HomeMy WebLinkAboutAgenda Report - April 7, 2021 C-14AGENDA ITEM Cow 14
.a`
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Rescinding Resolution No. 2020-209 and Authorizing City
Manager to Execute Professional Services Agreement with DC Frost Associates,
Inc., of Walnut Creek, for Purchase of Ultra Violet 3000 Plus System Control
Center Modifications, Integration of Ultra Violet Programmable Logic Control,
and Supervisory Control and Data Acquisition Implementation for White Slough
Water Pollution Control Facility ($96,572)
MEETING DATE: April 7, 2021
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution rescinding Resolution No. 2020-209 and
authorizing City Manager to execute Professional Services
Agreement with DC Frost Associates, Inc., of Walnut Creek, for
purchase of ultra violet 3000 plus system control center modifications, integration of ultra violet
programmable logic control, and supervisory control and data acquisition implementation for White
Slough Water Pollution Control Facility, in the amount of $96,572.
BACKGROUND INFORMATION: On October 7, 2020, Council adopted Resolution No. 2020-209
awarding the Professional Services Agreement for the purchase
of ultra violet 3000 plus system control center modifications,
integration of ultra violet programmable logic control, and supervisory control and data acquisition
implementation to DC Frost Associates, Inc., of Walnut Creek, in the amount of $96,572. After
Council authorization, DC Frost Associates, Inc. requested changes to some of the legal language of
the Professional Services Agreement. The requested revisions are acceptable to Staff and are
approved by the City Attorney. All other terms and conditions remain the same.
The function of the ultra violet (UV) system is to disinfect the City's tertiary treated wastewater at
White Slough Water Pollution Control Facility. The City of Lodi was one of the first City's to utilize UV
disinfection when it switched from chlorine gas to UV disinfection in January 2005.
Though effective, the current UV system (supplied by Trojan Technologies) is first generation UV
technology and requires regular maintenance and oversight to keep it properly operating. DC Frost
Associates, Inc. is the local representative for Trojan Technologies, the sole source for the UV
equipment.
UV technology has evolved since the original installation in 2005. In 2020, City staff hired Carollo
Engineers, Inc. to evaluate replacing the existing UV system and to explore options that might
improve system operation over the next five years (at relatively minimal cost), until its planned 2026
replacement date. The evaluation recommended the proposed, intermediate improvements
consisting of hardware and software upgrades that will improve system performance and reliability for
at least the next five years.
APPROVED:
Manager
R:\GROUP\HDMIN\Council\2021\04072021\DC Frost\DC Frost CC doc 3/23/2021
Adopt Resolution Rescinding Resolution No 2020-209 and Authorizing City Manager to Execute Professional Services Agreement with DC Frost Associates,
Inc, of Walnut Creek, for Purchase of Ultra Violet 3000 Plus System Control Center Modifications, Integration of Ultra Violet Programmable Logic Control, and
Supervisory Control and Data Acquisition Implementation for White Slough Water Pollution Control Facility ($96,572)
April 7, 2021
Page 2
Staff recommends rescinding Resolution No. 2020-209 and authorizing City Manager to execute
Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek, for
purchase of ultra violet 3000 plus system control center modifications, integration of ultra violet
programmable logic control, and supervisory control and data acquisition implementation for White
Slough Water Pollution Control Facility, in the amount of $96,572.
FISCAL IMPACT: The interim improvements are expected to improve reliability and
performance while reducing the City's exposure to treatment violations
imposed by the State Water Resource Control Board. This work does
not impact the General Fund.
FUNDING AVAILABLE. White Slough Water Pollution Control Facility Plant
Operations (53053003) - $96,572
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
C" L ,D
Charles E. Swimley, Jr.
Public Works Director
Prepared by Kenneth Capitanich, Wastewater Plant Superintendent
CES/KC/tw
Attachment
R:\GROUP\ADMIN\Council\2021\04072021\DC Frost\DC Frost CC doc 3/23/2021
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on September 2020, by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY'), and DC
FROST AS INC., a California corporation (hereinafter "CONTRACTOR").
