Loading...
HomeMy WebLinkAboutTransfluid Services 2026-02-19COU No. 2526-177 PAGE 1 OF 7 AGREEMENT FOR PROFESSIONAL SERVICES This Agreement, made and entered into this 19th day of February, 2026 (“Effective Date”), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Transfluid Services, Inc., a corporation organized and in good standing under the laws of the state of California, hereinafter referred to as "Consultant". RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to oil processing, internal inspection and testing of Transformer TR-2 at the City of Ukiah’s Orchard Substation. b. Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. c. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment "A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A"). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment "A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services within a reasonable time as coordinated with the City. Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of $90,039.63. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment A, COU No. 2526-177 PAGE 2 OF 7 which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment A. Consultant shall complete the Scope of Work for the not-to- exceed guaranteed maximum, even if actual time and expenses exceed that amount. 4.2 Changes. Should changes in compensation be required because of changes to the Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of-Work" means different activities than those described in Attachment "A" and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of the invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not the City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant 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 Consultant 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 Consultant and City. Consultant 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. Consultant agrees to indemnify and hold City and its officers, agents and 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 Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. COU No. 2526-177 PAGE 3 OF 7 Consultant warrants and represents that it is a properly licensed professional or professional organization 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. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City’s local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager’s determination. 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage – Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultant’s profession. Architects’ and engineers’ coverage is to be endorsed to include contractual liability. B. Minimum Limits of Insurance Consultant shall maintain limits no less than: 1. General Liability: $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $2,000,000 combined single limit per accident for bodily injury and property damage. COU No. 2526-177 PAGE 4 OF 7 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. 4. Errors and Omissions liability: $1,000,000 per occurrence. C. 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 to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Consultant's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. COU No. 2526-177 PAGE 5 OF 7 3. Professional Liability Coverage If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend one (1) year from the date of final approved invoice. 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. 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, AA for long-term credit rating and AMB-1 for short-term credit rating. F. Verification of Coverage Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. G. Subcontractors Consultant shall include all subcontractors or sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub- contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Consultant in the performance of services under this contract by Consultant, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. COU No. 2526-177 PAGE 6 OF 7 “Indemnify,” as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party 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 contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services 03/06/2026 Kristine Lawler (Mar 6, 2026 13:54:20 PST)Kristine Lawler 03/06/2026 DATE:1/29/2026 Bids may be emailed, faxed, or hand delivered, to the contact information listed REQ. NO.E41088herein, and by the specified deadline, or the bid will be rejected. BIDS WILL BE RECEIVED UNTIL Submitted by:2:00 p.m., February 12,2026 (Company Name AT THE OFFICE OF THE PURCHASING MANAGER & Address)411 W CLAY ST. CITY of UKIAH BY:Myles Fisette Email: mfisette@cityofukiah.com BIDS ARE REQUESTED FOR THE FOLLOWING ITEMS: QUANTITY DESCRIPTION UNIT PRICE