Loading...
HomeMy WebLinkAboutAgenda Report - December 9, 1981 (39)MEETING CITY COUNCIL December' 1981 APPROVAL Ol' INSTRU- Following introduction of the matter by Staff, Council, MENT MAINTENANCE on motion of Councilman Pinkerton, Aiurphy second, approved � SERVICF: SFECIF'•ICA- specifications for White Slough Instrument Maintenance TIONS/WHITE SLOUGH Service and authorized the Purchasing Agent to advertise for bids thereon. •'fit - t 'Y .. _ mss.. `•f - -47 116 .. .. � -• Sym •C- QCITY Of LODI PUBLIC WORKS DEPARTMENT COUNCIL COMMUNICATION TO: City Council FROM: City Manager DATE: November 24, 1981 SUBJECT: Approval of Instrument Maintenance Service Specifications/White Slough RECOMMENTED ACTION: That the City Council approve the specifications for Instrument Maintenance Service Specifications and authorize the Purchasing Agent to advertise for bids to be received Wednesday, December 23, 1981. BACKGROUND INFORMATION: The City has utilized the services of contract instrumentation maintenance service at White Slough for 14 years. The last three years has been with one firm. Staff believes we should seek other interested fir for cost savings. afblWorks onsko Director Att 1 cc: Robert Holm APPROVED: 1 FILE NO. HENRY A. GLAVES. City Wanaaer N NOTICE TO BIDDERS FOR INSTRUMENT MAINTENANCE SERVICE/WHITE SLOUGH The City of Lodi invites sealed proposals for Instrument Maintenance Service/ White Slough. Sealed proposals shall be delivered, marked "Bids for Instrument Maintenance Service/White Slough," to the Purchasing Agent at the City Hall, 221 West Pine Street, Lodi at or before WEDNESDAY, DECEMBER 23, 1981 11:00 A.M. and will be opened on the above day and hour in the City Hall Council Chambers, City Hall, Lodi, California. The City of Lodi reserves the right to reject any or all bids, or to accept other than the lowest bid. R.H. Holm Purchasing Agent INSTRUMENT MAINTENANCE SERVICE SPECIFICATIONS AND CONTRACT FOR THE CITY OF LODI WHITE SLOUGH WATER POLLUTION CONTROL FACILITY JANUARY 1, 1982 to DECEMBER 31, 1982 INSTRUMENT MAI NANCE SERVICE SPEC IFICATIOI�AND CONTRACT 1.0 GENERAL DESCRIPTION OF THE WORK To furnish complete maintenance service including preventive maintenance as needed, emergency service and replacement . of worn or defective parts and devices, all for a fixed annual price. 2.0 SCOPE OF WORK 2.1 All instrumentation and equipment to be maintained under this contract shall be listed as a part of the contract document and are -attached as schedule A. This list shows quantity, model number, serial rumen and location. 2.2 Contractor shall provide all preventive maintenance necessary ' to maintain .the instrumentation and equipment listed in 2.1 in proper .operating condition, and inspect on a monthly basis. 2.3 Preventive maintenance shall include inspection, checking and adjusting calibration, cleaning, lubricating, and rendering service reports covering the work accomplished. 2.4 Contractor shall be responsible for emergency service during - regular working days at no odditional cast to the user. 2.5 Contractor shall maintain on accurate maintenance record with complete Information of work performed and ports furnished on equipment covered on this contract. 3.0 PARTS SUPPORT 3.1 Contractor stall provide all necessary parts or components required to maintain Instrumentation and equipment listed, • as part of the annual cost of the contract. 3.2 Contractor is required to supply all charts, supplies and accessories, as part of the annual cost of the contract. 