Section 1.7 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
3000 plus system control center modifications, integration of UV programmable logic
control, and SCADA implementation (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.
i
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
counted against CONTRACTOR's contract performance period. Also, any delays due to
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 2.6 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on October 1, 2020 and terminates
upon the completion of the Scope of Services or on September 30, 2021, 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 AUditiiU
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
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 City Business License Re uirement
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 Caption—
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 Inte ration 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 4.16 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 Fundin2Conditio_ns
❑ 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:
PAMELA M. FARRIS
Assistant City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
By:
jdm
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
DC FROST ASSOCIATES, INC.,
a California corporation
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: 53053003.72531
(Business Unit & Account No.)
Doc ID: R:IGROUP%DMINICounci1120201090220201DC FrosAPSA.doc
CA:Rev.01.2015
a
WE
DC Frost Associates, Inc
A Coombs Hopkins Company
2856 Mitchell Drive, Suite 215
Walnut Creek, CA 94698
BIII To
City of Lodi, CA
Accounts Payable / Financial Services
P.O. Box 3006
Lodi, CA 95241-1910
E-mail: kcapitanich@lodi.gov
Phone: 209-712-3840
Exhibit A/B
Quotation
Date Quote #
6/10/2020 103688
Ship To
City of Lodi/White Slough WPCP
Attn: Ken Capitanich (209-333-6800)
12751 N. Thornton Road
Lodi, CA 95242
Model
Equipment
ProjectlSedal #
FOB
UV300013Ius
Trojan
510327
Factory PPA
Line
Qty
Description
Unit Price
Total
A
1
One (1) System Control Center (SCC) shall be supplied to
monitor & control the UV System. Trojan will provide a PLC
69,048.00
69,048.00T
1/0 and soft address map to aid with integration of the UV
PLC and SCADA implementation. The UV SCC shall
consist of the components as detailed below.
1 - Backplate (dimensions to be confirmed by
site).Drawing approval process confirms site fit/location;
Reuse existing SCC shell and replace the backplate with
new hardware.
1 - Processor: -AB Control Logix
L72(Programmed)lncludes PLC power supply, control
cables
1 - Prosoft MVI56E-GSCAscii Communications
1 -Analog Inputs: 8 wired, 4-20 MaChl Flow, Ch2 Flow,
UVT, Turbidity
1 - Analog Inputs: 8 wired, 4-20 Ma
1 - 16 Point Digital Input: —120 VACChl Inlet Gate Remote,
Patton
Quote Prepared
By: Debby
Total:
PRICES QUOTED HEREIN ARE VALID FOR 30 DAYS.
Payment Terms: Net 30
If prices quoted do not include sales or use tax, such taxes, if required, are to be paid by the Purchaser.
DCF TERMS & CONDITIONS apply on all orders (copy available upon request).
DC Frost Associates, Inc. is here for all your Service needs.
Contact Jeff Rabas @ 303-710-9426 orjeff@chcwater.com
for Service Quotes, Maintenance Agreements or Questions about your equipment
Emails:
debby@chcwater.com
Blanca@chcwater.corn Page 1
Phone: (800) 964-9733
Fax: (925) 947-6784
N
DC Frost Associates, Inc
A Coombs Hopkins Company
2855 Mitchell Drive, Suite 215
Walnut Creek, CA 94598
Bill To
City of Lodi, CA
Accounts Payable / Financial Services
P.O. Box 3006
Lodi, CA 95241-1910
E-mail: kcapitanich@lodi.gov
Phone: 209-712-3840
Quotation
Date Quote #
6/10/2020 103688
Ship To
City of Lodi/White Slough WPCP
Attn: Ken Capitanich (209-333-6800)
12751 N. Thornton Road
Lodi, CA 95242
Model
Equipment
ProjeWSerial0 ~
FOB
UV300013Ius
Trojan
510327
Factory PPA
uns
Qty
Unit Price.