EXTENDED PRICE Tax (8.875 %): Shipping: TOTAL:Payment Terms:N30 1. LOCAL PREFERENCE: Local Vendors shall be given an allowance of five percent (5%), up to a maximum allowance of $2,500, on any bid forsupplies, equipment and/or materials per Ukiah City Code Section 1522.D.4. A Local Vendor is defined as one which, 1) conducts business in anoffice or other business premises with a physical location in Mendocino County, 2) holds a valid business license issued by Mendocino Countyor one of the cities in Mendocino County for that business location, and 3) has conducted business in compliance with 1) and 2) for not less thansix (6) months prior to requesting the preference. The City shall receive satisfactory proof that a business qualifies as a local vendor before itmay receive the local preference. In the event that there is a tie bid, where one bidder is local, the other is not, and the bid is equal in price andquality, the award shall go to the Local Vendor.2. Right is reserved to reject any and all bids.3. Right is reserved to accept separate items unless specifically denied by bidder.4. Right is reserved to reject a bid from any bidder who has previously failed to perform adequately for the City of Ukiah.5. In CASE OF DEFAULT, the City of Ukiah may procure the items quoted on from other sources and hold the original bidder liable for any increasedcosts.6. The price, terms, delivery point, and delivery date may individually or collectively be the basis of the awarding of the bid.7. In submitting the bid, bidder agrees that the bid shall remain open and may not be revoked or withdrawn for 60 days from the bid due date, unlessa different time period is specified in RFB. 8. Bidder agrees to perform according to its bid, if the City's acceptance is communicated to the bidder within the time specified in number 7 above. 1 LS ALL BIDS SHALL BE F.O.B. UKIAH, CA. TERMS: SIGNATURE: PRINT NAME: DATE: PHONE: LEAD TIME ARO : EMAIL: All labor, equipment, materials, tools, and cleanup necessary to complete the oil processing, internal inspection and testing of Transformer TR-2 at the City of Ukiah’s Orchard Substation per attached Specification E41088. REQUEST FOR BID UKIAH, CALIFORNIA 95482 P: (707) 463-6225 300 SEMINARY AVENUE PAGE 1 OF 1 Transfluid Services Inc. 20405 State Highway 249, Suite 150, Houston, Texas, 77070 $82,700.00 $82,700.00 Nicholas MacDonald February 12, 2026 (877) 875 2775 bids@starkoil.com $7,339.63 $90,039.63 Attachment A REQUEST FOR BID City of Ukiah SPECIFICATION E41088 SUBSTATION TRANSFORMER OIL PROCESSING January 29, 2026 Bid Due Date 2:00 p.m., February 12, 2026 I.Introduction City of Ukiah is seeking bids from qualified Contractors to oil processing, internal inspection and testing of Transformer TR-2 at the City of Ukiah’s Orchard Substation, at 724 South Orchard Ave., Ukiah, CA 95482. II.Bid Procedure PLEASE TAKE NOTICE: This Request for Bid (RFB) is issued as an open market purchase under Section 1522 of the Ukiah City Code. This is not a formal or informal bid under the provisions of state law governing RFB’s for Public Projects. The procedures governing open market purchases are at the discretion of the Purchasing Officer and may vary from bid to bid, depending on the City’s needs. The City Code encourages the Purchasing Officer to use modern communications, including the telephone, e-mail and the internet, to obtain the lowest possible price, consistent with the City’s needs. The Purchasing Officer does use City bidder’s lists when soliciting bids. You may contact the Purchasing Officer if you would like to be placed on the City’s bidder’s list. III.Contact Person The City has designated Myles Fisette, Purchasing Manager, as the contact person for questions related to the work requested. Questions are to be submitted in writing, and can be done so by e-mail at mfisette@cityofukiah.com. IV.Examination of the Site The Contractor should familiarize himself with the local conditions of the project sites, and shall be responsible for having acquired full knowledge of the job and all problems affecting it. Failure to do so will in no way relieve him/her of the responsibility for performing any of the work or operations required as part of this contract. V.Bid Submittal Instructions Bids can be submitted in hardcopy, fax, or by email. Bids are due on or before 2:00 p.m., February 12, 2026 to: City of Ukiah Purchasing Department Attn: Myles Fisette 411 West Clay Street Phone: (707) 463-6225 Email: mfisette@cityofukiah.com It will be the sole responsibility of the bidders to have their bids delivered to the City before the closing hour and date. Late bids will not be considered and will be returned unopened to the sender. The City will