Loading...
HomeMy WebLinkAboutAgenda Report - June 21, 2017 C-09TM CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM C-9 AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek, for Purchase of Ultraviolet Disinfection Replacement Parts ($300,000) MEETING DATE: June 21, 2017 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 1 to Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek, for purchase of ultraviolet disinfection replacement parts, in the amount of $300,000. BACKGROUND INFORMATION: The ultraviolet (UV) system disinfects the City's tertiary treated wastewater and is regulated by the California Regional Water Quality Control Board. More than 10 years ago, the City of Lodi switched from chlorine gas to UV disinfection for safety and water quality reasons. The system consists of two UV channels with five banks of UV lamps in each channel. Each bank contains 176 UV lamps, for a total of 1,760 lamps in the system. Regulatory requirements allow each lamp to remain in service for a maximum of 8,000 hours. There is one set of wipers for each lamp and one ballast for every two lamps. The lamps, wipers, ballasts, and additional components need to be checked daily for proper operation. Staff must regularly replace ballasts, lamps (due to either failure or service life), and wipers to maintain compliance. This Council action represents the annual anticipated parts and materials needs to properly maintain the City's UV system and to maintain water quality compliance for Fiscal Year 2017/18. DC Frost Associates, Inc. is a sole -source vendor (Exhibit A). Per Lodi Municipal Code Section 3.20.070, Bidding, the bidding process may be dispensed when City Council determines that the purchase, or method of purchase, is in the best interests of the City. Staff recommends authorizing City Manager to execute Amendment No. 1 to Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek for purchase of ultraviolet disinfection replacement parts, in the amount of $300,000. FISCAL IMPACT: If the UV system is not properly maintained, White Slough Water Pollution Control Facility (WSWPCF) may not meet discharge permit requirements, resulting in fines or penalties. There is no impact to the General Fund. APPROVED: r p chwabity Manager R:\GROUP\ADMIN\Council\2017\06212017\DC Frost\DC Frost CC CES.doc 6/14/17 Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek, for Purchase of Ultraviolet Disinfection Replacement Parts ($300,000) June 21, 2017 Page 2 FUNDING AVAILABLE: Budgets for the parts purchase and maintenance of the UV system is included in Fiscal Year 2017/18 WSWPCF Plant Operations Budget (53053003). 1�• =tilt t, �r Andrew Keys f f Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Public Works Director Prepared by Karen Honer, Wastewater Plant Superintendent CES/KDH/trb Attachments R:\GROUP\ADMIN\Council\2017\06212017\DC Frost\DC Frost CC.doc 6/14/17 August 23, 2016 Lodi -White Slough Water Pollution Control Facility 12751 N. Thornton Road Lodi, CA 95242 Mr. Ken Capitanich TROJAN Ulf RE: Trojan System UV3000PIus TM Replacement Parts WATER CONFIDENCE" In the Engineered Submittal Package for the Trojan System UV3000PIusTM , Trojan provided an equipment performance guarantee stating that the system will meet the required level of disinfection provided that the system is operated and maintained in accordance with recommendations made by Trojan Technologies. In order for this equipment guarantee to be maintained, it is imperative that the appropriate components and replacement parts be used in the system. There are key replacement parts and system components that directly influence the performance and reliability of the system. Among these critical replacement parts are the UV lamps, sleeves, electronic ballasts, wiper seals, printed circuitry etc. Without using lamps, ballasts, and other components that are approved and validated by Trojan Technologies, we cannot guarantee that the system will provide the required germicidal output. Subsequently, we cannot guarantee that the required UV dose is being delivered, if lamp output, ballast efficiency and system programming is unknown. In order to keep the equipment performance guarantee intact, is it recommended that specialized system components be purchased and contracted from DC Frost & Associates, Inc., a wholly owned subsidiary of the Coombs -Hopkins Company, who is the exclusiveTrojan authorized representative for the state of California. Trojan purchases