Total
Ch1 Inlet Gate Opened, Ch1 Inlet Gate Closed, Ch2 Inlet
Gate Remote, Ch2 Inlet Gate Opened, Ch2 Inlet Gate
Closed, Ch1 Weir Gate Remote, Ch2 Weir Gate Remote,
Ch1 low low Level, Ch2 low low level
1 - 16 Point Digital Output: - 120VACCommon Minor,
Major, Critical alarms. Bank 1A On Status,lB On Status,
1C On Status, ID On Status, 1E On Status, Ch1 Inlet Gate
Open, Ch1 Inlet Gate Close
1 -16 Point Digital Output: - 120VACBank 2A On Status,
2B On Status, 2C On Status, 2D On Status, 2E On Status,
Ch2 Inlet Gate Open, Ch2 Inlet Gate Close
1 - Analog Outputs: 4 wired, 4-20mAChl Weir Gate
Control, Ch2 Weir Gate Control
1 - SCADA Comm unications:Ethernet/IR
PLC Programming, configuration & testingDownloaded
and configured to site control philosophy
1 - UPS: 120VAC 20-30 minute
Patton
Total:
Quote Prepared
By: Debby
PRICES QUOTED HEREIN ARE VALID FOR 30 DAYS,
Payment Terms: Net 30
If prices quoted do not include sales or use tax, such taxes, if required, are to be paid by the Purchaser.
DCF TERMS & CONDITIONS apply on all orders (copy available upon request).
DC Frost Associates, Inc. is here forall your Service needs.
Contact Jeff Rabas @ 303-710-8426 orjeff@chcwater.com
for Service Quotes, Maintenance Agreements or Questions about your equipment
Emails:
debby@chcwater,com
blanca@chcwater.com Page
Phone: (800) 964-9733
Fax: (925) 947-6784
DC Frost Associates, Inc
A Coombs Hopkins Company
2855 Mitchell Drive, Suite 215
Walnut Creek, CA 94598
BIII To
City of Lodi, CA
Accounts Payable / Financial Services
P.O. Box 3006
Lodi, CA 95241-1910
E-mail: kcapitanich@lodi.gov
Phone: 209-712-3840
Quotation
Date Quote #
6/10/2020 103688
Ship To
City of Lodi/White Slough WPCP
Attn: Ken Capitanich (209-333-6800)
12751 N. Thornton Road
Lodi, CA 95242
Model Equipment Project/Serlal
UV3000PIus Trojan 510327
Line Qty Description
Site Owner's Responsibility:
Site will be responsible for written approval of the submittal
drawing(s).
Site will be responsible for location, provision of suitable
mounting structure and mounting of new backplate or SCC
panel.
Site will be responsible for the new supply or transfer of the
following connections from the existing panel to the new
SCC panel:
1, One (1) 120 volt, 60 Hz, 1 Phase, 2 wire (plus ground),
power supply — make power connections within new panel
but do not apply power.
2. Analog input signals - transfer from old panel to new
SCC, (if applicable)
3. Digital input signals - transfer from old panel to new SCC,
( if applicable)
4. Digital output signals - transfer from old panel to new
SCC. ( if applicable )
5. Analog output signals - transfer from old panel to new
SCC. ( if applicable )
6. One (1) serial communication link (RS485) consisting of
Quote Prepared By: Debby Patton
FOB
Factory PPA
Unit Price F Total
Total:
PRICES QUOTED HEREIN ARE VALID FOR 30 DAYS.
Payment Terms: Net 30
If prices quoted do not include sales or use tax, such taxes, if required, are to be paid by the Purchaser
DCF TERMS & CONDITIONS apply on all orders (copy available upon request).
DC Frost Associates, Inc, is here for all your Service needs.
