HomeMy WebLinkAboutAgenda Report - February 20, 2008 E-03AGENDA ITEM &3
CITY OF LODI
. ' COUNCIL COMMUNICATION
M
AGENDA TITLE: Quarterly Report of Purchases Between $5,000 and $20,000
MEETING DATE:
PREPARED BY
February 20,2008
Randy Lipelt-Buyer
RECOMMENDED ACTION: Information only. This report is made to the City Council in
accordance with Lodi Municipal Code §2.12.060.
BACKGROUND INFORMATION: During the 4th calendar quarter of 2007, the following purchases
were awarded. Background information for each purchase is
attached as Exhibits A through AA.
Exh
Date
Contractor
Project
Award Amt.
A
10/01/07
HD Supply Utilities -Benicia
Inventory Replenishment (EUD)
$10,236.08
B
10/02/07
Intraline Inc.
Inventory Replenishment (EUD)
$8,853.77
C
10/03/07
Industrial Electrical Co Inc
White Slouah Aeration Blower Motor Repair
$9;229.86
D
10/03/07
Trojan Technologies Inc
White Slough UV Lamp Replacement
$18,263.00
E
10/05/07
HF & H Consultants LLC
Statewide General Waste Discharge
$19,995.00
Requirements
F
10/08/07
HD Supply Utilities -Benicia
Inventory Replenishment (EUD)
$11,477.1
G
10/08/07
HD Supply Utilities -Portland
Inventory Replenishment (EUD)
$5,994.25
H
10/12/07
Interstate Truck Center
Repair City Vacuum Truck
$7,131.82
1
10/16/07
HD Supply Utilities -Portland
Inventory Replenishment (EUD)
$8,921.70
J
10/18/07
Pre -Sort Center Inc.
RDA Newsletter Mailing
$9.000.00
K
10/19/07
Pre -Sort Center Inc.
RDA Newsletter Printing
$5,094.84
L
10/22/07
Intraline Inc.
Inventory Replenishment (EUD)
$5,965.36
M
10/26/07
Proglass Inc.
Inventory Replenishment (EUD)
$16,945.74
N
10/26/07
ALPHA OMEGA Wireless
Wireless Network Replacement
$7,362.67
O
11/05/07
Palmer Wahl
Portable Thermal Imaging Camera
$6,559.62
P
11/08/07
HDW Electronics
Fault Locator
$101577.88
Q
11/12/07
North Pacific Group
Inventory Replenishment (EUD?
$18,621.36
R
11/12/07
Logical Design
Recovery Equipment Hosting
$9,000.00
S
11/13/07
HD Supply Utilities -Benicia
Inventory Replenishment (EUD)
$5,888.11
T
11/13/07
G & L Brock Construction
Houston Lane Wastewater Improvements
$19,636.50
U
12/07/07
Angus -Hammer Inc
Anti -Virus Protection
$6,700.00
V
12/11/07
Corix Water Products
Inventory Replenishment (Water)
$5,037.31
W
12/17/07
Folger Graphics
The City of Lodi -Community Arts Directory
$9,136.00
Winter/Spring 2008
X
12/19/07
Info USA Marketing
Reference USA Database
$7,000.00
Y
12/20/07
Coombs -Hopkins
White Slough UV Lamp Replacement
$15,285.00
Z
11/19/07
Net Motion Wireless
Wireless Capability Project for MDC's
$9,126.56
AA
11/21/07
Tony Segale Sign Co
Paint & Lettering on Transit Trolley #10-050
$6,600.00
FISCAL IMPACT
Vanes
by project. All purchases were budgeted
in the 2007-2008
Financial Plan.
