. MODIFICATION OF AGREEMENT.
CITY may, from time to time, request changes in the Work, the time to complete the work or the
compensation to be paid for the Work. Such changes must be incorporated in written amendments to
this Agreement. To be effective, all such changes as referred to in this section must be agreed upon
in writing by both parties to this agreement.
The Contractor shall not assign any interest in this Agreement, and shall not transfer any
interest in the same (whether by assignment or novation), without the prior written consent of CITY.
8. APPLICATION OF LAWS.
The parties hereby agree that all applicable Federal, State and local rules, regulations and
guidelines not written into this Agreement shall hereby prevail during the period of this Agreement.
9. INDEPENDENT CONTRACTOR.
It is the express intention of the parties hereto that Contractor is an independent contractor and
not an employee, joint venturer, or partner of CITY for any purpose whatsoever. CITY shall have no
right to, and shall not control the manner or prescribe the method of accomplishing those services
contracted to and performed by Contractor under this Agreement, and the general public and all
governmental agencies regulating such activity shall be so informed.
Those provisions of this Agreement that reserve ultimate authority in CITY have been inserted
solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof.
No such provisions and no other provisions of this Agreement shall be interpreted or construed as
creating or establishing the relationship of employer and employee between Contractor and CITY.
Contractor shall pay all estimated and actual federal and state income and self-employment
taxes that are due the state and federal government and shall furnish and pay worker's compensation
insurance, unemployment insurance and any other benefits required by law for himself and his
employees, if any. Contractor agrees to indemnify and hold CITY and its officers, agents and
9
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
employees harmless from and against any claims or demands by federal, state or local government
agencies for any such taxes or benefits due but not paid by Contractor, including the legal costs
associated with defending against any audit, claim, demand or law suit.
Contractor warrants and represents that it is a properly licensed for the work performed under
this Agreement with a substantial investment in its business and that it maintains its own offices and
staff which it will use in performing under this Agreement.
10. GOVERNING LAW.
This Agreement shall be governed by and construed in accordance with the laws of the State
of California and any legal action concerning the agreement must be filed and litigated in the proper
court in Mendocino County, each party consenting to jurisdiction and venue of California state courts in
Mendocino County.
11. SEVERABILITY.
If any provision of the Agreement is held by a court of competent jurisdiction to be invalid, void,
or unenforceable, the remaining provisions shall nevertheless continue in full force and effect without
being impaired or invalidated in any way.
12. INTEGRATION.
This Agreement, including the exhibits attached hereto, contains the entire agreement among
the parties and supersedes all prior and contemporaneous oral and written agreements,
understandings, and representations among the parties. No amendments to this Agreement shall be
binding unless executed in writing by all of the parties.
1iK�Yfll10TIAZA
No waiver of any of the provisions of this Agreement shall be deemed, or shall constitute a
waiver of any other provision, nor shall any waiver constitute a continuing waiver. No waiver shall be
binding unless executed in writing by the party making the waiver.
14. NOTICES.
Whenever notice, payment or other communication is required or permitted under this
Agreement, it shall be deemed to have been given when personally delivered, telefaxed or deposited
in the United States mail with proper first class postage affixed thereto and addressed as follows:
10
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
CONTRACTOR
Source California Energy Services, Inc.
P. O. Box 3151
San Luis Obispo, CA 93403
FAX: (805) 888-2882
CITY
City of Ukiah
411 W. Clay St.
Ukiah, CA 95482
FAX: (707) 463-6740
Service by telefax shall bear a notation of the date and place of transmission and the facsimile
telephone number to which transmitted.
Either party may change the address to which notices must be sent by providing notice of that change
as provided in this paragraph.
15. PARAGRAPH HEADINGS.
The paragraph headings contained herein are for convenience and reference only and are not
intended to define or limit the scope of this agreement.
16. DUPLICATE ORIGINALS.
This Agreement may be executed in one or more duplicate originals bearing the original
signature of both parties and when so executed any such duplicate original shall be admissible as proof
of the existence and terms of the Agreement between the parties.
17. DISPUTES.
In the event that any dispute between City and Contractor cannot be settled by mutual
agreement, City and Contractor herewith agree to submit the dispute to formal mediation, using an
agreed-upon third party, qualified mediator.
WHEREFORE, the parties have entered this Agreement on the date first written above.
