Loading...
HomeMy WebLinkAboutAgenda Report - November 7, 2007 E-04AGENDA ITEM Er CITY OF LODI COUNCIL COMMUNICATION IM AGENDA TITLE: Quarterly Report of Purchases Between $5,000 and $20,000 MEETING DATE: November 7, 2007 PREPARED BY: Management Analyst 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 3`" calendar quarter of 2007, the following purchases were awarded. Background information for each purchase is attached as Exhibits A through KK Exh Date Contractor Det I Project Award Amt A 7/2107 All -Phase Electric EU Electric Utility Inventory $14,472.98 B 712/07 HD Supply Utilities LTD EU Electric Utility Inventory $14,088.38 C 7/2107 Siemens Telegyr Systems, Inc EU Change Order account number ch 'd $13,200,00 D 719/07 General Pacific Inc EU Polyphase Solid State Meters $12,283.50 E 7/12/07 DLT Solutions, Inc EU AutoCAD System Upgrade $13,531.72 F 7/12/07 Republic Sales & Manufacturing PW Digester Mixing System Blower $ 9,670.68 G 7112/07 Pump Repair Service Co PW Impeller Replacement $ 7,181.54 H 7/12/07 General Pacific Inc EU Electric Lifility Inventory $ 5,528.89 1 7/19/07 Golden State Flow Measurement PW 6" Compound Water MeterAssemblies $11,389.78 J 7/25/07 Storage Battery Systems EU McLane Subsystem Battery System $ 5,956.34 K 7/24/07 Folger Graphics HSS COL Community Arts Directory - Fall 2007 $ 5,596.00 L 7/26/07 HF&H Consultants PW W/W Project Financing Revenue Analysis $19,000.00 M 7127/07 Shaoe Incorporated PW Replacement Pump for Vinewood Basin $18,279.79 N 7127/07 Bobcat Central Inc PW Small Utility Vehicle Replacement $ 9,805.64 O 7130/07 AFL Telecommunications, LLC EU Fiber Optic Service to City Hall $ 7,803.55 P 7130/07 Intraline, Inc EU Electric utility Inventory $12,714.50 Q 8/2/07 Trojan Technologies Inc PW UV Lamp Replacement $11,169.37 R 8/7/07 HD Supply Utilities LTD EU Electric Utility Inventory $ 5,947.80 S 8/7107 Delta Pum Co PW Well Replacement $ 6,716.26 T 8/9/07 MuniQuip Inc PW Wemco Pump Rebuild $ 5,890.59 U 8/13/07 Industrial Commercial Refrigeration PW Re lace#2 HVAC Com ressoron Chiller $ 8,333.77 V 8/13/07 Intraline. Inc EU Electric Utility Inventoy $ 9,507.34 W 8/22/07 Accountemps EU Personnel Services $ 5,000.00 X 8/22/07 Econolite Control Products Inc PW Traffic Signal Controller/Cabinet System $13,823.04 y 8/22/07 Xerox Corporation PD Xerox Co ierfor LPD $10,175.37 Z 8/22/07 MuniQuip Inc PW Wemco Pump Replacement $12,068.00 APPROVED: /—, rl 11 ai Ing, City Manager CITY OF LODI COUNCIL COMMUNICATION AA 8122107 Siemens Ene & Automation Inc EU McLane Substation RTU $11,884.83 BB 8122107 Rubbersidewalks Inc PW Rubbersidewalks $10,397.50 CC 8127107 Holmes International PW Gap Analysis & Plans and Schedule $19,995.00 DD 8128107 AlIquip Universal Inc EU TIIGER-1 Mini Derrick $ 7,200.00 EE 8129107 AZCO PW Traffic Signal Standard $ 6,177.11 FF 914!07 Trojan UV PW I UV Lamp Replacement $18,252.00 GG 915!07 Software House International ISD IBM Printer Replacement $ 7,041.60 HH 915107 All Phase Electrical Supply Cc EU Electric Utility Inventory $ 6,686.35 II 9111107 HD Su ply Utilities LTD EU Electric Utility Inventory $ 6,031.84 JJ 9124107 Desi n Community & Environment CDD Lodi Municipal Service Review $14,200.00 FISCAL IMPACT: Varies by project. All purchaseswere budgeted in the 2007-2008 Financial Plan. FUNDING: Funding as indicated on exhibits 7 J@Wes R Krueger, Deputy City Manager EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: BIDS OR PROPOSALS RECEIVED: Electric Inventory Electric Utility All Phase Electric Supply Company $14,472.98 July 2„ 2007 All -Phase Electric Supply Wire & Prismatic Glass $14,472.98 General Pacific Wire Only $13,740.28 Intraline Wire Only $13,188.60 Western States Electric Wire Only $15,822.01 Southwest Power Wire Only $15,645.30 "NO BID" or NO RESPONSE RECEIVED: Ace Supply Kortick MFG Gexpro Rexel Norcal Valley Wesco Distribution BACKGROUND INFORMATION & BASIS FOR AWARD: This order is for the Electric Inventory. These items are for inventory replacement from the period of April 15, 2007 -June 30,2007. This period was the time when all purMfde� es were no allowed. ��t-PhaS� �(ecl-,�G Is an Il r2.50vns7_tle bo-�-k tj I Yr— S ( cA5S, 6� FUNDING: Purchase Order No. 16759 160.1496 Prepared by: Title: Reviewed by: Ran ni Storkee 1, IV G;�\ G. jay •Y°°A.r'r•� Page No. 1 Budget Division 07/02/07 Purchasing Date Purchase Order 16757-000 OP Lodi CA 9524106910 Fund (209) 333-6778 Buyer Randy333-6/68 U All -Phase Electric Supply Co H City of Lodi P Attn Rick Furgison P MSC Warehouse 3282 Lance Drive 1331 S Ham Lane E Stockton CA 95205-2444 T D Lodi CA 95242-3995 R 1 Our Order No must appear on all papers and packages relative to this order N O T 2 Enclose itemized packing slip indicabng our purchase order no with eachshipment 3 Acceptance of this order shall constitute acceptance of all the provisions on the face ORDERDATE CITY OF LODI E and back hereof Terms and conditions on this purchase order contract including Accounts Payable F.O.B. I SHIP VIA FOB - Our DOCk those on reverse side hereof shall prevail over any and all inconsistencies contained PO Box 3006 in your quotation and/or acknowledgements Lodi. CA 95241.1910 SUPPLIER CONTACT 4 Notify us immediatelyif you are unable to ship complete by date specified Vendor#j 212311 REQUESTOR Electric Inventory DESCRIPTION QUANTITY UM UNIT PRICE UM TOTAL PRICE #,770 STR AL XHHW BLACK I 2.9980 FI 11,992.0 ABLE 1000' Reels 18.047E rismatic Glass 3 iEA� 480.0000 EP 1,440.0 eflector/Refractor Per Spec 151.7602 Duote No Q-2464 r TERMS I TAX RATE I SALES TAX I TOTAL AMOUNT OF ORDER et 30 Days 17.750 1040.98 14,472.9 Af'OVED BY -7 /,f DAT _7/ ❑&n Bred By: RANDY PLEASE SIGN TURN THE ATTACHED ACKNOWLEDGEMENT, IF THE ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED. EXHIBIT )MMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: Electric Inventory Electric Utility Western States Electric $16,728.73 July 2„ 2007 BIDS OR PROPOSALS RECEIVED: Western States Electric $16,728.73 General Pacific Bid Items 1,2,3,4,5,11,12 Intraline Bid Items 2,3,4,5 All -Phase Bid Items 3,45,13,15 Southwest Power Bid Item 1,2,3,4,5,7,8,9,11,12,13,14,15 Kortick Mfg Bid Items 2,7,8,9,11,12 See attached quote sheets for prices "NO BID" or NO RESPONSE RECEIVED: Ace Supply Gexpro Rexel Norcal Valley Wesco Distribution BACKGROUND INFORMATION & BASIS FOR AWARD: This order is for the Electric Inventory. These items are for inventory replacementfrom the period of April 15,2007 -June 30,2007. This period was the time when all purchases were not allowed. V , %�,, 0�s � ( S / o t j Gf AtL, r 4-6 r►1. S ,,_i c (-V—w - �;� FUNDING: Purchase Order No. 16759 160.1496 Prepared by: Randy Title: Senior Storkeeper Reviewed by: U HD Supply Utilities LTD H 1 CITY OF LODI, CALIFORNIA Budget Division Page No. Date 07/02/07 FT Purchasing Purchase Order 16758-000 OF PURCHASE ORDER, PO Box 3006 Lodi, CA 95241-1910 Fund 3 R (209)333-6778 Buyer Randy 0 333-6768 U HD Supply Utilities LTD H City of Lodi P Western States Electric a MSC Warehouse FT Attn Harry Potts STRENGTH 250' Coils 1331 S Ham Lane E P 0 Box 82549 T Q Lodi CA 95242-3995 R Portland OR 97282-0549 N1. Our Order No. mustappear on all papersand packages relative to this order. 