3.3 When it :s mutually beneficial to the City and contractor, contractor may elect to replace complete instruments or devices with like units satisfactory to the user. 3.4 Contractor shall provide adequate supply of emergency parts on the premises. Space to be provided by the City. R- 4 CONTRACTO'r APABiL1TY 4.1 Contractor shall agree to provide only the personnel who are factory trained in process instrumentation by a recognized instnunent manufacturer. 4.2 Contractor shall supply evidence of having at least two years experience in the maintenance of the type of instrumentation and other equipment covered by the contractor. 4.3 City reserves the right to inspect contractor's service facility to assure its adequacy to perform the contract in terms of back-up personnel, shop facilities, test equipment and spare parts bock -up. 4.4 All toots and test equipment necessary for the proper execution of this contract shall be furnished by the contractor. 5.0 CONTRACTOR LIABILITY 5.1 Contractor shall agree to idemnify the City against any liobiliy, claim, or expense for injury, death, or damage to property directly caused by contractor's negligence in performing his obligations L%xkr the contract. 5.2, Contractor :hail provide evidence of worker's compensation. 6.0 DURATION OF CONTRACT 6.1 Upon acceptance by the City, the contract sholi remoir► in effect for one year from the effective dote of the contract. 6.2 Either the user or the contractor may terminate the contract by giving thirty (30) days written notice. 6.3. Option to renew, by mutual agreement of price, the City and Contractor may enter into an agreement for extension of this contract for a period of one additional year based upon the some terms and cordons set forth herein. 7.0 SUBCONTRACTS Contractor shall agree that no part of the contract may be sub -contracted without prior wfitten consent of the user. - 2 - SCHEDULE A Monufocturer Model No. Serial No. Tog No. 1 Honeywell NAX-500-1 Sq. Rt. Ext. 1030791002 FY -8 1 Honeywell NAX-500-2 Sq. Rt. Ext. 1030791003 FY -9 1 Honeywell NAX-500-3 Sq. Rt. Ext. 1030791004 FY -7 ' I Honeywell NWZ Totalizer 117913504202 FZ-14A 1 Honeywell NWZ Totalizer 117913504203 FZ-15A 1 Honeywell NAX-160-1 Totl. Conv. 1030791005 FZ-5A 1 Honeywell NAX-160-1 Totl. Conv. 10791006 FZ-6A 1 Honeywell NAX-160-1 Tots. Conv. 103791007 FZ 7A 1 Honeywell NAX-160-1 Tod. Conv. 1030791008 FZ-8A 1 Honeywell NAX-160-1 Tod. Conv. 1030791009 FZ-9A 1 Honeywell NAX-160-1 Tod. Conv. 1030791010 FZ 14A 1 Honeywell NAX-160-1 Tod. Cores. 1030791011 FZ-15A 1 Honeywell Y18601836-01-(30)-0-000-000-00, Cation 901 C8-213412001 1 Honeywell 29211-01-0-1 A8-213413001. F79 .1 Honsywell 29211-01-0-1 A8-213413002 FTS 1 Honeywell 29211-01-0-1 A8-213413003 FT16 1 Honeywell 30200-131-3-0-0 A8-213418002 LT3 1 Honeywell 30200-131-3-0-0 A8-213418001 LT 13 1 Honeywell 30200-131-3-0-0 A8-213413003 LT4 1 Honeywell 32302-6-0-0-0-8-0 Y7-213418006 FR-l0A 1 Honeywell 32302-6-0-0-0-8-0 Y7-213418005 FR -7 1 Honeywell 32352-6-0-0-0-8-1 Z7-213418011 FR -14/15 1 Honeywell 32352-6-0-0-0-8-0 Z7-213418009 FR -8/9 . 