Loading...
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