HomeMy WebLinkAboutAgenda Report - August 15, 2018 C-04TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C-4
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with DC Frost Associates, Inc., of Walnut Creek, for Purchase of
Ultra Violet Disinfection Equipment ($600,000)
MEETING DATE: August 15, 2018
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute
Professional Services Agreement with DC Frost Associates, Inc.,
of Walnut Creek, for purchase of ultra violet disinfection
equipment, in the amount of $600,000.
BACKGROUND INFORMATION: The ultra violet (UV) system disinfects the City's tertiary treated
wastewater at the White Slough Water Pollution Control Facility
(WSWPCF) and is regulated by the California Regional Water
Quality Control Board. More than 12 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.
By nature, the City's UV system is complex and expensive to maintain. For now, it remains a reliable
component of the City's wastewater treatment facility. In 2015, the City commissioned Carollo
Engineers, Inc., of Sacramento, to evaluate the current UV system. The evaluations compared
10 -year and 20 -year life cycle costs for five alternatives that ranged from retrofitting the existing facility
with new, more -efficient components, to complete replacement. The evaluation suggests replacing
the existing system, requiring a capital investment of more than $4 million. Considering the system
continues to operate reliably, and parts remain available, staff has elected to continue operating the
existing system and reassess the need to replace the system in two to five years.
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 a two-year Professional Services Agreement
with DC Frost Associates, Inc., of Walnut Creek, for purchase of ultra violet disinfection system
equipment, in the amount of $600,000. If approved, the term of the agreement will extend through
August 31, 2020. Staff anticipates purchases to average approximately $300,000 each year.
APPROVED:
Stephen Schwabauer, City Manager
R:\GROUPWDMIN\Council\2018\08152018\DC Frost\UV parts purchase CC.doc
8/6/2018
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek, for Purchase of Ultra
Violet Disinfection Equipment ($600,000)
August 15, 2018
Page 2
FISCAL IMPACT:
FUNDING AVAILABLE:
If the UV system is not properly maintained, WSWPCF may not meet
discharge permit requirements, resulting in fines or penalties. This
project does not impact the General Fund.
Funds are budgeted for this project in the WSWPCF Plant Operations
(53053003) for Fiscal Year 2018/19.
GSL
Andrew Keys
Deputy City Manager/Internal Services Director
Prepared by Lance Roberts, Utilities Manager
CES/LR/tbw
Attachment
cLcLe)Q
Charles E. Swimley, Jr.
Public Works Director
R:\GROUP\ADMIN\Council\2018\08152018\DC Frost\UV parts purchase CC doc 8/6/2018
June 14, 2018
City of Lodi
White Slough WPCP
12751N. Thornton Road
Lodi, CA 95242
TROJAN
RE: TroIan System UV3000PIusTM Replacement Parts
WATER CONFIDENCE
To Whom it May Concern:
In the Engineered Submittal Package for the Trojan UV3000PLUSTM System, 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,
electronic ballasts, 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.
In order to keep the equipment performance guarantee intact, it is recommended that specialized system
components be purchased and contracted from our manufacturer representative in your state. In the state of
California, the exclusive manufacturer representative is DC Frost & Associates, Inc., a wholly owned subsidiary of
the Coombs -Hopkins Company.. Trojan purchases only validated system components (lamps, ballasts etc.) from
our suppliers and only those components meeting our performance standards are passed on to the customer.
If you have any questions regarding this matter, or require any additional information please do not hesitate to
contact me at 1-800-291-0218.
Best regards,
TROJAN TECHNOLOGIES
Judy CaeorgyeN
Judy Georgijev
Municipal Territory Representative
1R())AN Il -C 3i'IUI OGIES 9020 CORE ONOUN ONTARIO, CFltv0[)A i•15V 41, 1 4y,07 3400 F ,F)/ 0130 WWW TROJANUV COM
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2018, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and DC FROST
ASSOCIATES, INC., a California corporation (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 UV
lamps, sleeves and ballasts, as needed, for use at the 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
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 September 1, 2018 and terminates
upon the completion of the Scope of Services or on August 31, 2020, 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: Lance Roberts
To CONTRACTOR: DC Frost Associates, Inc.