FUNDING:
Funding as indicated on exhibits.
mes R. Krueger, Deputy City Manager
APPROVED:
Blair K a , City Manager
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
Electric Utility Inventory
Electric
HD Supply Utilities -Benicia
$10,236.08
DATE OF RECOMMENDATION: October 10, 2007
BIDS OR PROPOSALS RECEIVED:
HD Supply Utilities -Benicia
"NO BID" or NO RESPONSE RECEIVED:
Kortick Manufacturing (Bid 3 Items)
HD Supply Utilities -Portland (Bid 8 Items)
General Pacific (Bid 6 Items)
Intraline Inc. No Bid all Items
$10,236.08
EXHIBIT A
BACKGROUND INFORMATION & BASIS FOR AWARD:
These items are for the Electric Inventory. These items are for Reynolds Ranch and the
Work Orders to feed Reynolds ranch. These items are also for Killelia Substation Get-
Away's. HD Supply -Benicia was the only responsible vendor to quote all the items. They
were awarded the Purchase Order based on this.
FUNDING:
Purchase Order No. 17039
160.1496
Prepared by: Randy Lipelt
Title: Senior Storekeeper
Reviewed by: George Morrow
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Electric Utility Inventory
DEPARTMENT: Electric
CONTRACTOR Intraline Inc.
AWARD AMOUNT: $8,853.77
DATE OF RECOMMENDATION: October 2, 2007
BIDS OR PROPOSALS RECEIVED:
Intraline Inc
General Pacific
HD Supply Utilities -Benicia
HD Supply Utilities -Portland
"NO BID" or NO RESPONSE RECEIVED:
Kortick Manufacturing
$8,853.77
$9,007.71
$9,536.96
$10,421.48
EXHIBIT B
BACKGROUND INFORMATION & BASIS FOR AWARD:
These items are for the Electric Inventory. The lugs and cold shrinks are new items and will
be used with the 1100 EPR cable. The sealing kits are a standard item and are used with
4/0 cable to 1100 cable. Intraline Inc was the responsible low bidder and was awarded the
Purchase Order.
FUNDING: 160.1496
Prepared by: Randy Lipelt
Title: Senior Storekeeper
Reviewed by: George Morrow
Purchase Order: 17036
EXHIBIT C
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: White Slough Aeration Blower Motor Repair
DEPARTMENT: Public Works
CONTRACTOR Industrial Electrical Co., Inc.
AWARD AMOUNT: $9,229.86
DATE OF RECOMMENDATION: October 3, 2007
BIDS OR PROPOSALS RECEIVED:
Industrial Electrical Co., Inc. $9,229.86
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
No other bids were pursued as this is an emergency repair due to the critical nature of
getting the aeration blower back in operation.
FUNDING: 170403.7331
Prepared by: Del Kerlin
Title: W.T. Superintendent
Reviewed by: Richard Prima
Purchase Order No. 17044
EXHIBIT D
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: White Slough UV Lamp Replacement
DEPARTMENT: Public Works
CONTRACTOR Trojan Technologies Inc.
AWARD AMOUNT: $18,263.00
DATE OF RECOMMENDATION: October 3, 2007
BIDS OR PROPOSALS RECEIVED:
Trojan Technologies Inc. $18,263.00
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
UV Lamps are used in the wastewater treatment process to disinfect treated wastewater
before it is discharged to Dredger Cut or used by our customers (NCPA and San Joaquin
Vector Control District). Trojan Technologies Inc. is the manufacture of our UV system and
the sole supplier of all the parts utilized in their system including the UV lamps. The UV
lamps being purchased will be part of ongoing operations and maintenance costs as they
near their operational life expectancy of 12,000 hours. Future purchases will follow as the
remaining lamps reach their life expectancy. The lamp replacement costs have been
anticipated and are included in the 2007-2008 Wastewater Budget. Pricing per original
contract.