1500 FT 2. Encloseitemized packing slip indicatingour purchaseorder no. with each shipment FT T E 3. Acceptance of this order shall constitute acceptance of ail the provisions on the face INVOICETO BE SENTTO: CITY OF LODI ORDERDATE 15.9026 and back hereof. Terms and conditions on this purchaseorder contract, including Accounts Payable F.O.B. / SHIP VIA FOB - Our DOCk 2,ETR BARE CU SOFT DRAWN CON= those on reverse side hereof, shall prevail over any and all inconsistenciescontained AO Box 3006 1.0250 FT in your quotationand/or acknowledgements. SUPPLIER CONTACT Lodi, CA 95241-1910 4. Notify Us immediatelyif you are unable to ship complete by date specified. 18.0210 Vendor# 188058 REQUESTOR I Electric Inventory Account Numbers: 16 0 . 14 9 6 . DESCRIPTION QUANTITY UM UNIT PRICE UM TOTAL PRICE 16" GUY WIRE 20,000LB, BRKING 1000 FT .4000 FT 400.0� STRENGTH 250' Coils 15.9023 /8" GUY WIRE 15,000LB BRKING 1500 FT .2690 FT 403.5 TFENGTH 250' Coils 15.9026 2,ETR BARE CU SOFT DRAWN CON= 1000 FT 1.0250 FT 1,025.0 UCTOR 1000' Reel 18.0210 2 TRIPLEX ACSR CABLE (CONCH) 1800 FT .7370 F7 1,326.6 800' Reel 18.0303 1/0 TRIPLEX ACSR CABLE 2400 FT 1.0210 FT 2,450.4 (NE A 1200' Reel 18 . 0 314 �Q/YI aV �' ��� -•• - .5 MC M AL D.E. SHOE 25 E 16.9500 E �}G'� RL 423.7E PRING TYPE Bethea ASO -858-2 r���., r t,cs-1rr5) 18.0515 6-1/0 TO #6-1/0 HOT LINE 100 E 6.1500 E 615.0 LAMP Chance S1520AGP 18.0825 2STR ACSR& AL FULL TENSION 12 E 6.0000 E 72.0 LTO. SLEEVE Reliable 7652 18.1965 OOA 15KV LOADBREAK CUTOUT 48 EA 101.5000 EA 4,872.0 hance C730-114PB 18.2991 KV SURGE ARRESTER , 12 EA 39.0000 EA 468.0 aper UHGO90SOAlAlBlA ' 18.5309 - TERMS TAX RATE SALES TAX TOTAL AMOUNT OF ORDER I APPROVED BY DATE n PLEASE SIGN 8 RETURN THE ATTACHED ACKNOW EDGE*MENT, w IF THE ACKNOWLEDGEh(1�NT REQUIRED BOX IS CHECKED.iI Page No. 2 CITY OF LODI, CALIFORNIA Budget Division Date 07./02./07 Purchasing PurchaseOrder 16758-000 OP PO Box PURCHASE ORDER" Lodi CA 9524106910 Fund. Randy (209)333-6769 (209)333-6778 Buyer u HD Supply Utilities LTD H City of Lodi P Western States Electric a MSC Warehouse 11331 i Attn Harry Potts ..2500, S Ham Lane E P 0 Box 82549 Q Lodi CA 95242-3995 rl Portland OR 97282-0549 117.0906 N 1. Our Order No. must appear on all papers and packages relativeto this order, 0 T E 2. Encloseitemized packing slip indicatingour purchaseorder no. with each shipment. 3. Acceptance of this order shall constitute acceptance of all the provisions on the face 114VOICE TO BE SENT ORDER DATE E CITY OF LODIo 7 and back hereof. Terms and conditions on this purchaseorder contract, including Accounts Payable F.O.B. I SHIP VIA F - Our Dock 117.0912 those on reverseside hereof, shall prevail over any and ail inconsistefIcies contained PO Box 3006 in yourquotationand/oracknowledgements. SUPPLIER CONTACT Lodi. CA 95241.1910 .3900 E. 4. Notify Us immediateiyif you are unable to ship complete by date specified. Vendor# 1 188058 REQUESTOR I Electric Inventory Account Numbers: 16 0 .149 6 . UI E DESCRIPTION QUANTITY UNIT PRICE Ut TOTAL PRICE 5/811 GALVANIZED SQUARE WASHER 5 ..2500, 125. �-1/4" Joslyn J1075 117.0906 /2" GALVANIZED SPRING WASHER 500 E 1.2500 E 625.1 Joslyn J3539 117.0912 4 SOL -4 STR COPPER CRIMPIT 100 E .3900 E. 39.1 urndy YC4C4 117.2625 50 MCM 2 HOLE AL COMP.LUG 250 E. 8.1500 E. 2,037.E (STRAIGHT) Homac AL 750 NTN 24.9645 1/0 AL 15kv Cable Terminator 15 E; 42.8500 E; 642.' Polymer 3M 7652-S-4 HISCO010 124.6930 note No.: Q-2464 cr2�I�S 4e,,. V, S-0 q. s� ie s , ^� � C g q ,, 4, q 3 TERMS /1 - I TAX RATE SALES TAX TOTAL AMOUNT OF ORDER \Tet 30 Days 7.750 1203.23 16 .73 APPROVED BY (_,APPROVED DA , y © ' (� 0099, ❑ PLEASE SIGN 8 R6RN THE ATTACHED ACKNOWLEDGEMENT, a I CITY OF •, 1 • 1 �h+l PURCHASE • , -N s U Siemens Telegyr Systems Inc i 1650 Tcchnolbgy Dr L San Jose CA 95110 ■ R Itl401CI To I a111ITT01 CITY OP LODI ORDER DATE 05/24/07 P.o.9 r aNIP vu► FOB - Our Dock Accousxs Payable PO Box 3006 SUPPLIER CONTACT Lodi. CA 95241.1910 Vendors 1 137947 1 REWESTOR I BOB ANDERSON - EUD Account Numbers: 160653 . 733 5 DESCRIPTION INDOWS SERVICE & SUPPORT CADA SERVER (WEB 10S) ESTORATION/RECONFIGURATION IEMENS QUOTATION NUMBER: S07 85Q ONTRACT TERM: 6/1/07 TO 5/31 8 QUANTITY Page No 1 Budget Dlv>suon 06/05/07 Purchasing Oats Purchase Order 16701-001 OP PO Box 3009 Lodi CA 98241.1910 Fund 3 (209)332-6778 Buyer h City of Lodi Electric Utility P 1331 S Ham Lane T Lodi CA 95242 of N 1. Our Order No. must appear on all paper and packages relative to this order. 0 2. Enclose itemized pecking sip indicating our purchase order no. wUh each shipment. T 3. Acceptance of this order shell constitute acceptance of all the provisions on the face E and bac:khereot. Terms and conditions on this purCMU order contract, including those on reverseside hereof, shall prevailover any and all inconsistencies containeq inyour quotation an=r a cKn4w144gementa. 4. Notify us Immediately If you aro unable to ship complete by date specified )M UNIT pR10E IM TOTAL PRICE 1 EAN 13,200.0000 00 1 EA, 1,300.0000 EA, 1,300. PER EUD $1300 It m was removed Total liquida io was $13200 (see 20, Qtr ar _was 5-20K) it tvans B dget Manag HANGE ORDER 6/5/07 CHANGE TI ACg6NT\1NUMBER TERMS 30 Days APPROVED BY TAX RATE fir', .750 DATE I 1' =ALE! TAX TOTAL AMOUNT OF ORDER i 14,500.09 °LEASESIGN.iRE. RN THE AT-.1CHEDACKNCAILEDGEMENT E�'Itz=ed 3v: KFNuG`wr11aVN ❑ IF 74E ACKNOWLEDGEMENT RECLIAE0 BOX IS CMECKED. of the : t)RD wit Q5+ 24 07 FAJIL I sH,r VSA'. F.OB - 0ur Dock ':• Aeaourn PayabW mt PO a 1000 UtJt CONTACT` '' CITY OF>LODI CALIFQRNIA Auount Nu ars; 7335: Budget 0lvfet4n Ptpa No. _ . o6/os o7ti . t- o.rs Purchestng 16701`-0'01: OP PtircMea Order PURCHASE ORDER UM: PO Box 3006. loa.cAea�4,.,910 F 3 LOA TOTA4PREE E -SPECTRUM POW R TG FOR (209) 331.6778; , 9uyer -_ 13,200.0000' 13,200:OC u Siemens Ter Inc Sy3tems x 'City'of Lodi Electric Utilicy hnol.ogy `Dr Al P 1331 S Ham Lane t: S Jose CA 951.10 T Lodi CA 9524.2 STORATION/RECONFIGURATION v� +o J IEMENS QUOTATION NUMBER: S07- 850 e' Our Order. No. must appearon all paper s and.pecM*_ retafve.to=itxs order. 