1 Honeywell 32352-6-0-0-0-8-0 27-213418007 FR6/DR5 1 Honeywell 32352-6-0-0-0-8-0 Z7-213418008 FR10 1 Honeywell 32352-6-0-0-0-8-1 Z7-213418010 FR17/18 2 Honeywell 721650-011 Millimeter 3 Honeywell 30369296-001 Purgemeter i 1 Honeywell R7089C1002 Relay -1- Manufacturer Model W. Serial No. Tag No. Honeywell NAX 144-1 Monitor Switch 0919790001 ARA 17/18 Ohmori CP2WG Battery Cell D1-5 Fisher & Porter IIOIPF49 Transmitter 6712AM37JI FT -1 Fisher & Porter IIOIPF49-03 Transmitter 6712A5037J2 FT -2 Fisher & Porter 55GL Power Supply 6712A5037J3 Fisher & Porter 55 G L Power Supply Fisher & Porter 6" Flow Meter Fisher & Porter 2" Flow Meter IOD1416CM 6712A5038J4 FE -6 Fisher A Porter 50EE1111A Converter Fisher & Porter 5OED11 i to Converter Fad oro 613DL LK Transmitter 1903238 FT7 Ponalom System Landis & Gyr SC58.10 Pulse Total _Landis & Gyr Tce8E-8 .:ounter Landis & Gyr B25OC150 Rectif. Rochester E7214N Mon. Sw. J3613 RAchesr SC314 Converter 13222 Metermoster 0-1 MA Meters Metermaster 0-50 Meter Potter Brumfield 3 PDT Relay Potter Brumfield 2 PDT Relays Potter Brumfield KRPIIAG Relays Tork 2412AFL Time Delay Relay, 24 Hr. Power Supplies Wallace & Tiernan A78=1 MM26578 & 79 "-z Wallace & Tiemon V20263 Valve Wallace & Tiernon FA 141 Gage MM15%2 Wallace & Tiernan VWM Positioner MW5908 Rochester SC306 Signal Converter 12665 Rochester Demodulator E -M MDM1302 Regutron 11 5-67-1633-52 -2- - 3 - Manufacturer Model No. Serial No. Tog No. . 1 E-M MDM1302 Regutron 11 6-67-1633-52 1 E-M MDM1302 Regutron 1.1 7-67-1633-52 1 E-M MDM1302 Regutron 11 8-67-1633-52: 1 E-M MDM1302 Regutron 11 9-67-1633-52 t E-M MDM1302 Regu+ron 11 10-67-1633-52 I Honeywell 37301-6020-0100 Recorder 80342689001 1 AGM TA5671-1/TA-5100-10/4553 3273A/B/C 2 Wallace & Tier non UXA-21094 Ct2 Flaw XMTR. 4 Eagle Signal Timers 1 Rochester SC-306 Sig. Converter 12666 TS 3-5 r 1 Rochester SC-1356 Totalizer 44127 FZ-10A 1 Roomer SC-1:356 Totalizer 41597 Ind. Sewage f 1 Rochester SC-1356 Totalizer Dorn. Sewa94 1 Rochester SC-300 DC Current 403 a Sodeco TCE8E-8 Counters Charts i CONTRACTOR DOES NOT assume repair/replacement responsibility for valves or magnetic . F sensing heads of magnetic flaw meters. Also not included is the Radiation source and _ Head of Ohmart Density Gage. } - 3 - ESL--4130 FAL-701 FCV-1 FCV 2 FE-701 FE/F17702 FVM552 FF/FT456 FEFI T553 FEFIT554 FIT-552 FIT-701 FIT-701A FW401A FN-4018 FN-4010 FN-552 FN-553A FN-5538 FQ 1-456 FQ I-554 FQ I-701 FQ I-702A FY-456 FY-701 FY-702 KT-1 KT-451 KT-451 KT-453 KT-454 KT-455 LENS-35 LI-1 2905 2806 2818 2818 2797 2797 3180 2797 2839 2839 2800 2797 2797 2806 2806 2806 2806 2806 2806 2794 2794 2794 2794 2806 2806 2806 2913 2801 2801 2801 2801 2801 3061 2804 0, E-d-L-ENGV H RIS H BROOKS INST P BROOKS INST P BROOKS J BROOKS J MUESCO J BROOKS J NtKKEL J NIKKEL J AGM J BROOKS J BROOKS H RIS J RIS J RIS J Rt5 J ROCHESTER J ROCHESTER J B&B -MOTORS J D&B -CONTROLS J B&B -CONTROLS J B&B -CONTROLS J RIS J RIS J RIS J NEWARK J EAGLE-SIGNL J EAGLE-SIGNL J EAGLE-SIGNL J EAGLE-SIGNL J EAGLE-SIGNL J HARRISON EQ H MEYER F SMT P -4- GRAPHIC-FORMC ET -1214 1510A LEC 1510A LFC 7103F8MAG-FLWi 7702FB-MAG-FL OFM-METER 7706 -FB -MAG -IF SPNS-815-AJ SPNN4TR100M TA5102 73000-MAG-FLW. 5724-MAG-METR SC -1302 SC -1302 SC --1302 SCI302 SC 1300 SC1300 RG O81 E -24V -OC RG0815-24V RGO81 E -24V RG081 E -24V SC1354 SC 1354 SC 1354 KAPIIAV-120 BR -1 -10 -A6 -TR BRA -1 -10 -A6 -TR BR -1 -10 -A6 -TR BR -1-10-A6 BR -1 -10 -A6 -TR 76-1310-1131 1009A GAUGE �2 o U-2 809 MEYER F SMT P 1009A GAUGE 2 PFV-1 2795 CONANT C.O P AL2TSL 2 PFV-2 2795 CONANT CO P AL2TSL 2 PNL-1 2902 TEX-ELE p A2H2OALP-NM-4 2 PNL-2 2802 TEX—ELE P A2' 10ALP 2 PNL-3 2802 TEX-ELE J A20N168 2 SL -3A 2798 MERCOID P DA533-2 2 SL -3B 2798 MERCOID P DA533-2 2 SLI—A. 2798 MERCOID J DA33-3 2 SL1-B 2798 MERCOID i DA33-3 2 SL2-A 2798 MERCOID J DA33-3 2 