Contractor CITY
By: By:
Titl :�Gv� vii /'J'fi� ci-=-2 Title:
California Contractor's License Number: 808477 [Number or N/A]
11
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
Exhibit A
SCOPE OF WORK
Service Air System
System to test free of contaminants and moisture and to provide appropriate pressure and volume per plant design. Compressor start/stop controls
and all system alarms and instrumentation to be fully functional. All plant pneumatic devices to be inspected and tested fully functional.
m Air compressor
e Compressor motor
Ingersoll Rand Model 7HD
Baldor 7.5hp 200v#26amp
m Compressor air receiver - 80gal
e Start/stop pressure switches Mercoids
m TSV position ram (one per unit)
m Pneumatic brake (one per unit)
Disassemble, inspect, clean, reassemble
Megger, clean, dip, bake, remegger, replace bearings, test functional
Clean, inspect, pressure test
Clean, calibrate and test functional
Clean and test functional
Clean and test functional
Turblue Hydraulic Control Oil System
System to test free of contaminants and leaks, all remote, local and automatic control, indication and alarm features fully functional, hydraulic oil
temperature and pressure controls maintain at design specs, TSV hydraulic positioners functional for full valve stroke and Woodward governor
accurately controlling wicket gates in auto or manual to meet desired unit output.
Hydraulic Gov. Control skids (2)
m Hydraulic oil pumps (4)
m Accumulator tanks (4)
m Hydraulic system reservoirs (2)
e Hydraulic pump motors (4)
m Hydraulic oil system piping
e Pressure actuator switches (6)
e Directional control valves (4)
e Governor control motor (2)
e DC motors (4)
e Hydraulic pressure gauges (6)
e Reservoir level alarm devices (2)
m Trip block (2)
m Wichet gate hydraulic positioner
(one per turbine)
m TSV hydraulic positioner and
electric position swtich (one per
turbine)
m All rubberized hydraulic hoses
Axel Johnson Eng. Corp. Inspect all components, clean, flush and test functional
Parker- 1000psi Disassemble, inspect, refurbish as necessary, reassemble
Inspect and verify bladder integrity
Clean and flush
Baldor 5HP 208-230-480V Megger, clean, dip, bake, remegger, replace bearings, test functional
Oil flush systems (2)
Clean, calibrate and test functional
Parker Clean, calibrate and test functional
Megger, clean, dip, bake, remegger, replace bearings, test functional
Megger, clean, dip, bake, remegger, replace bearings, test functional
Clean, calibrate and test functional
Clean, calibrate and test functional
Clean, calibrate and test functional
Clean, calibrate and test functional
12
Clean, calibrate and test functional
Inspect and test for leaks
m
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
Utility Water System
All piping to be free of contaminants as indicated by water test analysis. All system instrumentation, filters, alarms, trip schemes and back up
supply system to be tested accurate and functional.
Utility Water pump Allis Chalmer horizontal -
60gpm Disassemble, inspect, refurbish as necessary, reassemble
Utility Water pump motor Baldor 2080 4.8amp Megger, clean, dip, bake, remegger, replace bearings, test functional
Low Voltage Electrical System
All 2081120 volt power panels, breakers, conduits and associated equipment to be free of grounds, oil residue and moisture. All alarms, relays,
control switches, instrumentation and protection circuits to be tested accurate and fully functional.
High Voltage Electrical Bus
2.4kv bus to test free of faults from the generator connection points to the high side of the plant main bank transformer. All metal clad iso -phase
cabinets and metal clad bus work shall be clean of contaminants. Bus potential, current, metering and regulating potential transformers,
capacitors, resistors and associated components of the high voltage system shall be tested fully functional and indicating accurately on plant
instrumentation. The two generator main circuit breakers shall be tested both mechanically and electrically to verify proper operation including
associated relay protection. All high voltage protection schemes shall be tested and confirmed fully operational.
Unit 1 &2 Gen. Term. Boxes
e Bus bars, associated bushings, 10
current transformers and
capacitor/resistor.
Unit 1&2 Control Cabinets
e Bus bars, associated bushings,
current transformers and
capacitor/resistor.
e Generator Circuit Breakers (2) Siemens Allis MA26OC-1
Max Volts 4760 Amps 1200
e 2400kv bus including generator
neutral transfomers
6 current transformers, 3 potential G. E. 40:6
transformers
e Main Bank Transformer 12kv/2.4kv
13
Clean and test
Clean and test
Clean and test mechanically and electrically
Clean and test
Clean, test and replace as necessary
Test
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
Electric Generators
Both sets of generators, exciters and permanent magnets to be clean of all contaminants and to have passed all prudent industry standard
electrical testing to guarantee integrity of rotor and stator windings and insulation. Generator to be balanced so as to operate at no more than 2
mils of vibration (or OEM limits) at rated speed and load. Generator bearings to be clean and properly aligned with all temperature and vibration
instrumentation, alarms and trip schemes tested fully functional. The generator bearing oil reservoirs to be clean of contaminants and all
temperature, level and alarming instrumentation tested functional. The primary and secondary plant cooling water systems shall be clean of
contaminants with all associated instrumentation, filters, alarms and trip schemes tested accurate and functional.