0 T 2. Enclose itemlzed paddng sip indicating our purdiase ander no:.wfneeclt shipment to U utvaaro rro te=ee Cmrop> lx : t)RD wit Q5+ 24 07 FAJIL I sH,r VSA'. F.OB - 0ur Dock ':• Aeaourn PayabW mt PO a 1000 UtJt CONTACT` '' Lod. CA 9524)-1810 Q: 3. Acceptance of,this order sl con all stitute accep . ace a pro,dslons on the lace and back hereot..Terms;end Gond tons on gUtpurchese order coMram-i_ncludng those on,revaisb.side twlreo), she prevail over any and aU inconsistencies conuineM in your )quotation and/or acknowiedpements. 4. Notify usimmOsiely 1f you are unable to ahlp cotrmlete by'detespee led. :vendors 9.47 tIEQUt:eTOR 'BOB ANDERSON - EUD• Auount Nu ars; 7335: OESCRtPT10N' pUANTiTy' UM: UNIT PRICE LOA TOTA4PREE E -SPECTRUM POW R TG FOR 1 13,200.0000' 13,200:OC NDOWS.SERVICE &`SUPPORT . 1C, ADA SERVER (WEE IOS) 1 1,.300.0000 1,300.Ot STORATION/RECONFIGURATION v� +o J IEMENS QUOTATION NUMBER: S07- 850 ONTRACT TERM.: 6/1/07 TO 5/3.1/_8 . P R AL LIQUIDATi N mate Purchaser Order Totai Eno rpt erg Liquidate, 08 - Amount FT. Encu be , rH r f"p-n GE ORDER' 6 / 5 / 07 : CiANOE Tf7 ACCOUNT N[7MBER �cEIVE JU1 —5 2007 i TplMte TAX RATt: SALES TAX f, j.0Tk AMOteiT dF OR P : 'det 30 Days -,7.750 I f 14,50t7..Q_. E APPROVED 8Y I OATS fy 77 11 7At c? eLIY n plE .aE SIGN,; R dN:TK AT ACN°0 4CKNC VtNT RECUME0 SOX IS COECKEa. ` I IF c%*ACKNC6V6E0GEYc[dT. EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: Polyphase Solid State Meters DEPARTMENT: ELECTRIC UTILITY CONTRACTOR: GENERAL PACIFIC AWARD AMOUNT: $12,283.50 DATE OF RECOMMENDATION: 07/09/07 BIDS OR PROPOSALS RECEIVED: 1 bid - General Pacific "NO BID" or NO RESPONSE RECEIVED: NIA BACKGROUND INFORMATION & BASIS FOR AWARD: NEW METERS FOR INSTALLATION. GENERAL PACIFIC ISTHE SOLE SOURCE FORTHIS TYPE OF EQUIPMENT CITY COUNCIL AGREEMENT. FUNDING: 160613.7712 Prepared by: KEN BERG Title: METERINGTECHNIC N Reviewed by: D. BUCANEG _— Purchase Order No. 16787-000 CITY OF LODI, • 1 PURCHASE dR°yt 1> ORDER U General Pacific Inc P P P O Box 20578 �I Portland OR 97294 E R IWASCE TO BE SENT TO. CfTY OR LODI ORDER DATE 07/09/07 P.O.s.I sHIP vtA FOB - Our Dock Accounts Payable PO Box 3006 SUPPLIER CONTACT Lodi. CA 95241.1910 Page No 1 BPigchesi g n oate 07/09/07 Purchase order 16787-000 op PO Box 3008 Lodi. CA 96241-1910 Fund 3 (209)3356778 Buyer 9 N City of Lodi Electric Utility P 1331 S Ham Lane T Lodi CA 95242 0 1. Our Order No. must appear on all papers and packages relative tathis order. 2. Enclose itemized packing silo indicating ow purchase order no. with eachsrn_orre 3. Acceptance of this order shall constitute acceptance of all the provisions on the face and back hereof. Terms and conditions on this purchase order contract, Including Moss on reverse side hereof, shat) prevail over any and all inconaistencias contained in your quotation and/or acknowledgements. 4. Notity us Immediately if you aro unable to ship complete by date specified. Vendors 22630 REOAJESTOR FKE4 BERG - EUD DESCRIPTION QUANTITY imUNIT PRICE UM TOTALPRICE ,'R I LL I ANT MODULE -EQUIPPED FOPJ 9s 'ENTINEL METERS :TRON 4H132000 8 1,425.0000 EA 11,400.0 'EQUENTIALLY NUMBERED STARTIDT( WITH #38917 'OLE SUPPLIER - POLYPHASE SOL: STATE METERS JROCEED WITH ORDER ;C: D.BUCANEG K . BERG i i I I i vet 30 Days 7 . 750 983.50 12,283.51 n PLEASE SIGN .RETURN THE.>TTACHED �CKNCVVLE���EIIENT IF THE ACKNOVVLEDGEMENT RECUIRED 90X IS CHECKED. EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: AUTO CAD SYSTEM UPGRADE DEPARTMENT: ELECTRIC UTILITY CONTRACTOR: DLT SOULTIONS AWARD AMOUNT: $16,531.72 DATE OF RECOMMENDATION: 7/12/07 BIDS OR PROPOSALS RECEIVED: 1 BID - DLT SOULTIONS "NO BID" or NO RESPONSE RECEIVED: NIA BACKGROUND INFORMATION& BASIS FORAWARD: SYSTEM UPGRADETO THE EXISTINGAUTO CAD SOFTWARE USED BY ENGINEERING STAFF. DLT SOULTIONS IS THE SOLE PROVIDER FORTHIS TYPE OF UPGRADE. FUNDING: 160612.7335 Prepared by: CARL WOHL �9'd o7 Title: ELECTRIC DRAFTI Reviewed by: D. BUCANECti j /dl Purchase Order No. 16806-000 / ° � P890 NO C11Y E LORI. CA' IEQRNIA BP��has g" Data _7i12i07 1 1 Purchase Order 16806-000 O P I PURCHASE ORDER Lod. CA 9624/1910 fund 3 (209)533-6778 Buyer s u DLT Solutions Inc H City of Lodi Electric Utility P P P O Box 102549 P 1331 S Ham Lane �. Atlanta GA 30368 T Lodi CA 35242 E O R WMICI To at srNT To. ORDER DATE 7 7 CITY OF LOOT .ICENSE WITH L YR SUBSCRIPTIO! AecouMs Payable F.O.S. r SHIP uta IFOB - Our Dock PO BOY 30M 'EE FOR 2005 - 1 YR Lodi. CA 95211.1910 SUPPLIER CONTACT 1 E 95.0000 EA .CTIVATION FEE IAP 3D 2008 SUBSCRIPTION 'I YR Vendors 1 751411 REQUESTOR CARL WOHL - EUD C 1. Our Order No. must appear on all papers and packages relative to this order. T 2. Encloseitemtzed packing sip indicating our purchase order no, with each shipment 3. Acceptance of this order shall constitute acceptance of all the provisions on the face and back hereof Terms and conditions on this purchase order contract, Including inose onreverseside hereof, shad prevailover any and all inconsistencies contained in your quotation and/or acknowledgements. 4 Notify us Immediately Ityou aro unabb ID ship complete by date specified. DESCRIPTION QUANTITY UI UNIT PRICE Lim 4 E 3,529.2800 EA TOTALPRICE AP 3D 2008 LEGACY STANDALONE 14, .ICENSE WITH L YR SUBSCRIPTIO! IYSTEM UPGRADE FROM 2004 AP 3D 2008 SUBSCRIPTION RETR( 1 E 565.2700 EA 'EE FOR 2005 - 1 YR AP 3D 2008 SUBSCRIPTION 1 E 95.0000 EA .CTIVATION FEE IAP 3D 2008 SUBSCRIPTION 'I YR 1 E 565.2700 EA PGRADE FROM 2005 YSTEM UPGRADE TO THE EXISTIN( AUTO CAD OFTWAR.E USED BY THE ESTIMATO) ANA RAFTSPERSONS, C: D. BUCANEG C. WOHL G. KING TERMS TAX RATE �Iet 30 Days 7.750 i APPROVED 8Y ATE '77 b nPLEASE SIGN 3 RE URN THE AT->CHc-D ACKNO'VLEDGEMENT SALES TAX 1189.06 565.27 95.00 565.27 TOTAL AMOUNT OF ORDER 16,531.72 EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: White Slough Digester Mixing System Blower Puchase DEPARTMENT: Public Works CONTRACTOR Republic Sales & Manufacturing AWARD AMOUNT: $9,670.68 DATE OF RECOMMENDATION: July 17,2007 BIDS OR PROPOSALS RECEIVED: Republic Sales & Manufacturing "NO BID" or NO RESPONSE RECEIVED: California Tank & Pneumatic -No response