only validated system components (lamps, ballasts etc.) from our suppliers and only those components meeting our performance standards are passed on the customer. If you have any questions regarding this matter, or require any additional information please do not hesitate to contact me. Best regards, TROJAN TECHNOLOGIES Judy Georgijev Municipal Territory Representative Cc: Catherine Frost TROJAN TECHNOI.OGIES 3020 GORE ROAD LONDON. ONTARIO, CANADA N5V 4T7 T 519 457 3400 F 519 457 3030 WWW TROJANUV COM AMENDMENT NO. 1 DC FROST ASSOCIATES, INC. PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this _ day of July, 2017, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and DC FROST ASSOCIATES, INC. (hereinafter "CONTRACTOR"). WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement (the "Agreement") on October 27, 2016, attached hereto as Exhibit 1 attached hereto and made part hereof; and 2. WHEREAS, CITY requested to extend the Agreement through June 30, 2018; and 3. WHEREAS, CITY requested to increase the fees by $300,000, for a total not to exceed amount of $550,000; and 4. WHEREAS, CONTRACTOR agrees to said amendment. NOW, THEREFORE, the parties agree to extend the term of the Agreement and amend the not to exceed amount as set forth above. All other terms and conditions of the Agreement remain unchanged. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on the date and year first above written. CITY OF LODI, a municipal corporation DC FROST ASSOCIATES, INC. Herein above called "CITY" Hereinabove called "CONTRACTOR" STEPHEN SCHWABAUER CATHERINE FROST City Manager Aftermarket Sales Manager Attest: JENNIFER M. FERRAIOLO City Clerk Approved as to Form JANICE D. MAGDICH City Attorney Exhibit 1 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on October X7 , 2016, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and DC Frost Associates, Inc (hereinafter "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with attached Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR for purchase of ultra violet disinfection equipment for White Slough Water Pollution Control Facility (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to 1 weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 Subcontracts Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement. Section 2.6 Term The term of this Agreement commences on October , 2016 and terminates upon the completion of the Scope of Services or on October , 2017, whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. 4 Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Karen Honer To CONTRACTOR: DC Frost Associates, Inc. 2855 Mitchell Drive, Suite 215 Walnut Creek, CA 94598 Attn: Catherine Frost Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of 5 the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law. Jurisdiction, Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. 6 Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. 7 Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. CITY OF LODI, a municipal corporation ATTEST: --.(2A4z1 do iz-A cv..A.-cwr--- J N1FER FERRAIOLO STEPHEN SCHWABAUER C y Clerk City Manager APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney By: DC FROST ASSOCIATES, INC. By: Name: CATHERINE FROST Title: Aftermarket Sales Manager Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: 53053003.72352 (50%) 53053003.77030 (50%) Doc ID: CA:Rev.01.2015 (Business Unit & Account No.) 8 Aftermarket Parts Price List Minimum Order $50.00 Tax is not included Exhibit A Trojan UV3PIus F.O.B. Factory, Prepay & Add Freight Part # 1) Lamps, Sleeves S Ballasts Description Maximum Quantity Unit Price Extended Price 302509-004 Lamp GA64T6 Amalgam, C -Series 350 $257.00 $89,950.00 316136-004 Sleeve, Quartz 350 $98.00 $34,300.00 915379 Ballast 12 $725.00 $8,700.00 2a) Module Parts 912362 IC Transceiver Chip RS485 75176 5 $14.00 $70.00 328024-003X Wire Harness, MOD SEC 60" 5 $11.00 $55.00 327016 Reservoir 10 $384.00 $3,840.00 327040 Reservoir, Wiper UV3+ 10 $437.00 $4,370.00 2b) Module Common Parts 316144P 0 -Ring, Sleeve Seal (10 pack) 60 $1.60 $96.00 3) UV Intensity Sensor Replacement Parts 15239 Sensor Sleeve, Quartz (6') 5 $118.00 $590.00 4) Power Distribution Center 915731 Receptacle Kit (Replaces 316074) 5 $63.00 $315.00 912706 Board, Relay 220-277V (OES 2382) 5 $297.00 $1,485.00 5) Hydraulic System Center 907384 Hydraulic Filter Element 5 $43.00 $215.00 931012-120 Board, HCB 120V (OES 2401B) 1 $3,748.00 $3,748.00 326085 