Loading...
HomeMy WebLinkAboutPW Morphew Methane Monitor Repair & ReplacementCity of San Rafael * California Form of Contract Agreement for Informal Bids 111 Morphew Street — Methane Monitor Repair and Replacement C4 754 This Agreement is made and entered into this day of 2017 by and between the City of San Rafael (hereinafter called City) and W. Bradley Electric, Inc. (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: 1. Scope of the Work. The Contractor hereby agrees to furnish all of the materials, equipment, and labor necessary to perform the work for the project entitled Methane Monitor Repair and Replacement located at 111 Morphew Street in San Rafael all in accordance with WBE's proposal dated February 2, 2017 attached hereto as Exhibit A. 2. Prevailing Wages. Pursuant to the requirements of California Labor Code Section 1771, and San Rafael Municipal Code Section 11.50.180 (C), the general prevailing wage in the locality in which the work is to be performed, for each craft or type of worker needed to execute the contract, shall be followed. 3. Bonds. The Contractor shall provide and maintain during the course of the project, a Labor and Materials Bond issued by a surety admitted in California, to cover the work under this Agreement, in the amount of $39,442. 4. Time of Completion. (a) The work to be performed under this Contract shall be commenced within Five (5) Working Days after the date of written notice by the City to the Contractor to proceed. (b) All work, including punchlist items, shall be completed within 30 Workine Days, and with such reasonable extensions of time as may be requested by Contractor and approved by City. 5. Liquidated Damages. It is agreed that, if all the work required by the contract is not finished or completed within the number of working days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and detennine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $500 for each and every working day's delay in finishing the work in excess of the number of working days prescribed above; and the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract. 6. The Contract Sum. The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the untis for work in the following scheduled completed at the unit price stated. The number of units contained in this schedule is approximately only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. BID ITEMS ITEM DESCRIPTION ESTIMATED UNIT UNIT PRICE TOTAL PRICE QUANTITY Repair and Replace Methane Monitoring 1' System 1 LS @ $39,442.00 = $39,442.00 7. Progress Payments. (a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an estimate covering the total quantities tmder each item of work that have been completed from the start of the job up to and including the 25th day of the preceding month, and the value of the work so completed determined in accordance with the schedule of unit prices for such items together with such supporting evidence as may be required by the City and/or Contractor. 1 I-7()1 t 1 Agreement • 1 (b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments made, pay to the Contractor 95% of the amount of the estimate as approved by the Public Works Department. (c) The Contractor may elect to receive 100% of payments due under the contract from time to time, without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 4590 of the Government Code. Such securities, if deposited by the Contractor, shall be valued by the City's Finance Director, whose decision on valuation of the securities shall be final. 8. Acceptance and Final Payment. (a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, shall be paid to the Contractor by the City as soon as possible, (b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor- may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously made and still unsettled. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 9. Insurance. (a). Scope of Coverage. During the term of this Agreement, Contractor shall maintain, at no expense to City, the following insurance policies: 1. A commercial general liability insurance policy in the minimtun amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3. If it employs any person, Contractor shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. Contractor's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against City. (b) Other Insurance Requirements. The insurance coverage required of the Contractor in subparagraph (a) of this section above shall also meet the following requirements: 1. The insurance policies shall be specifically endorsed to include the City, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. 2. The additional insured coverage under Contractor's insurance policies shall be primary with respect to any insurance or coverage maintained by City and shall not call upon City insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in Contractor's policies shall be at least as broad as ISO form CG20 0104 13. Agreement • 2 3. The insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. The insurance policies shall be specifically endorsed to provide that the insurance carrier shall not cancel, terminate or otherwise modify the terns and conditions of said insurance policies except upon ten (10) days written notice to City. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of City (if agreed to in a written contract or agreement) before City's own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minnnum insurance coverage requirements and/or limits shall be available to City or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. (c ) Deductibles and SIR's. Any deductibles or self-insured retentions in Contractor's insurance policies must be declared to and approved by the City, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or City or other additional insured party. At City's option, the deductibles or self-insured retentions with respect to City shall be reduced or eliminated to City's satisfaction, or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. (d) Proof of Insurance. Contractor shall provide to the City all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. City reserves the right to obtain a full certified copy of any insurance policy and endorsements from Contractor. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by City. 10. Indemnifcation. (a) Contractor shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by City, and hold harmless City, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of Contractor's performance of its obligations or conduct of its operations under this Agreement. The Contractor's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the Contractor's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the Contractor's work or work product by the City or any of its directors, officers or employees shall not relieve or reduce the Contractor's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Contractor's performance of or operations under this Agreement, Contractor shall provide a defense to the City Indemnitees or at City's option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. Agreement • 3 (b) The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period of time allowed by law. 11. Nondiscrimination. Contractor shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 12. Compliance with All Laws. Contractor shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. Contractor shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. Contractor shall release, defend, indemnify and hold harmless City, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 13. No Third Party Beneficiaries. City and Contractor do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the teens and conditions of this Agreement, to the other party. 14. Notices. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: To City: Public Works Director City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 To Contractor: W. Bradley Electric, Inc. 90 Hill Road Novato, CA 94945 15. Independent Contractor. For the purposes, and for the duration, of this Agreement, Contractor, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the City. Contractor and City expressly intend and agree that the status of Contractor, its officers, agents and employees be that of an Independent Contractor and not that of an employee of City. 16. Entire Agreement; Amendments. (a) The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. (b) This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the Contractor and the City. (c) No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. (d) The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the Contractor and the City. (e) If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. Agreement • 4 17. Waivers. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other tern, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 18. City Business License; Other Taxes. Contractor shall obtain and maintain during the duration of this Agreement, a City business license as required by the San Rafael Municipal Code Contractor shall pay any and all state and federal taxes and any other applicable taxes. City shall not be required to pay for any work performed under this Agreement, until Contractor has provided City with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 19. Warranty. (a) Except as otherwise expressly provided in the Agreement, and excepting only items of routine maintenance, ordinary wear and tear and unusual abuse or neglect by City, Contractor warrants and guarantees all work executed and all supplies, materials and devices of whatsoever nature incorporated in or attached to the work, or otherwise provided as a part of the work pursuant to the Agreement, to be absolutely free of all defects of workmanship and materials for a period of one year after final acceptance of the entire work by the City. Contractor shall repair or replace all work or material, together with any other work or material that may be displaced or damaged in so doing, that may prove defective in workmanship or material within this one year warranty period without expense or charge