2855 Mitchell Drive, Suite 215
Walnut Creek, CA 94598-1609
Attn: Dean Boode
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 CitYBusiness 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.
ATTEST
CITY OF LODI, a municipal corporation
JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER
City Clerk City Manager
APPROVED AS TO FORM: DC FROST ASSOCIATES, INC., a California
JANICE D. MAGDICH, City Attorney corporation
By: By:
Name: DEAN BOODE
Title: PRESIDENT
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
(Business Unit & Account No.)
Doc ID:R:\GROUP\ADMIN\Council\2018\08152018\DC Frost\PSA
CA:Rev.01.2015
8
TrojanUV3000PIus
Exhibit A/B
Part Number FbPart Number
Part Description
Notes
List Price (USD)
Guaranteed Price for Lamps, Sleeves and Ballasts Valid thru December 31, 2018.
Lamps, Sleeves & Accessories
Lamps & Sleeves
302509-004
Lamp, GA64T6L Amalgam Step Base 4
pack
Blue Ceramic end - Package o f
4
$ 652.96
302509
Lamp, GA64T6L Amalgam Step Base
Blue Ceramic end
$ 163.24
316136-004
Quartz Sleeve 4Pack
Package of 4
$ 260.32
316136
Quartz Sleeve
5 65.08
Components for Lamps & Sleeves
316148P
Sleeve Cup Nut (Ryton)
Lamp Adaptor
Package of 10
For use with 794447-0YW only.
$ 16.50
$ 21.95
316508
316144P
Sleeve Seal 0 -Ring
Package of 10
$ 1.43
316145
Sleeve Support 0 -Ring
oPocka.e
$ 0.09
901376P
Compression Sprin:
o 10
5 14.85
Modules
Full Module Assemblies
See.MTR for pricing on Complete Module Assemblies and o tions
Module Components
Ballast Enclosure
917341-100
Ballast Kit
Used with Plastic End Caps
Replaces 915378
$ 423.44
302366P
Desiccant Pack, (Desi Pak)
Package of 10;
2 required per ballast tray
$ 2.10
003084
Lubricant
use when replacing ballast
$ 1,55
002226-1081AP
0 -Ring
Package of 10 use with plastic
$ 1.25_
013039
Screw
4 required per end cap use
with plastic end coos
$ 0.06
010313-AGC10316
Screw
Use with plastic end caps
$ 0.25
316182
Pressure Cone
$ 7.35
01033282AAC1704P
Hex screw used in end cap assemblies
sold in packages of 10 use with
aluminum end caps
$ 1.56
914238
Module Control Board Assembly (MCB)
Use with aluminum style end
caps Includes instructions
$ 230.50
912356-001 Module Control Board
Not to be purchased
302366 Desiccant Pak
003084 Lubricant
914385
Module Control Board Assembly (MCB)
Use with plastic style end caps
Includes instructions
$ 230.50
912356-001
Module Control Board
Not to be purchased
302366
Desiccant Pak
005084
Sealant
316479
End Cap Seal
TrojanUV3000PIus
Y
List Price (USD)
Part Number
SubPart Number
Part Description
Notes
003084
Lubricant
912362
IC Transceiver Chip
Located on Module Control
$
12.80
316168P
Ballast Seal
Use with aluminum style end
cao Package of 10
$
30.90
316169
Compression ring
Use with aluminum style end
5
1.26
316509
End Cap Seal Kit
Includes components for one
complete ballast tray
$
51.50
316479
End cap seal
302366
Desiccant Pak
_
003084
Lubricant