Water Glycol, Hydraulic (20L Pail) 5 $552.00 $2,760.00 326411 Hydraulic Cylinder 4 $1,486.00 $5,944.00 6) Level Sensor 912179 Board, Low Level Relay 120VAC 3 $243.00 $729.00 903957-002 Electrode, Level Sensor w/Sheath 2" 3 865.00 $195.00 7) Wiper System 5066 Grease, Food Grade 2 $12.00 $24.00 327039 Seal Kit, UV3+ Plastic Canister 50 $34.00 $1,700.00 010301P Vent Screw (10 Pack) 5 $0.28 $1.40 327021 Wiper Seal 350 $7.40 $2,590.00 327030 Tubing, Viton, 1/4", part#327030 36 $0.50 $18.00 327066P Fitting, Inter -Wiper 90° Elbow (10 Pack) 5 $12.00 $60.00 327027P Fitting, Interwiper (PVC) (10 Pack) 5 $6.10 $30.50 331005 Rust Inhibitor, Safeguard M-1 2 $152,00 $304.00 901507 Acti-Clean Gel, 4x1 gallon 6 $158.00 $948.00 Sub -Total (without tax or freight) $163,037.90 Tax (8%) $13,043.03 Freight Allowance (assumes 10% of cost) $16,300.00 Total (with estimated tax and freight) $192,380.93 2016 AFTERMARKET PARTS PRICE LIST Exhibit B TROJAN UV3000PLus` Part Number Subpart Number Fart L)E'c' ipTrun Note. Unll Pre e Cpon't forget to mention Trojan's Recycling Program (see Bolc.com for more details) 794447-0YW 'Lamp, GA64T6HE Flat Base Replaces PN 794447-05M (Use with 3165081 312.00 316508 (Lamp adapter For use with 794447-0YW Yellow base 20.00 794447-OGN (Lamp. GA64T6HE Sten Base 312.00 302509-004 Lamp, GA64T6L Amalgam 4Pk 302509 4 Pack 5 1,026.00 Lamp. GA64T6L Amalgam 257.00 316136-004 Sleeve. Quartz UV3+ 28x25x1950 4Pk 4 Pack 5 391.00 316136 Sleeve, Quartz 5 98.00 915379 Com manly Used Comporterlt5 316144P Ballast Kit, UV3+ G 3 0 -Ring, Sleeve Seal With Aluminum End Caps; Replaces PN 914182 Pkg. of 10 725.00 1.60 316145 0 -Ring, Sleeve Support UV3+ 5 0.10 901376P Spring, Compression SST Pkg. of 10 5 16.00 302366P IDesslccant. Desi Pak 1/6 Unit 2 Per Module; Pkg. of 10 2.30 316148P :Sleeve Cup Nut UV3+ Mod Ryton Pkg. of 10 5 15.00 010215-125P 'Screw. 1/4-20x1'''%" CTD SHCS Pkg. of 10 s 1.40 316148P Sleeve Cuo Nut. UV3+ Mod Ryton Pke. of 10 S 15.00 901507 Acticlean Gel Cleaner Case 4 x 4L Rottlesl Re. uired amount Canister 38m 1-29or $ 158.00 Module Components 316506-002 End Cap Kit, UV3+ Plain New Orange Silicone Seal; Lamp -Ballast Connection 49.00 316506-001 'End Cap Kit, UV3+ Power New Orange Silicone Seal;Lamp-Ballast Connection 77.00 316506-003 lEnd Cap Kit, UV3+ Power & Plain New Orange Silicone Seal; Lamp -Ballast Connection $ 118.00 316509 Seal Kit. End Cao UV3+ Includes: 2 Seals. Lubricant & Dessiccant 5 42.00 302839-072 Plug Assy. 6P 16AWG 6' 302839-084 Plug Assy, 6P 16AWG 7' 302839-096 Plug Assy. 6P 16AWG 8' 327095P Plug, Rubber Wiper Filler 'Pkg of 10 5 5 5 135.00 170.00 170.00 16.00 '915517-06 Plug, UV3 6P 16AWG 6' 4-8L: Replaces PN 302455 ) 5 82.00 914374-006GF PLUG. UV3+ PDC MODULE 6' GF Replaces PN 914374-006; 6ft Power Cord 15 105.00 914374-010GF PLUG. UV3+ PDC MODULE 10' GF Replaces PN 914374-010: loft Power Cord 5 112.00 302832P Plug,1-3/8"ID Locking Unvent .Pkg. of 10 S 2.50 608063P Washer. glee S • EI t tar k 551304 P : , of 1.0 0.13 Ballast Enclosure Components 914238 Module Board Kit, UV3+ Includes: 912356-001 W/Board; MFR 423716 150.00 316168P Seal, Ballast Enclosure UV3+ 0 -Ring, Seal; Aluminum End Caps; Pkg. o 10 5 69.00 912181P Connector, Cap 6P05 Amp Pkg of 10 $ 7.00 912166P Connector. Cap 9 Position Pkg. of 10 S 7.60 912180P Connector, Plug 6POS Amo Pkg. of 10 5 7.70 9121.96P Connector. Plug 9P05 Amo Mini Pkg. of 10 12.00 912193 Extractor, UNIV MATE-N-LOK 5 129.00 912192 Extractor Mini -Univ Mate -N -Lok 5 54.00 316174P Grommet. Rubber 3/16. UV3+ IPkg of 10 5 0,70 1312362 'I C, R5485 Transceiver Transceiver Chip (Comm.) S 14.00 316182 Pressure Cone S 15.00 316141 Isolator. Leg UV3+ 8 LP S 3.40 328029-002 328029-003 Wire Harness, UV3+ 2BLS CTL Wire Harness, UV3+3BL5 CTL 5 32.00 $ 38.00" 328029-004 'Wire Harness, UV3+4BLS CTL 5 50.00 328025 Wire Harness, UV3+ MOD PRI 3BL S 29.00 328023 Wire Harness, UV3+ MOD PRI 4BL 5 29,00 915742 Wire Harness, UV3+ MOD PWR LT For systems pre '07. Replaces PN 328078 5 22.00 915743 Wire Harness, UV3+ MOD PWR RT For systems pre '07. Replaces PN 328079 5 34.00 328024-001X Wire Harness, UV3+ MOD SEC 21X (Replaces PN 328024-001 $ 6.40 328024-002X 328024-003X Wire Harness. UV3+ MOD SEC 40X Replaces PN 328024-002 $ 9 70 Wire Harness, UV3+ MOD SEC 60X Replaces PN 328024-003 11.00 Module Leg Components 316135-060X 1 Lampholder, UV3+ Amalgam 60"X 2 per Seal Kit 6L -all spacing; 8L-3" spacing; Replaces PN 316135-060 $ 46.00 316135-078X 5 740 Lampholder, UV3+ Amalgam 