FUNDING: 170403.7331
Purchase Order: 17047
Prepared by:
Del Kerlin
Title: W.T. Superintendent
Reviewed by: Richard Prima
EXHIBIT E
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Statewide General Waste Discharge Requirements - Gap
Analysis & Plan and Schedule
DEPARTMENT: Public Works
CONTRACTOR Consultant: Holmes International
AWARD AMOUNT: $19,995.00
DATE OF RECOMMENDATION: August 29, 2007
BIDS OR PROPOSALS RECEIVED:
West Yost Associates $19,900.00
HDR Engineering Inc. $19,900.00
Holmes International (Recommended) $19,995.00
"NO BID" or NO RESPONSE RECEIVED:
N/A
BACKGROUND INFORMATION & BASIS FOR AWARD:
The State Water Resources Control Board adopted the Statewide General Waste Discharge
Requirement (Order No. 2006-0003) on May 2, 2006. The Order requires that all public
collection systems comprised of more than one (1) mile of pipeline be regulated. The
purpose of the order is to protect Waters of the State from wastewater discharges
associated with periodic system failures. The Order requires that each operator of a publicly
owned collection system develop and implement a system specific Sewer System
Management Plan (SSMP). According to the Order, the purpose of the plan is to facilitate
proper funding and management of sanitary sewer systems statewide. Compliance with the
Order is also a provision of the City's Proposed Discharge Permit for the White Slough
Water Pollution Control Facility scheduled to be adopted in September of 2007.
The SSMP is comprised of eleven (11) elements that include Collection System
Management Goals, Organization of Personnel, Legal Authority for permitting flows to the
system, Operations and Maintenance activities, Design and Performance provisions,
Overflow Emergency Response Plan, Fats -Oils & Grease Program, System Capacity
Assurance, System Monitoring and Measurement plan, Internal SSMP audits and an SSMP
public communications program.
Staff interviewed all three consultants. Holmes International appears to possess the most
experience in preparing SSMP's of the three. The work proposed by Holmes International is
to evaluate and identify where "gaps" exist between the City's operations and the
requirements of the Order. This evaluation will extract the information needed to prepare the
SSMP Plan and Schedule (while not listed as a required element, the Plan and Schedule is
the first task outlined in the State's Implementation Schedule) which must be completed and
approved by the City Council by November 2, 2007. For the slightly higher price, Holmes
International will not only prepare the Plan and Schedule, but will also provide a Draft
SSMP. The Draft SSMP document will be valuable to the City as we proceed with complying
with the remaining requirements. The final SSMP certification must be completed by August
2, 2009.
FUNDING: Wastewater: Account Number 170403.7323.
Prepared by: Charlie Swimley
Title: Water Services Manager
EXHIBIT F
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Electric Utility Inventory
DEPARTMENT: Electric
CONTRACTOR HD Su ly Utilities -Benicia
AWARD AMOUNT: $11,477.11
DATE OF RECOMMENDATION: October 8, 2007
BIDS OR PROPOSALS RECEIVED:
HD Supply Utilities -Benicia $11,477.11
"NO BID" or NO RESPONSE RECEIVED:
Kortick Manufacturing Bid 2 Items
HD Supply -Portland Bid 2 Items
General Pacific Bid 3 Items
All Phase Electric Supply Bid 2 Items
Intraline, WESCO, Ace Supply, GEXPRO, Rexel no bid
all items
BACKGROUND INFORMATION & BASIS FOR AWARD:
These items are for the Electric Inventory. These items are for Reynolds Ranch and the
Work Orders to feed Reynolds ranch. HD Supply -Benicia was the only responsible vendor
to auote all the items. Thev were awarded the Purchase Order based on this.
FUNDING: 1 160.1496 1
Prepared by: Randy Lipelt
Title: Senior Storekeeper
Reviewed b George Morrow
Purchase Order No. 17060
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
HD Supply Utilities -Portland
Electric Utility Inventory
Electric
HD Supply Utilities -Portland
$5,994.25
October 8, 2007
"NO BID" or NO RESPONSE RECEIVED:
Sole Supplier
HD Supply Utilities -Portland
$5,994.25
EXHIBIT G
BACKGROUND INFORMATION & BASIS FOR AWARD:
These items are for the Electric Inventory. These items are for Reynolds Ranch and the
Work Orders to feed Reynolds Ranch. Cooper Industries, Inc. provides the standard
inventory items used by the Electric Utility for replacement and maintenance of the electric
distribution system throughout the City of Lodi. HD Supply -Portland is the only qualified
vendor to sell Cooper Industries, Inc. products. They were awarded the Purchase Order
based on this.