Generator No.1 Synchronous Shinko = Output 1000KW / 3 Megger, clean, dip, bake and perform prudent electrical tests necessary to
Generator
phase / Voltage 2400V /
guarantee integrity of the generator. Tests to include Doble, High Potential and
ARM current 267A f 60 HZ /
Megger
12 pole / 600 rpm / weight
Generator No.1 Exciter
Shinko = Frequency 120HZ /
Megger, clean, dip, bake and perform prudent electrical tests necessary to
3 phase / 24 pole / rated
guarantee integrity of the exciter.
output 1.8kVA / rated voltage
116V / armature current
90AA AC / load current
81.2A DC f speed 600 rpm /
excitation voltage 50V DC !
excitation current 7.7A DC
Generator No.1 Permanent
Shinko = Frequency 60HZ 11
Megger, clean, dip, bake and perform prudent electrical tests necessary to
Magnetic Generator
phase/ 12 pole / power factor
guarantee integrity of the generator.
.95 / rated output 0.9 KA /
rated volts 105V / rated
current 8.6A / 600 rpm
Generator No.2 Synchronous
Shinko = Output 2500 K /
Megger, clean, dip, bake and perform prudent electrical tests necessary to
Generator
3 phase / Voltage 2400V /
guarantee integrity of the generator. Tests to include Doble, High Potential and
ARM current 668A / 60 HZ /
Megger
18 pole / 400 rpm 1.9 power
factor / weight 26,600kg
14
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
e Generator No.2 Exciter
Shinko = Frequency 100HZ /
Megger, clean, dip, bake and perform prudent electrical tests necessary to
3 phase 130 pole / rated
guarantee integrity of the exciter.
output 26 KVA / rated voltage
105V / armature current 143A
AC / load current 146A DC /
speed 400 rpm / excitation
voltage 50V DC / excitation
current 9.3A DC
e Generator No.2 Permanent
Shinko = Frequency 63AHZ /
Megger, clean, dip, bake and perform prudent electrical tests necessary to
Magnetic Generator
1 phase/ 16 pole / power
guarantee integrity of the generator.
factor .95 / rated output 1.1
KVA / rated volts 116V /
rated current 9.6A / 400 rpm
e Generator and exciter heaters and
Test functional.
control box
e Unit speed and overspeed
212M Speed Indication
Inspect, clean and test operable.
protection device (one per unit)
i Bearing & oil temperature pickups
Inspect, clean and test operable.
(5 per bearing)
Reservoir level switch - 271
Inspect, clean and test operable.
i Bearing vibration device - 239 (one
per bearing)
i Cooling water differential pressure
Barton Differential Pressure
Inspect, calibrate and test operable
transmitters (one per bearing, four
Transmitter
total)
i Turbine stuffing box cooling water
UA model
Inspect, calibrate and test operable
supply flow meter (one per turbine)
15
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
Gauge Boards No.1 and 7
Cooling Water Line Pressure In and
Out gauges (two per board)
Cooling Water Strainer Pressure
(one per board)
Turbine Head Cover Pressure (one
per board)
Draft Tube Pressure (one per
board)
Utility Gauge Board No.3
Utility Water Line Pressure In and
Out gauges
Utility Water Pressure Differential
gauge
Utility Water pressure switch
Foxboro transmitter
Inspect, calibrate and test operable
Inspect, calibrate and test operable
Inspect, calibrate and test operable
Inspect, calibrate and test operable
Inspect, calibrate and test operable
Inspect, calibrate and test operable
Inspect, calibrate and test operable
DC Voltage System
DC bus, breakers and all distribution circuits to test free of faults. Storage batteries shall be sized to provide a minimum of twelve hours of
continuous service in the event of loss of AC power. The battery charging system shall maintain the bank at a nominal 130 volts. All system
circuitry, control switches, instrumentation, relays, alarms and protection schemes shall be tested accurate and fully functional.
