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 $