FUNDING: 160.1496
Prepared by: Randy Lipelt
Title: Senior Storekeeper
Reviewed by: George Morrow
Purchase Order: 17061
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
Interstate Truck Center
EXHIBIT H
Repair City Vacuum Truck #04-038
Public Works
Interstate Truck Center
$7,131.82
October 12, 2007
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
The City Public Works Water Service Division's
major oil leak. Believed to be a warranty -coverer
the Vacuum Truck to Interstate Truck Center,
International truck dealer. It turned out to be a c
non -warranty work, after all.
$6,038.45
Vacuum Truck #04-038 experienced a
repair, the Fleet Services Division sent
of Stockton, as the authorized local
reater problem than first estimated, and
After tear down to find the source of the oil leak, a broken cam follower was discovered
which requires removal of the cylinder head and oil pan. Removing and replacing the timing
gears and head gasket or cylinder head (one or the other) will double the cost from the
original estimate for repairs.
FUNDING:
Purchase Order No. 17068
Fleet Services 260561.7333 (Internal Service Fund) will charge Wastewater
Administration 170401.7189
Prepared by
Dennis J Callahan
Title: Fleet and Facilities Manager
Reviewed by: Wally Sandelin
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
HD Supply Utilities -Portland
Electric Utility Inventory
Electric
HD Supply Utilities -Portland
$8,921.70
October 16, 2007
"NO BID" or NO RESPONSE RECEIVED:
Sole Supplier
HD Supply Utilities -Portland
$8,921.70
EXHIBIT I
BACKGROUND INFORMATION & BASIS FOR AWARD:
These fuses are for the Electric Inventory. They are used in Electric Switches throughout
the electric system. Cooper Industries, Inc. provides this type of standard inventory item
used by the Electric Utility for replacement and maintenance of the electric distribution
system throughout the City of Lodi. HD Supply -Portland is the only qualified vendor to sell
Cooper Industries, Inc. products. They were awarded the Purchase Order based on this.
FUNDING:
Prepared by: Randy Lipelt
Title: Senior Storekeeper
Reviewed by: George Morrow
Purchase Order No. 17083
EXHIBIT J
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: RDA newsletter mailing
DEPARTMENT: City Manager/Administration
CONTRACTOR Pre -Sort Center of Stockton
AWARD AMOUNT: $9,000.00
DATE OF RECOMMENDATION: 10/22/07
BIDS OR PROPOSALS RECEIVED:
Pre -Sort Center of Stockton, $0.36 per copy, actual
postage charged by U.S. Postal Service
"NO BID" or NO RESPONSE RECEIVED:
N/A
BACKGROUND INFORMATION & BASIS FOR AWARD:
Actual cost of postage charged to Pre -Sort by U.S.P.S., the only service available.
FUNDING:
130101.7201
Prepared by: Jeff Hood
Title: Communications Specialist
Reviewed b Blair Kin
Purchase Order No. 17092-001
EXHIBIT K
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: RDA Newsletter Printing
DEPARTMENT: City Manager/Administration
CONTRACTOR Pre -Sort Center of Stockton
AWARD AMOUNT: $5,094.84
DATE OF RECOMMENDATION: 10/22/07
BIDS OR
PROPOSALS RECEIVED:
$5,094.84 to print 24,000 newsletter copies, set up for
mailing, address printing, metered, sealed, insert map
page, barcode sort and tray and delivery to USPS from
Pre -Sort Center of Stockton for $0.21041 per cop
"NO BID" or NO RESPONSE RECEIVED:
N/A
BACKGROUND INFORMATION & BASIS FOR AWARD:
Due to time constraints and turnkey product solution offered by Pre -Sort Center of Stockton
at a low price, no other vendors considered.