not be responsible for any cost incurred by the Contractor in preparation of their bid response. VI.Scope of Work The Contractor shall provide all labor, equipment, materials, tools, and cleanup necessary to complete the oil processing, internal inspection and testing of Transformer TR-2 at the City of Ukiah’s Orchard Substation. This work is required due to elevated combustible gas levels in the transformer oil, which indicate potential electrical arcing within the unit. The scope includes draining and storing the transformer oil, performing an internal tank inspection to locate the source of the condition, providing a written root cause assessment and recommendation for remediation, , small repairs, torquing of all connections to manufacturers City of Ukiah SPEC E41088 SUBSTATION TRANSFORMER OIL PROCESSING - RFB 3 specifications reconditioning and vacuum-filling the insulating oil, and conducting final acceptance testing in accordance with applicable standards and the City of Ukiah’s specifications. All work shall be performed in accordance with current industry standards, including the IEEE C57 series (covering transformer installation, field testing, and maintenance), ASTM standards for insulating oil tests (D1500, D1816, D924, D1533, D971, D974, and D3612), and the latest NETA Acceptance Testing Specifications (ATS). The Contractor shall comply with CAL/OSHA requirements for confined space entry, electrical safety, and worker protection, and shall follow all manufacturer’s recommendations (Kuhlman, ABB, and others as applicable). Best practices described in the U.S. Bureau of Reclamation FIST manuals and recognized technical references shall be followed throughout the project. The Contractor shall begin by conducting a project review and safety conference with City representatives and any subcontractors. This meeting shall establish communication protocols, designate key contacts, review confined space entry procedures, identify environmental or site constraints, and confirm that all personnel involved in tank entry are properly qualified. Following approval to proceed, the Contractor shall draw an oil sample for laboratory testing to establish baseline chemistry and dielectric condition. The transformer oil shall then be drained into certified clean tankers, sealed, and properly stored. During and after oil removal, the transformer tank shall be filled with dry air having a dew point of -50°F or lower and oxygen content between 19.5% and 23%. The Contractor shall provide a generator with a maximum sound level of 70 dBA at 23 feet to support oil processing operations. Once drained, the Contractor shall perform an internal inspection of the transformer under controlled environmental conditions. The tank shall not be opened if the relative humidity exceeds 65% or the ambient temperature is below freezing. Purging with dry air shall continue during the inspection period to prevent moisture ingress. The Contractor shall inspect for signs of electrical arcing, overheating, loose or damaged connections, or insulation distress. All mechanical connections shall be torqued to manufacturer’s specifications, and any suspect compression connectors or DETC (De-energized Tap Changer) contacts showing signs of arcing shall be examined and repaired or adjusted as necessary. The Contractor shall also inspect the core, coils, and internal components for evidence of degradation or moisture intrusion. A root cause analysis shall be provided to the City prior to refilling the transformer. Tools and hardware shall be secured to prevent dropping into the transformer, and protective drop cloths shall be used beneath any working area. The tank shall not remain open for more than 24 hours; if work must be paused, it shall be resealed, evacuated, and filled with dry air or nitrogen until work resumes. Upon completion of the inspection, the Contractor shall provide a root cause assessment identifying the most probable cause or causes of the condition and recommendations for corrective action, which may include follow-up repair by others. Following inspection, the Contractor shall process the insulating oil to remove moisture and gas in accordance with IEEE C57.93 and related guidelines. Oil shall be filtered, de-gassed, and dried to achieve acceptable dielectric and moisture values. The Contractor shall perform a vacuum leak test before refilling, ensuring that pressure rise does not exceed 1.0 mm Hg within 30 minutes. The transformer shall then be evacuated and held under vacuum (1 mm Hg) for 24 hours before refilling. If oil analysis indicates that the DBPC oxidation inhibitor concentration is below 0.3%, the Contractor shall replenish it to that level. Any