of any nature whatsoever to City. (b) In the event that Contractor shall fail to comply with the conditions of the foregoing warranty within ten (10) days after being notified of the defect in writing, City shall have the right, but shall not be obligated, to repair, or obtain the repair of, the defect and Contractor shall pay to City on demand all costs and expense of such repair. Notwithstanding anything herein to the contrary, in the event that any defect in workmanship or material covered by the foregoing warranty results in a condition that constitutes an immediate hazard to public health or safety, or any property interest, or any person, City shall have the right to immediately repair, or cause to be repaired, such defect, and Contractor shall pay to City on demand all costs and expense of such repair. The foregoing statement relating to hazards to health, safety or property shall be deemed to include both temporary and permanent repairs that may be required as determined in the sole discretion and judgment of City. (c) In addition to the above, the Contractor shall make a written assignment of any applicable manufacturers' and other product warranties to the City, prior to completion and final acceptance of the work by City. Agreement • 5 IN WITNESS WHEREOF, City and Contractor have caused thein authorized representatives to execute this Agreement the day and year first written above. CITY OF SAN RAFAEL: r Jim schtttZ City Manager ATTEST: Esther C. Beirne City Clerk APPROVED AS TO FORM: `e� Robert F. Epstein r City Attorney File No.: 06.08.48 W. BRADLEY ELECTRIC, IN . By: Printed Name: Title: ►►►"`""" `—� Agreement - 6 EXHIBIT A Electrical o Telcom o Network o Security � 7-7•7 w Audio Visual o Traffic Signal 90 HIII Road Novato, CA. 94945 Phone: (415) 898-1400 Fax: (415) 698-5991 License No.390741 & 779053 RE: Revised City of San Rafael Methane Sensor Project Dear David Mauldin February 2, 2017 Thank you for inviting WBE to provide you pricing on the referenced project. Our revised price is based on the following: Scope of Work: o Provide and install head end equipment in existing cabinet. o Provide and install (6) six overhead sensors with (3) three of the sensors being remotely mounted. • Provide and install (4) fora• underground sensors. • Provide all material from B.W.S. Distributors, Inc. e Provide and install Intellilogger-Data Acquisition (Programing by BWS). o Provide and install Expansion module. • Provide and install (3) t1wee four channel controllers. These will be in a NEMA 4X box mounted on the wall. Total Price: $39,442.00 Proiect Notes: 1. All work is quoted for normal hours between 6am and 2.30pm. 2. Excludes permits or fees. 3. Excludes title -24 calculations. 4. Excludes engineering and/or prints. WBE looks forward to working together with your team on this project. Sincerely, Joe Murphy, Account Manager 415-716-0677 EXHIBIT A 4�1 LOGIC BEACH Inc. OnteffiLogger Web Page Serving Data Acquisition & Alarming System Data.Acquisition Applications • Co -Generation and Combined Heat/Power • Predictive Maintenance • Photovoltaic Solar System • Process and Stack Emissions • HVAC and Clean Room • Meteorological • Environmental Remediation • Food Processing • Remote Asset Monitoring • Water and Waste Water • Field and Lab Product Test Features • View status and performance data on the Web with standard Web Browsers • Simple graphical, icon -based instrument setup with HyperWare IITM software • Easily created custom graphic Web pages • Logger initiated FTP file transfers • Email of alarms or logger status with data • Compact Flash memory expansion OVERVIEW The IntelliLogger is a powerful instrument that incorporates Internet convenience to provide new levels of monitoring and control. Monitor remote site sensor and equipment status, receive alarms and system status via email (and SMS) and view historical performance profiles as well as actuate remote control all from within a Web browser. Site monitoring and asset management is more important than ever and the IntelliLogger provides a new level of ease and simplicity for your critical monitoring applications. Able to perform multiple tasks, the IntelliLogger is capable of monitoring a system, recording critical parameters, generating information graphically for Web pages, and sending alarm/data emails. The IntelliLogger, with fully -isolated inputs, is designed to interface to most types of sensor and signal inputs for complete system flexibility. Added to this is the graphical programming and logger setup via the • Modbus TCP Server Option • Universal isolated analog inputs accept numerous sensor types • Digital inputs: event, counter, frequency • No licensing nor monthly service fees • Fast and simple setup to deployment cycle • B -Bus network bus for 1/0 and feature expansion • 4 line x 20 character user -interface display NEW generation HyperWare-IITm software. Powerful, easy and flexible HyperWare-II creates simple to complex programs with conditional / intelligent logging and alarming strategies, data reporting schedules and