Contact Jeff Rabas @303-710-9426 orjeff@chcwater.com
for Service Quotes, Maintenance Agreements or Questions about your equipment
Emails:
debby@chcwater.com Phone: (800) 964-9733
blanca@chcwater.com Page Fax: (925) 947-6784
DLJ
DC Frost Associates, Inc
A Coombs Hopkins Company
2855 Mitchell Drive, Suite 215
Walnut Creek, CA 94598
Bill To
Ship To
Quotation
Date Quote #
6/10/2020 103688
City of Lodi, CA City of Lodi/White Slough WPCP
Accounts Payable / Financial Services Attn: Ken Capitanich (209-333-6800)
P.O. Box 3006 12751 N. Thornton Road
Lodi, CA 95241-1910 Lodi, CA 95242
E-mail: kcapitanich@lodi.gov
Phone: 209-712-3840
Model Equipment Project/Serial # FOB
UV3000PIus Trojan 510327 Factory PPA
Line Qty Description Unit Price � Total
one (1) twisted shielded pair,
18 gauge maximum from existing terminal blocks daisy
chained to CCBs. Existing
wiring can be used.
7. Any power, analog or communications wiring that is too
short for direct connection to
the new SCC panel connections will have to be replaced as
"splicing" is not allowed
Site will be responsible to pull new wiring if required, label,
and terminate within new SCC panel.
Site will be responsible for making operators available for
training on the new SCC control panel.
Please note that Trojans Technical Assistance Center (Toll
Free 1 866 368 0488) is available to discuss the panel
installation, mounting and wiring with the site or the
electrical contractor to ensure that all is ready for the
certified technician's arrival,
Trojan Responsibility:
Trojan
will be responsible for providing submittal drawing(s) for the
site's approval.
TechnicianWrogrammer and 1 or Trojan Rep will be
Quote Prepared By: Debby Patton_I { Total:
PRICES QUOTED HEREIN ARE VALID FOR 30 DAYS,
Payment Terms: Net 30
If prices quoted do not include sales or use tax, such taxes, if required, are to be paid by the Purchaser.
DCF TERMS & CONDITIONS apply on all orders (copy available upon request).
DC Frost Associates, Inc. is here for ail your Service needs.
Contact Jeff Rabas @ 303-710-9426 orjeff@chcwater.com
for Service Quotes, Maintenance Agreements or Questions about your equipment
Emails;
debby@chcwater.com Phone: (800) 964-9733
blanca@chcwater,com Page Fax: (925) 947-6784
DC Frost Associates, Inc
A Coombs Hopkins Company
2856 Mitchell Drive, Suite 215
Walnut Creek, CA 94698
Bill To
City of Lodi, CA
Accounts Payable / Financial Services
P.O. Box 3006
Lodi, CA 95241-1910
E-mail: kcapltanich@lodi.gov
Phone: 209-712-3840
Quotation
Date Quote #
6/1012020 103688
Ship To
City of Lodi/White Slough WPCP
Attn: Ken Capitanich (209-333.6800)
12751 N. Thornton Road
Lodi, CA 95242
Model
Equipment
Project/Serial N
FOB
UV3000PIus
Trojan
510327
Factory PPA
Line
Qty
Description
Unit Price
Total
responsible for:
1. Verifying correct installation (power, mounting,
configuration, communications, etc) of the new SCC panel;
2. Verifying correct SCC operation;
3. Verify SCADA communications (if included/required);
4. Providing operator training on new SCC.
Quote Prepared
I
By: Debby
Patton _
Total;
PRICES QUOTED HEREIN ARE VALID FOR 30 DAYS.
Payment Terms: Net 30
If prices quoted do not include sales or use tax, such taxes, If required, aro in Lie paid by the Purchaser.
DCF TERMS & CONDITIONS apply on all orders (copy available upon request).
DC Frost Associates, Inc. is here for all your Service needs.
Contact Jeff Rabas @ 303-710-9426 orjeff@chcwater.com
for Service Quotes, Maintenance Agreements or Questions about your equipment
Emails:
debby@chcwater.com
blanca@chewater.com Page
Phone: (800) 964-9733
Fax: (925) 947-6784
El
DC Frost Associates, Inc
A Coombs Hopkins Company
2855 Mitchell Drive, Suite 215
Walnut Creek, CA 94598
Bill To
City of Lodi, CA
Accounts Payable / Financial Services
P.O. Box 3006
Lodi, CA 95241-1910
E-mail: kcapitanich@lodi,gov
Phone: 209-712-3840
Model Equipment
UV3000PIus Trojan
Line Qty
B 1
Quotation
Date Quote #
C
6/10/2020 103688
Ship To
City of Lodi/White Slough WPCP
Attn: Ken Capitanich (209-333-6800)
12751 N. Thornton Road
Lodi, CA 95242
ProjectlSerial # FOB
510327 Factory PPA
Desodptlon
Two (2) G4 Hydraulic System Centre (HSC) shall be
supplied to control the wiping systems, one per channel.