SL2—B 2798 MERCOID J DA33-3 2 UY-456 2806 RIS J SC -1356 2 Ulf -551 2806 RIS J SC -1356 2 UY-554 2806 RIS J SC -1356 1 AAR553CD 92125075 BD2 HONEYWELL J 452X21-002 1 AIC -401 92125075 902 HONEYWELL J 37711-4023-06 AR 401 92125075 802 HONEYWELL J 37303-6023-01 1 AR53A/B 92125075 802 HONEYWELL J 452X21-002 1 CR -24 92125075 8D2 HONEYWELL H 30659811-001 .1 DI -4D2 92125075 802 HONEYWELL J 37630-0000-01 1 DR -551 92125075 802 HONEYWELL J 37301-6020-01 1 DR -701 92125075 802 HONEYWELL J 37303-6020-01 1 FI -456A 92128075 801 HONEYWELL P 37630-0000-01 I FI -456B 92125075 801 HONEYWELL P 37630-0000-01 1 FI -456C 92125075 80i HONEYWELL P 37630-0000-01 1 FIC -701 92125075 802 HONEYWELL J 37711-4023-06 1 FR -4556 92125075 802 HONEYWELL 37302-6020-01 1 F -R-554 92125075 802 HONEYWELL J 37301-6020-01 1 FR -702 92125D75 802 HONEYWELL J 37301-6020-01 1 MNL -13 92125D75 801 HONEYWELL H INST BOOKS 1 MNLS-13 92125075 802 HONEYWELL H MANUALS 1 PRV-1 92125075 801 HONEYWELL P 30358249-5 1 PRV-2 92125075 801 HONEYWELL P 30358249-5 —5— • AAML-401 6 RIS J ET -1214 • 2 AAHL401C 28D6 RIS J ET -1215 2 AE-IT402 2807 BIOSPHERICS J 52LE-M420IN4 2 AE-IT551 2807 BIOSPHERICS J 53M420IN4-8 2 AE -553A 2813 UNILOC J 331 ORP 2 AE -5536 2813 UNILOC J 331 ORP 2 AE -553C 2813 UNILOC J 331 ORP 2 AE -553D 2813 UNILOC J 331 ORP 2 AE/CL451 28V BIOSPHERICS J 56-SLUDGE-BLK 2 AE/CL452 28D7 BIOSPHERICS J 56-SLUDGE-BLK 2 AF/CL453 28D7 BIOSPHERICS J 56-SLUDGE-BLK 2 AE/CL454 2807 B10SPHERCS J 5653X25 2 AF/CL455 28D7 B10SPHERICS J 54-SLUDGE-BLK 2 AHL -401A 28DO AGM J TA4D35-2-D-VT 2 AT -553A 2813 UNILOC J 1022U ORP 2 AT -553B 2813 UNILOC J 1022U ORP 2 AT -553C 2813 UNILOC J 1022V ORP 2 AT -553D 2813 UNILOC J- 1022U ORP 2 AZY-401 2854 GENEFAL--ELE J SB• -1 -ROTARY -5 2 AZY-401 1756 REXNORD J EQUIPMENT 2 CV -1 2799 COOPR-VALVE P P3304P-NEEDLE 2 CV -2 2799 COOPR-VALVE P P3304P-NEEDLE 2 DE -17701 2807 BIOSPHERICS J 52LE-M4201N4 2 DE -17702 28D7 BIOSPHERICS J 53-MA4201N4 2 DQ 1-551 • 2794 Bb6-C ONTRLS J RG 081 E -24V 2 DQI-701 2794 B&B-CONTRLS J RG081E-24V 2 DQ I-702 2794 B&B -C ONTRLS J RG OS I E -24V 2 DY -551 28D6 RIS J SC -1352 2 DY -553A 2806 RIS J SC 1354 2 DY -5536 2806 RIS J SC 1354 2 DY -701 28D6 RIS J SC -1352 2 DY -702 2806 RIS J SC -1352 BID PROPOSAL INSTRUMENT MAINTENANCE SERVICE CONTRACT The undersigned declares that he has examined the attached requirements and submits the following bid for annual (12 month) instrument maintenance at White Stough Nater Pollution Control Facility: TOTAL AMOUNT OF BID $ CONTRACTOR Address By: Title: Date: NOTICE TO BIDDERS FOR INSTRUMENT MAINTENANCE SERVICE/WHITE SLOUGH The City of Lodi invites sealed proposals for Instrument Maintenance Service/ White Slough. Sealed proposals shall be delivered, marked "Bids for Instrument Maintenance Service/White Slough," to tha Purchasing Agent at the City Hall, 221 West Pine Street, Lodi at or before WEDNESDAY, DECEMBER 231_1981, 11:00 A.M. and will be opened on the above day and hour in the City Hall Council Chambers, City Hall, Lodi, California. The City of Lodi reserves the right to reject any or all bids, or to accept other than the lowest bid. R.N. Holm Purchasing Agent SECTION 1 NOTICE INVITING BIDS SALAS PARK CONCESSION STAND FILL CITY OF LODI. CALIFORNIA Sealed proposals will be received by the Purchasing Agent in his office, City Hall, P.O. Box 320, 221 W. Pine Street, Lodi, CA 95241 until 11:00 a.m. on December 30, 1981, at which time they will be publicly opened and read for performing