Battery Charger La Marche, model A1213-50 Test and replace as required
1301 - D3 Input volts - 208,
Input amps - 40, DC volts -
130, DC amps - 50, cells - 60
Storage Batteries Replace
Batter Charging & DC Control Panel GE panel, 125 DC, 226 amp Test, replace circuit breakers as necessary,
service: 17 - 30 amp circuit
breakers and 1 - 100 amp
circuit breaker
126 VDC Fuse Safety Switch Test functional
No.1 and No.2 Generator Neutral Panels
3 neutral transformers
16
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
Excitation Systems
NO and No.2 Unit excitation systems and panels shall be free of grounds and oil residue and moisture. All instrumentation, controls, relays,
alarms and protection schemes associated with the system shall be tested accurate and fully functional. The excitation systems shall operate in
either automatic or manual mode and will have the ability to adjust terminal voltage within generator design capability.
2 No.1 and No.2 Exciter Panels - (components below are same for each panel)
28 relays OIVIRON model MM4 P
Test, replace as required
1 circuit board
Test, replace as required
1 DC relay Allen Bradley
Test, replace as required
3 timer relays Fugi
Test, replace as required
2 - 20 amp circuit breakers
Test, replace as required
1 - 105/140 VDC power supply
Test, replace as required
2 motor driven rheostats
Test, replace as required
1 power transformer
Test, replace as required
2 voltage control switches
Test, replace as required
1 two position transfer switch
Test, replace as required
e Generator No.2 Metering Panel
Panel to be clear of grounds and faults and clean of oil residue or water contaminants. The alarm panel and all relays, switches, instrumentation,
alarms and protection circuits shall be properly tested accurate
and fully functional.
Generator Stator & Bearing alarm
panel
12KV Transducer Test Switches -
TS -3 (10 knife switches)
7 - electro mechanical relays (3
overcurrent, 1 ground fault, 1
overvoltage, 1 undervoltage, 1
under/over frequency), 3 fuse
blocks, 19 electro mechanical
relays, 15 termination strips, 2 RIS
power packs
17
Test, replace as required
Test, replace as required
Test, replace as required
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
No.2 Generator Control Panel
Panel to be clear of grounds and faults and clean of oil residue or water contaminants. The Emergency Stop Switch and all relays, control
switches, instrumentation, alarms and protection circuits shall be properly tested accurate and fully functional.
1 Generator Emergency Stop
Switch, 4 electro mechanical relays
(1 negative sequence, 1 loss of
field, 1 reverse power, 1 differential),
10 terminal strips
Station Service Panel
Test, replace as required
Panel to be clear of grounds and faults and clean of oil residue or water contaminants. Panel gauges, relays, control switches, instrumentation,
alarms and protection circuits shall be properly tested accurate and fully functional.
2 phase amp selector switches, 24 Test, replace as required
electro mechanical relays, 1
kilowatt hour meter, 10 knife test
switches, 1 fuse block, 25 terminal
strips
Generator No.1 Metering Panel
Panel to be clear of grounds and faults and clean of oil residue or water contaminants. The alarm panel and all relays, control switches,
instrumentation, alarms and protection circuits shall be properly tested accurate and fully functional.
1 station and bearing alarm panel,
DC Distribution amp gauge, 1 DC
Distribution volts gauge, 26 electro
mechanical relays, 1 auto synch
device, 3 fuse blocks, 4 agastat
relays, 2 power packs, 19 terminal
strips
OR
Test, replace as required
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
No.1 Generator Control Panel
Panel to be clear of grounds and faults and clean of oil residue or water contaminants. The Emergency Stop Switch and all relays, control
switches, instrumentation, alarms and protection circuits shall be properly tested accurate and fully functional
1 Generator Emergency Stop Test, replace as required
Switch, 4 elector mechanical relays
(1 negative sequence, 1 reverse
power, 1 loss of field, 1 differential),
10 terminal strips
UPS Panel
Panel to be clear of grounds and faults and clean of oil residue or water contaminants. Automatic power transfer shall be seamless to plant
operations and instrumentation. All relays, control switches, instrumentation, alarms and protection circuits shall be properly tested accurate and
Charger input AC
Volts 120#240 AMPS 28114
Charger output DC
Volts 52 AMPS 60
Bypass input AC
Volts 120 AMPS 18.6
Output AC
Volts 120 AMPS 2kva
Input DC
Volts 62 AMPS 66
4 relays, 1 power transformer, 2 OMPON model MM4XP Test, replace as required
terminal strips, 1 control rack with
circuit boards
19
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
Dear Mr. Grande,
LIUDESIMPINQ17M 171 =j I
Exhibit B
CONTRACTORS PROPOSAL
90 Sart Luis Stteet, Suites A&B
Avila Beach, CA 93424
V. S. Mailing Address -
R OBox 3151
San LuAs Obispo, CA 93403
jags ourcecalifamia,com
Energy is also performing fGr the City of Uldah. Other dedwAions from theoriginal proposal are due to
i Is M. I
Gdi*3.mIQRA' g --ly-to-1912MM �-' �
Rttore: 805.595,9900 wwwwwzK-alomR,zom
%F -S Pro po" No J4 CP
20
FAX W5,M 762
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
.1, Estimate 'is based ft Scope of Mrk sedion detakd in Attadvnerd A of tfie ktwch 8,2006 lRFP
from the City of
2. Allequipmentis repairable.provento require replacement,
startuptesting and are considered to be •r+ • costs
3This estimate is for labor and •lodging) only.