full featured custom Web page serving. Connect the sensors, program the IntelliLogger with HyperWare-II, connect a communication link (Ethernet, modem, RS -232, USB, RF modem, cellular CDMA/GPRS/GSM) and you are ready to view IntelliLogger-served data, system status and more from pre-programmed Web pages or custom pages specific to your application. Custom Web pages are viewed using GreenWater , a free Web browser from Logic Beach. An optional Model upgrade supports Modbus/TCP server for interface to Automation Systems. Sample inputs, calculated values, 1/0 states and remote control as well as System Status can all be read. LosIC BEACH INCORPORATED 8363 - 6F CenterDdve La Mesa, CA 91942 Tei: 619-698-3300 Fax 619-469-8604 wvnv.logicbeach.com EXHIBIT A LOGIC BEACH Inc. I DATA ACCESS AND VIEWING Web page display of sampled data has never been easier. Readings are seamlessly embedded into standard provided pages for display in a Web browser or User -created custom Web pages. Custom pages are simply and quickly built to display data for your unique application. ,u ta. Yn,ry.l" taY C4� �:'f��QeL V13 '.�uUw..hL.•..aasa.Tjli� ppgpEi - - —1711. ,m Logic Beach ,1 ^, „ .■ Powerplanl u F' 1A D 111 sr =C =0 lr� tESR � pito. —_... ..-_ . —_ 1 1 1 T1s-+. . _. Simulated Web page served by the IntelliLogger. Alternatively, program the IntelliLogger to automatically send logged data to an FTP site via FTP (File Transfer Protocol). Email messages and alarms can be sent to multiple addresses (even SMS) with attached data or Instantaneous values, alarm and input status. DATA LOGGER SETUP WITH HYPERWARE-II HyperWare-11 (HW -II) builds on the market proven HyperWare software. Drag -n -drop icons from the icon tool bar, then interconnect them with your mouse to quickly build a data logging and alarming program. HyperWare-II includes a full spectrum of features Including Communications, Programming, custom Web Page design, Real-time data Viewing and Data Downloading. 1. Communications: Initial setup and programming between the client PC and the IntelliLogger is implemented via USB, RS -232 (wired or wireless), 1013ase-T Ethernet (wired or wireless) and/or via an optional telephone, landline or cellular modem. A communication dialog box allows for the creation and storage of communication data for all available loggers. Communications setup is completed in the dialog box and is a simple matter of selecting the type of connection and entering the appropriate phone number, COM port or IP address for each logger once, then just select the desired logger and connect OnteOPILogger In addition to the integrated USB, Ethernet and RS -232 ports, Logic Beach offers a number of optional communication solutions including cellular, RF spread f2 LYP 66.1x.2" 0AF"n"W" wpb. ftb UA Communications Screen showing IntelliLogger connected to an IL -80 via Ethernet. FM spectrum, wireless Ethernet bridges and 802.11b communication devices. 2. Programming: An intuitive programming environment allows for simple to complex program development via drag -n -drop icons. Icons representing hardware input channels, processing (e.g. math, statistics, logic, setpoints, etc), and outputs (memory, LCD display, F fP data transfers, alarms, Email, Web pages, etc.) are all available for quick configuration and integration into the program. jr.Eft vk! wnfx tky MM, p{•edlliid — — - ----- ----- 1 1, 1 t tr Q•�/n.+ / TnJnc,. }Sf. Wad. 1.1111 RUol T•ulnly l�j, Inv h.v► , -T 1�FIlt ut.rtre T6+1 Dl�jn.. 11ts'pi SSn.,7 F tl) rill J Sample HyperWare-II program includes Web page and scheduled data FTP. Icons are interconnected to create a flow monitoring program. Input Icons are "connected" to processing icons or output icons in a logical manner representing data flow and programming needs. This network of Icons represents the data logger's instructions. When completed, the Program is transferred to the data logger by simply dragging the Program Icon to the data logger graphic in the Communications Screen. Simple and intuitive. LOGIC BEACN INCORPORATED 8363 - 6F Center Drive La Mesa, CA 91942 Q Tel: 619-698-3300 Fax 619.469-8604 wvnrr.logicbeach.com EXHIBIT A LOGIC BEACH Inc. 2. Web Page Configuration: Custom Web pages are graphically configured for a multitude of data display formats providing a unique custom presentation for each location monitored. A graphical Web page editing screen is available to design your custom Web page so knowledge of HTML programming is not required. There .r. -E- - 93— Adequa!Y ar= rr=` i !T Simulated lank monitoring Web page. Tank level plus Replenish Indicator, easily constructed in HyperWare-II. are 22 user -configurable objects available for use in the creation of custom Web pages. Drag -n -drop each object and double-click to change the object's scaling, colors, fonts, background, pointers and more. 5. Real-time Viewing: Through HyperWare-II, current values and input states can be viewed In the same manner as a custom Web page. Objects are placed on the screen and assigned an input or function to monitor. There are 22 object available for use in creating your unique real-time data display. Angular gauges, digital displays, pumps, tanks, pipes, indicators, bar graphs and text are combined to present values or indicate change or movement. A fully customizable plotter is also provided for following trends. 