Accurate Air Engineering -No response $9,670.68 BACKGROUND INFORMATION & BASIS FOR AWARD: The Roots Blower being requested is intended to provide redundancy in the event of a mechanical failure of one of the "duty" blowers. The blowers are used to mix the contents of the digesters ensuring proper operation of the anaerobic digestion system. Having backup mixing capabilities is needed to ensure the digesters meet regulatory requirements. FUNDING: Purchase Order No. 16798 170403.7331 Prepared by Del Kerlin Title: Wastewater Treatment -,Su er+ i CITY OF LODI, CALIFORNIA Budget Division Page No. Date 1 07/12/07 FOB - Our Dock Purchasing Purchase Order 16798-000 OP PURCHASE ORDER 6ox Fund 3 Lodi APO 952411-61910 (209)333-6778 Buyer flu Republic Sales & Manufacturing P P 0 Box 671166 P irl Dallas TX 75267-1166 R INVOICE TO BE SENT To: CITY OF LODI ORDER DATE 7 7 Accounts Payable F.O.B.! SHIP VIA FOB - Our Dock PO Box 3006 SUPPLIER CONTACT (DAVID GROD Lodi, CA 95241-1910 H City of Lodi --White Slough WPCF 1 12751 N Thornton Rd P T Lodi CA 95242 0 N 1. Our Order No. must appear on all papers and packages relative to this order, 0 2. Enclose itemized packing slip indicating our purchase order no. with each shipment. T 3 A t fth d h II ft t of Ilth th f E . ccep ante o Is or er s a cons I u e acceptance a e provisionson a ace and back hereof. Terms and conditions on this purchase order contract, including those on reverse side hereof, shall prevail over any and all inconsistenciescontained in your quotation and/or acknowledgements. 4. Notify us immediatelyifyou are unable to ship complete by date specified. vendor #1 1879361 REQUESTORI KELLY POWERS -WHITE SLOUGH Account Numbers: 170403 .7331 DESCRIPTION QUANTITY AM 406 GJ ROOTS BLOWER REIGHT 1 UNIT PRICE um 1 a,830.0000 Ei 1 145.1000 Ei TERMS I TAX RATE 30 Days 7.750 APPROiED BY DAT ^ 770' IFTHE ACKNOWLEDGEMENT REQUIRED BOX IS CHECKE1 TOTAL PRICE 8,830.0 145.1 SALES TAX TOTAL AMOUNT OF ORDER 695.58 9,670.6 EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: BIDS OR PROPOSALS RECEIVED: Pump Repair Services Co. White Slough Impeller Replacement Public Works Pump Repair Services Co. $7,181.54 July 13,2007 "NO BID" or NO RESPONSE RECEIVED: $7,181.54 BACKGROUND INFORMATION & BASIS FOR AWARD: The request is to purchase a replacement pump impeller for one of the two Industrial Waste Pumps. The impeller is extremely worn causing inefficient pump operation. No other bids were pursued as Pump Repair Services Co. is the sole source provider for Chicago brand pump replacement parts. The attached quote from Pump Repair Service Company did not include the tax or freight cost that is reflective of the amount shown above. FUNDING: Purchase Order No. 16797 170403.7331 Prepared by: Del Kerlin Title: W.T. Superintendent Reviewed by: CITY OF LODI, CALIFORNIA 130rchasing n PO Box 3 PURCHASE ORDER Lodi, CA 9524-61910 (209)333-6778 Page No. 1 Date 07/12 /07 Purchaseorder 16797-000 OP Fund 3 Eyer U Pump Repair Service Co H City of Lodi --White Slough WPCF P P O Box 34327 P 12751 N Thornton Rd San Francisco CA 94134 T Lodi CA 95242 E 0 R N 1. Our Order No. mustappear on all papers and packages relative to this order. O T E 2. Enclose itemized packing slip indicating our purchase order no. with each shipment 3. Acceptance of this order shail constitute acceptance of all the provisions on the face and back hereof. Terms and conditions on this purchase order contract, including those on reverse side hereof, shall prevail over any and ail inconsistencies contained in your quotation and/or acknowledgements. nv OF LODAI ; YTY Accounts Payable PO Box 3006 ORDER DATE 7 7 F.O.B. / SHIP VIAFOB - Our Dock SUPPLIER CONTACT RON VETTER Lodi. CA 95241-1910 4 Notify us immediately if you are unable to ship complete by date specified. DESCRIPTION QUANTITY UM UNIT PRICE i IJM TOTAL PRICE IRON IMPELLER RH W/19. 5 1 EA 6, 530. 0000 El 6,530.0 )IAMETER 'CB FACTORY 1 E.P. 135.0000 El 135.0 MPELLAR FOR CHICAGO PUMP MODE HBBOLC-12" :AST IRON IMPELLAR RIGHT HANI WITH 19.5 DIAMETER ,LLOW 10-12 WEEKS TO SHIP t TERMS I TAX RATE SALES TAX TOTAL AMOUNT OF ORDER �et 30 Da.yS 7.750 , 516.54 APPROVED BY Lc (Entered By: KCHU PLEASE SIGN a RETURN THE ATTACHED ACKNOWLEDGEMENT, Li IF M E ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED. EXHIBIT COMMENDATIONFOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: BIDS OR PROPOSALS RECEIVED: General Pacific Intraline Electric Inventory Electric Utility General Pacific Inc. $5,528.89 July 12,2007 "NO BID" or NO RESPONSE RECEIVED: Ace Supply Kortick MFG Gexpro Western States Electric Rexel Norcal Valley Southwest Power Wesco Distribution $5,528.89 $7,436.53 BACKGROUND INFORMATION & BASIS FOR AWARD: This order is for the Electric Inventory. These items are to maintain the minimum quantity required by the Electric Department. General Pacific was awarded the bid based on being the lowest price. Individual item prices can be viewed on the attached sheets. FUNDING: 160.1496 Prepared by: Randy Title: Senior Storkeeper Reviewed by: 1Z' � S Purchase Order No. 16803 4W CITY OF LODI, CALIFORNIA Budget Division Page No. Date i 07/12/07 P Purchasing Purchase Order 16803-000 OP ORDER B Fund 3PURCHASE R (209) 333-6778 Buyer Randy (209)333-6768 U General Pacific Inc H City of Lodi P Attn Teresa Severin P MSC Warehouse �C ic�y P O Box 2 0 5 7 8T 1331 S Ham Lane E Portland OR 97294 O Lodi CA 95242-3995 R /0 Preform Dead End 50 N 1. Our Order No. mustappear on all papersand packages relativeto this order. O 2. Enclose itemized packingslip indicatingour purchaseorder no. with each shipment. Plate & Buffer Tube Storage T E 3. Acceptance cf this ordershall constitute acceptance of all the provisionson the face Coyote Defender for Closure ixvoiceToeesearTo! ORDER DATE CITY OF LODI Applications 8003492 and back hereof. Terms and urchaseordercontract,Includin p 9 Accounts Pa able F.O.B. ! SHIP VIA FOB - Our Dock those on reverseside hereof, shall prevail over any and ail inconsistenciescontained PO Box 30108 in your quotation and/or acknowledgements. Lodi. CA 95241-1910 I SUPPLIER CONTACT I 4. Notify us immediatelyif you are unable to ship complete by date specified. I Vendor#1 226301 REQUESTORI Electric Inventory I DESCRIPTION QUANTITY #4/0 STR CU SD BARE CONDUCTOR 1000 -500' Reels on pallet ►- n 18.0225 6 TRIPLEX ACSR CABLE (VOLUTA 2200 200' Reel on pallet 18.0306 /0 Preform Dead End 50 Preformed ND -0110 18.7101 Coyote Closure W/6 Port End 1 