the following described work. r The work consists of loading, transporting, placing, compacting and grading of importedborrow for the Salas Park concession stand and ramp areas, and other incidental and related work, all zs shown on the plans and specifications for the above project. The work to be performed shall be completed within 30 calendar days after both parties have signed the contract, and the Contractor shall begin work within ten days after the contract date. In accordance with the provisions of Section 1770 to 1778 of the Labor Code of the State of California, the City of Lodi has ascertained that the general rate of per diem wages and wage rate for holidays and overtime applicable to the locality in which the work is to be done are as set forth in Resolution No. 4222 of the City of Lodi, copies of which are on file in the office of the City Clerk. The City of Lodi hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or national origin in consideration for an award. The Contract Documents are available at the office of the City Engineer, City Hail, P.O. Box 320, 221 W. Pine Street, Lodi, CA 95241, telephone (209) 334-5634, Ext. 212. No bid will be considered unless it is submitted on a proposal form furnished by the City of Lodi. The City Council reserves the right to reject any or all bids and to waive any irregularity in the completion of such forms. By Order of the City Council ALICE M. REIMCHE City Clerk CITY (5F LODI PUBLIC WORKS DEPARTMENT B•6 1Yoh" Y.a COUNCIL COMMUNICATION TO: City Council FROM:City ager DATE r 24, 1981 +)dJECT: Approval of Instrument Maintenance Service Specifications/White Slough RECOMMENTED ACTION: That the City Council approve the specifications for Instrument Maintenance Service Specifications and authorize the Purchasing Agent to advertise for bids to be received Wednesday, December 23, 1981. BACKGROUND INFORMATION: The City has utilized the services of contract nstrumentat on maintenance service at White Slough for 14 years. The last three years has been with one firm. Staff believes we should seek other ii:terested fir for cost savings. ac L. Ronsko bl Works Director ilttac nt cc: Robert Holm APPROVED: . GLAVES. City Manager FILE 40. NOTICE TO BIDDERS FOR INSTRUMENT MAINTENANCE SERVICE/WHITE•SLOUGH The City of Lodi Invites seated proposals for Instrument Maintenance Service/ White Slough. 1. Sealed proposals sha " be delivered, marked "Bids for instrument Maintenance Service/White Slough," to the Purchasing Agent at the City Hall, 321 Nest Pine Street,Lodi at or before WEDNESDAY, DECEMBER 231 12!1, 11:00 A.M. and will be opened on the above day and hour In the City Hail Council Chambers,,. City Hall, Lodi, California. The City of Lodi reserves the sight to reject any or all bids, or to accept other than the lowest bid. R.H. Holm Purchasing Agent INSTRUMENT MAINTENANCE SERVICE SPECIFICATIONS AND CONTRACT i:.3 THE CITY OF LODI WHITE SLOUGH WATER POLLUTION CONTROL FACILITY JANUARY 1. 1982 to DECEMBER 31, 1982 INSTRUMENT MAItNANCE SERVICE SPECIFtCAT101AND CONTRACT 1.0 GENERAL DESCRIPTION OF THE WORK To furnish complete maintenance service including preventive maintenance as needed, emergency service and replacement -of worn or defective parts and devices, all for a fixed annual • price. 2.0 SCOPE OF WORK 2.1 All instrumentation and equipment to be maintained under this contract shall be listed as a port of the contract document and ore attached as schedule A. This list shows quantity, model number, serial num1 r and location. 