**Redesigned improved Plastic endcaps. A direct replacement and backwards compatible with old style aluminum**
316506-003
Module End Cap Replacement Kit (power end & plain end)
Contains all parts required to
retrofit entire module
$ 115.46
316478-001
End cap, power cord end
316478-002
End capplain end
316479
End cap seal
002226-108UL
Endcap Sealing 0 -Ring
302366
Desiccant Pak
003084
Lubricant
010313-AGC10316
Screw
013039
Screw
_
914478-128
Strain Relief
316506-001
Module End Cap Assembly (power end)
*New* Orange Silicone Seal
luse with plastic style end caul
$
34.17
316478-001
End cap. power cord end
316479
End cap seal
002226-108UL
Endcao Sealing 0 -Ring
302366
Desiccant Pak
003084
Lubricant
010313-AGC10316
Screw
914478-128
Strain Relief
316506-002
Module End Cap Assembly, Plain end
*New* Orange Silicone Seal
(use with plastic style end cap)
$
55.98
316478-002
End cap (plain end)
316479
End cap seal
302366
Desiccant Pak
003084
Lubricant
013039
Screw
Below items are module seal socket connectors (module Power Cable to ballast)
912193
Large pin Extractor Tool
S 127.00
912183P
Large socket
Package of 10
$
2.10
912181P
Connector cap 6 position
Package of 10
$
8.00
912180P
Connector plug 6 position
Package of 10
$
7.15-
912182P
Large pin
Package of 10
$
1.43
The below items are module seal socket connectors (lamp to ballast)
912192
Extractor Mate -N -Lok
$
55.50
912165P
Small socket
Packaae of 10
5
1.25
912166P
Connector cap 9 position
Packaae of 10
S
7.05
912196P
Connector plug 9 position
Package of 10
$
11.15
TrojanUV3000PIus
(Part Number
912194P
328026
328025
328023
SubPart Number
Part Description
Notes
'List Price (USD)
Amp Mini Pin
Package of 10
$ 1.10
Wire Harness, (MCB to Ballast)
Use with 2 ballasts
$ 15.70
Wire Harness, [MCB to Ballast)
Use with 3 ballasts
$ 18.35
Wire Harness, (MCB to Ballast)
Use with 4 ballasts
$ 19.15
TrojanUV3000PIus
Part Number SubPart Number (Part Description
Notes
List Price (USD)
328029G
Ribbon Cable complete with sockets '"Please check with your MTR for project specific length**
328029-002
Ribbon Cable complete with sockets 2
51" cable length; 3 sockets
S 36.60
328029-003
Ribbon Cable complete with sockets 3
74" cable lenath; 4 sockets
$ 43.10
328029-004
Ribbon Cable complete with sockets 4
97" cable length; 5 sockets
$ 57.25
328024G
'Lamp Wire Harness assemblies 1Ballast to Lamp holder) **Please check with your MTR for project specific lengths and
328024-001X
21 inches
$ 8.30
328024-002X
40 inches
$ 11.90
328024-003X
60 inches
$ 14.55
328024-004X
80 inches
$ 17.30
915742
Main Power Wire Harness Left side
Replaces 328078 $ 13.60
915743
Main Power Wire Harness Right side
Replaces 328079 $ 23.50
302839G
Power cord plug assembly 6 pin **Please check with your MTR for Project specific length required"
302839-072
6 ft.
$ 156.50
302839-084
7 ft.
$ 198.00
302839-096
8 ft.
$ 198.00
302839-108
9 ft.