78"X Spring, UV3+Seal 81_- 3.5" & 4" spacing; Replaces PN 316135-078 $ 59.00 316135-0968 Minimum Purchase - 12" price per inch Lampholder, UV3+ Amalgam 96"X 327118327118P Stretch Modules; Replaces PN 316135-096 $ 79.00 003084 2 per Seal Kit; Port required must purchase 327043P Lubricant, DOW 111 6g Pack Pkg: of4 5 140 5 1 70 302394P Pkg. of 10 Brass Hex Nut #10-24 327094 Pkg. of 10 $ 0.60 002229 327096 Bushing. UV3+ Tube leg -L- Overflow bottle included 5 0 09 011009P Pump Assy, Lime -A -Way UV3+ Nut, 114-20 Hex Nylok 18-8 SST 5 60.00 Pkg. of 10 S 0.60 002226-108ULP $ 384.00 0 -Ring, 114 x 3/32 Nitrile UL 327041 iPkg. of 10 5 1.40 912182P NIPPLE. UV3+1/4NPTx 1/160 NB Pin, 19.A 14-18 AWG 5 4.60 IPkg- of 10 $ 1.80 912194P Hydraulic Hose Fittings; Comes with PN 110156 Pin, 93A20-16WG Amp Mini 010314-AAF083160 Pkg. of 10 $ 1.20 01033282AAC1704P 010313-AAF063160 5crew`Hex #10 UNC x 1 Screw, Shcap #10-UNF X 1/4 Pkg_ of 10 $ 1.70 010203-001P Set Screw, #10-UNF x 1/4 Cup Screw, Thread Cutting 6-324/4 $ 0,50 Pkg. of 10 $ 0.19 912183P Socket. 19A 18-14AWG AMP Socket for Plug: Pkg. of 1.0; 5 2.30 913028P Socket. 9.5A 20.16AWG Amts Mini ,kg of 10 $ 0.60 912165P Socket, 9.5A 20-16WG Amp Mini Pkg. of 10 $ 1.40 012015P Wiper System 5. uash Plate, 0.45 OD N on Pk; of 10 $ 62,00 326411 Cylinder. Wiper UV3+ Gen 2 $ 1,486.00 005068 •Grease Kit, UV3+ Cylinder $ 49.00 326399 Grease Nipple For Hydraulic Cylinder 5 5.00 005066 Grease, Fpod Grade FMG 1 Tube/15 Modules 5 12.00 3270661' Fitting, Inter -Wiper 90 Deg Elbow Pkg of 10 $ 12.00 327027P Fitting, Inter -Wiper Straight Pkg of 10 , 5 6.10 Seal Kit. UV3+ Plastic Canister 5 22.00 327122 327017 Spacer Wiper Seal UV3+ 2 per Seal Kit n/a 327021 Wiper Seal 2 aerSeal Kit; price per unit 5 740 327029 Spring, UV3+Seal Wiper Seal Spring; 2 per Seal Kit; Part required must purchase 327029P n/o 327030 Tube, 1/4 DIA Viton UV3+ Minimum Purchase - 12" price per inch $ 0.50 327118327118P 0 -Ring, UV3+ Wiper Canister 2per Seal Kit; Part required must purchase n/a 327118P 2 per Seal Kit; Port required must purchase 327043P 0 -Ring, UV3+ Wiper Canister 4P Pkg: of4 5 140 327095P 5 0.70 Plug, Rubber Wiper Filler Pkg. of 10 S 16.00 327094 010301P Pressure lnjector, Gel Pkg of 10 5 143.00 327096 Washer, 610 Flat 316 SST Pressure Injector. Gel UV3+Plug Overflow bottle included 5 152.00 327045 Pump Assy, Lime -A -Way UV3+ 327107 5 60.00 327016 $ 29.00 Reservoir Use w/ Stamped Carriage $ 384.00 327040 327041 Reservoir, Wiper UV3+ Use w/ Laser Cut Carriage 5 437.00 327043P NIPPLE. UV3+1/4NPTx 1/160 NB Ring, Retaining 30 UV3+ Wiper 5 4.60 $ 2,90 331005 Rust Inhibitor, Safeguard M-1 Hydraulic Hose Fittings; Comes with PN 110156 S 152.00 010314-AAF083160 5 0.24 Screw, BH5CP 1110-UNF x 3/8 Bracket, UV3+ G2 D.Bar Lower 'S 0.60 010313-AAF063160 327766 -UPR Screw, Shcap #10-UNF X 1/4 $ 0 60 1010315-AAF061650 Set Screw, #10-UNF x 1/4 Cup Replaces PN 010176 $ 0,50 Seal Kit For Stainless Steel Canisters $ 34.00 327017 Spacer, Wiper Seal UV3+ 2 per Seal Kit - n/a 327021 Winer Seal 2 per Sea) Kit; price oer unit 5 7.40 327022 Washer, Canister UV3+ 4 per Seal Kit n/a 327039 327029 Spring, UV3+ Seal Wiper Seal Spring; 2 per Seal Kit; Part required must p4Jrchose327029P n/a 327030 Tube, 1/4 DIA Viton UV3+ Price per inch Minimum Purchase -12" ,price per inch $ 0.50 327043 .Snap Ring 2 per Seal Kit; Port required must purchase 327043P n/0 327029P Spring, UV3+Seal 4 Pack 5 0.70 327110 Valve, UV3+ Gel Overflow 5 780 010301P Vent Screw Pkg of 10 5 0.28 010116P Washer, 610 Flat 316 SST NSF Certified; Pkg, of 10 5 0.19 327110 Valve, UV3+ Gel Overflow 5 7.80 327107 Fitting, Overflow UV3+ $ 29.00 445053 Adapter. Pressure Injector S 11.00 327041 Breather Use w/ PN 327040 Only $ 16.00 326447 NIPPLE. UV3+1/4NPTx 1/160 NB Nickle Brass 5 4.60 327024 Coupling, Lime -A -Way, Female 5 49.00 327113 Barb, 1/8"x1/8" 90' MA Nylon 5 0.24 327766-LWR Bracket, UV3+ G2 D.Bar Lower $ 9.70 327766 -UPR Bracket, UV3+ 62 D.Bar U..er 5 9.70 Power Distribution Cen?er (PDC] 5731 Receptacle Kit, UV3+ 6P 915729 915730 4-81.; Replaces PN 316074 RECEPTACLE ASSY. UV3+ 5P ADAPTER. W3+ RECEPTACLE 5 S 63.00 38.00 32.00 328439 Relay Board Klt, UV3+ PDC For PDC's built after 2011 only. S 340.00 303221 Standoff #8-32x1,25 Hex Brass $ 3.748.00 n/a 303417 Washer. #8 SPRG Zinc Plated Washer Spring; For Relay Board; Part required must purchase 303417P 11/0 600665 Screw. Pan 8-32UNCx3/8"SST304 Part required must purchase 600665P n/a 912706 Board. Relay 220-277V MFR# 2382 $ 297.00 915729 .RECEPTACLE ASSY, UV3 6P 914568-060 5 38.00 912261-013 Fuse 6 Amp •Rec ptacle. Female 4 Pin 1/2"NPT 13' MFR# 8R4000A09F130/80647 5 40.00 931039-002 Board Kit, CCB 16PT 63 Includes: PN 328507 CCB Board; MFR# 2322 $ 3,643.00 931039-003 !Board Kit, CCB 24PT Gen 3 includes: PN 328508 CCB Board; MFR 42323 $ 4,690.00 931039-004 Water Glycol - 201. Pail (Pink Color) Board Kit, CCB 32PT G3 Includes: 328509 CCB Board; MFR# 2324 $ 8,199.00 931039-001 Pure Drive Hydraulic Fluid Board Kit, CCB SPT G3 Includes: 328506 CCB Board; MFR# 2321 $ 8,517.00 912706 Board, Relay 220-277V MFR# 2382 5 297.00 912555 20L Pail Cable. 