FUNDING:
130101.7201
Prepared by: Jeff Hood
Title: Communications Specialist
Reviewed b Blair Kin
Purchase Order No. 17092-001
EXHIBIT L
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Electric Utility Inventory
DEPARTMENT: Electric
CONTRACTOR Intraline Inc.
AWARD AMOUNT: $5,965.36
DATE OF RECOMMENDATION: November 20, 2006
BIDS OR PROPOSALS RECEIVED:
Intraline Inc. Item 1 on P O
$1,513.13
Intraline Inc. Item 2 on P O
$4,452.23
Total of P O
$5,965.36
"NO BID" or NO RESPONSE RECEIVED:
Item 1 on P O no other bids received
Item 2 on P O:
GEXPRO
$4,624.05
HD Supply Utilities -Benicia
$4,493.18
BACKGROUND INFORMATION & BASIS FOR AWARD:
These items are for the Electric Inventory. The service boxes are used for the underground
electrical system. The streetlights are for use on the streetlight system. These items can be
used in new construction or replacement of existing equipment. Intraline Inc. was the only
responsible low bidder on both items. The Purchase Order was awarded to Intraline Inc.
based on these facts.
FUNDING:
160.1496
Prepared by: Randy Lipelt
Title: Senior Storekeeper
Reviewed b George Morrow
Purchase Order No.: 17099
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
Electric Inventory
Electric Utility
Proglass Inc.
AWARD AMOUNT: $16,945.74
DATE OF RECOMMENDATION: 10/26/07
BIDS OR PROPOSALS RECEIVED:
Proglass Inc
Sole Supplier
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
This order is for the Electric Inventory. These fiberglass pads are
specifications. We are able to purchase direct from the manufacturer
vendor approved by the Electric Utility Department to provide these
EXHIBIT M
$16,945.74
built to City of Lodi
Proglass is the only
pads for the following
reasons:
Compatibility - The pads are standardized and completely interchangeable - only one style
is needed for initial installation and replacement. This results in cost savings and minimizes
inventory.
Reduced tooling costs - After the original bidding procedure, the manufacturer custom builds
a set of molds used for initial and future orders.
FUNDING
Purchase Order No. 17112
160.1496
Prepared by: Randy Lipelt
Title: Senior Storekeeper
Reviewed by: George Morrow
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
Wireless Network Replacement
Internal Services Division
Alpha Omega Wireless Inc
$7,362.67
10/26/07
EXHIBIT N
BIDS OR PROPOSALS RECEIVED:
Alpha Omega Wireless Inc $7,362.67
WAN -LAN- Motorola Point -to -Point $17,409.36
WAN -LAN - RAD Point to Point $7,498.69
"NO BID" or NO RESPONSE RECEIVED:
Delta Wireless
BACKGROUND INFORMATION & BASIS FOR AWARD:
The wireless point-to-point WAN connection to Fire Admin in the Parking Structure failed.
The original equipment manufacturer was out of business, thus requiring a new system and
new vendor.
FUNDING: 123001.7715 - Technology Replacement Fund: $3,284
102012.7330 - Fire: $4,079
Prepared by: Steve Mann
Title: IS Manaqer
Reviewed by:
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
Portable Thermal Imaging Camera
Electric
Palmer Wahl
$6,559.62
11/05/07
BIDS OR PROPOSALS RECEIVED:
Test Equipment Depot (Fluke Ti30)
Grainger Industrial Supply (Fluke TOO)
Palmer Wahl Instrumentation Group (HIS 13000)
"NO BID" or NO RESPONSE RECEIVED:
$9,995.00
$10,277.00
$5,995.00
EXHIBIT O
BACKGROUND INFORMATION & BASIS FOR AWARD:
This equipment is used to find electrical problems prior to failure. The Award Amount above
includes tax and shipping costs.