necessary makeup oil shall be supplied by the Contractor. The transformer shall be filled under vacuum through a 0.5-micron filter press, with fill temperature maintained between 60°C and 80°C, and fill rate not exceeding 0.5 inches per minute. Upon completion, the transformer shall be topped off and blanketed with nitrogen. City of Ukiah SPEC E41088 SUBSTATION TRANSFORMER OIL PROCESSING - RFB 4 After reassembly, the Contractor shall perform acceptance testing in compliance with IEEE, ASTM, and NETA standards. Testing shall include Transformer Turns Ratio across all tap positions, Insulation Power Factor (winding and core), Current Transformer ratio and polarity verification, and insulation tests at 1,000 volts. In addition, post-processing oil tests shall be performed for color (ASTM D1500), dielectric breakdown (ASTM D1816), power factor (ASTM D924), moisture content (ASTM D1533), interfacial tension (ASTM D971), acid number (ASTM D974), and dissolved gas analysis (DGA, ASTM D3612). All field and laboratory results shall be compiled in a formal test report. Upon completion of the work, the Contractor shall submit a final report to the City of Ukiah. The report shall include oil analysis data, inspection findings, photographic documentation, the root cause assessment with recommendations, and test results confirming transformer condition following processing. The City will perform the 24-hour hold time before energizing at 115 kV and the subsequent minimum eight hours of no- load energization, during which operational performance (including oil temperature, winding hot spots, ambient temperature, and sound or vibration) will be monitored by City personnel. The Contractor shall prepare and submit a detailed work plan and schedule for review and approval by the City before mobilization. All work shall be completed in strict accordance with applicable safety and environmental regulations, including CAL/OSHA confined space entry standards, EPA spill prevention and control requirements, and California environmental laws regarding oil handling and disposal. The Contractor shall maintain appropriate spill containment during all phases of work and provide Safety Data Sheets (SDS) for all chemicals and materials used onsite. General locations of the work are 724 South Orchard Ave., Ukiah, CA 95482. Specification Task Schedule, nameplate information, drawings, photos and DGA report have been included as Attachment A. VII.Terms The City asks that vendors specify their desired payment preferences in their bid response. The actual payment terms of the contract will be open for negotiation during the contract phase. If no special payments are requested prior to issuing the work, the City will assume net 30 terms. The City reserves the right to award to the lowest, responsible bidder. The City also reserves the right to waive any irregularities and technicalities and request rebids should it be deemed in its best interests to do so. The price, terms, delivery point, and delivery date may individually or collectively be the basis of the awarding of the bid. In addition, the City reserves the right to make the selection of specific parts of a bid, or multiple proposals that will best meet the needs of the City as defined in this RFB. In addition, the City reserves the right to reject any or all bids. The awarded contractor will enter a “Professional Services Agreement”, Attachment B. VIII.Addenda If it becomes necessary to revise any part of this Request for Bid (RFB) after it has been issued, the City will issue an addendum to the RFB containing the revision. All addenda will be posted on the City’s website at www.cityofukiah.com/purchasing with the rest of the RFB documents. Anyone who intends to submit a bid in response to the RFB must check the website frequently for any posted addenda. Anyone submitting a bid will be deemed to have seen and agreed to be bound by the posted addenda. City of Ukiah SPEC E41088 SUBSTATION TRANSFORMER OIL PROCESSING - RFB 5 IX. Warranty Unless otherwise indicated, the Contractor must provide a 1 year workmanship warranty from the date of final acceptance. The Contractor shall replace promptly and at his own expense any materials and/or workmanship which fail during this warranty period. X.Bidder Qualifications The City will satisfy itself that the potential contractors are reputable firms with a proven track record and a proven product. Contractors are asked to provide the information requested under Work Performance History Capability. References are to be those who you have performed similar scope of work as asked for in this RFB. References are to include the contact name and phone number. A minimum of three references are