24AWG 4Con 300V Shld 326042 S 1.40 914569-120 Fuse. 12A 600V CC Time Delay For Relay Board 5 4.90 791309 Replaces PN 444413: Compact Fuse. 5A 250V 58 0.25X1.25" For CCB 5 5.20 912519 Combined HSC & PDC IC. Isolated RS465/422 Maxim 444948-009 $ 69.00 912352 PDC Onl IC. RS485 Transc Low Power System Control Center ISCC S 20.00 912362 IC. RS485 Transceiver Transceiver Chip (Comm.) 5 14.00 903326 Module. Digital In 24V/5V Logic 903797 5 25.00 903327 White Module. Digital Out 120V/SV Logic 903794 5 26.00 903805 Module, Digital Out 24V/5V 912170 5 21.00 328000-018 Wire Harness. PDC UV3+ 18" '903326 5 21.00 328000-024 Wire Harness, PDC UV3+ 24" '903804 $ 20.00 328000-036 Wire Harness, PDC UV3+ 36" 903327 5 22.00 328000-048 Wire Harness, PDC UV3+ 48" 903795 5 36.00 328000-060 Wire Harness. PDC UV3+ 60" 903805 S 40.00 328000-072 Wire Harness. PDC UV3+ 72" 903452 $ 27,00 328000-084 Wire Harness.. PDC UV3+ 84" 913677 $ 28.00 328000-096 Wire Harness. PDC UV3+ 96" 931091 5 30.00 328000-108 _ Wire Harness, PDC UV3+ 108" Sensors S 34.004 Hydraulic System Cente (HSC) 931012-120 Board, UV3+ HCB 120V 1FU ,MFR# 24018 $ 3.748.00 '931012-230 'Board. UV3+ HCB 230V 1FU 5 3,620.00 '907566-06-06 ELBOW. 90D 0611CMX06ORBM 57-Z IReplaces PN 907316-0606 S 4.20 912705 Fuse. 0.5A 2SOV MDA Time Delay !Dn HCB 5 2.60 914568-060 Fuse, 6A 500V Class CC ATDR Fuse 6 Amp 5 4.60 326044 Hose. Bleeder UV3+ Hydraulic 5 87.00 907541 Hose. UV3+ Hydraulic Bleeder 5 75.00 326085 Hydraulic Fluid. FR WG150-D Water Glycol - 201. Pail (Pink Color) 5 552.00 907666-020P Hydraulic Fluid. Neptune AW15 ECO 20L Pure Drive Hydraulic Fluid 5 669.00 912519 IC, Isolated RS485/422 Maxim 5 69.00 444295 Oil. Hydraulic Low Viscosity 20L Pail 5 179.00 326042 Pump. HSC 3GPM 115/60 5 3.096.00 907384 Siena Hydraulic Filter Replaces PN 444413: Compact 5 43.00 444948-007 'Switch, Cal Hydraulic -250PSI Combined HSC & PDC 5 182.00 444948-009 Switch. Cal H draullc 60 250PS1 PDC Onl $ 751.00 System Control Center ISCC I !Kit, UV3+Type•M Upgrade Contact MTR 915338-002 903796 Module. Analog IN 4-20mA $ 358.00 903797 Module. Analog Out 4-20m4 White 5 422.00 903794 Module. Digital In 120V/SV Logic 5 38.00 912170 Module, Digital In 240V/SV Logic 5 13.00 '903326 Module. Digital In 24V/SV Logic $ 25.00 '903804 Module, Digital In S -2815V Logic $ 32.00 903327 Module. Digital Out 120V/SV Logic $ 26.00 903795 Module. Digital Out 240V/5V Logic 5 44.00 903805 Module, Digital Out 24V/5V S 21.00 903452 Module, Digital Out 60V/SV Logic 5 33.00 913677 PLC, AB CNTL Battery 5 92.00 931091 Sry FW Kit, UV3+ CCB '9000 Hr. -12000 Hr. U • ; rade S 197.00 Sensors 912179 Board. Low Level Relay 120VAC Replaces PN 903237 S 243.00 '903243 Level Sensor Kit, Low 230V 5 995.00 903237 Level Sensor, LOW 120V S0/6OHZ S 1,069.00 912440 Electrode, Holder 2 Probe $ 89.00 903957-002 Electrode, Level Sensor W/Sheath 2' Replaces PN 903237 $ 65.00 010126 Screw, 10-32 Slot Hex 55118-8 5 0.07 015229 also quote 015244 Sensor Assv. UV3+ 15 2.532.00 015239 Sleeve. Sensor UV3+ 25x28x1832 $ 118.00 015244 Washer, Sensor Sleeve UV3+ S 1 50 327080 Sensor Sleeve Collar S 14.00 010215-125P Cleaning equipment Strew. 1 4-20x1%" CTD SHCS P :. of 10 5 1.40 309416 Crane. UV3+ Module Thern S 3.600.00 Configured Port 329324C Reference Part only Maintenance Rack UV3/UV3+ Configured Part Contact MTR 309465 Pedestal. Crane Base Upright S 616.00 309400 Rack, StoragelOM UV3+ 3045ST S 3.217.00 309504 MiSlellinn.'i ilS 511 ; Kit. UV3+ 2Le SBAL S 735.00 906002 Face Shield. UV Protection $ 29.00 906031 Kit. Mercury Spill Cleanup S 493.00 906015-330 Operator Kit. UV3000PIus S 759.00 Exhibit C f Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from Contractor's operations under this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: 1 COMPREHENSIVE GENERAL LIABILITY $1,000,000 Each Occurrence $2,000,000 General