4. Data Download: Downloading data from the IntelliLogger is possible via a number of methods. Select from commonly supported formats, CSV, tab and space delimited, and HW -II raw data for downloads. HW -II includes filtering capabilities allowing users to specify data type, lime and date to download only required records for a specified time period. Downloading data using HyperWare- II takes place in the Communication Screen and is accomplished by simply dragging the Memory Icon from the IntelliLogger graphic to the PC graphic. 8ntieffiLogger Data retrieval methods include: x lid Rar4S*d)DVdAJ Kiril Dar GLIMseryl See Srnma roh,n. type D*n" Dar/Irw 0.11 kmlle:.e c shard r rnrnn�rrmusua r e r C sJd uun.rlieluan:{� z I I a. • i.. j0�ri(u i ® Hrb Data download filler in HyperWare-II. - HyperWare-ll: User -initiated download using HW -II. Allows for data filtering. - Web Page: The Logged Data Listing Web page served by IntelIlLogger details all recorded sessions available for download. Download to browser in HTML or Text format. Allows for data filtering. - Email: Logger initiated Emails with attached selective data, alarm values and most recent values. Select from CSV, tab, space -separated or raw data files. Requires network connection via Ethernet, dial-up modem to Internet Service Provider, or cellular modem connection to Internet Service Provider. - FTP file transfer. Logger initiated autonomous action. Uses File Transfer Protocol to send data to PC running an FTP file server. Provides for downloading of all data or selective data, alarm values and most recent values. Select from CSV, tab or space -separated or raw data files. Requires network connection via Ethernet, dial-up modem to Internet Service Provider, or cellular modem connection to Internet Service Provider. - The optional M2M Probe Sweep software application from Logic Beach automates receipt of Probe Points values and integration Into a growing database. LOGIC BEACH INCORPORATED 8363 - 6F Center Drive La Mesa, CA 91942 ' Tel: 619-698-3300 Fax. 619-469.8604 vA%Y.logicbeach.com 4z)�11 LOGIC BEACH Inc. SPECIFICATIONS: IL -80 DATA LOGGER: Top-of-the-line IntelliLogger includes all the features and functions as IL -20 and contains one built-in ILIM-7, 8 channel high -accuracy Isolated Interface Module for a total of 15 Inputs: 7 Inputs: 3 low resolution analog, 4 hi - speed digital, 8 bi-polar differential inputs, 5 outputs: 2 TTL level, 15Vdc, 2 relays. VO expansion via Bbus. ILIM-7 EXPANSION INTERFACE MODULE: 8 differential, bipolar, isolated Inputs, Identified A lhru H. Input types: thermocouples, VDC, mAdc via field selectable DIP switch and software settings. Thermocouples (all channels): J, K, E, T, R, S, accuracy (combined CJC and TC): +/-1C typical; +/-2C Max mAdc (all channels): 8 ranges from +/- 0.19mA to +/- 22mA. Vdc (inputs A -D):11 ranges from +/-19mv to +/- 30V, (inputs a -h): 8 ranges from +/-19mV to +/-2.2V Accuracy: 0.1% to 0.01% FS with 15-18 bit resolution depending upon range. Sample rate: 16 samples/sec single input, 1.3 samples/sec all 8 inputs. Rates slow with additional inputs and program complexity. IL-10 INTELLILOGGER: Entry-level system with 7 Inputs: 3 low resolution analog, 4 hi -speed digital, 5 outputs: 2 TTL level, 1 5Vdc, 2 relays. No VO expansion via Bbus. Analog Inputs: 3 differential, bipolar, 10 -bit resolution. Channel A and B programmable gain. Vdc: 20mV to 2,OVDC - 8 ranges mA, 200uA to 20mA- 8 ranges Accy: +/- 0.1% FS typ., +/- 0.3% FS max. Thermocouple: (combined CJC and TC) Type J,I(,E,T: +/-2C Typ. 6C max Type R,S: +/-3C Typ. 12C max Channel C fixed gain. Vdc: -1.1 Vdc to 3.2Vdc, accy: +/-0.2°/*FS or -11 mA to 32mA, accy: +/- 0.3%FS. Sample rate: 80 samples/sec single Input. Rates decrease with added inputs and program complexity. Digital Inputs: 4 high speed, individually programmable for event, counter or frequency measurement. Software selectable. Frequency Input: 100mV Sine Input: Range: 0.25Hz to 22KHz Accuracy: +/- 0.3% of Rdg Typical, /-0.5% of Rdg Max 1.0Vdc Sine Input: Range: 0.04Hz to 150KHz Counter Input: Hi Input: 2.5 to 30Vdc Low Input: 0 to 700mVdc Input Frequency Range: 0 to 25KHz Debounce Filtering: 35 Hz cutoff with 0/4Vdc square wave input H ntefflL agger Event Input Channels: HI Input: 2.5 to 30Vdc Low Input: 0 to 700mVdc Pullup Enabled Wetting Current: 65uA Digital Outputs: 2 Form C relays (500mA) NO & NC contacts, 2 - TTL level, l - 5Vdc +/-160mV, +/-2OmV 0 to 10mA, +/-100mV 20 to 50mA. All software controllable. Analog Outputs: 2 buffered 8 bit, 0-5VDC No Bbus for VO expansion. CJC Accuracy: +/-3C max, +/-1.5C Typ. -40 to 70C Includes: HyperWare-II software, PDF manual, power supply, USB and Ethernet cable, HW -II training. IL -20 INTELLILOGGER: Expandable entry-level system with 7 inputs: 3 low resolution