2.2 Contractor shall provide all- preventive maintenance necessary' to maintain the Instrumentation and equipment listed In 2.1 .in proper operating condition, and Inspect on a monthly basis. 2.3 • Preventive maintenonce shall- include inspection, checking and adjusting calibration, cleaning, ivbricating, and rendering service reports covering- the work accomplished. 2.4 Contractor shall be responsible for emergency service during • regular working days at no-oddit_ionol cast to the user. 2.5 Contractor shall maintain an accurate maintenance record with complete information of work performed and parts Nrnished on equipment covered on this contract. 3.0 PARTS SUPPORT 3.1 Contractor shall provide all necessary parts or components required to maintain Instrumentation and equipment listed, • as part of the annual cost of the contract. 3.2 Contractor is required to supply 611 charts, supplies and accessories,' os part of the annual cost of the contract. 3.3 When it is mutually beneficial to the City and contractor, contractor may elect to replace complete instruments or devices with like units satisfactory to the user. 3.4 Contractor shall provide adequate supply of emergency ports on the premises. Space to be provided by the City. 4.0 CONTRACTOnAPABILITY 4.1 Contractor shall agree to provide only the personnel who are factory trained in process instrumentation by a recognized Instrument manufacturer. 4.2 Contractor shall supply evidence of having at least two years experience in the maintenance of the type of instrumentation and other equipment covered by the contractor. 4.3 City reserves the right to inspect contractor's service facility to assuro its adequacy to perform the contract in terms of back-up personnel, shop facilities, test equipment and spore ports back-up. 4.4 All tools and test equipment necessary -for the proper, execuiron of this contract shall be furnished by the contractor. 5.0 CONTRACTOR LIABILITY 5.1 , Contractor shall agree to idemnify the City against any liability, claim, or expense for injury, death, or domoge to property directly caused by contractor's negligence in performing his obligotions under the contract. 5.3.. Contractor shatI provide evidence of worker's compensation, 6.0 DURATION OF CONTRACT 6.1 Upon acceptance by the City, the contract shall remain in' effect for one year from the effective date of tho ' controct. 6.2 Either the user or the contractor may terminate th, contract by • giving thirty (30) days written notice. 6.3. Option to renew, by mutual agreement of price, the City and Contractor may enter into an agreement for extension of this contract for a period of one additional year based upon the some forms and conditions set forth herein. 7.0 SUBCONTRACTS Contractor shall agree that no part of the contract may be sub -contracted without prior wfitten consent of the user. -2-- a SCHEDULE A Manufacturer Model No. Serial No. Tog No. 1 Honeywell NAX-500•-1 Sq. Rt. Ext. 1030791002 FY -8 1 Honeywell NAX-500-2' Sq. Rt. Ext. 1030791003 FY -9 1 Honeywell NAX-500-3 Sq. Rt. Ext. 1030791004 FY -7 1 Honeywell NWZ Totalizer 117913504202 FZ-14A 1 Honeywell NWZ Totalizer 117913504203 FZ-15A 1 Honeywell NAX-160-1 Toil. Conv. 1030791005 FZ-5A 1 Honeywell NAX-160-1 Tod. Conv. 1030791006 FZ-6A 1 Honeywell NAX-160-1 Tod. Conv. 1030791007 FZ-7A 1 Honeywell NAX--160-1 Tod. Conv. 1030791008 FZ 8A I Honeywell NAX-160-1 Tod. Cony. 10-TI791009 FZ 9A 1 Honeywell