Plate & Buffer Tube Storage 16.0020 Coyote Defender for Closure 1 Applications 8003492 16.0021 note No.: Q-2468 TERMS \�-^- bjv t 30 Days \ TAX RATE SALES TAX 7.750 397.66 ►- n t APPFVED BY DA �L` r3TE z) ,:U PI EASE SIGNB TURN THE ATTACHED ACKNOWLEDGEMENT, TOTAL PRICE 3,140.0 987.8 204.0 257.4 541.9 TOTAL AMOUNT OF ORDER 5,528.8 EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: 6" Compound Water MeterAssemblies DEPARTMENT: Public Works — Water/Wastewater Divisions CONTRACTOR Golden State Flow Measurement Inc AWARD AMOUNT: $11,389.78 DATE OF RECOMMENDATION: July 17,2007 BIDS OR PROPOSALS RECEIVED: Golden State Flow Measurement Inc., Sacramento "NO BID" or NO RESPONSE RECEIVED: N/A $11,389.78 BACKGROUND INFORMATION & BASIS FOR AWARD: Two customers have paid for.the installation cf 6" compound water meters. The City is standardized on Sensus brand flow meters for large applications, Golden State Flow Measurement Inc. is the local supplier. FUNDING: Purchase Order No. 16817 181402.1831.2100 Water Capital Project Prepared by: Frank Beeler Title: Waterwastewater Superintendent Reviewed by: N4 -e. . Page No. 7 CITY OF LODI, CALIFORNIA Budget Division Oate 07/17/07 Purchasing 16817-000 Op Purchase Order PO PURCHASE ORDER Lodi CA695241-51910 Fund MSC -PW 209-333-674 (209)333-6778 Buyer U Golden State Flow Measurement Inc H City of Lodi P 4821 Golden Foothill Parkway P MSC - Public Works E1 Dorado Hills CA 95762 E 5,285.2800 1331 S Ham Lane 1 , T 'M) E o Lodi CA R ODI MEMORIAL HOSPIT 95242-3995 N 1 Our Order No must appear on all papers and packagesrelative to this order O 2 Enclose itemized packing slip indicabngour purchase order no. with each shipment T E 3 Acceptance of this order shall constitute acceptance of all the provisions on the face "ERTTLORI x OICE TO BECITY CITY OF Lool OF ORDER DATE and back hereof Terms and conditions on this purchase order contract including P 9 Accounts Payable F.O.B. J SHIP VIA FOB - Our Dock those on reverse side hereof shall prevail over any and all inconsistencies contained PO Box 3006 in your quotationand/or acknowledgements SUPPLIER CONTACT Lodi. CA 95241-1910 4 Notify us immediatelyif you are unable to ship complete by date specified vendor# 304531 REQUESTOR 1 RICHARD LENFESTEY Account Numbers: 1814 0 2 .18 31.215 0 DESCRIPTION QUANTITY UM UNIT PRICE UM TOTAL PRICE " COMPOUND METERS 2 E 5,285.2800 EA 1 , METER FOR 350 N GUILD AVE ( 'M) METER FOR 975 FAIRMONT AVE ( ODI MEMORIAL HOSPIT L) TERMS t 30 Days BY PLEASE SIGN 8 RETURN THE ATTACHED ACKNOWLEDGEMENT, IF THE ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED. TAX RATE 7.750 DATE SALES TAX 819.22 TOTAL AMOUNT OF ORDER 11,389.78 ered By: JBANDY ) EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: MCLANE SUBSTATION BATTERY SYSTEM DEPARTMENT: ELECTRIC UTILITY CONTRACTOR: STORAGE BATTERY SYSTEMS AWARD AMOUNT: $5,956.34 DATE OF RECOMMENDATION: 7/18/07 BIDS OR PROPOSALS RECEIVED: LAMARCHE C/O GEO E. HONN CO. NOR -CAL BATTERY CO STORAGE BATTERY SYSTEMS "NO BID" or NO RESPONSE RECEIVED: N/A BACKGROUND INFORMATION& BASIS FORAWARD: FOR REPLACEMENTOF DEFECTIVE BATTERY SYSTEM AT MCLANE SUBSTATION. BASIS FOR AWARD TO STORAGE BATTERY SYSTEM IS THEY WERE THE LOWEST BIDDER FUNDING: 161651.1829.1700 Prepared by: ALLEN AADLAND ow— Title: ELECTRICAL TEC IAN Reviewed by: D. BUCANEG / Purchase Order No. 16821-000 $7,286.00 $8,634.00 $5,956.34 CITY OF LODI, CALIFORNIT .«� PURCHASE BudgetDivision Purchasing P013ox 3006 Lodi, CA 95241-1910 (209)333-6778 Page No. 1 Date 7 19 0 7 Purchase Order 16821-000 OP Fund s Buyer U STORAGE BATTERY SYSTEMS x City of Lodi Electric Utility P N56 4416665 RIDGEWOOD DR p 1331 S Ham Lane L MENOMONEE FALL WI 53051 Lodi CA 95242 T E 0 'R N 1 Our Order No must appear on all papers and packages rela ti veto this order 0 2. Enclose itemized pacldng stip indicatingourplrchase order no. with each shipment T E 3 Acceptance of this order shall constitute acceptanceof all the provlslons on the face 'Nm'c'T"" "T TO, CITY OF LODI ORDEROATE and Terms and conditions on urchaseordercontract,Includin P 9 Accounts Payable F.O.B. / SH P VIA FOB - Our Dock those on reverseside hereof. shall prevailover any and all inconsistenciescontained PO Box 3008 in your quotationand/or acknowledgements. SUPPLIER CONTACT 1 Lodi, CA 95241-1910 4 Notify us Immediately If you are unableto ship complete by datespecAed. Vendors 13 RECIUE8TOR I ALLEN AADLAND - EUD Account Numbers: 1616 51.182 9.17 0 0 ---------- DESCRIPTION QUANTITY BATTERY SYSTEM — UM UNITPRICE UM TOTAL PRICE IEPLACE OF MCLAIN SUB DEFECTI 8 VOLT 24 CELL BATTERY SYSTEf 1 EA 2,220.0000 EA 2,220. OC ,50ah, PART # 4Xsr12150 8 VOLT 20 AMP BATTERY CHARGEI 1 EA 2,510.0000 EA 2,510. 'ART# AT10-048-020-F-SX -STEP BATTERY RACK 1 EA 255.0000 E 255.0 'ART # SGL 2-12 HIPPING 1 EA 585.0000 E 585.0 'ER QUOTE DATED 7/17/07 'C: D. BUCANEG A. AADLAND i I TERMS TAX RATE SALES TAX TOTAL AMOUNT OF ORDER Net 30 Days /0 7.750 -386.34 5,956.34 APPROVEDBY 7 X DATE PLWSE SIGN 3 RERk3VTHE ATTACH ED ACKNOLVLEDGEMEKT U IFME ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED. RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION BIDS OR PROPOSALS RECEIVED: EXHIBIT L The City of Lodi -Community Arts Directory/Fall 2007 issue Division of Arts & Culture/Community Center Folger Graphics $5,596.00 July 25, 2007 FolgerGraphics $5,596.00 Provided all services 6 West Design $1,900.00 Layout only/Cannot print catalogs Casey Printing $5,946.00 Printing onlyino lay out Sig -1 Graphics $10,921.50 Printing only Pride Industries $8,000.00 Printing only "NO BID" or NO RESPONSE RECEIVED: Duncan Press Unableto print BACKGROUND INFORMATION & BASIS FOR AWARD: Folger Graphics offers printing, binding , duplication, lay -out and delivery to postal center FUNDING:108026.7301 Prepared by: Diane C. Amaral Title: Administration Clerk Reviewed by:�. Purchase Order No. ` Page No 3 CITY OF LODI, CALIFORNIA Budget Division 07/25/07 Purchasing Date Purchase Order 16834-000 OP PURCHASE ORDER POBox 3 3 Lodi. CA 95241-1- 1910 Fund (209)333-6778 Buyer U Folger Graphics P P 2339 Davis Ave L Hayward CA 94545-1111 E R INVOICE To aes ""TT("' CITY OF LODI O107/25/07DER DATE F.O.B./ SHIP VIA FOB - Our Dock Accounts Payable PO Box 3006 SUPPLIERCONTACT BILL BRIGG Lodi. CA 95241-1910 Hutchins Street Square 125 S Hutchins St Lodi CA 95240 1. Our Order No. must appear on all papers and packages relative to this order. 2. Enclose itemized packing slip indicating our purchase order no. with each shipment. 