requested. XI.Insurance Requirements Bidder’s attention is directed to the insurance requirements – see Attachment C. Contractors shall furnish to the City, upon award of contract, certificates of insurance covering full liability under Worker’s Compensation laws of the State of California, Comprehensive General Liability and Business Auto Insurance with policy limits of not less than $2,000,000 naming the City as an additional insured party. It is highly recommended that contractors confer with their respective insurance carriers or brokers to determine in advance of bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent awarded contractor fails to comply with the insurance requirements, that contractor may be disqualified from award of the contract. If you have questions regarding the City’s requirements, please contact the City’s Risk Manager at 707-463-6287. XII.License and Additional Requirements 1)Compliance with Laws and Regulations: All materials, parts and equipment furnished pursuant to these specifications shall be in compliance with the laws and regulations of the State of California and OSHA. The contractor shall, if requested by the City, supply certification and evidence of such compliance. 2)Payment Bond: As per California Civil Code Section 9550, a direct contractor that is awarded a public works contract involving an expenditure in excess of twenty-five thousand dollars ($25,000) shall, before commencement of work, give a payment (material and labor) bond to and approved by the officer or public entity by whom the contract was awarded. Please refer to Attachment D for a copy of the sample forms. 3)Legal Requirements and Permits: The contractor agrees to fully comply with all local, City, State and Federal laws, regulations and ordinances governing performance of contractual services required, and it will be the responsibility of the contractor to obtain any and all necessary licenses, permits or clearances, including the actual cost of licenses. 4)License Requirements: Bidder/Contractor must possess a current City of Ukiah business license. (For information business license, please contact Elizabeth Frausto, City of Ukiah Community Development at 707-463- 6215.) b)The bidder shall keep in force a City of Ukiah business license for the extent of the project. c)Where subcontractors/jobbers are used, bidder shall provide the City with proof of proper licenses, certificates and proof of insurance for work performed. 5)Notice to Bidders – Contractor Registration and Prevailing Wages –No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works City of Ukiah SPEC E41088 SUBSTATION TRANSFORMER OIL PROCESSING - RFB 6 project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The prime contractor shall be responsible for posting job site notices as prescribed by regulation. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Public Works Small Project Exemption: Small project exemption means that contractors who work exclusively on small projects are not required to register as public works contractors or file electronic certified payroll reports for those projects. However, prevailing wages must still be paid on projects with small project exemption. Contractors are still required to maintain certified payroll records on a continuous basis, and provide those records to the Labor Commissioner’s Office upon request. Small project exemption is applied based on the amount of the entire project, not a contractors subcontracted amount of the project. Small project exemption applies for all public works projects that do not exceed: $25,000 for new construction, alteration, installation, demolition or repair; and $15,000 for maintenance. Each laborer or mechanic of Contractor or any subcontractor engaged in work on the project under this contract shall be paid, pursuant to provisions of Section 1770, including amendments thereof, of the Labor Code of the State of California, the Director of the Department of Industrial Relations, State of California, has ascertained the general prevailing rate of wages for straight time, overtime Saturdays, Sundays and Holidays including employer payment for health and welfare, vacation, pension and similar purposes, copies of the General Prevailing Wage Determination (applicable to the work), for the locality in which the work is to be done can be reviewed at Website: www.dir.ca.gov/dlsr/pwd/northern.html . The Labor Commissioner through the Division of Labor Standards Enforcement (DLSE) may at any time require contractor and subcontractors to furnish electronic certified payroll records directly to DLSE. For projects that do not meet the “Public Works Small Project Exemption”, contractors and subcontractors