NAX-160-1 Tod. Conv. 1030791010 FZ-14A 1 Honeywell NAX-160-1 Toil. Conv. 1030791011 FZ-15A 1 Honeywell Y18601836-01-(30)-0-000-000-00, Option 901 C8-213412001 1 Honeywell 29211-01-0--1 A8-213413001 F19 I HoneyweN 29211-01-0-1 A8-213413002 F78 1 Honeywell 29211-01-0--1 A8-213413DO3 FT16 1 Honeywell 30200-131-3-0-0 A8-213418002 - LT3 1 Honeywell 30200-131-3-0-0 A8-213418001 LT13 1 Honeywell 30200--131-3-0-0 A8-213413003 LT4 1 Honeywell 3Z3D2-6-"-0-8-0 Y7-213418006 FR -10A I Honeywell 32302-6-0-0-0-8-0 Y7-213418005 FR -7 I Honeywell 32352-6-0-0-0-8-1 Z7-213418011 FR--14AS 1 Honeywell 32352-6-0-0-0-8-0 Z7-213418009 FR-" 1 Honeywell 32352-6-0-0-0-8-0 7-7 213418007 M/OR5 I Honeywell 32352-6-0-0-0-8-0 Z7-213418008 FR10 1 Honeywell 32352-6--0-0-0-8-1 Z7-213418010 FR17/18 2 Honeywell 72165D-011 Milli one to r 3 Honeywell 30369296-001 Purgemeter I Honeywell R7089C 1002 Reloy - 1 - Q�t r Monufocturer Model No. Serial No. 1 Honeywell X 144-1 Monitor Switch 0919790001 1 Ohmori CP2WG Battery Cell 1 Fisher & Porter 1 IOIPF49 Transmitter 6712A5037JI 1 Fisher 6 Porter I IOIPF49-03 Transmitter 6712A5037J2 1 Fisher & Porter 55GL Power Supply 6712A5037J3 1 Fisher & Porter 55 GL Power Supply 1 Fisher d. Porter 6" Now Meter I Fik-er & Porter 2" Flow Meter IOD1416CM 6712A5038J4 I Fisher & Porter 5DEEI11 to Converter 1 Fisher & Porter 50EDIIIIA Converter 1 Foxboro 613DL: LK Transmitter 1903238 1 Ponalorm system 1 Landis & Gyr 'SC58.10 Puke Total I Landis $ Gyp 7ce8E-8 Counter 4 Landis & Gyr 025DC15D Rectif. 1 Rochester E.7214N Mon. Sw. J3613 1 • Rochester SC314 Converter 13222 12 Mohmnaster 0-1 MA Meters 3 Metermoster 0-5D Meter 1 Potter Brumfield 3 PDT Relay 3 • Potter Brumfield 2 PDT Relays 8 Potter Brumfield KRPIIAG Relays 1 Tork 2412AFL Time Delay Relay, 24 Hr. 2 Power Supplies 2 Wallace & Tiernan A780021 MM265T8 & 79 I Wallace & Vernon V20263 Volvo 1 Wallace & Tiernan FA141 Gage MM15562 1 Wallace & Tiernan V M Positioner MM25908 1 Rochester SC306 Signal Converter 12665 1 Rochester Demodulator 1 E -M MDM1302 Regutron 11 5-67-1633-'52 _2_ Tog No. ARA 17/18 131-5 FT -1 FT -2 FE -6 F17 Manufocturer Model No. E -M MDM1302 Regutron 11 E -M M.DM1302 Regutron 11 E -M MDM1302 Regutron 11 E -M . MDM1302 Regutron 11 E -M MDM1302 Regutron 11 Honeywell 37301•-6020-0100 Recorder AGM TA5671-VTA-5100-10/4553 Wallace & Tiernan. UXA-21094 GO 6-67-1633-52 7-67-1633-52 8-67-1633-52 9-67-1633-52 10-67-1633-52 80342689001 3273A/B/C 4 Eagle Signal Timers 1 Rochester SC -306 Sig. Converter 12666 1 Rochester SC -1356 Totalizer 44127 1 Rochester SC -1356 Totclizer 41597 1 Rochester SC -1356 Totalizer a 1 Rochester SC -300 DC Current 403 8 Sodeco 7CE8E-8 Counters Charts CONTRACTOR DOES NOT assume repair/replacement responsibility for valves or mognetic sensing heads of magnetic flow meters. Also not included is the Radiation source and Head of Ohnwrt Density Gage. -3- Ct2 Flaw MIR TS 3-5 FZ-10A Ind. Se" Dom. srm E&L-4130 2905 E-6-L-ENGV H GRAPHIC-FORMC FAL-701 2806 RIS H ET -1214 FCV-1 2818 BROOKS INST P 1510A LFC FCV-2 2818 BROOKS INST P 1510A VC FE -701 2797 BROOKS J 7103F8MAG-FLW FE/1`17702 2797 BROOKS J 7702FB-MAG-FL Fk/FQ552 3180 MUESCO J OFM-METER FE,/FT456 2797 BROOKS J 7706 -FB -MAG -F FEFIT553 2839 NIKKEL J SPNS-815-AJ FEF 1 T554 2839 NIKKEL J BPNN4TRIOOM FIT -552 2800 AGM J TA5102 FIT -701 2797 BROOKS J 73000-MAG-FLW -FIT-701A • 2797 BROOKS H S724-MAG-METR FN --401A 2806 RIS J SC -1302 FN -401B 2806 RIS J SC -1302 FN -401C 2806 RIS J . SC --1302 f N-557 2806 