$ 198.00
Leg Assemblies
316141
ILeg Isolator plug 18 Lamp)
$ 5.00
j012015P
Squash Plate
Package of 10
Package of 10
$ 57.25
$ 0.49
302394P
Brass Hex Nut #10-24
316174P
Rubber Grommet
Package of 10
$ 0.65
316135G
Lamp holder step base (used with 794447-0YW & adaptor, 794447-OGN. 302509 lamps)
316135-060X
60 inch
use for modules with 6 lamps
all spacing and 8 lamp 3"
$ 54.00
316135-078X
78 inch
use for modules with 8 lamp
3.5" and 4" spacing
$ 70.25
316135-096XX96
inch
use for stretch modules
$ 90.50
Troia n U V3000PI u s
Part Number SubPart Number Part Description
Notes
List Price IVSD)
Wiper System
326411
Hydraulic wiper cylinder
replaces 326111fbackwards
$ 1,746.00
005068
Grease Gun kit
005067
Grease Gun
005066
Food Grade grease
1 tube for 15 modules
$ 48.00
010301
Vent Screw
110145
Hex key (L-shaped)
1005066
Food Grade grease
1 tube for 15 modules
$ 11.00
110145
Hex key
$ 1.47
010301P _
Vent Screw
Package of 10
$ 0.23
326399
Grease Nipple
use on hydraulic cylinder
$ 5.30
The below seal kits contain enough items to perform a complete seal change out for one canister
$ 40'22
327039
Seal Kit
use with stainless steel canister
327017
Wiper spacer
327021
Wiper Seal
327022
Canister washer
327029
Seal spring
327030
Viton tubing
327043
Retaining snap ring
327122
Seal Kit
use with _clastic canister
$ 25.88
327017
Wiper spacer
327021
Wiper Seal
327029
Seal spring
327030
Viton tubing
327118
Wiper canister 0 -ring blue Teflon
327017
Wiper Spacer
$ 3.00
327118P
Wiper canister 0 -ring blue Teflon
Package of 4
$ 1.23
327043P
Retaining ring
Package of 4
$ 2.70
327029P
Seal Spring
Package of4
$ 0.70
327021
Wiper Seal
$ 8.75
***Wiper Carriage Canisters vary depending on lamp position. Please contact your MTR for correct part number required***
327115-160PLGTOP
Canister Assembly Top
Replacements for Wiper
Carriage
$ 72.50
327115-180PLGTOP
Canister Assembly Top
$ 72.50
327115-180STDMID
Canister Assembly Standard Mid
$ 72.50
327115-025STDCYL
Canister Assembly Standard Cylinder
$ 72.50
327115-035PLGBOT
Canister Assembly Standard Bottom
$ 72.50
327115-180SNRTOP
Canister Assembly Sensor Module Top
$ 65.75
327115-025SNRCYL
Canister Assembly Sensor Module Cylini
$ 65.75
327115-180SNRMID
Canister Assembly Sensor Module Mid
$ 65.75
327055
Wiper Collar
$ 132.00
327056
Wiper Collar
$ 132.00
327057
Wiper Collar
$ 132.00
327058
Wiper Collar
$ 132.00
327059
Wiper Collar
$ 129.00
***Wiper Drive Bar Canisters vary depending on lamp position. Please contact your MTR for correct part number required***
327125-035PLGTOP I
Canister Assembly Top
$ 67.75
TrojanUV3000Plus
(Part Number
SubPart Number
Part Description
Notes
List Price (USD)
327125-180PLGTOP
Canister Assembly Top
$ 67.75
327125-1805TDMID
Canister Assembly Standard Mid
$ 67.75
327125-020STDMID
Canister Assembly Standard Mid
$ 67.75
F327125-020STDCYL
Canister Assembly Standard Cylinder
$ 67.75
327125-025STDCYL
Canister Assembly Standard Cylinder
Replacement for Wiper Drive
$ 67.75
327125-180PLGBOT
Canister Assembly Standard Bottom
Bar
$ 67.75
327125-035SNRTOP
Canister Assembly Sensor Module Top
$ 62.50
327125-145SNRTOP
Canister Assembly Sensor Module Top
$ 62.50
327125-145SNRMID
Canister Assembly Sensor Module Mid
$ 62.50
327125-180SNRMID
Canister Assembly Sensor Module Mid
$ 62.50
327125-180SNRCYL
Canister Assembly Sensor Module Cylin1
$ 62.50
327030
Viton tubine (sold ner inch)
Minimum Purchase - 12"
$ 0.35
327095P
Wiper filler plug (rubber used on
clastic canisters)
Package of 10
$ 14.55
327795
Vent Kit
Replaces old style adaptor and
washer. These are not
backwards compatible
$ 5.35
821161
Pressure relief valve (black)
900056
Pressure relief adaptor
821161P
Pressure relief valve (black)
Package of 10
$ 22.55
900056
Pressure relief adaptor
Package of 10
$ 3.15
'901507
,ActiClean Gel case (4 x 4 Litre jugs)
Requires 38 ml per canister
$ 182.00
327094
Pressure Injector for act clean gel
(no overf/owsystem) use at
sites with quick connector on
$ 111.50
The below items are replacement parts for Pressure injector 327094
445053
Pressure Injector Adaptor
$ 8.10
327027P
Fitting, Inter -Wiper Straight
