Loading...
HomeMy WebLinkAboutAgenda Report - July 20, 2022 C-14CITY OF Age a i CALIFORNIA COUNCIL COMMUNICATION AGENDA ITEM C444 AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Trojan Technologies Group ULC, a Sole Source Vendor, of London, Ontario for Ultraviolet Disinfection Service and Parts at White Slough Water Pollution Control Facility ($1,050,000) MEETING DATE: PREPARED BY July 20, 2022 Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute professional services agreement with Trojan Technologies Group, ULC, of London, Ontario for ultraviolet disinfection service and parts at White Slough Water Pollution Control Facility, in the amount of $1,050,000. BACKGROUND INFORMATION: On June 28, 2022, Council adopted Resolution No. 2022-166 waiving the bid process and authorizing the City Manager to purchase ultraviolet disinfection parts, in the amount of $135,623. This purchase was necessary to expedite procurement of UV parts needed to maintain State regulating requirements. However, to streamline future procurements of UV parts and services, staff is recommending Council authorize a multi- year Professional Service Agreement to include both parts and services, in the amount of $1,050,000. The ultra violet (UV) system disinfects the City's tertiary treated wastewater at White Slough Water Pollution Control Facility (WSWPCF) and is regulated by the California Regional Water Quality Control Board. More than 15 years ago, the City of Lodi switched from chlorine gas to UV disinfection for safety and water quality reasons. The UV system consists of two 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 and lamps, due to either failure or service life, and wipers to maintain compliance. This recommended professional services agreement includes the service and materials needed to replace the lamps, wiper mechanisms, and light bulbs in two of the 10 banks, which have reached their regulated 8,000 hour service life. The initial contract term is for three years with the option of two -one year extensions. The proposed not -to -exceed amount of $1,050,000 is expected to fund the UV parts and services needed for the original three year contract term. If extensions are requested, staff will return to Council requesting additional funding at that time. APPROVED: Steve SchwabaUer Stephen Schwabauer, City Manager \\pwadc02\msc$\GROUP\ADMIN\Council\2022\07202022\Trojan\UV service and parts CC.doc 7/6/2022 Adopt Resolution Rescinding Resolution No 2022-166 and Authorizing City Manager to Execute Professional Services Agreement with Trojan Technologies Group ULC, a Sole Source Vendor, of London. Ontario for Ultraviolet Disinfection Service and Parts at White Slough Water Pollution Control Facility ($1,050,000) July 20, 2022 Page 2 Trojan Technologies Group ULC., is a sole -source vendor. Per Lodi Municipal Code, Section 3.20.070, Bidding, 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. Staff recommends authorizing City Manager to execute professional services agreement with Trojan Technologies Group, ULC, of London, Ontario for ultraviolet disinfection service and parts at White Slough Water Pollution Control Facility, in the amount of $1,050,000. Fiscal Impact: If the UV system is not properly maintained, WSWPCF may not meet discharge permit requirements, resulting in fines or penalties. This purchase does not impact the General Fund. Funding Available Funds are budgeted for this purchase in WSWPCF Plant Operations (53053003.72352) for Fiscal Year 2022/23. Andrew Keys Andrew Keys Deputy City Manager/Internal Services Director C�__= Charles E. Swimley, Jr. Public Works Director Prepared by Ken Capitanich, Wastewater Plant Superintendent CES/KC/tw Attachment Signature: Q,r,,a� /uvbi Email: akeys@lodi.gov \\pwadc02\msc$\GROUP\ADMIN\Council\2022\07202022\Trojan\UV service and parts CC.doc Signature: Email: sschwabauer@lodi.gov AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on , 2022, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and TROJAN TECHNOLOGIES GROUP ULC, qualified to do business in California (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 ultraviolet disinfection service and parts (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, in the event of any delays due to weather, vandalism, acts of God, quarantines; epidemics and 1 pandemics; labor strikes or lockouts; riots; strife; insurrections; civil disobedience or acts of criminals or terrorists; war; material shortages or delays in deliveries to Supplier by third parties, the period of time for delivery payment terms, and payments under any letters of credit will be extended for a period of time equal to the period of delay. 