Aggregate 2. COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Combined Single Limit Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles) operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form. All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set forth hereinabove Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied by either the Named Insured(s) or the City of Lodi_ It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the Contractor; whichever is greater Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the Califomia Tort Claims Act (California Government Code Section 810 et seq ). A copy of the certificate(s) of insurance with the following endorsements shall be fumished to the City: (a) Additional Wamgd Insured Endorsement Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as additional named insureds An additional named insured endorsement is also required for Auto Liability. (b) Primary and Noir-Contriuuloi y Insurance Endorsement Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20 01 04 13. NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of the proiect that it is insuring. (c) Waiver of Subrogation Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability (d) Limits of Coverage The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured. Page 1 1 of 2 pages 1 Risk: rev.08 2015 (e) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability, Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. (f) (g) Continuity of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. (h) Failure to Comply If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City far premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the nameis) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1s) day of the month following the City's notice. Notwithstanding and other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (i) dualified Insurerts) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the Tatter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. A waiver of subrogation is required for workers compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. Page 2 i of 2 pages Risk: rev 08.2015 Exhibit A/B cvii fir En.nr.nn& I rann1a rnw.. 1.1../i TROJAN 3000. - Part Number Subpart Number Part Description Notes Unit Price Lamps, Sleeves & Ballasts - price through 12/31/17 for Lamps, Sleeves and Ballasts ONLY Guaranteed 302509-004 Lamp, GA64T6L Amalgam 4Pk 4 Pack $ 643.32 302509 fLamp. GA64T61Amalaam $ 160.83 316136-004 Sleeve. Quartz UV3+ 28x25x1950 4Pk 4 Pack $ 256.48 316136 Sleeve, Quartz $ 64.12 917341-100 Ballast Kit, UV3+ G 3 With Aluminum End Caps; Replaces PN 915378 $ 417.18 Common! Used Com . onents 316144P 0 -Ring, Sleeve Seal Pkg. of 10 $ 1.60 316145 0 -Ring, Sleeve Support UV3+ $ 0.10 901376P Spring, Compression SST Pkg. of 10 $ 16.00 302366P Dessiccant, Desi Pak 1/6 Unit 2 Per Module; Pkg. of 10 $ 2.30 316148P Sleeve Cup Nut, UV3+ Mod Ryton Pkg. of 10 $ 15.00 901507 Module Components 316506-002 Acticlean Gel Cleaner Case (4 x 4L Bottles) = Re. uired amount Per Canister: 38m1 New Orange Silicone Seal; Lamp -Ballast Connection $ $ 162.00 83.00 End Cap Kit, UV3+ Plain 316506-001 End Cap Kit, UV3+ Power New Orange Silicone Seal;Lamp-Ballast Connection $ 82.00 316506-003 End Cap Kit, UV3+ Power & Plain New Orange Silicone Seal; Lamp -Ballast Connection $ 111.00 316509 Seal Kit, End Cap UV3+ Includes: 2 Seals, Lubricant & Dessiccant $ 44.00 302839-072 Plug Assy. 6P 16AWG 6' $ 139.00 302839-084 Plug Assy, 6P 16AWG 7' $ 175.00 302839-096 Plug Assy, 6P 16AWG 8' $ 175.00 302839-108 Plug Assy, 6P 16AWG 9' $ 175.00 327095P Plug, Rubber Wiper Filler Pkg. of 10 $ 16.00 914374-006GF PLUG, UV3+ PDC MODULE 6' GF Replaces PN 914374-006; 6ft Power Cord $ 105.00 914374-01OGF PLUG, UV3+ PDC MODULE 10' GF Replaces PN 914374-010; SOft Power Cord $ 112.00 302832P 4i,1-3/8"ID Locking Unvent Pk;. of 10 $ $ 2.50 152.00 Module Board Kit, UV3+ Includes: 912356-001 W/Board; MFR #23716 914238 316168P Seal, Ballast Enclosure UV3+ 0 -Ring, Seal; Aluminum End Caps; Pkg. of 10 $ 71.00 912181P Connector, Cap 6POS Amp Pkg. of 10 $ 8.60 912166P Connector, Cap 9 Position Pkg. of 10 $ 7.60 912180P Connector, Plug 6POS Amp Pkg. of 10 $ 7.70 912196P Connector, Plug 9POS Amp Mini Pkg. of 10 $ 12.00 912193 Large pin Extractor Tool $ 136.00 912192 Extractor,Mini-Univ Mate -N -Lok $ 60.00 316174P Grommet, Rubber 3/16, UV3+ Pkg. of 10 $ 0.70 912362 IC, RS485 Transceiver Transceiver Chip (Comm.) $ 14.00 316182 