analog, 4 hl -speed digital, 5 outputs: 2 TTL level, 1 5Vdc, 2 relays. VO expansion via Bbus. Includes all the features and functions as IL-10 but also includes Bbus for YO expansion with additional isolated analog inputs via ILIM-7. Bbus connection via Cat 5 cable. -M MODEL: MODBUS TCP/IP SERVER Read sampled inputs, calculated values, VO states and logger System Status. Read/write remote control registers to change setpoints, output and logic states. COMMUNICATIONS SUPPORT: RS -232, USB 1.1.108aseT Ethernet. Bbus - proprietary serial bus for UO and functional expansion. Optional 56K telephone, RF and CDMAIGSM/GPRS cellular modem. IL-10 does not include Bbus. POWER: IL-10 AND IL -20: 7-30Vdc, 50mA. ILIM-7: Adds 60mA (powered via Bbus 4 units max, 5+ requires Bbus power booster) OPERATING TEMPERATURE: -40 to 70 C D1MENsioNS: IL -80: 6.3"d x 9.4"w x 1.8"h. iL-20, IL-10, 5.4"d x 9.4"w x 1.0"h. ILIM-7: 6.3"d x 9.4'w x 1.0"h. APPROVALS: FCC class II, CE pending PC REQUIREMENTS HyperWare II: Windows 98, 2000, NT, XP. USB or RS- 232 port. Windows IE 4.0 or later for Web based viewing. INTELLILOGGER SOFTWARE OPTIONS M2M Probe Sweep (MPS) is a Windows application which generates an archive data file from FTP'd Probe files originating from one or more Intellit-oggersT" systems. The resulting archive 'Destination File' is of CSV format and can be viewed using Excel or integrated into more powerful enterprise wide data base applications. IntelliLogger, HyperWare-II and M2M Probe Sweep are Trademarks of Logic Beach Inc. Specifications subject to change. IntelilLogger V10.doc LOGIC BEACN INCORPORATED 8363-6F Center Drive La Mesa, CA 91942 Tel: 619-698-3300 ' Fax: 619-469-8604 vA%%loglcbeach.com EXHIBIT A F023-120214000 FOUR CHANNEL WALL MOUNT CONTROLLER INSTRUMENTS Features • Simultaneously monitor up to 4 channels • Digital display of all 4 channels • LEUO2/CO2/toxic direct connect sensors • Accepts any 4-20 mA transmitter, 2 or 3 wire • 3 programmable alarm levels per channel • Up to 3 configurable alarm relays per channel • Zero follower automatically compensates sensor drift • 4-20 mA analog & Modbus digital output standard • 115 / 220 VAC or 24 VDC operation • Audible alarm with silence feature • Alarm reset switch • Built In trouble alarm with relay • Weatherproof NEMA 4X enclosure • Optional strobe & battery backup available Industry Applications • Petrochemical plants • Refineries • Water & wastewater treatment plants • Pulp & paper mills • Gas, telephone, & electric utilities • Parking garages • Manufacturing facilities • Steel • Automotive • HVAC The Beacon 410 is a highly configurable, microprocessor -based, flexible and easy to use 4 channel gas monitor. It simultaneously displays the gas type, readings, and status for 4 channels of gas detection. It can monitor any combination of direct connect sensors (LEL combustibles, oxygen, CO2, and toxic gas sensors, as well as any 4-20mA transmitters. Each channel has 3 fully configurable alarm points. A built-in silenceable audible alarm alerts you to alarm conditions. Each channel also has 2 dedicated fully configurable relays and there is a bank of common relays as well. The common relays can optionally be configured as additional channel relays allowing up to 3 alarm relays per channel. Each channel provides a 4-20mA output signal. A digital Modbus interface for remote logging of data via a Modbus network is standard. A Min -Max feature retains high & low peak readings for review at any time. Field calibration is made simple by the easy to use Calibration Mode. A fully configurable high visibility strobe is available as an option. The unit can be powered from 115/220 VAC, an external 24 VDC source, or a 24 VDC backup battery. A trickle charging battery backup feature is also available as an option. All features and functions of the Beacon 410 are controlled by easy to use menus on the backlit LCD display. The form -C (SPDT) relay contacts are rated at 10A, 250V, reducing or eliminating the need for additional slave relays. All features of the Beacon 410 are built into the unit so you never need to purchase or maintain any "add-on" cards or components. RKI Instruments, Inc. • 33248 Central Ave. Union City, CA 94587 • Phone (800) 754.5165 • (510) 441-5656 • Fax (510) 441-5650 World Leader In Gas Detection & Sensor Technology www.rkiinstruments.com EXHIBIT A Physical Dimensions Height; 12.5" (318 mm) x Width: 11" (279 mm) x Depth: 6.4"(136 mm) Enclosure NEMA 4X non-metallic for indoor and outdoor locations Conduit Connection 3/4" NPT conduit hubs, 4 provided, for sensor, power, & relay wiring Wiring Termination Screw type terminal block, 14 gauge max Power 115 VAC & 220 VAC, or 24 VDC nominal, battery backup option available Display Display PCB Control Switches: Controls UPNES push button switch DOWN/NO push button switch • ESCAPE push button switch ENTER push button switch • External reset switch On/Off toggle switch Environmental Operating Temperature -4"F to 122"F (-20"C to 50"C) Storage Temperature -4"F to 158°F (-20"C to 70"C) Enclosure Rating NEMA -0 