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 Std CONTRACTOR acknowledges capabilities and on the qualifications that CITY has relied on CONTRACTOR's 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 May 1, 2022 and terminates upon the completion of the Scope of Services or on April 30, 2025, whichever occurs first. 2 Section 2.7 Option to Extend Term of Agreement At its option, City may extend the terms of this Agreement for an additional two (2) one (1) -year extensions; provided, City gives Contractor no less than thirty (30) days written notice of its intent prior to expiration of the existing term. In the event City exercises any option under this paragraph, all other terms and conditions of this Agreement continue and remain in full force and effect. The total duration of this Agreement, including the exercise of any option under this paragraph, shall not exceed five (5) years. 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. 3 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. 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 for damages related to CONTRACTOR or CONTRACTOR's subcontractor's negligence or willful misconduct, CONTRACTOR shall pay all of the costs related thereto, including 4 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. 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 Assians 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: Ken Capitanich To CONTRACTOR: Trojan Technologies Group ULC 3020 Gore Road London, ON Canada N5V 4T7 Attn: Heather Conine 5 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 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 thirty (30) 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 6 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. Section 4.14 CitV 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 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 Severabllity 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 non-proprietary 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. 7 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 and CITY shall pay all the costs related thereto including without limitation reasonable attorney fees and costs. 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 Fundina 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. Section 4.22 Counterparts and Electronic Signatures This Agreement and other documents to be delivered pursuant to this Agreement may be executed in one or more counterparts, each of which will be deemed to be an original copy and all of which, when taken together, will be deemed to constitute one and the same agreement or document, and will be effective when counterparts have been signed by each of the parties and delivered to the other parties. Each party agrees that the electronic signatures, whether digital or encrypted, of the parties included in this Agreement are intended to authenticate this writing and to have the same force and effect as manual signatures. Delivery of a copy of this Agreement or any other document contemplated hereby, bearing an original manual or electronic signature by facsimile transmission (including a facsimile delivered via the Internet), by electronic mail in "portable document format" (".pdf') or similar format intended to preserve the original graphic and pictorial appearance of a document, or through the use of electronic signature software will have the same effect as physical delivery of the paper document bearing an original signature. Section 4.23 Limitation on Liabilit The total liability of CONTRACTOR and its subsidiaries, affiliates, employees, directors, officers and agents arising out of performance, nonperformance, or obligations in connection with the design, manufacture, sale, delivery, and/or use of Parts and/or the Scope of Services in no circumstance includes any liquidated, penalty, incidental or consequential damages of any kind, nor exceed the total minimum amount of insurance required under this Agreement, except only in the case of damages arising due to CONTRACTOR'S willful misconduct. 