must furnish electronic certified payroll records directly to the DLSE. Page 1 of 9 Scope of Work – Substation Transformer Oil Processing, Internal Inspection and Repair CITY OF UKIAH 411 W. Clay Street, Ukiah, CA 95482 Attachment A Page 2 of 9 CITY OF UKIAH 411 W. Clay Street, Ukiah, CA 95482 POWER TRANSFORMER REPAIR AND TESTING I.BACKGROUND The City of Ukiah (Ukiah) has three transformers at its Orchard Substation. Ukiah is seeking a contractor to repair and test one transformer onsite. The work will consist of draining and storing the transformer oil and inspecting the tank interior for the source of electrical arcing that is causing elevated combustible gas levels and providing a recommendation for appropriate remediation. Transformer oil shall be processed to filter, de-gas, and dry the transformer prior to vacuum filling. The transformer shall be tested after repairs are complete. A generator with a maximum sound rating of 70 dBA at 23 feet shall be provided by the Contractor for use with oil processing equipment. The work site address is: Orchard Substation 724 South Orchard Ave. Ukiah, CA 95482 The contact information for this solicitation is: Ukiah's Contact Myles Fisette, Purchasing Manager (707) 463-6225 mfisette@cityofukiah.com Nameplate data for the transformers are as follows: ►Manufacturer: Kuhlman ►High Voltage: 115,000 volts (delta) ►Low Side: 12,000 Y 6,930 volts ►20 MVA ►Type II Inhibited Mineral Oil, 6,218 Gallons ►DOM 11/2008 ►Transformer TR-2 S/N 988227-1 Page 3 of 9 Page 4 of 9 CITY OF UKIAH 411 W. Clay Street, Ukiah1 CA 95482 POWER TRANSFORMER REPAIR AND TESTING II.PROJECT SCHEDULE Task # Description 1.Project Review and Safety Conference 2.Drain Oil From TR-2 3.Internal Inspection and Repair of TR-2 4.Oil Processing and Drying of TR-2 5.Vacuum Filling TR-2 6.Submit to Owner One Final Report On TR-2 7.Hold Time Before Energizing (Performed by Owner) 8.Energize at No Load (Performed by Owner) Ill. PROJECT DESCRIPTION TASK 1. Project Review and Safety Conference 1. Assemble site crew, subcontractors, and Owner's representatives for project orientation. 2. Identify supervisors and foremen, and exchange key contact information (e.g. cell phone numbers, office contacts, emergency sources -hospital, EMT, etc.) 3.Designate Contractor and Owner contact in charge. 4.Review all safety procedures and plans. Complete all needed site awareness or environmental constraints. 5.Clearly identify all tasks that are expected of each contractor, subcontractor and owner. 6.Review other Owner expectations and work rules. 7.Secure Owner authorization to proceed. 8.Entrants must be qualified for confined space entry in accordance with CALOSHA requirements. 9. Tank entrants in addition to emptying pockets to remove all jewelry and wear clean coveralls and shoe covers. 10.Avoid stepping on insulation, wiring and connections. 11. Inventory all tools and parts entering tank. 12.Perform inspection 13.Verify nothing left in tank. 14.Oil equipment to be properly bonded and grounded. Completion Date Page 5 of 9 CITY OF UKIAH 411 W. Clay Street, Ukiah, CA 95482 POWER TRANSFORMER REPAIR AND TESTING TASK 2. Drain Oil from Transformer 2 1.Draw an oil sample for a general chemistry test to establish a benchmark for oil condition as found. A copy of the test shall be provided to the Owner and the Engineer and be included in the final report. 2.Drain oil into Certified Clean Tankers. 3.Following the oil removal, the transformer tank is to be filled with dry air. Dew point less than -50°F or lower and oxygen content between 19.5% and 23%. 4.The Contractor shall seal and lock the oil tanker(s) holding the removed oil. TASK 3. Tank Interior Inspection and Repair 1.Do not open tank if relative humidity is above 65% or if ambient temperature is below freezing. 2.Do not open tank until pressure is at zero psi. 3.Continue purging tank with dry air during open time to prevent entrance of moisture. 4.Tools and hardware shall be tied off to prevent losing in transformer. 5.Use clean drop cloth beneath hardware being removed. 6.Torque all mechanical connections to manufacturers specifications and inspect and replace any suspect compression connectors. Examine DETC contacts for signs of arcing and repair if necessary. Inspect core and coils and interior components for evidence of overheating or arcing. 7.Tank shall not be left open for more than 24 hours at a time. If work is interrupted, reseal the tank, evacuate it and fill with dry air or nitrogen. 