3. Acceptance of this order shall constitute acceptance of all the provisions on the face and back hereof. Terms and conditions on this purchase order contract, including those on reverse side hereof, shall prevail over any and all inconsistencies contained in your quotation and/or acknowledgements. 4 Notify us immediatelyif you are unable to ship complete by date specified. I Vendor# 1 1554411 REQUESTOR I Diane Amaral -Division of Arts I Account Numbers: 10 80 2 6 .7 3 01 DESCRIPTION I QUANTITY I UMI UNIT PRICE I UMI TOTAL PRICE jrinting, in ing, up ica ion 1 irming-Bill Briggs LEI I TOTAL AMOUNT OF ORDER 5,596.0 TERMS Net 30 Days TAX RATE SALESTAX 7.750 APPROVED BY DATE LEI I TOTAL AMOUNT OF ORDER 5,596.0 EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: Wastewater Project Financing Revenue Analysis DEPARTMENT: Public Works CONTRACTOR HF&H Consultants, LLC AWARD AMOUNT: $19,000 (Not to exceed) Time & Materials per proposal (attached) DATE OF RECOMMENDATION: July 24,2007 BIDS OR PROPOSALS RECEIVED: n/a — Professional Services "NO BID" or NO RESPONSE RECEIVED: n/a BACKGROUND INFORMATION & BASIS FOR AWARD: HF&H performed the revenue analysis for the 2004 COP financing and the capacity fee update. The financial model needs to be updated for the proposed 2007 Phase 3 project financing. HF&H has the time available in order to work within the short time frame proposed by the City's financial advisor, Tom Dunphywith Lamont Financial Services. FUNDING: Wastewater Fund Prepared by: Richard Prima 42) Title: Public Works Director Reviewed by: 2175 North California Boulevard, Suite 990 Walnut Creek, California 94596 Tel: (925)977-6950 Fax: (925)977-6955 hfli-consultants.coIII July 23,2007 Mr. Richard C. Prima Director of Public Works City of Lodi 221 West Pine Street Lodi, CA 96241-1910 Subject: Sewer Rates: Update Financial Projections Dear Mr. Prima: HF&H CONSULTANTS, LLC Advisory Services to Municipal Management Walnut Creek Newport Beach At your request, I have prepared this engagement letter to provide the consulting services referenced above. Specifically, we will update the sewer rate model to evaluate capital financing options. We will include the current operating budget and prepare new projections. We will include the current capital budget to reflect the updated cost estimates and construction schedule. We will review the revenue projections and update them as needed. We will also evaluate the reserve funds. Different financing scenarios will be developed to evaluate the optimal financing approach. Combinations cf revenue from sources such as bond proceeds, connection fees, and SWRCB funding will be considered in the analysis. The work will be conducted by me and, under my direction (and with your approval), Edmund Jones. Edmund is an Associate with the firm (in an adjacent office) who works closely with me on all our sewer rate models. I would use him to prepare the initial update in which new operating and capital budgets are incorporated into the existing model. By using Edmund, consulting costs will be lower, another person can assist with quality control, and the project can move faster. After Edmund updates the basic financial data, I would work with you and the City's financial advisor to refine the analysis and evaluate scenarios. Alternatively, if you prefer, I can perform all of the work myself. Mr. Richard C. Prima July 23,2007 Page 2 I estimate a budget range of $14,250 to $18,750 depending on the number of scenarios and the amount of Edmund's involvement. We would bill the City on a time -and - expenses, not -to -exceed basis based on our standard hourly rates (Edmund's and my hourly billing rates are $120 and $185 respectively; expenses are billed at cost.) Please acknowledge your acceptance of these terms by signing below and returning a copy to me. Thank you for this opportunity to assist you in this matter. Please call me if you have any questions or require additional information. Very truly yours, HF&H CONSULTANTS, LLC Jghn W. Farnk f, P.E. Senior Vice President Agreed and accepted this 2 1 ay of By: / City of Lodi 2007 EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: Replacement Pump for Vinewood Basin Public Works Shape Incorporated $18,279.79 07/25/2007 BIDS OR PROPOSALS RECEIVED: Shape incorporated, Sole Suppler "NO BID" or NO RESPONSE RECEIVED: $18,279.79 BACKGROUND INFORMATION & BASIS FOR AWARD: Streets and Drainage has been phasing out vertical turbine pumps for about five years upon their failure. The old fashion vertical turbines are being replaced with the more efficient Flygt submersible pumps because of their proven reliability, energy efficiency, and reduced maintenance. Flygts are used exclusively, not only because of the proven track record, but because of the need to have compatibility for all sites. The mounting discharge flanges for the pumps need to be compatible so in the case of an emergency, a pump can be moved from one site to another. FUNDING: Purchase Order No. Wastewater Fund, Storm Prepared by: Curtis Juran Title: Assistant Streets & Drainage Manager Reviewed by: Page No. 1 4W CITY OF LODI, CALIFORNIA Budget Division 07/26/07 Purchasing Date Purchase Order 16836-000 OP PURCHASE ORDER Lod{ CA 9524106910 Fund 3 (209)333-6778 Buyer MSC -PW 209-333-6740 S Shape Incorporated P 6600 Koll Center Pkwy Ste 220 L Pleasanton CA 94566 I RI I INVOICE TO BESENTTO ORDER DATE I14I CITYOFLODI 7 Accounts Payable F ^B. ;SHIP VIA FOB - Our Dock PO Box 3006 Lodi, CA 95241-1910 SUPPLIER CONTACT vendor# 1 594321 REQUESTOR CURT JURAN Account Numbers: 17 0 4 0 5. 7 7 31 S H City of Lodi P MSC - Public Works T 1331 S Ham Lane fl Lodi CA 95242-3995 N 1. Our Order No. must appear on all papers and packages relative to this order. 0 2. Enclose itemized oackinasliD indicating our Durchase order no. with each shioment. T E and back hereof Terms and conditions on this purchase order contract, including those on reverse side hereof shall Prevail over any and all inconsistencies contained I n your auotation and/or acknowledgiements. 4. Notify us Immediately If you are unable to ship complete by date specified. DESCRIPTION I QUANTITY I UM I UNIT PRICE I JM I TOTAL PRICE 'LYGT PUMP MODEL NP3171X613 1UOTE # 087965 DATED 7/25/07 TERMS t 30 Days _ APPROVED BY 1 1 El TAX RATE 17.750 17(2-611 ❑ PLEASESIGN&R U001 HEATTACHED ACKNOWLEDGEMENT, IF THE ACKNOWWEDGEMENTREQUIRED BOX IS CHECKED. 