The HSC shall consist of the components as detailed
below.
2 - G4 Wage upgrade kit to replace obsolete G4 Wago
Modicon Momentum PLC
i 1 - PLC Programming, configuration & testing
Unit Price I Total
10,140.00 10,140, OOT
C 1 One (1) Certified Tech for three (3) days on site to inspect, 10,500.00
commissioning and start-up of the new SCC & HSC
backplate and associated hardware. Includes two (2) travel
days
Documentation:
One electronic copy in PDF format of the following
documentation will be supplied by Trojan
1. Submittal drawings for approval.
2. Final (as approved) submittal drawings.
3. Appropriate corrected sections for the original 0&M
Manuals,
Quote Prepared By: Debby Patton Total:
PRICES QUOTED HEREIN ARE VALID FOR 30 DAYS.
Payment Terms: Net 30
If prices quoted do not include sales or use tax, such taxes, if required, are to be paid by the Purchaser.
DCF TERMS & CONDITIONS apply on all orders (copy available upon request).
DC Frost Associates, Inc. is here for all your Service needs.
Contact Jeff Rabas @ 303-710-9426 orjeff@chcwater.com
for Service Quotes, Maintenance Agreements or Questions about your equipment
Emails:
debby@chcwater.com Phone: (800) 964-9733
Blanca@chcwater.com Page Fax: (925) 947-6784
10,500.00
1
DC Frost Associates, Inc
A Coombs Hopkins Company
2855 Mitchell Drive, Suite 215
Walnut Creek, CA 94598
Bill To
City of Lodi, CA
Accounts Payable / Financial Services
P.O. Box 3006
Lodi, CA 95241-1910
E-mail: kcapitanich@lodi.gov
Phone: 209-712-3840
Quotation
Date Quote #
6/10/2020 103688
Ship To
City of Lodi/White Slough WPCP
Attn: Ken Capltanich (209-333-6800)
12751 N. Thornton Road
Lodi, CA 95242
Model
Equipment
ProjectlSerlal #
FOB
UV3000PIus
Trojan
510327
Factory PPA
Line
Qty
Description
Unit Price
Total
Terms & Conditions:
DC Frost Associates Terms and Conditions apply and will
be sent separately Shipment terms are ExWorks (ExW).
Partial shipments allowed.
Payment Net 30 days.
Quote valid until September 31, 2020,
Delivery is 16-20 weeks to be confirmed at order
placement.
SCC Warranty is one (1) year materials. HSC Warranty is
one (1) year materials.
Sales Tax
6,533.01
6,533.01
ESTIMATED FREIGHT ONLY - ACTUAL FREIGHT
350.00
350.00
CHARGES will apply and be added to all Invoices.
NOTE TO CUSTOMER: DUE TO THE PRESENT
COVID-19 SITUATION, MANUFACTURER WILL NOT BE
ABLE TO PROVIDE EXACT SHIPMENT DATES AND
I
ARRIVALS - ONLY ESTIMATED DATES AND ARRIVALS
WHICH CANNOT BE GUARANTEED.
Quote Prepared
By: Debby Patton
_Total:
PRICES QUOTED HEREIN ARE VALID FOR 30 DAYS.
Payment Terms: Net 30
If prices quoted do not include sales or use tax, such taxes, if required, are to be paid by the Purchaser.
DCF TERMS & CONDITIONS apply on all orders (copy available upon request).
DC Frost Associates, Inc. is here for all your Service needs.