4Any additional, rrWwials, equll?mont. rental fees, system, or processes vviould be considered as
additional cosm
5. Work not included, bLA to be coordinated with SC Energy, are those sections descAbed
Attachment A (Scope of y +w
Synchronousa_ Generator No, I
b, Generator No. I Excitor
cGenerator No. 1 r
Synchronous
GeneratoraGenerator No. Z Exciter
1, Generator No. 2 Permanent Wgnetic
Boxes9, Generator -arid Exciter Heaters and Cortrol
physicalNote: It isa"unled that the City of Ukiah vVill directly contract out this
option,independent of thiSworksoope, As an • •
make it part of this propoWs, scopeof work.
Dw
1 Work Will be scheduled to start soon after SC Energy receives a pLrchaso order coveting and
atAhorizing this work scope.
2The estimated duration for the pied is 5 to 6 weeks,
21
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
If I a 12W It X12 Ali � .
: ,.rpt•. t S gym,. �.. �..y
$OES Pto s o.. ;-NC-fit
22
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
MM
;1� a
Aftaahrmnt
R'I
I II ,�
23
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
Exhibit B
COMPENSATION
NIRIIITIIIIII I III III I � I I I � 1 1 11 � 11 1 !1 �� I p
NZEET
offices, at Customer designated facilities, or an route between, fa Odes shall be ec[ual to the
I
•
1"' N411whill W101 Offil
tau
iml= Ina I 1A M-11 1111M.-I'VA N Will-lalu I WE I A 231 It 121111 it& I A I I &I[,
Independence Day, Labor Day, Veteran's Day, 7-hank400V Day, day after Thank4gAftDay
arid ctv� Day.
&=rce
Exhlbit 8—CompoiI
Drofessional Services Agreement - Rvv. 04/2006
WE
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
In rivurb on Me Ove
mr,ked will be billed at twice the sttaight-time labor rate.
N
activities performed by SC Energy,
1) 1 rwok* Preparation, Revisions or Processlnv,
2) Preparation of Reqtest for Servjoe$
2. Reimbursable Expenses
(A) In-house Expenses
Custorriershall reimburse SC Energy forthe following iterns, utilized in the performance ofth
Service at the fg rates.,
There will be no re imbursementfrorn Customer for expenses for focal telephone calls and to
computer usage for routine office work including word processing, spreadsheet calculation c
eledronr'. meil.
(8) Actual Expenses
Except as elsewhere specified in this Agreement, Ciji5tonrker shall reimburse SC Energyfora
reasonable and cmtomary expenses incurred by SC Energy int a perfomria rice of the Service
at SC Erre As ackial cost with no markup, including but not Ornted to the following.
1) Actual airfares for air travel but in rx) case more than full ooach-olass airfare -
Food, and irieals Mile on out of town travel status.
3) Car rentals
4) Actual mileage per the IRS approved mileage rate.
Inc.
F_Xfttbkt B---compensallon
Profeswonat $enik�eAgreement - R,,ffv, 1 - 04r2OO6
25
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
5) Lodging including hotels Incurred in accordance with SC Energy standard policies for out
of town travel.
6) Hired ground transportation including taxis.
7) Reasonable and austomary miscellaneous personal and incidental experises fturred
Mile traveling.
8) Long distance telephone calls made in-house by SC Energy,
9) All cellular phone calls, credit card calls and 14osin-ile, trarsmission costs made while
any from SC Eneirgyoffices
10) AN mail courier services (Federal Express, California Overnight, etc.).
11) All costs associated Min subcontractors engaged in accordance with the terms of this
Agreernent,
1 Goods and services provided by third parties including docurnent reproduction.
13) Expandable supplies directly usedort the project.