Package of 10
$ 5.70
302832P
Locking Plug
Package of 10
$ 2.35
327096
Pressure Injector for ActiClean gel
With Overflow System
$ 116.50
The below items are replacement parts for Pressure injector 327096
327113
Barb, 1/8"x1/8" 90" MA Nylon
$ 0.23
327110
Valve, UV3+ Gel Overflow
$ 6.80
327027P
Fitting, Inter -Wiper Strai&ht
Package of 10
$ 5.70
327066P
Fitting, Inter -Wiper 90 Deg Elbow
Packaae of 10
S 10.35
327107
Fitting Overflow
S 27.10
445053
Adapter, Pressure Injector
$ 8.10
UV intensity Sensors
015229
Sensor Assembly
$ 2,859.00
015239
_
Sensor Sleeve
$ 138.00
015244
Sensor sleeve washer
$ 1.32
302300P
Sensor sleeve seal 0 ring
$ 1.65
316144P
0 -Ring, Sleeve Seal
Package of 10
$ 1.43
316148P
Power Distribution
Center (PDC
Sleeve cu. nut
Packa.e o 10
$ 16.50
,�, rm
Module Receptacle 6 Pins 4-8 Lamp modules
Replaces 316074 Contains
items to change out one
a of it
TrojanUV3000Pius
Part Number
„ n
915729
912261-004
912261-013
SubPart Number
Part Description
Notes
List Price (USD)
915729
6 pin Receptacle assembly
915730
Receptacle adaptor
6 pin Receptacle assembly (replcement
$ 32.50
Sensor receptacle 4 pin
4' wire
$ 31.00
Sensor receptacle 4 pin 13' wire
$ 37.20
TrojanUV3000Plus
Part Number
SubPart Number
'Part Description
Notes
List Price (USD)
Communication Control Board
(CCB) kit
931039-001
8 arts
p
Includes 328506 board(not for
sale separately) and manual
$ 10,113.00
931039G
931039-002
16 ports
Includes 318507 board(not for
sale separately) and manual
$ 4,196.00
931039-003
24 ports
Includes 328508 boord(not for
sale separately) and manual
$ 5,401.00
931039-004
32 ports
Includes 328509 board(not for
sale separately) and manual
$ 6,995.00
912362
IC Transceiver Chip
use on CCB
$ 12.80
791309
Fuse SAMPS 250V
use on CCB
$ 4.80
912519
IC Maxim Chip
.use on CCB
$ 64.25
912352
IC Transceiver Chip Low Power
use on CCB
$ 18.30
903326
_
'Digital Relay Module Input (10 - 60 VD
use on CCB
$ 25.50
903327
'Digital Relay Module Output 120V
use on CCB
$ 26.20
912706
Relay Board
$ 555.00
Relay Board Kit, UV3+ PDC
Use only in PDC's built after
303221
Hex Brass Standoff
328439
303417
Zinc Plated washer
600665
Pan Screw
$ 604.41
912706
Relay Board
915729
6 pin Receptacle assembly
914569-120
Fuse, 12AMPS Time Delay
Use on Relay Board replaces
$ 4.60
600665P
Pan Screw
Package of 10
$ 0.23
PDC Wire Harness (Relay board
to CCR) "Please check with your
MTR for Project specific lengths and quantities ret
328000-018
18 inch
328000-024
24 inch
328000-036
36 inch
328000G
328000-048
48 inch
328000-060
60 inch
Contact MTR
328000-072
72 inch
328000-084
84 inch
328000-096
96 inch
328000-108
108 inch
Hydraulic System Centre (HSC)
.Stand Alone HSC
326042
r —
Hydraulic Pump 3GPM
$ 3,613.00
907384
Hydraulic Filter
Replaces444413
$ 40.00
907158
Pressure Gauge 0-600PSI
$ 37.30
931012-120
Hydraulic control board (HCB)
$ 5,065.00
Stand Alone HSC (Gen 3)
907602G
ontact MTR for correct GPM
Hydraulic Pump Assembly required
bowrate
Contact MTR
907547
'Pressure Gauge 0-600PSI (SST)
$ 26.30
907323
(Hydraulic Filter Assembly
$ 154.00
TrojanUV3000PIus
Part Number SubPart Number Part Description
Notes
List Price (USD)
Combined HSC (Attached to PDC)
907602G
Hydraulic Pump Assembly
�ContactMTR for correct GPM
flow rate required
Contact MTR
907547
Pressure Gauge 0-600P5I (.SST)
$ 26.30
907323
Hydraulic Filter Assembly
$ 154.00
Hydraulic Fluid
907666-020P
IPure Drive Hydraulic Fluid
20L pail
$ 625.00
326085
Water Glycol Hydraulic Fluid
Pink Color 20L Pail
$ 527.00
446022-020
Mineral Hydraulic Oil, 20L
Replaces 444295
$ 153.00
System
Type M Controller is no longer available - Contact Your MTR for upgrade details
Inputs
903794
Digital Input 120VAC
S 38.20
912170
1
Digital Input 240VAC$
11.40
903326
Digital Input 10-60VDC
S 25.50
903796
Analog 4-20mA
$ 335.00
Outputs
903452
Digital Output 60VDC
$ 25.80
903327
Digital Output 120VDC
$ 26.20
903795
Digital Output 280VDC
$ 43.50
903797
L-rver, �er5or S
903237
Analog Output 4-20mA
Low Level Sensor 120VAC
$ 394.00
$ 1,040.00
912179
Low Level Relay Board (Patriot Board)
Replaces 903237
S 275.00
912440