Contact Jeff Rabas @ 303-710-9426 orjeff@chcwater.com
for Service Quotes, Maintenance Agreements or Questions about your equipment
Emails:
debby@chcwater.com Phone: (800) 964-9733
blanca@chcwater.com Page Fax: (925) 947-6784
DC Frost Associates, Inc
A Coombs Hopkins Company
2855 Mitchell Drive, Suite 215
Walnut Creek, CA 94598
Bill To
City of Lodi, CA
Accounts Payable / Financial Services
P.O. Box 3006
Lodi, CA 95241-1910
Quotation
Date Quote #
6/10/2020 103688
Ship To
City of Lodi/White Slough WPCP
Attn: Ken Capitanich (209-333-6800)
12751 N. Thornton Road
Lodi, CA 95242
E-mail: kcapitanich@lodi.gov
Phone: 209-712-3840
Modal Equlpnwnt Project/Serial # FOB
UV3000Plus Trojan 510327 Factory PPA
Line Qty Descrlptlon Unit Price; Total
DC FROST ASSOCIATES, INC, DOES NOT ACCEPT 0.00 0.00
VERBAL ORDERS.
PLEASE SIGN AND DATE THIS QUOTATION and e-mail
or fax to the author of the quote along with a copy of your
PO (or you can write the PO number on the signed quote).
By doing this, you are authorizing your arceptance of the
Quote and giving approval to place the order. Simply
include any Quantity changes, Bill To and Ship To changes
along with your signature and date below.
SIGNATURE / DATE / PO#:
DAMAGES/SHORTAGES: All parts arriving at the site 0.00 O.00T
must be inspected within (5) business days after receipt
with Buyer reporting any damages/shortages. Any
damaged parts must be reported to DC Frost Associates,
Inc. in writing, identifying parts damaged, quantity and must
include pictures of the damage.
Quote Prepared By: Debby Patton IJ Total: $96,571.01
PRICES QUOTED HEREIN ARE VALID FOR 30 DAYS.
Payment Terms: Net 30
If prices quoted do not include sales or use tax, such taxes, if required, are to be paid by the Purchaser.
DCF TERMS & CONDITIONS apply on all orders (copy available upon request).
DC Frost Associates, Inc. is here for all your Service needs.
Contact Jeff Rabas @ 303-710-9426 orjeff@chcwater.com
for Service Quotes, Maintenance Agreements or Questions about your equipment
Emails;
debby@clicwater,com Phone: (800) 964-9733
blanca@chcwater.com Page Fax: (925) 947-6784
AYA 12C.E1K0_ar__/%5,5MA'Fr � Wlinll owncci su6HicliarJ n �pnnil�o�o
"ro 2855 Mitchcll Drive, Suite 2 5-WV,I,ut Creek, CA 94798 • 'hone Boo-0+-9i 35
DC Frost Associates, Inc. Standard Parts Quotation Terms & Conditions:
1. DEFINITION: "Seller" when used herein means DC Frost Associates, Inc. "Buyer" when used herein means the person,
company or corporation to whom the quotation is addressed. "Parts" means those components, articles, or supplies
described herein.
2, ACCEPTANCE: All quotations are for acceptance within the limits established therein and beyond which are subject to
change without notice. If this quotation constitutes an acceptance of an offer, such acceptance is expressly made
conditional on Buyer's assent solely to the terms of this quotation.
Any terms proposed in Buyers acceptance of this quotation which add to, vary From, or conflict with the terms hereof are
hereby objected to and rejected and shall not constitute any part of any contract resulting from this quotation. Any such
proposed terms shall have no force or effect and the terms herein shall constitute the complete and exclusive statement of
the terms and conditions of any contract resulting from this quotation and may be modified only by written instrument
executed by the authorized representative of both parties.
3. PRICES: Prices for parts included in Seller's quotations are subject to the specific outline herein. All freight charges for
parts is extra and will be added to all invoices. All quotations provided by Seller are valid for 30 -days. After 30 -days all
parts must be requoted.
4. TAXES: Seller quotations include all applicable taxes. If tax-exempt, Buyer shall supply to the Seller a valid exemption
certificate. If not exempt, Buyer shall supply all other tax information required by Seller.