8 Section 4.24 Warranty CONTRACTOR warrants the Parts in accordance with its then -current standard warranty covering the specific Parts ordered, generally under which CONTRACTOR warrants to the CITY that during the period ending 18 months after the delivery date or 12 months after the start-up date, whichever occurs first, parts which are manufactured by CONTRACTOR will be free from defects in material and workmanship and will function in accordance with the specifications specified in any quotation. If CONTRACTOR breaches this warranty and the CITY notifies CONTRACTOR of such breach within 30 days of the end of the applicable warranty period, CONTRACTOR will at its option, either replace or repair the nonconforming parts, or re -perform any nonconforming services, or refund the amounts paid by CITY to CONTRACTOR for the nonconforming parts and/or services. CONTRACTOR'S warranty contains the exclusive remedies for any breach of warranty. CONTRACTOR expressly disclaims any remedies of "cover" and any warranties implied by law, including but not limited to any warranty of merchantability or fitness for a particular purpose. Section 4.25 Performance Guarantees All product warranties and performance guarantees shall only be enforceable in (a) all equipment is properly installed, inspected regularly and is in a good working order, (b) all operations are consistent with CONTRACTOR recommendations, (c) operating conditions at the Project site, White Slough Water Pollution Control Facility, have not materially changed and remain within anticipated specifications, and (d) no reasonably unforeseeable circumstances exist or arise. Section 4.26 Intellectual Property; Information Technology CONTRACTOR retains all rights in and to any intellectual property and confidential information created or procured by it or its representative at any time, and CITY receives licenses to use such intellectual property and information only to the extent provided by implied license under applicable law. No CITY information technology requirements apply, except the extent such requirements specifically apply to equipment being sold to CITY. To help ensure mutual compliance with applicable privacy laws, CITY will not provide to or share with CONTRACTOR any personal data or personally identifiable information. // 9 IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST. OLIVIA NASHED City Clerk APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney By: CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager TROJAN TECHNOLOGIES GROUP ULC, By: Name: HEATHER CONINE Title: Regional Account Manager Attachments: Exhibit A - Scope of Services Exhibit B - Fee Proposal Exhibit C - Insurance Requirements Exhibit D - Federal Transit Funding Conditions (if applicable) Funding Source: 53053003.72352 (Business Unit & Account No.) Doc ID:\\pwadc02\msc$\GROUP\ADMIN\Council\2022\04062022\Trojan\PSA.doc CA:Rev.06.2022.LT rev 1 10 CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager TROJAN TECHNOLOGIES GROUP ULC, By: Name: HEATHER CONINE Title: Regional Account Manager Attachments: Exhibit A - Scope of Services Exhibit B - Fee Proposal Exhibit C - Insurance Requirements Exhibit D - Federal Transit Funding Conditions (if applicable) Funding Source: 53053003.72352 (Business Unit & Account No.) Doc ID:\\pwadc02\msc$\GROUP\ADMIN\Council\2022\04062022\Trojan\PSA.doc CA:Rev.06.2022.LT rev 1 10 Scope of work: Provide maintenance and parts to Trojan ultraviolet disinfection system at White Slough Water Pollution Control Facility. Lodi Pricing -2022 Lodi Pricing -2023 Lodi Pricing -2024 Lodi Pricing -2025 Lodi Pricing -2026 316136 Quartz Sleeve $ )3.21 $ 75.82 $ )8.85 $ 81.]3 $ 83.66 3161481' 51eeve Cup Not(Ry[on) -ka f30 $ 19.50 $ 20.8 $ 21.29 $ 21.93 $ 22.59 316144P Sleeve Seal O -Ring Pxkavevf30 $ 2.00 $ 2.10 $ 2.38 $ 2.35 $ 2.32 316- Sleeve Support 0 -Ring $ 0.50 $ 0.53 $ 0.55 $ 0.56 $ 0.58 901376P Compression Spring Po<kaveof30 $ 1).50 $ 18.38 $ 19.11 $ 19.68 $ 20.27 Module Ballart Tray Companeno M, EM S - 91)341-200 lamp Driver Kit Usetl with Aluminum EM Caps Replares 9353)9 $ 1,025.0 $ 1,076.25 $ 1,119.30 $ 1,152.86 $ 1,18).47 302366P Desiccant Pdck,(Den Pak) Pxka9eof10; 2re -dyer lamp DZlver "V $ 2.50 $ 2.63 $ 2.73 $ 2.81 $ 2.90 