Pressure Cone $ 15.00 316141 Isolator, Leg UV3+ 8 LP $ 4.40 328029-002 Wire Harness, UV3+ 2BLS CTL $ 33.00 328029-003 Wire Harness, UV3+ 3BLS CTL $ 39.00 328029-004 Wire Harness, UV3+ 4BLS CTL $ 51.00 328025 Wire Harness, UV3+ MOD PRI 3BL $ 30.00 328023 Wire Harness, UV3+ MOD PRI 4BL $ 30.00 915742 Wire Harness, UV3+ MOD PWR LT For systems pre '07; Replaces PN 328078 $ 23.00 915743 Wire Harness, UV3+ MOD PWR RT For systems pre '07; Replaces PN 328079 $ 35.00 328024-OO1X Wire Harness, UV3+ MOD SEC 21X Replaces PN 328024-001 $ 7.30 328024-002X 'Wire Harness, UV3+ MOD SEC 40X Replaces PN 328024-002 $ 11.00 328024-003X Wire Harness. UV3+ MOD SEC 60X Re. laces PN 328024-003 $ 13.00 Module Leg Components - Lampholder, UV3+ Amalgam 60"X 6L -all spacing; 8L-3" spacing; Replaces PN 316135-060 $ 48.00 316135-060X 316135-078X Lampholder, UV3+ Amalgam 78"X 8L- 3.5" & 4" spacing; Replaces PN 316135-078 $ 61.00 316135-096X Lampholder, UV3+ Amalgam 96"X Stretch Modules; Replaces PN 316135-096 $ 81.00 003084 Lubricant, DOW 111 6g Pack $ 1.70 302394P Brass Hex Nut #10-24 Pkg. of 10 $ 0.60 002229 Bushing. UV3+ Tube Leg $ 0.10 002226-108ULP 0 -Ring. 1/4 x 3/32 Nitrile UL Pkg. of 10 $ 1.40 912182P Pin, 19A 14-18 AWG Pkg. of 10 $ 1.60 912194P Pin, 9.5A 20-16WG Amp Mini Pkg. of 10 $ 1.20 .01033282AAC1704P Screw, Hex #10 UNC x 1 Pkg. of 10 $ 1.70 912183P Socket, 19A 18-14AWG AMP Socket for Plug; Pkg. of 10; $ 2.30 912165P Socket, 9.5A 20-16WG Amp Mini Pkg. of 10 $ 1.40 012015P Wiper SystemAIIM - _ S. uash Plate, 0.45 OD N Ion Pk_. of 10 62 $ 1,546.00 326411 Hydraulic Wiper Cylinder 005068 Grease Kit, UV3+ Cylinder $ 52.00 326399 Grease Nipple For Hydraulic Cylinder $ 5.70 1005066 Grease. Food Grade FMG 1 Tube/15 Modules $ 12.00 327066P Fitting, Inter -Wiper 90 Deg Elbow Pkg. of 10 $ 12.00 327027P Fitting, Inter -Wiper Straight Pkg. of 10 $ 6.10 327122 Seal Kit, UV3+ Plastic Canister $ 23.00 327017 Spacer. Wiper Seal UV3+ 2 per Seal Kit n/a 327021 Wiper Seal 2 per Seal Kit: price per unit S 7.60 327029 Spring, UV3+Seal Wiper Seal Spring; 2 per Seal Kit; Part required must purchase 327029P n/a 327030 Tube, 1/4 DIA Viton UV3+ Minimum Purchase - 12" price per inch $ 0.40 327118 O Ring, UV3+ Wiper Canister 2 per Seal Kit; Part required must purchase 327118P n/a 327118P 0 -Ring, UV3+ Wiper Canister 4P Pkg. of 4 $ 1.40 327095P Plug, Rubber Wiper Filler Pkg. of 10 $ 16.00 327094 Pressure Injector, Gel $ 143.00 327096 Pressure Injector, Gel UV3+ Plug Overflow bottle included $ 149.00 327045 Pump Assy, Lime -A -Way UV3+ $ 60.00 327043P Ring, Retaining SQ UV3+ Wiper Package of 4 $ 2.90 327039 Seal Kit For Stainless Steel Canisters $ 35.00 327017 Spacer, Wiper Seal UV3+ 2 per Seal Kit n/a 327021 Wiper Seal 2 per Seal Kit; price per unit S 7.60 327022 Washer, Canister UV3+ 4 per Seal Kit n/a 327029 Spring, UV3+ Seal Wiper Seal Spring; 2 per Seal Kit; Part required must purchase 327029P n/a 327030 Tube, 1/4 DIA Viton UV3+ Price per inch Minimum Purchase - 12" price per $ 0.40 327043 Snap Ring 2 per Seal Kit; Part required must purchase 327043P n/a 327029P Spring, UV3+ Seal 4 Pack $ 0.80 327110 Valve, UV3+ Gel Overflow $ 7.30 010301P Vent Screw Pkg. of 10 $ 0.30 327110 Valve, UV3+ Gel Overflow $ 7.30 327107 Fitting, Overflow UV3+ $ 44.00 445053 Adapter, Pressure Infector 5 11.00 327024 Coupling, Lime -A -Way, Female $ 49.00 327113 Barb, 1/8"x1/8" 90° MA N Ion $ 0.30 Power Distribution Center (PDC) _ _ 915731 Receptacle Kit, UV3+ 6P 4-81.; Replaces PN 316074 $ 71.00 915729 RECEPTACLE ASSY, UV3+ 6P $ 35.00 915730 ADAPTER, UV3+ RECEPTACLE Relay Board Kit, UV3+ PDC For PDC's built after 2011 only. $ 543.00 303221 [Standoff, #8-32x1.25 Hex Brass n/a 328439 303417 Washer, #8 SPRG Zinc Plated Washer Spring; For Relay Board; Port required must purchase 303417P n/a 600665 Screw, Pan 8-32UNCx3/8" 55T304 Part required must purchase 600665P n/a 912706 Board, Relay 220-277V MFR# 2382 S 491.00 915729 RECEPTACLE ASSY, UV3 6P S 35.00 912261-013 Receptacle, Female 4 Pin 1/2"NPT 13' MFR# 8R4000A09F130/80647 $ 40.00 931039-002 Board Kit, CCB 16PT G3 Includes: PN 328507 CCB Board; MFR# 2322 $ 6,189.00 931039-003 Board Kit, CCB 24PT Gen 3 Includes: PN 328508 CCB Board; MFR #2323 $ 6,898.00 931039-004 Board Kit, CCB 32PT G3 Includes: 328509 CCB Board; MFR# 2324 $ 7,396.00 931039-001 Board Kit, CCB 8PT G3 Includes: 328506 CCB Board; MFR# 2321 $ 5,973.00 912706 Board, Relay 220-277V MFR# 2382 $ 491.00 914569-120 Fuse, 12A 600V CC Time Delay For Relay Board $ 4.90 