5. PAYMENT: Payment terms are Net -30 days.
6. INDEMNIFICATION and CERTIFICATE OF INSURANCE: Seller will not indemnify Buyer on any parts orders. Seller will
not provide a Certificate of Insurance on any parts orders.
7. SCHEDULE: Delivery dates shall be interpreted as estimated and in no event shall dates be construed as falling within
the meaning "time is of the essence." The Seller shall not be liable for delays due to force majeure, strikes, labor
difficulties, fires, acts of government or military forces, transportation, procurement or any other cause beyond the
reasonable control of the Seller. No provision for liquidated damages for any cause shall apply under this order.
B. TITLEIRISK OF LOSS: Title and risk of loss shall pass to the Buyer upon tender of delivery F.O.B. manufacturing facility
unless otherwise agreed upon by the parties.
9. ASSIGNMENT: Neither party shall assign or transfer this quotation without prior written consent of the other party. As a
condition of any such written consent, such assignment shall be subject to the terms and conditions herein and no greater
rights or remedies shall be available to the assignee.
10. WARRANTY: All parts warranties are through the Manufacturer. Seller does not warranty any parts. The Seller shall not
be liable for any claims, losses, labor expenses or damages, direct or consequential, resulting directly or indirectly from
the use of, or inability to use, parts purchased, or the other consequential loss of damage of any nature arising from any
cause.
11. CHANGESICANCELLATION: If the Buyer requests changes to the order, it must be done in writing, b fora the order has
shipped. Once a parts order has been accepted and parts have shipped, the order cannot be cancelled.
12. RESTOCKING FEES/ SHORTAGESIDAMAGES: No part(s) may be returned for credit without Manufacturer's written
authorization. Buyer must notify Seller, in writing, the reason for returning part(s). Seller, in turn, will notify Manufacturer
in order to receive a Return Authorization Form for the Buyer to return parts. All returned parts must be securely
packaged in its original packing materials and adequately insured and protected to reach Manufacturer location without
damage. All shipping and freight charges shall be prepaid by the Buyer. The returned parts may be subject to a
restocking charge to be determined by the Manufacturer.
SHORTAGES/DAMAGES: All claims by the Buyer for shortages of parts must be made in writing to the Seller within five
(5) business days after receipt by the Buyer.
Any parts orders arriving at the site damaged must be reported to Seller, in writing and including pictures of the damage,
within five (5) business days after receipt by the Buyer.
Updated 412020 Accepted By: Sign/Date
Approved as to Fane:
JANICE D. MAGDICH jdm
City Attorney
Exhibit C
NOTE.' The City of Lodi is now using the online Insurance program PIMS Advantage. Once you have been awarded a
contract you will receive an small from the City's Online insurance program requesting you to forward the Oman to your
Insurance providetfs) to submit the required Insurance documOntation electronically
InsU11911110 ROSMIKO11191113 for Mosto tra
LN_at Consrreactjgn 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 properly 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 orsubconlracteiS.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
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
prnjectlloca(ion ((SO CG 25 03 or 25 04) a the general aggregate Ilrtul shall be twice She required oocureenc:e lirit.
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.
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_lnsuraneg 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 addllional insureds on the CGL and auto polrcy wild respect to liability arising out of work or operations performed by or on
behalf of the Contractor Including inatenais, parts, or equipment furnlShied in ccnneclion with such work or opera lions. General
liability coverage can be provided in the form of an endorsement to the Contractors insurance (at least as broad as ISO Form
CG 20 10 1186 or if not avallebte, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 36: Ind CG 20 37 if a
later edition is used
(b) A and n•C n 'bolo I ar a Eridorsament
The limits of insurance coverage required may be salisfied by a combination of primary and umbrefla or excess insurance, For
any claims related to this can tracl, the Conlracrors insurance coverage shall be primary coverage at least as broad as ISO CG
20 0104 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 $lm rooaVgU 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 vrnue of the payment of any loss under such insurance, Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogahart, but this provision applies regardless of whether
of not the City of Lodi has received a waiver of subrogation endorsement from the Insurer
NOTE: (1) The street address of the SILLY OF LOM 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 uEgigg
that it is insuring.