Electrode Holder 2 Pole
$ 124.00
903957G
Level Sensor Electrode with Sheath
903957-002
2 ft.
$ 59.50
903957-004
4 ft.
$ 82.50
903957-006
6 ft.
$ 114.00
903957-008
8 ft.
$ 137.00
903957-010
10 ft.
$ 165.00
Not to exceed $600,000
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a
contract you will receive an email from the City's online insurance program requesting you to forward the email to your
insurance provider(s) to submit the required insurance documentation electronically
Insurance Requirements for Most Contracts
(Not construction or requiring professional liability)
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages
to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including
products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than
$2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease
Other Insurance Provisions:
(a) Additional Named Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form
CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38. and CG 20 37 if a
later edition is used
(b) Primary and Non -Contributory Insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers Any insurance or self-insurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Lodi has received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) 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 project
that it is insuring.
(d) 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 under the Contractors commercial general liability and automobile liability policies.
(e) 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.
Page 1 of 2 pages Risk: rev. 3/1/2018
(f) 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. 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 California Tort Claims Act (California Government Code Section 810 et seq )
(g) 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 for 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 name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement
and interest on the first (1st) day of the month following the City's notice Notwithstanding any 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.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates
and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at
any time Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(i) Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
(j) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and
Consultant shall ensure that City is an additional insured on insurance required from subcontractors
(I) Qualified Insurer(s)
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.
Page 2 I of 2 pages
Risk: rev. 3/1/2018
RESOLUTION NO. 2018-152
A RESOLUTION OF THE LODI CITY COUNCIL WAIVING BIDDING
PROCESS AND AUTHORIZING THE CITY MANAGER TO
EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH
DC FROST ASSOCIATES, INC., OF WALNUT CREEK, FOR
PURCHASE OF ULTRA VIOLET DISINFECTION EQUIPMENT
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 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; and
WHEREAS, staff recommends waiving the bidding process per Lodi Municipal Code
Section 3.20.070; and
WHEREAS, staff also recommends authorizing the City Manager to execute a
Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek, for purchase
of ultra violet disinfection equipment, in the amount of $600,000.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby waive
the bidding process per Lodi Municipal Code Section 3.20.070; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
City Manager to execute a two-year Professional Services Agreement with
DC Frost Associates, Inc., of Walnut Creek, California, for purchase of ultra violet disinfection
equipment, in the amount of $600,000.
Dated: August 15, 2018
I hereby certify that Resolution No. 2018-152 was passed and adopted by the City Council of
the City of Lodi in a regular meeting held August 15, 2018, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Johnson, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mounce
ABSTAIN: COUNCIL MEMBERS — None
J NNIFER)M. FERRAIOLO
City Clerk
2018-152