791309 Fuse, 5A 250V SB 0.25X1.25" For CCB $ 5.20 912519 IC, Isolated RS485/422 Maxim $ 69.00 912352 IC, RS485 Transc Low Power $ 20.00 912362 IC, RS485 Transceiver Transceiver Chip (Comm.) $ 14.00 903326 Module. Digital In 24V/5V Logic $ 28.00 903327 Module, Digital Out 120V/5V Logic $ 26.00 903805 Module, Digital Out 24V/5V $ 26.00 328000-018 Wire Harness, PDC UV3+ 18" $ 23.00 328000-024 Wire Harness, PDC UV3+ 24" $ 24.00 328000-036 Wire Harness, PDC UV3+ 36" $ 26.00 328000-048 Wire Harness, PDC UV3+ 48" $ 45.00 328000-060 Wire Harness, PDC UV3+ 60" _ _ $ 50.00 328000-072 Wire Harness, PDC UV3+ 72" $ 31.00 328000-084 'Wire Harness, PDC UV3+ 84" $ 33.00 328000-096 Wire Harness, PDC UV3+ 96" S 35.00 328000-108 Wire Harness, PDC UV3+ 108" $ 39.00 Hydraulic System Center (HSC) 931012-120 Board, UV3+ HCB 120V 1FU MFR# 2401B _ $ 8,526.00 914568-060 Fuse, 6A 600V Class CC ATDR Fuse 6 Amp $ 4.60 326085 Hydraulic Fluid, FR WG150-D Water Glycol - 20L Pail (Pink Color) $ 552.00 907666-020P Hydraulic Fluid, Neptune AW15 ECO 20L Pure Drive Hydraulic Fluid $ 669.00 912519 IC, Isolated R5485/422 Maxim _ $ 69.00 444295 Oil, Hydraulic Low Viscosity 20L Pail $ 179.00 326042 Pump, HSC 3GPM 115/60 S 3,096.00 907384 System Control Center (SCC) Si:na Hydraulic Filter Replaces PN 444413: Compact - 5 43.00 903796 Module, Analog IN 4-20mA $ 351.00 903797 Module, Analog Out 4-20mA White $ 422.00 903794 Module, Digital In 120V/5V Logic $ 41.00 912170 Module, Digital In 240V/5V Logic 5 13.00 903326 Module, Digital In 24V/5V Logic $ 28.00 903327 Module, Digital Out 120V/5V Logic $ 26.00 903795 Module, Digital Out 240V/5V Logic $ 44.00 903805 Module. Digital Out 24V/5V $ 26.00 903452 Sensors Module, Di:ital Out 60V/5V Logic $ 28.00 912179 Board, Low Level Relay 120VAC Replaces PN 903237. S 295.00 903237 Level Sensor, LOW 120V 50/60HZ S 1,112.00 912440 Electrode, Holder 2 Probe $ 111.00 903957-002 Electrode, Level Sensor W/Sheath 2' Replaces PN 903237 $ 64.00 015229 Sensor Assy, UV3+ UV Intensity Sensor (need o-ring. part #0152441 $ 2,532.00 015239 Sleeve, Sensor UV3+ 25x28x1832 $ 120.00 015244 Washer, Sensor Sleeve UV3+ $ 1.50 010215-125P Miscellaneous Screw, 1/4-20x1'''/" CTD SHCS Pk:. of 10 $ 1.40 906002 Face Shield, UV Protection _ _ $ 29.00 906015-330 Operator Kit, UV3000PIus $ 975.00 Not to Exceed $300,000 RESOLUTION NO. 2017-116 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH DC FROST ASSOCIATES, INC., OF WALNUT CREEK, FOR PURCHASE OF ULTRAVIOLET DISINFECTION REPLACEMENT PARTS WHEREAS, White Slough Water Pollution Control Facility uses ultraviolet (UV) system functions as a disinfectant for the tertiary treated wastewater, as directed by the California Regional Water Quality Control Board; and WHEREAS, the UV system is complex, requiring annual operational costs for parts, equipment replacement, and continuous staff hours to maintain; and WHEREAS, DC Frost Associates, Inc., is a sole -source vendor, and pursuant to Lodi Municipal Code Section 3.20.070, Bidding, the bidding process may be dispensed when City Council determines that the purchase, or method of purchase, is in the best interests of the City; and WHEREAS, staff recommends that the City Council waive the bidding process per Lodi Municipal Code Section 3.20.070; and WHEREAS, staff further recommends authorizing the City Manager to execute Amendment No. 1 to the Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek, for the purchase of ultraviolet disinfection replacement parts, thereby extending the Agreement to and including June 30, 2018, in the amount of $300,000. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby waive the bidding process per Lodi Municipal Code Section 3.20.070 for the purchase of ultraviolet disinfection replacement parts from DC Frost Associates, Inc.; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Amendment No. 1 to the Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek, California, for the purchase of ultraviolet disinfection replacement parts, thereby extending the Agreement to and including June 30, 2018, in the amount of $300,000. Dated: June 21, 2017 I hereby certify that Resolution No. 2017-116 was passed and adopted by the City Council of the City of Lodi in a regular meeting held June 21, 2017, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Johnson, and Mayor Kuehne NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Mounce and Nakanishi ABSTAIN: COUNCIL MEMBERS — None NNIFEF M. FERRAIOLO City Clerk 2017-116