16,965.0000JET1 16,965.0 SALES TAX I TOTAL AMOUNT OF ORDER 1314.79 18,279.79) e red By: JBANDY ) EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: White Slough Small Utility Vehicle Replacement DEPARTMENT: Public Works CONTRACTOR Vendor: Bobcat Central, Inc. AWARD AMOUNT: $9,805.64 DATE OF RECOMMENDATION: July 26,2007 BIDS OR PROPOSALS RECEIVED: Proposal Received from Garton Tractor, Stockton, CA (Kawasaki)- Not Recommended. Proposal Received from Bobcat Central, Stockton, CA (Kubota) - Recommended. "NO BID" or NO RESPONSE RECEIVED: N/A $9,800.13 $9,805.64 BACKGROUND INFORMATION & BASIS FOR AWARD: The White Slough Treatment Plant currently utilizes two small utility vehicles. These vehicles are used by operations and maintenance staff to perform their respective duties in and about the facility property.,,The engihe on vehicle 04-140 failed and must be replaced for the second time since its original purchase in 1997. Since new, the City has invested over $14,000 in maintenance and repairs to this vehicle. Staff has evaluated repairing this vehicle, however, the cost of the current needed repairs is estimated at over $4,000. Considering its age and the amount of recent maintenance costs, it is recommended the City purchase a new small utility vehicle. Staff has evaluated the Kubota and Kawasaki brands and has determined the vehicle that bests fits the City's needs is the Kubota at $9,805.64. FUNDING: Wastewater Capital Equipment Fund: Account Number 1711201.7851. Prepared by: Charlie Swimley Title: WaterServices Manager `y Reviewed by: L k Purchase Order No. 16840 S U P P L 1 -E R 4W CITY OF LODI, CALIFORNIA Bud et Division Page No 9 Dat. 07/27/07 Pt]grchasmg 16840-000 OP I Purchase Order PURCHASE ORDER Lodi CA69524106 910 Fund (209) 333-6778 . M C -PW 209-111-6740 Bobcat Central Inc 3516 Newton Rd Stockton CA 95205-2405 INVOICE TO BESEHTTO: CTY OF LODI ORDERDATE Accounts Payable PO Box3006 F.O.B. / SHIP NA FOB - Our mock SUPPLIER CONTACT Lodi. CA 95241-1910 vendor# 60783 REQUESTOR I CHARLIE SWIMLEY Account Numbers: 171 12 01 . 7 8 5 1 DESCRIPTION U U -r1 "UDV - I N VALUE ATTACHED QUOTE DATED 7/ 2 6, 1 7 QUANTITY TERMS et 30 Days I�APPROVED BY F-1PLEASE SIGN & RETURN THEATTACHED ACKNOWLEDGEMENT. IF THE ACKNOWLEDGEMENT REQUIREDBOX IS CHECKED. H City of Lodi I P MSC - Public Works T 1331 S Ham Lane O Lodi CA 95242-3995 1. Our Order No. must appear on all papers and packages relative to this order, 2. Enclose itemized packing slip indicating our purchase order no. with each shipment E 3. Acceptanceof this ordershall constitute acceptance of all the provisionson the face and back hereof. Terms and conditions on this purchase order contract, including those on reverse side hereof, shall prevail over any and all inconsistencies containe in your quotationand/or acknowledgements. 4. Notify us Immedlately If you are unable to shio complete by date soecifled. TAX RATE 7.750 1117--1 k 01 UNIT PRICE UM TOTAL PRICE 10,047.0000 E 1,020.0000 EA 1,020.0 SALES TAX I TOTAL AMOUNT OF ORDER 778.64 9,805.6 EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: Fiber Optic Service to City Hall DEPARTMENT: ELECTRIC UTILITY CONTRACTOR: AFL Telecommunications, LLC AWARD AMOUNT: $7,695.01 DATE OF RECOMMENDATION: 08/15/07 BIDS OR PROPOSALS RECEIVED: 1 BID -AFL TELECOMMUNICATIONS "NO BID" or NO RESPONSE RECEIVED: N/A BACKGROUND INFORMATION& BASIS FORAWARD: FOR FIBER OPTIC NETWORK REQUIRING THIS TYPE OF MATERIAL. AFL TELECOMMUNICATIONS IS THE SOLE SOURCE PROVIDER FOR THIS TYPE OF MATERIAL. FUNDING: 160650.7719 Title: ELECTRICALESTIMAT Reviewed by: D. BUCANEG Purchase Order No. 16842-001 S U P P L I E R . „CITY OF O D CALIFORNIA PURCHASE ORDER Stephens McCarthy & Lancaster P 0 Box 91911 Chicago IL 60693 INVOICE TO BE EENT TO: CITY OF LODI OROEROATE Accounts Payable F.O.B./ SHIP VIA FOB - Our Dock PO Box 3008 SUPPLIER CONTACT Lodi, CA 95241.1910 vendors 1 59934 REQUESTOR I GARY MAI - EUD Page No. 1 Budget (Divlswn nate 07/27/07 Purchasing 16842-000 pp PO Box 3006 Purchase Order Lodi, CA 95241-1910 Fund 3 (209)333-6778 Buyer - S H City of Lodi Electric Utility 1 F 1331 S Ham Lane T Lodi CA 95242 0 N 1. Our Order No. must appear on all papers and packagesrelativeto this order. 0 2. Enclose itemized packing slip indicating our purchase order no. with each shipment T 3. Acceptance of this order shall constitute acceptance of all the provisl ons on the face E and back hereof. Terms and conditions on this purchase order contract. including those on reverse side hereof, shall prevail over any and all inconsistenciescontained n your quotation and/or acknowledgements. 4. Notifyus immediately if you are unableto ship completeby date specified. DESCRIPTION QUANTITY I UM I UNIT PRICE I UM I TOTAL PR ICE LATCH PANELS - 3 1 EA 1, 891. 10001 E 5,673.3 :AT # C211498 -BS -0005 RLICE SHELVES - 3 269.4800 E. 808.4 'AT # C211795 -W PLICE TRAYS - 18 EJ 31. 5000 E 567.0 `AT# 911442-00-00 HIPPING 1 E2 100.0000 E, 100.0 `ROCEEDWITH ORDER OLE SOURCE ATER.IAIL NEEDED FOR COMPLETIO OF FIBER OPTIC ING AND SERVICE TO CITY HALL t 30 Days PI FASF SIGN 8 RETURN THE ATTACHED ACKNOWLEDGE! u TAX RATE 7.750 SALESTAX 546.27 TOTAL AMOUNT OF ORDER 7,695. EXHIBIT RECOMMENDATIONFOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: BIDS OR PROPOSALS RECEIVED: Electric Utility Inventory Electric Intraline Inc. $12,714.50 July 30,2007 Intraline Inc. $12,714.50 General Pacific $13,723.04 HD Supply/Southwest Power $14,481.60 Wesco Distribution $19,395.00 "NO BID" or NO RESPONSE RECEIVED: HD Supply/ Western States Electric BACKGROUND INFORMATION & BASIS FOR AWARD: This wire is for the Electric Inventory. It will be used to cover current jobs and the minimum quantity as required by the Electric Utility Department. Intraline was awarded the bid based on low price. FUNDING: 160.1496 Prepared by: Ra Title: Senior Storkeeoer Reviewed by: r DQ,OL1 Purchase Order No. 16848 ......v,. td,..,.,.,. .�.�, .y.,.:....._..L,..._,.,.,,'...,.,..,..�r.,...\,..,..t,.,...:w\�t,�,a..,✓,ehllrE,�i�...:E \� �.,.�:,V"` ��;�?\�' ,` 'i Ir+1Vf1.,,�t, pp�.�''�'`�.t - �. CITY OF LODI, CALIFORNIA, Budget Division Pa9DNo ate o o� Purchasing ,. 33pp0p66 Purchase Order PURCHASE ORDER. Lodi PP A 84241-1910 Fund 3 (209)332-6778 Buyer Randy (2 0 9)333-67 68 S Intraline Inc City of Lodi 379 Beach Road P MSC Warehouse Burlingame CA 94010 E T 0 1331 S Ham Lane J"Jsr !