14) All costs for eq uipnmwerpt leased specifically and used exclusively for CAraDrnees pr*& -S,
15) All costs for computer programrring, software, roytilties, lease and operation used
exclusi rely for for r.
16) Applicable state sales tax in the manner and in the arnoura as requI[red by law.
such tax is included in the maximum cost, ifany, specified for this Agreement To the
extent known, SC Energy it identify all applicable sales taxes in the Request for
Services.
(C) Expenses with Servtce Charges
SC Energy will not add servicer charge to any reimbursable expenses unlessSC Energy has
received prior written approval from Customer.
Sowre C
aliforrita EnerV Servx#4, Int
Exhibit 13—Cotnpenvatfan
Ptofessional Serv�cas Agreemen t — Rev0021006
WQ
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
f r%j
Murray Grande
NCPA
QUOtAtifM Number. 06 - 976
0 InstallationfRopairMaIntenomq
0 Fl*ld 11091"00""s servize
* Job Management 3ervico
* Training $*MCA*
lengineoring Sta4WInspectlonrrest
Power Generation SerAcos
0 Power "Wery Servicas
To provide labor, equipment and materl-41v to disassemble, remove and tritusport generator 01
And #2 to our service shop. Afttr retondifiening, transport, install and afta both units.
These strvives tan he provided for the estimated price as follows,
LASOR
5
75,90.00
FABRICATE SPECIAL TOOLING
5;
0coo
TOOL TRIJCK & TOOLING
CON USIABLES
.1,000.00
CRANES
15,0010-100
SUBSISTANCE
TRU—CxfNG
TO`17AL ESTIMATED PRICF, sit
(PRICING DOES NOT INCLUDE INSHOP SERVICES)
Title- Marketing Pro lM Manager
NOTICE: This quotation is void unless notepted witbin thirty (30) days of date btreof and is
subject to thange upon notim However if EMC eltelts to perform the *erviees, covered by the
quelation in response to an order placed thirty days or more after The date of the quotation, the
terms of the quotation wjjj apply along with XMC Ine-'sTerms and Conditions.
ffi-�W
aural
0A'FA
City of Ukiah Hydroelectric Plant Equipment Refurbishment - Contract
r9T-rNN99=
Murray Grande
NCPA
QMQMO_N FOR SERVI!CES
Quotation Number: 06 - 975
V InstallaitlaninapairiMaIntenance
W Field Enginoorlog Sarvica
K Job Numagement ServW*
Cl Training Services
0 Engineering StudylinspecOordTost
x Power Generation SerAc*s
0 Power Delivery Services
To provide labor, vquipwtnt and matcrials to recondition or rcwlad if necessary the following
Generators From the pity of Ukixhls Lake Mendocino Hydro, Plant.Genvrator.
Generator 9 1
Shinko 1,000 KW., 3 phase, 240OV, 600 RPM
Shinko 2,."Q IOW, .l Phase, 24WV, 400 ReM
Disassembir and I aspect
steam Clean Sit Parts and Oven nake
Measure All Machined Surfaces and Fits
perfor= Electrical Diagnostics ( Dobie, I'llpot and Me r)
* t)yuamka#y Balance all Rotating Elements
* Paint to Customer $pceirication
* Dispose of Waste Materials
* Provide Report
OW,
REWIND WORKSCOPE;
• Remove wedges and strip old coils
• Perform Loop Test on the core.
• Clean and prep slots
• Install new coils
• Perform final klipat
• Varnish new windings
• Assemble
• Dispose of waste materials
• Provide Report
These services can be provided for the estimated price as follows.
ES71MATED RECONDITION PRICE:
Generator #1 S 42&Q.00
Generator #2 $ 56000.00
EliTTMATED REWIND PRICE:
Generator #1 S I 'IL0Q.00
,Generator #2 $ 197x000.00
Firm Rj'cin g will be provided upon coin gle "io of ins
By: Paul "sell it
Title: Marketing Project Manager
NMICE. This quotation is void unless accepted within thirty (30) days afdatg hereof and Is subject to change upon notice.
tiowtvtr it U"C elects to perform the services covered by the quotation in response to an order placed thirty days or more after
the dote oft*t quotation, the forms ofth* quotation will apply along with XMC lat.'s Terms and Condiltions.
Electrical Maintenance Consultants, 6400 nowt St. Rocklin, CA 95677
E-mail phone 916.624.7977 fax 916.624.0680 cell 916.257.9374
29