RIS J SC 1302 FN -553A 2806 ROCHESTEk J SC1300 FN -5538 2806 ROCHESTER J SC1300 FQ I-456 2794 BSB -MOTORS J RG081 E4,*tV C C FQI-554 2794 B&B -CONTROLS J RG0815-.24V FQI-701 2794 B&B -CONTROLS J RGOBIE-24V FW -702A 2794 B&B -CONTROLS J RGOSIE-24V FY -456 2806 RIS J SC1354 FY -701 2806 RIS J SC1354 FY -702 2806 RIS J SC1354 KT -1 2913 NEWARK J KAPIIAV-120 KT -451 2801 EAGLE-SIGNL J Btu -1 -10 -A6 -TR KT -452 2841 EAGLE-SIGNL J BR -1 -10 -A6 -TR KT -453 2801 EAGLE-SIGNL J BR -1 -10 -A6 -TR KT -454 2801 EAGLE-SIGNL J BR -1-10-A6 KT -455 2801 EAGLE-SIGNL J BR -1 -10 -A6 -TR LENS -35 3061 HARRISON EQ H Z6--1310-1131 LI -1 2809 MEYER F SMT P 1009A GAUGE .. 4- - 5 - f �. LI-2 �T 9 MEYER F SMT P L— 1009A GAUGE PFV-1 2795 CONANT CO P AL2TSL PFV-2 2795 CONANT CO P AL2TSL PNL-1 28D2 TEX-ELE P A2H2OALP-NM-4 PNL-2 2802 TEX-ELE P A2H2DALP PNL-3 2802 TEX-ELE J A20N168 SL-3A 2798 MEPoCOID P DA533-2 SL-3B 2798 MERCOID P DA533-2 SLI-A 2798 MERCOID J DA33-3 SLI-B 2798 MERCOID J DA33-3 SL2 A 2798 MERCOID J DA33-3 SL2-B 2798 MERCOID J DA33-3 UY-456 2806 RIS J SC-1356 UY-551 2806 RIS J SC-1356 UY-554 2806 RIS J SC-1356 AARSMD 92125075 802 HONEYWELL J 452X21-002 AiC--D1 92/25075 802 HONEYWELL J 37711-4023-06 AR-401 92125075 802 HONEYWELL J 37303-6023-01 ARMA/B 92/25075 802 HONEYWELL J • 452X21-002 CR-24 92125075 802 HONEYWELL H 30659811-4)01 DI-402 92125075 8D2 HONEYWELL J 37630-0000-01 DR-551 92125075 802 HONEYWELL J 37301-6020-01 DR-701 92125075 802 HONEYWELL J 37303-6020-01 FI-456A 92125075 801 HONEYWELL P 37630-0000-01 FI-456B 92125075 801 HONEYWELL P 37630-0000-01 FI-456C 92125075 801 HONEYWELL P 37630-0000-01 FIC-701 92125075 802 HONEYWELL J 37711-4023-06 FR-4558 92125075 8D2 HONEYWELL 37302-,6020-01 FR-554 92/25075 802 HONEYWELL J 37301-6020-01 FR-702 92125075 802 HONEYWELL J 37301-6020-01 MNL-13 92125075 8D1 HONEYWELL H INST BOOKS MNLS-13 92125075 802 HONEYWELL H MANUALS PRV-1 92125075 801 HONEYWELL P 30358249-5 PRY-2 93125075 801 HONEYWELL P 30358249-5 - 5 - 2 AAML-401O6 F RIS J ET -1214 2 AAHL401C 2806 RIS J ET -1215 2 AE-IT402 2807 BIOSPHERICS J 52LE-M4201N4 2 AE-IT551 2807 BIOSPHERICS J 53M42201N4--8 2 AE -553A 2813 UNILOC J 331 ORP 2 AE -5538 2813 UNILOC .i 331 ORP 2 AE -553C 2813 UNILOC J 331 ORP 2 AE -553D 2813 UNILOC J 331 ORP 2 AE/CL451 2807 BIOSPHERICS J 56-SLUDGE-BLK 2 AE,/CL452 2807 BIOSPHERICS J 56-SLUDGE-BLK 2 AE/CL453 2807 BIOSPHERICS J 56-SLUDGE-BLK 2 AF/CL454 2807 BIOSPHERCS J 5653X25 2 AE/CL455 2807 SIOSPHERICS J 54-SLUDGE-BLK 2 AHL -401A 2800 AGM J TA4033-2-D-VT 2 AT -553A 2813 UNILOC J 1022tr ORP 2 AT -553B 2813 UNILOC J wzu ORP 2 AT -553C 28`13 UNILOC J XM' ORP 2 AT -5531) 2813 UNILOC i "m ORP . AZY-401 28% GENEML--ELE J SO4-ROTARY-5 2 AZY-401 1756 REXNORD J EQUIPMENT 2 CV -1 2799 COOPR-VALVE P P3304P-NEEDLE 2 CV -2 2799 COOPR-VALVE P P3304P-NEEDLE 2 DE -17701 2807 SIOSPHERICS J 52LE-M420IN4 2 DE -17702 2807 SIOSPHERICS J 53-MA420IN4 2 DQI-551 . 2794. B&B-CONTRLS J RGO81E-24" 2 DW -701 2794 B&B -C ONTRLS J RGOB 1 %-24V . 2 DQI-702 2794 B&B-CONTRLS J RGO81E-24V 2 DY -551 2806 RIS J SC -1352 2 DY -553A 2806 RIS J SC 1354 2 DY -553B 2806 RIS J SC 1354 2 DY -701 2806 RIS J SC -1352 2 DY 702 2805 RIS J SC -1352 - 6 - 6 07 BID PROPOSAL INSTRUMENT MAINTENANCE SERVICE CONTRACT The undersigned declares that he has examined the attached rec,uirements and submits the following bid for annual (12 month) Instrument maintenance at Waite Slough Dater Pollution Control Facility: CONTRACTOR Address by: Title: Date: TOTAL AMOUNT OF BID $