FUNDING:
Purchase Order No.: 17135
160652.7719, 160651.7719, 160650.7719
Prepared by: Allen Aadland
Title: Electrical Technician
Reviewed by:
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
Fault Locator
Electric Utility
AWARD AMOUNT: $10,577.87
DATE OF RECOMMENDATION: 11/06/07
BIDS OR PROPOSALS RECEIVED:
Innovative Utility Products (Fault Wizard)
Von Corporation (Saidisaver)
HDW (EZ -Restore 3)
"NO BID" or NO RESPONSE RECEIVED:
$9,850.56
$11,924.75
$10,577.87
EXHIBIT P
BACKGROUND INFORMATION & BASIS FOR AWARD:
The HDW fault locator unit provides an alphanumeric readout that identifies the location of
the transformers and the fault. The Fault Wizard does not have this capability. HDW also
has a shorter lead time and will let Electric Utility staff use a demo unit until the new unit
arrives.
FUNDING: 1611201.7719
Prepared by: Barry Fisher
Title: Const/Maint Supervisor
Reviewed by: Ken Weisel
Purchase Order No. 17146
EXHIBIT Q
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Electric Utility Inventory
DEPARTMENT: Electric
CONTRACTOR North Pacific Group Inc.
AWARD AMOUNT: $18,621.36
DATE OF RECOMMENDATION: 11/26/07
BIDS OR PROPOSALS RECEIVED:
North Pacific Group Inc. $18,621.36
Stella -Jones Corporation $18,910.13
McFarland Cascade $20,653.52
"NO BID" or NO RESPONSE RECEIVED:
Nevada Wood Preserving
BACKGROUND INFORMATION & BASIS FOR AWARD:
These items are for the Electric Inventory. Some of these wood poles are for building
electric lines associated with Reynolds Ranch. Some of the poles will be used to cover
minimum quantities for the Electric Inventory. North Pacific Group was awarded the
Purchase Order based on their company being the low bidder.
FUNDING:
160.1496
Prepared by: Randy Lipelt
Title: Senior Storekeeper
Reviewed b George Morrow
Purchase Order No. 17157
EXHIBIT R
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Recovery Equipment Hostin
DEPARTMENT: ISD
CONTRACTOR Lo ical Desi n
AWARD AMOUNT: $9,000.00
DATE OF RECOMMENDATION: 11/26/07
BIDS OR PROPOSALS RECEIVED:
Logical Design Inc $9,000.00
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
This standby service will allow the city to recreate its main computing environment (as400)
at a location in Rancho Cordova in the event of a disaster, or if the city's IBM computer is
destroyed or dama ed. This vendor is the sole authorized provider of this service.
FUNDING:
100411.7335 -ISD Operating
Prepared by: Steve Mann
Title: IS Manager
Reviewed b
Purchase Order No. 17154
Exhibit S
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Electric Utility Inventory
DEPARTMENT: Electric
CONTRACTOR HD Su l -Benicia
AWARD AMOUNT: $5,888.11
DATE OF RECOMMENDATION: 1 11/13/07
BIDS OR PROPOSALS RECEIVED:
HD Supply Utilities -Benicia $5,888.11
"NO BID" or NO RESPONSE RECEIVED:
General Pacific
WESCO
Kortick Manufacturing
HD Supply Utilities -Portland
BACKGROUND INFORMATION & BASIS FOR AWARD:
These items are for the Electric Inventory. Some of these items are for building electric
lines associated with Reynolds Ranch. Some items will be used to cover minimum
quantities for the Electric Inventory. HD Supply Utilities -Benicia was awarded the Purchase
Order based on their company being the only bidder.
