Loading...
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