enclosure, chemical and weather resistant. Suitable for indoor and outdoor installations. Inputs Direct Wired Sensors LEL, Oxygen, Carbon Dioxide, and toxic gas sensors. Remote amp not required for less than 500 feet 4-20 mA Sensors Accepts any 4-20 mA transmitter (24 VDC, 2 or 3 wire). A wide variety of RKI/Rlken sensors are available with 4-20 mA signals. Wiring distances up to 8,000 feet Sampling Methods Diffusion and sample draw heads available Outputs Specifications subject to change without notice. �,is• ���10000363A �IS09001 Toll Free: (800) 754-5165 • Phone: (510) 441-5656 Fax: (510) 441-5650 • www.rkiinstruments.com Authorized Distributor: Made in the USA Two flexible, programmable Form -C (C, NO, NC) relays per channel, plus five common relays (Fall, Alarm -1, Alarm -2, Relays Alarm -3, Alarm -Any). Common relays may optionally be assigned to function as additional channel alarm relays, provid- ing for up to three alarm relays per channel. 10A contact rating. 4-20 mA Signal output, 4-20 mA (maximum load Impedance 500 ohms), per channel RS -485 Modbus formal RS -485 serial output of all channel data, Including gas reading and alarm status. Display 4 x 20 backlit LCD display Audible Built-in audible alarm, 94 dB, mounted on enclosure Coded output: pulsing = gas alarm, steady = fall 1. Alarm LED's (on Display PCB) Visual • Alarm 1, yellow • Alarm 2, orange • Alarm 3, red • Fail, yellow 2. Green Pilot LED to indicate AC power connected (on Display PCB) An optional 24 VDC NEMA 4X strobe mounted to top of case. Approvals Approvals CSA Certified to CSA C22.2 No. 1010 and UL 61010-1 Warranty One year materials and workmanship Specifications subject to change without notice. �,is• ���10000363A �IS09001 Toll Free: (800) 754-5165 • Phone: (510) 441-5656 Fax: (510) 441-5650 • www.rkiinstruments.com Authorized Distributor: Made in the USA I I 02 H2S ( Oxygen Hydrogen Su 65-2497RK Sensor With J -Box '652502RK 65-24988 Sensors Galvanic cell I sensor Only 65.2494RK 65.24958 '65-2510RK Measuring Range 0.25% Vol. 0-100 ppm Lower Detectable Limit 0,1%Vol. (LDL) I Response Time (T-90) I 20 seconds or less I Accuracy Life Expectancy 2 years with normal service Operating Environment Location I Temperature -41F to 122' -20'C to 60' Humidity Housing Housing J -Box ISensor Controllers I Compatib!e with Warranty Partial pressure sensor for helium (He) applications. Consult factory for details. CO Toxics I CO2 Sul K K Toxic Sensor Transmitter Ordering Information (Includes Junction box) Carbon Monoxide Part Number With J -Box Part Number Without J -Box Carbon Dioxide Range 65.2301RK-AsH3 81-1007RK-02 65.2499RK See Chart Beimv 81-1007RK-03 65-2301RK-NH3 65-2300RK-NH3 61-1007RK-05 0 -75.0 ppm 61-1007RK 10 Electrochemical Hydrogen Cyanide (HCN) I Infrared ppm 65-2301RK-PH3 61.0198RK-02 65-249GHK 0 -1.00 61.0198RK 03 Ij 65-2301 RK -S02 165.2300RK-SO2 61.0198RK-05 0 -6.00 ppm 61.0198RK-10 See Chan Below 0 - 5000 ppm 0-300 ppm 0 - 5.0% Vol. 0 - 601/6 Vol. 0 - 100% Vol. 2% of full scale 35 seconds or less I 60 seconds or less I 30 seconds or less +/- 5% of full scale (0.5% volume for oxygen) 2 to 3 years with normal service I 5 years plus with normal service Indoor or outdoor, Class I, Div. 2 I 14'17 to 1041F40'F to 122'F -10'C to 40'C -40'C to 601C 0 - 99% RH non condensing Cast aluminum, explosion -proof Stainless steel, explosion -proof the Following controllers: Beacon 110, Beacon 200, and Beacon 410 One year materials and workmanship (800) 754-5165 Direct Connect Sensors Toxic Sensor Transmitter Ordering Information (Includes Junction box) Part Number With J -Box Part Number Without J -Box Gas I Range 65.2301RK-AsH3 65-2300RK-AsH3 Arsine (AsH3) 0 - 1.5 ppm 65-2301RK-NH3 65-2300RK-NH3 Ammonia (NH3) 0 -75.0 ppm 165-2301 RK-HCN 65-230ORK-HCN Hydrogen Cyanide (HCN) 0 - 15 ppm 65-2301RK-PH3 165.2300RK-PH3 Phosphine (PH3) I 0 -1.00 ppm Ij 65-2301 RK -S02 165.2300RK-SO2 Sulfur Dioxide (SO2) I 0 -6.00 ppm (800) 754-5165 Direct Connect Sensors EXHIBITA MMECT CONNECT SEMMES Available Accessories A. Calibration adaptors E. Battery backups B. Flow through adaptors F. Splash guards C. Remote horns & lights G. Air aspirator adaptors / panels r D. Calibration kits H. Dataloggers Direct Interface with Beacon 110 / 200 / 410 Controllers Direct Connect Wiring Matrix r Kiel Maximum Number of Distance to Sensor Wires to Controller , Controller I 18 AWG wire min. LEL / CO2 I 4 500 ft. Oxygen 2 ' 500 ft. -•----- 1-12S 2 I 500 ft. CO I 2 500 ft. I I I Toxics Ii 2 , 500 ft. 