FUNDING:
160.1496
Prepared by: Randy Lipelt
Title: Senior Storekeeper
Reviewed b George Morrow
Purchase Order No. 17159
Exhibit T
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Houston Lane Wastewater Improvements
DEPARTMENT: Public Works
CONTRACTOR G & L Brock Construction CO.; Inc
AWARD AMOUNT: $19,636.50
DATE OF RECOMMENDATION: 11/07/07
BIDS OR PROPOSALS RECEIVED:
Preston Pipelines -Lathrop CA $21,751.00
G & L Brock Construction Co.; Inc -Stockton $19,636.50
"NO BID" or NO RESPONSE RECEIVED:
AM Stephens Construction, Inc -Lodi
BACKGROUND INFORMATION & BASIS FOR AWARD:
The existing wastewater main on Victor Road is in a state of severe decay. Portions of the
main have the entire top half of the pipe missing. There is a potential risk of failure that
could result in a sanitary sewer overflow - the pipe needs to be replaced as soon as
possible. The existing wastewater main was also installed too close to an existing water
main thereby making repairs to the existing wastewater main very difficult. It has been
determined by City staff that it is more cost effective to abandon the existing wastewater
main on Victor Road and to install a new manhole and shorter piece of new wastewater
main on Houston Lane as shown on the attached drawing.
The proposed work requires man power and equipment that exceeds the division's
resources. Therefore it is recommended the City of Lodi award the repair work to G & L
Brock Construction C., Inc. in the amount of $19,236.50
FUNDING:
171405.1825.1800
Prepared by: Kevin Gaither
Title: Water Services Technician
Reviewed b
Purchase Order No. 17161
EXHIBIT U
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Anti -Virus Protection
DEPARTMENT: ISD
CONTRACTOR An us Hammer Inc.
AWARD AMOUNT: $6,700.00
DATE OF RECOMMENDATION: 1 12/07/07
BIDS OR PROPOSALS RECEIVED:
An us -Hammer Inc. $6,700.00
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
This is a renewal of the City's computer system anti-virus protection agreement with
Symantec Corp. Prices are set by the manufacture. Angus -Hammer is an authorized
reseller.
FUNDING:
123001.7715
Prepared by: Steve Mann
Title: IS Manager
Reviewed b
Purchase Order: 17218
Exhibit V
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Water Inventory
DEPARTMENT: Water
CONTRACTOR Corix Water Products/Ed Walsh
AWARD AMOUNT: $5,037.31
DATE OF RECOMMENDATION: 12/11/07
BIDS OR PROPOSALS RECEIVED:
Corix Water Products/Ed Walsh $5,037.31
Groeni er & Company $5,172.00
"NO BID" or NO RESPONSE RECEIVED:
Buttes/Center State Pipe
Golden State Flow
Ferguson Enterprises
BACKGROUND INFORMATION & BASIS FOR AWARD:
These items are for the Water Inventory. These items are to cover minimum quantities in
the Water Inventory. Corix Water Products/Ed Walsh was awarded the Purchase Order
based on their company being the low bidder.
FUNDING: 180.1496
Prepared by: Randy Lipelt
Title: Senior Storekeeper
Reviewed b Frank Beeler
Purchase Order No.: 17228
Exhibit W
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: The City of Lodi -Community Arts Directory/Winter/Spring
2008 issue
DEPARTMENT: Hutchins Street Square
CONTRACTOR Folger Graphics
AWARD AMOUNT: $9,136.00
DATE OF RECOMMENDATION: 12/18/07
BIDS OR PROPOSALS RECEIVED:
On-line Printing .00 Unable to
execute job
Phenix Print & Image does not include postage) 9,563.00 Complete job
Folger Graphics does not include postage) 9,136.00 Complete job
"NO BID" or NO RESPONSE RECEIVED:
Duncan Press Unable to print
BACKGROUND INFORMATION & BASIS FOR AWARD:
Folger Graphics offers printing, binding, duplication, lay -out and delivery to postal center
and previous files in possession.
Funding: 108026.7301
Prepared by: Diane C. Amaral
Title: Administration Clerk
Reviewed b
Purchase Order: 17244
Exhibit X
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Reference USA Business and Residential Database
DEPARTMENT: Library
CONTRACTOR InfoUSA
AWARD AMOUNT: $7,000.00
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
Subscription to Reference USA database with in-
house and remote access to information on over 12
million businesses and 100 million residences.
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
InfoUSA is the sole supplier of this database. Lodi Public Library has subscribed to the
US Businesses data for over 8 years, and the US Residents data for 2 years.