010332-82AAC-P HeR screw used in end wp azsemblies soldln packages df use with .1 --end- $ 2.50 $ 2.63 $ 2.)3 $ 2.111 $ 2.90 914238 M -W Control Board Aszembly(MCB) Module Control Board Desiccant Pak wbncam Not roBepurc-dsep-It j 284.00 $ 290.20 $ 310.13 $ 319.3 $ 329.01 912356-001 302366 oo3oe4 1 912362 IC hanscelver Chi Located on Module Control Hoard $ 17.50 $ 10.38 $ 19.11 $ 19.66 $ 3161681' Aluminum endcapsealingonng Use with vlpminpms4-dc Packaaeof30 $ 39.00 $ 40.95 $ 42.59 $ 43.8) $ Module End Cap Replacement Re laces 316169 De1rin Kit (powerend&plain end( ..,--n Replvres eistinpvluminum end cups M3 E13 EM I 3164)8-001 End cap, Powe wrd end M3 3164)8002 End cap. plain end 3164)9 End cap seal 33 M3 33 316506-003 002226-108UL Endcap 5ealinR 6RinR $ 146.0 $ 153.30 $ 159.03 $ 160.21 $ 169.11 33 302366 Desiccant Pak ... .. ... 003084 010313-AOC10316 Wbncant Screw 013039 9 --l. s- Strain Relief Module End Cap Assembly(powerend) Replaces 316169 Wim compression ring +New+Oran $ilicone5eal F lasticst leeMm 9e (use i[p y p) . ' .. .cm 31'7111 End cap, po--olend mm EM 316506-001 3166]9 Endcap seal 002226 108UL Endcap5ealinRD-Ring $ 80.00 $ 84.0 $ 87.36 $ 89.98 $ 92.68 302366 Desiccant Pak 003084 Wbncant 0103131-0316 Screw 9144)8-128 Strain Relief r 'M Module End Cap Assembly, Plain end 'New'Oranae Siliroi,-1 (use with plarti, W endcvp) r 'EM 3164)8-002 End cap blain end) M3 1 316506-002 3160. Endcap seal $ 70.00 $ 73.50 $ )6.4 $ 78.73 302366 Desiccant Pak 003084 013039 1 Lpbncant Screw Em 1 ILaree vin ElRraetor Tvvl I 15 .00 I $ .30 1 $ 159.3 I $ .21 15 169.10 M3 EO Em. .M3 M3 Em . .Em Em 33 - .:.Mml M, EM ED 133 33 33 33 1 Em 113 133 33 3 1 133. . M3 M3 33 M3 E13 EM I M3 33 23 33 M3 33 33 M3 23 33 M3 ... .. ... . ' .. .no . ' .. .cm mm EM r 'M M3 Em r 'EM M3 1 'rED Em 23 =MEMM 33 .r �. " .. E33 EO .. 133 33 M3 33 33 33 33 33 .. .. ..33 23 �' �..ml EM �....`' 113 1 Em �.... no am 33 33 133 113 113 33 33 33 33 ED M3 co 33 33 3 M3 33 3333 :.... .. 33 :.... .. so M303 113 .:.. . 1133 .2.3 33 M3 Em m Em Em IF r - ME Ell M3 o r` cry o.coo EXHIBIT 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 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 therp oiect 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 I of 2 pages I 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 certificate of the applicable. All certificates 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 Contractor's obligation to provide them. (i) Self -Insured Retentions Self-insured retentions must be declared to and approved by the City. The City may require the Contractor 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. Q) 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 (1) 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 1 of 2 pages I Risk: rev. 3/1/2018 RESOLUTION NO. 2022-176 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH TROJAN TECHNOLOGIES GROUP ULC, A SOLE -SOURCE VENDOR, OF LONDON, ONTARIO, FOR ULTRAVIOLET DISINFECTION SERVICE AND PARTS AT WHITE SLOUGH WATER POLLUTION CONTROL FACILITY 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, 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 authorizing the City Manager to execute a Professional Services Agreement with Trojan Technologies Group ULC, a sole -source vendor, of London, Ontario, for ultraviolet disinfection service and parts at White Slough Water Pollution Control Facility, in the amount of $1,050,000. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement with Trojan Technologies Group ULC, a sole -source vendor, of London, Ontario, for ultraviolet disinfection service and parts at White Slough Water Pollution Control Facility, in the amount of $1,050,000; and BE IT FURTHER RESOLVED, pursuant Manual (Res. No. 2019-223), the City Attorney i the above -referenced document(s) that do not clerical corrections as necessary. Dated: July 20, 2022 to Section 6.3q of the City Council Protocol s hereby authorized to make minor revisions to alter the compensation or term, and to make I hereby certify that Resolution No. 2022-176 was passed and adopted by the City Council of the City of Lodi in a regular meeting held July 20, 2022, by the following vote: AYES: COUNCIL MEMBERS — Khan, Kuehne, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Hothi ABSTAIN: COUNCIL MEMBERS — None OLIVIA NASHED City Clerk 2022-176