'jlli '� IAF Made in the USA` Authorized Distributor: 1'+ 10000363 . UL ISO 9001 ' NH3 Sensor f� �4 Explosion Proof LEL Explosion Proof 02 / H2S / CO�� , [IRS Vul = Available gases include o LEL, H2S, CO, & CO2 • Toxic sensors Include NH3, AsH3, HCN, PH3, and SO2 — Infrared sensor for combustibles and CO2 — Patented water repellent sensor coating — Explosion proof construction The RKI Direct Connect series gas sensors are highly reliable and very cost effective for the detection of common gas hazards. The direct connect series are available for LEL, H2 Specific LEL, LEL IR, Oxygen, 1-12S, CO, CO2, and for a variety of toxic gases. The sensors for LEL, H2, Oxygen, H28, CO2, and Carbon Monoxide are explosion -proof with flame arrestors, and approved for use in hazardous areas (Class I, Div.1 Groups B, C. D). An optional non -explosion proof version is available for oxygen, H28, CO, and CO2 for use in non -hazardous atmospheres. The Direct Connect sensors can be used In two different ways. The sensors can be mounted directly to the controllers as a complete stand alone system, or they can be mounted to explosion proof junction boxes for remote detection. The toxic sensors are electrochemical type plug-in sensors, which provide high specificity, fast response, and long life. The plug-in design allows quick replacement in the field with no tools required. Toxic sensors are designed for use in Class I, Div. 2 hazardous locations. Sensors are available for NH3, SO2, PH3, AsH3, and HCN. The Direct Connect sensors can be used either indoors or outdoors. The flame arrestors for the explosion -proof versions utilize a patented coating which make them water repellent. Also, splash guards are available for use in very wet environments. An optional stainless steel junction box Is available for corrosive environments. All of the Direct Connect sensors are designed to specifically interface with RKI Beacon 110, 200, and 410 controllers. Housing Housing J -Box Cast aluminum, explosion -proof. optional stainless steel J -box available Sensor Stainless steel, explosion -proof 61-1000RK UL Approvals 61-1001RKUL CSANRTL C UL US 61-1000RK-05 CSA Controllers Compatible vAth the following controllers: Beacon 110, Beacon 200, and Beacon 410 Warranty One year materials and workmanship www.rklinstruments.com Direct Connect Sensors LEL LEL 02 H2S CO CH4 HC CO2 General Purpose H2 Specific Oxygen Hydrogen Carbon Methane Hydrocarbons Carbon Dioxide Sulfide Monoxide 61-1000RK 61.1004RK 02 rr. Sensor61-1001RK With J•Box 65-2515RK 65.2427RK05 65-2437RK•05 61-1003RK-CH4 61-1003RK-HC 61-1004RK•051-1004RK•03 6 .. 61-1000RK-05 61-1004RK-10 Sensors Catalytic Galvanic cell Electrochemical Infrared 61-0191RK-02 Sensor Only 61.0140RK (UL) LEL H2 -61.0191 65-2614RK 65-2423RK-05 65-2433RK-05 61-0190RK-CH4 61.019ORK HC RK -03 61-0140RK•05 (CSA) NC -6205.01 61.0191 RK -05 61-0191 RK 10 -02 0 - 5000 ppm Measuring Range 0.100%LEL 0-25% Vol. 0-10o ppm 0-300-03 ppm 0-100°6 LEL 0-100°/a LEL 0 - 5.0% Vol. 05 0 - 501% Vol. -10 0 - 100% Vol. Lower Detectable Limit (LDL) 2% of full scale I 0.1 % Vol. 2% of full scale Resp T n o once LEL - 30 Seconds ELH I L Seconds 0 I 20 Seconds 35 Seconds I 30 Seconds I 30 Seconds I 30 Seconds Accuracy +/- 51/6 of full scale (0.6% volume for oxygen) Life 2 to 3 years with 3 to 5 years Expectancy normal service wiih normal 2 to 3 years vrilh normal service 5 years plus with normal service service Operating Environment Location Indoor or outdoor. Explosion proof for Class I, Groups B, C, and D atmospheres. Temperature -40117 1671F I -4'FtoII3*F I lto I I -40 Cit 5°C - C to 45°C -40 Co 40°C -S*G to 4040 -40'C to 50•C Humidity 0 - 99% RH non condensing Housing Housing J -Box Cast aluminum, explosion -proof. optional stainless steel J -box available Sensor Stainless steel, explosion -proof 61-1000RK UL Approvals 61-1001RKUL CSANRTL C UL US 61-1000RK-05 CSA Controllers Compatible vAth the following controllers: Beacon 110, Beacon 200, and Beacon 410 Warranty One year materials and workmanship www.rklinstruments.com Direct Connect Sensors CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Public Works Project Manager: Kevin McGowan — Dave Mauldin & Omar Garcia managing construction Extension: 3389 Contractor Name: W. Bradley Electric, Inc. (WBE) Contractor's Contact: Joe Murphy Contact's Email: jbackman@wbeinc.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor 3/23/2017 3/22/2017 b. Email contract (in Word) & attachments to City Atty c/o Laraine.Gittens@cityofsanrafael.org 2 City Attorney a. Review, revise, and comment on draft agreement 3/28/2017 ® LAG and return to Project Manager 3/28/2017 ® LAG b. Confirm insurance requirements, create Job on PINS, send PINS insurance notice to contractor 3 Project Manager Forward three (3) originals of final agreement to Click here to ❑ contractor for their signature enter a date. 4 Project Manager When necessary, * contractor -sinned agreement L] N/A agendized for Council approval *PSA > $20,000; or Purchase > $35,000; or Or ❑ Public Works Contract > $125,000 Click here to Date of Council approval enter a date. PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 5 Project Manager Forward signed original agreements to City 4'13 J 1- DN 4y KI I Attorney with printed copy of this routing form I 6 City Attorney Review and approve hard copy of signed agreement 7 City Attorney Review and approve insurance in PINS, and bonds'� (for Public Works Contracts) 8 City Manager/ Mayor Agreement executed by Council authorized official 9 City Clerk Attest signatures, retains original agreement and forwards copies to Project Manager �. S . / 7�'`j . 1S -f-7,