8.Provide a root cause assessment by identifying the most probable cause(s) of the issue (e.g., loose connection, insulation breakdown, moisture intrusion). TASK 4. Vacuum Filling Transformer 2 1. Equipment minimum capability: Oil pump minimum flow rate of 1200 GPH, and vacuum system capable of blanking pressure of less than 50 µm of Hg. 2.If LPRD flange is used for vacuum/oil connection, adapter shall be used to incorporate LPRD. 3.Isolate devices not rated for full vacuum. 4.Evacuate tank and fill with dry air or nitrogen. Hold for 12 hours. (4 PSI ± 0.5 PSI) 5. Check dew point and inside temperature. Using published graphs (IEEE C57.93), determine wetness. 6. Perform vacuum leak test prior to vacuum filling, leak rate rise not to exceed 1.0mm Hg in a period of 30 minutes. 7.If reasonably dry, 0.8% or lower by weight, start pulling vacuum. Page 6 of 9 8.Maintain 1 mm of mercury for 24 hours. 9.Contractor to supply DBPC oxidation inhibitor 0.3% by weight to be added to returned oil if processed oil tests indicate DBPC is < 0.3%. 10.Contractor to supply makeup oil as necessary to top off transformer to its normal level. CITY OF UKIAH 411 W. Clay Street, Ukiah, CA 95482 POWER TRANSFORMER REPAIR AND TESTING 11.Fill tank with oil via filter press (0.5-micron rating). 12.Top off with nitrogen system. 13.Oil fill temperature range (60 to 80° C is recommended) 14.Oil fill maximum rate (Not to exceed 1.25 cm/min {0.5 in/min}) 15.Equipment minimum capability: Oil pump minimum flow rate of 1200 GPH, and vacuum system capable of blanking pressure of less than 50 µm of Hg. 16.If LPRD flange is used for vacuum/oil connection, adapter shall be used to incorporate LPRD. 17.Isolate devices not rated for full vacuum. 18.Evacuate tank and fill with dry air or nitrogen. Hold for 12 hours. (4 PSI ± 0.5 PSI) 19.Check dew point and inside temperature. Using published graphs (IEEE C57.93), determine wetness. 20.Perform vacuum leak test prior to vacuum filling, leak rate rise not to exceed 1.0mm Hg in a period of 30 minutes. 21.If reasonably dry, 0.8% or lower by weight, start pulling vacuum. 22.Maintain 1 mm of mercury for 24 hours. 23.Contractor to supply DBPC oxidation inhibitor 0.3% by weight to be added to returned oil if processed oil tests indicate DBPC is < 0.3%. 24.Contractor to supply makeup oil as necessary to top off transformer to its normal level. 25.Fill tank with oil via filter press (0.5-micron rating). 26.Top off with nitrogen system. 27.Oil fill temperature range (60 to 80° C is recommended) 28.Oil fill maximum rate (Not to exceed 1.25 cm/min {0.5 in/min}) Page 7 of 9 CITY OF UKIAH 411 W. Clay Street, Ukiah, CA 95482 POWER TRANSFORMER REPAIR AND TESTING TASK 5. Testing Transformer 2 1.The following field acceptance tests shall be performed after reassembly and prior to energizing. ►Transformer turns ratio test (all tap positions) ►Insulation Power factor test ►Winding Insulation ►Core insulation ►Oil test as follows (at least 24 hours after filling): Color Number ASTM (D1500) Dielectric Breakdown ASTM (D1816) Power Factor ASTM (924) Moisture Content ASTM (D1533) Interfacial Tension ASTM (D971) Acid Number ASTM (D974) Combustible Gas (DGA) Test ASTM (D3612) ►Current transformers as follows: •Ratio •Polarity •Insulation tests at 1,000 volts •Generate a report of the field tests •Supply a copy to Ukiah TASK 6. Prepare Final Report 1.Submit to Owner one final report on TR-2. TASK 7. Hold Time Before Energizing (Performed by Owner) 1. Minimum 24 hours for 115KV Page 8 of 9 CITY OF UKIAH 411 W. Clay Street, Ukiah, CA 95482 POWER TRANSFORMER REPAIR AND TESTING TASK 8. Minimum 8 Hours Energized Time at No Load (Performed by Owner) 1.During no load time: ►Check for excessive noise and vibration ►Monitor oil temperature ►Monitor winding temperature hot spots ►Monitor ambient temperature ►Operate & check LTC performance if applicable ►Operate cooling fans & pumps if applicable ►Inspect for oil leaks & all oil level indicators Page 9 of 9 CITY OF UKIAH 411 W. Clay Street, Ukiah, CA 95482 POWER TRANSFORMER REPAIR AND TESTING REFERENCES: 1.http://www.howardind.com/HowardTransformers/Literature/MediumPowerSubstationInstructio ns.pdf 2.http://www.sunbeltusa.com/Liguid filled instruction manual. pdf 3.http://www.academia.edu/4667551/GUIDE FOR the purification of insulating oil by i.ar. gray-transformer chemistry services corrective maintenance procedures for oil- insulated transformers introduction 4.http://www.usbr.gov/power/data/fist/fist3 30/fist3 30.pdf 5.http://www. vatransformer.com/Resources/files/Installation%20Manual.pdf 6.http://www.engineershandbook.com/Tables/torque3.htm 7.ABB Service Handbook for Transformers 8.NETA Maintenance Testing Specifications- latest edition 9.IEEE C57 latest standards 10. Electric Power Transformer Engineering, 3rd edition, by James H. Harlow. 11. ABB - User's Manual - Assembly and Energizing for Power Transformers #1ZCL000001EG-EN-rev. 1