Funding: 210801.7308
Prepared by: Nancy Marinez
Title: Library Services Director
Reviewed b
Purchase Order: 17260
Exhibit Y
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: White Slough UV Lamp Replacement
DEPARTMENT: Public Works
CONTRACTOR Coombs -Hopkins & DC Frost
AWARD AMOUNT: $15,285.00
DATE OF RECOMMENDATION: 12/20/07
BIDS OR PROPOSALS RECEIVED:
Trojan Technologies Inc. $15,285.00
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
UV Lamps are used in the wastewater treatment process to disinfect treated wastewater
before it is discharged to Dredger Cut or used by our customers (NCPA and San Joaquin
Vector Control District). Coombs -Hopkins & DC Frost are the manufacturer
representatives for Trojan Technologies Inc. who is the manufacturer of our UV system
and the sole supplier of all the parts utilized in their system including the UV lamps. The
UV lamps being purchased will be part of ongoing operations and maintenance costs as
they near their operational life expectancy of 12,000 hours. Future purchases will follow
as the remaining lamps reach their life expectancy. The lamp replacement costs have
been anticipated and are included in the 2007-2008 Wastewater Budget. Pricing per
original contract.
Funding: 170403.7331
Prepared by: Del Kerlin
Title: W.T. Superintendent
Reviewed b
Purchase Order: 17264
Exhibit Z
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Wireless Capability Project for MDC's
DEPARTMENT: Police
CONTRACTOR Net Motion Wireless
AWARD AMOUNT: $9,126.56
DATE OF RECOMMENDATION: 10/30/07
BIDS OR PROPOSALS RECEIVED:
Net Motion Wireless 1 1 $9,126.56
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
A maintenance service agreement is needed to keep the Police Department's Mobile
Data Computers (MDC's) functioning with the wireless capability upgrade. This wireless
upgrade gives officers the ability to access additional law enforcement websites from
patrol vehicles. These websites include those that track open warrants with the California
Law Enforcement Tracking System (CLETS), and San Joaquin County Justice
Information Systems (CJIS), arrest details via CLETS and CJIS, and vehicle/driver status
through the California State Department of Motor Vehicles.
This is a sole source bid previously discussed, and approved, with the Chief of Police and
the City Manager in November, 2007. Net Motion is the only vendor that services the
multiple software, which is interfaced, to provide secure service of law enforcement only
accessible data bases. Web based security is a high priority when dealing with huge data
bases that have personal, detailed information about citizens.
Fundin California Law Enforcement Equipment Program
Prepared by: Betsy Peterson
Title: Management Analyst
Reviewed b David Main
Purchase Order: 5283
Exhibit AA
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Paint Lettering & Art on Transit Trolley #10-050
DEPARTMENT: Public Works
CONTRACTOR Tony Segale Fine Art & Gold Leaf Sign Company
AWARD AMOUNT: $6,600.00
DATE OF RECOMMENDATION: 1 11/21/07
BIDS OR PROPOSALS RECEIVED:
Tony Segale Fine Art & Gold Leaf Sign Company $6,600.00
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
The City Public Works Transit Division's Trolley #10-050 required a complete new paint job,
due to age and fading of existing paint. Lettering and graphics, in most places, had faded
completely off. Due to the unique character as well as the image projected by this particular
transit vehicle, it was determined that gold leaf artwork and lettering should be applied.
The Fleet Services Division, working with the Transit Division, received a proposal for
professional services from Tony Segale Fine Art & Gold Leaf Sign Co. to produce lettering
and artwork needed on all four sides of the trolley. Geweke Body, Paint & Towing provided
the basic paint job which served as the base for the artwork. Coordination between a local
professional and Geweke Body was vital in order to ensure the final product met aesthetic
and durability requirements. Tony Segale Fine Art & Gold Leaf was determined to be the
only local gold leaf professional capable of performing this type of work.
FUNDING: 125052.7333
Prepared by: Dennis Callahan
Title: Fleet and Facilities Manager
Reviewed b Blair Kin
Purchase Order No. N/A