(d) :�qv_erb slit ni m rre Claus
The term "insured" is used severally and not collectively, but the incltmsion 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.
(a) No ice 0 f Ca ncellation or C ba rip e in Cove MgtEndorsement
This policy may not he 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 7 I of 2 pages I Risk: rev. 3/1/2018
(� f�onlirsui at L`overa�
All policies shall be in effect on or before the first day of the Terra of this Agreement. At least thirty (30) days prior to lite expiration
of each insurance policy, Contractor shall furnish a certificates) sitowing that anew or extended policy has beer 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 terrnloation of coverage which is at least consistent with the claims period or
statutes of limitations found in the Callfornia Tort Claims Act (California Government Code Section 810 et seq.).
(g) Failurn_to C'.nrrt l
If Contractor falls 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 nONfy Contra ctorof 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 inletL%i on the first (1st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement,
if Contractor falls or refuses to obtain or maintain insurance as required by this agreement, or faits 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) Vgrikalion [tt Cuveracie
Consultant shalt furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the appiicable policy language effecting coverage required by this clause. Ail 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 night to
require complete, certified copies of all required insurance pollcles, including endorsements required by Ihese specifications, at
any time Failure to exurclse this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(1) Self=lnsured Bele ins
Self-insured retentions must be declared to and approved by the City Tile City may require the Consultant to provide proof or ability
to pay tosses and related investigations, claim administrallon, 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.
Q) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractors officers, employees, agents,
representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and votunleers 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) ;j ntractnrs
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) ualifted censurer 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 Platings Gude, and which are acceptable to the City. Non-admuted
surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines
insurers (LIFFSLI list) and otherwise meet City requirements.
Signature: 7
Email: jmagdich@lodi.gov
Page 2 1 of 2 pages i Risk; rev. 3/1/2018
RESOLUTION NO. 2021-83
A RESOLUTION OF THE LOD1 CITY COUNCIL RESCINDING RESOLUTION
NO. 2020-209 AND AUTHORIZING THE CITY MANAGER TO EXECUTE A
PROFESSIONAL SERVICES AGREEMENT WITH
DC FROST ASSOCIATES, INC., OF WALNUT CREEK, FOR PURCHASE OF
ULTRA VIOLET CONTROL CENTER MODIFICATIONS ,AT WHITE SLOUGH
WATER POLLUTION CONTROL FACILITY
WHEREAS, White Slough Water Pollution Control Facility uses ultra violet (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 control center modifications, UV
integration, and supervisory control and data acquisition implementation; and
WHEREAS, after City Council authorization, DC Frost Associates, Inc., requested
changes to some of the legal language, to which the requested revisions are acceptable to staff
and are approved by the City Attorney; and
WHEREAS, per Lodi Municipal Code §3.20.070, the bidding process may be dispensed
when the commodity can be obtained from only one vendor, due to need for branded
replacement parts or supplies for equipment of like brand; and
WHEREAS, staff recommends rescinding Resolution No. 2020-209 and authorizing the
City Manager to execute a Professional Services Agreement with DC Frost Associates, Inc., of
Walnut Creek, in the amount of $96,572.
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 rescind Resolution
No. 2020-209 and authorizes the City Manager to execute a Professional Services Agreement
for the purchase of UV 3000 plus system control center modifications, integration of UV
programmable logic control, and SCADA implementation with DC Frost Associates, Inc., of
Walnut Creek, California, in the amount of $96,572; and
BE IT FURTHER RESOLVED, pursuant
Manual (Res. No. 2019-223), the City Attorney is
the above -referenced document(s) that do not
clerical corrections as necessary.
Dated: April 7, 2021
-------------------------------------
-------------------------------------
to Section 6.3q of the City Council Protocol
hereby authorized to make minor revisions to
alter the compensation or term, and to make
I hereby certify that Resolution No. 2021-83 was passed and adopted by the City Council of the
City of Lodi in a regular meeting held April 7, 2021, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
JENNIFER CUSMIR
City Clerk
2021-83