� T . o c i CA -9-5-2A-2-3-9-9-5 4¢ R °. N 1. Our Order No. must appear on all papers and packages relative to this order. O T E 2. Enclose itemized packing slip indicating our purchase order no. with each shipment 3. Acceptance of this order shall constitute acceptance d all the provisions on the face and back hereof. Terms and conditions on this purchase order contract, including those on reverse side hereof, shall prevail over any and all inconsistencies contained in your quotation and/or acknowledgements. INVOICE TO B E S ENT T0: CITY OF LODI Accounts Payable PO Box 3006 ORDERDATE n 7 / 3 0 / 0 7 F.O.B. / SHIP VIA FOB - Our Dock SUPPLIER CONTACT Lfodi. CA 95241-1910 4. Notify us immediately if you are unable to ship complete by date specified. DESCRIPTION QUANTITY .AN UNIT PRICE UM TOTAL PRICE MCM STR AL XHHW BLACK 4000 F 11,800.0 ABLE 18.0476 buote No.: 4-2470 TERMS TAX RATE SALES TAX TOTAL AMOUNT OF ORDER Net 15 Days 7.750 914.50 12,714.5 P�PROVED BY �� OA 3o e EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: C��1►` 1_11_ USALei 7 AWARD AMOUNT: DATE OF RECOMMENDATION: BIDS OR PROPOSALS RECEIVED: Trojan Technologies Inc. White Slough UV Lamp Replacement Public Works Trojan Technologies Inc. $11,169.37 July 30,2007 "NO BID" or NO RESPONSE RECEIVED: $11,169.37 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 manufacturer of our UV system and the sole supplier for 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. FUNDING: Purchase Order No. 16847 170403.7331 Prepared by: Del Kerlin Title: W. T. Superintendent Reviewed by: L Page No. Budget Division 0 7/ 3 0/ _07 CITY OF LON, CALIFORNIA Purchasing Date Purchase Order 16847-000 pp PURCHASE ORDER Lodi.0CAB 9524106910 Fund - (209) 333-6778 Buyer U Trojan Technologies Inc . P P 0 Box 31-0634 L Detroit M1 48231 I E R m City of Lodi --White Slough WPCF 112751 N Thornton Rd P T Lodi CA 95242 O N 1 1. Our Order No. must appear on all papers and packages relative to this order. 0 2. Enclose itemized packing slip indicating our purchase order no. with each shipment Nvoicero ee seeTro: ORDER DATE E 3. Acceptance of this order shall constitute acceptance of all the provisions on the face CITY OF LODI07L30/07 anti hack hnaranf Tormc Anti nnndt+ �. ^. ticpurchase order contract, including Aecoun[s Payable ^ B '`SHIP `"A FOB - Our Dock I those On reverse side hereof, chalk prevail c:ar any and all inconsistencies conteinee PO Box 3006 �in your quotation and/or acknowledgements. Lodi. CA 95241-1910 et ial o, ieo rn�nrr _--rmv 4. Notify usimmediatelyifyouare y[lahlelnslµnrarxiaLPtR (La- �^F d { L— r.owi.ou. -Vendor# I 1 5424 1 REQUESTOR 1_T MORQ%-W I= $LOUC1 Account Numbers; 170403.7331. DESCRIPTIOII QUANTITY UM UNIT PRICE UM TOTAL PRICE AMALGAM UV LAMP 73 EA 142-0000 EA 10,366. -. 64 T6 TERMS 30 Days APPROVED BY PLEASE SIGN 8 F�IFTHEACKNON TAX RATE 7.750 t DATE C A KNOWLEDGEMEN REQUIRED BOX IS CHECKED. SALES TAX I TOTAL AMOUNT OF ORDER 803.37 1 11,169.3 EXHIBIT RECOMMENDATIONFOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CO NTRACTO R AWARD AMOUNT: DATE OF RECOMMENDATION: Electric Utility Inventory Electric Western States Electric $5,947.80 August 2,2007 BIDS OR PROPOSALS RECEIVED: Western States Electric Sole Supplier see attached letterfrom Cooper "NO BID" or NO RESPONSE RECEIVED: $5,947.80 BACKGROUND INFORMATION & BASIS FOR AWARD: This item is for the Electric Inventory. The fuses are used in switches. Western States Electric is a sole supplier of Cooper products. See attached letter from Cooper. FUNDING: 160.1496 Prepared by: Randy Title: Senior Sforkee er l Reviewed by: �p� &�f ;. u/(.O OL,,3 gli(910-7 Purchase Order No. 16865 1 CITY OF LODI, CALIFORNIA Budget Division Page No. 08/02/07 Purchasing Date Purchase order 16865-000 OP PO Box PURCHASE ORDER Lodi CA 952406910 Fund 3 (209) 333-6778 Buyer Randy (209)333-67 68 U HD Supply Utilities LTD H City of Lodi P Western States Electric P MSC Warehouse P O Box 82549 5,520.0 1331 S Ham Lane T E Portland OR 97282-0549 0 Lodi CA 95242-3995 R N 1. Our Order No. must appear on all papers and packages relativeto this order. 0 2. Enclose itemized packing slip indicating our purchase order no. with each shipment. T E 3. Acceptance d this order shall constitute acceptance of all the provisions on the face INVOICE eeSENT LODIo: clrY � LODI CTY ORDER DATE 7 and back hereof. Terms and conditions on this purchase order contract, including P 9 Accounts Payable F.O.B. / SHIP VIA FOB - Our Dock those on reverse side hereof, shall prevail over any and all inconsistencies contained PO Box 3006 in your quotationand/or acknowledgements. SUPPLIER CONTACT Lodi, CA 95241-1910 14. Notify us immediatelyif you are unable to ship complete by date specified. vendor# 1 1880581 REQUESTOR Electric Inventory DESCRIPTION QUANTITY UM UNIT PRICE UM TOTAL PRICE 150 AMP SX -LIMITER FUSE CLF EA 460.0000 EA 5,520.0 5.5KV Cooper 15SP150SX83 18.2851 TERMS I /1 1 TAX RATE I SALES TAX I TOTAL AMOUNT OF ORDER 30 Days / / / / X7.750 1 427.80 1 5,947.8 APPROVED BY I I �I DATE If r n Bred By: RANDY ) F-1PLEASE SIGN & RETUR E A CHER ACKNOWLEDGEMENT, IF THE ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED. EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: White Slough Well Replacement Public Works Delta Pump Co. $6,716.26 August 7,2007 BIDS OR PROPOSALS RECEIVED: Delta Pump Co. Moorman Water Systems Inc. "NO BID" or NO RESPONSE RECEIVED: $6,716.26 $7,299.00 BACKGROUND INFORMATION & BASIS FOR AWARD: The domestic well at the White Slough facility is failing to maintain the required pressure and flow to serve the treatment plant facility. The trouble shooting process identified the well pump must be replaced. The replacement of the well pump at White Slough is necessary as this pump is the only source of water used at the facility for personal hygiene, laboratory glassware cleaning, and process water such as pump seal water and equipment wash down. The current pump was installed in March 1996 and due to extensive use is in need of replacement. FUNDING: 170403.7331 Prepared by: Del Kerlin L�Zt` �T) Title: WA Supt. Reviewed by: ��}.� . Purchase Order No. 16884 O1' CITY OF LODI, CALIFORNIA Budget Division Purchasing PURCHASE ORDER LoPCOAB95241---1 di910 (209)333-6778 Page No. 1 Date 08/07/07 Purchase Order 16884-001 OP Fund ' S Delta.Pump Co H City of Lodi --White Slough WPCF P 646 S California St P 12751 N Thornton Rd � Stockton CA 95203 Lodi CA 95242 T ,E O R i N 1. Our Order Na. must appear on all papers and packages relative to ttris order, ` O 2. Enclose itemized packing slip indicating our purchase order no. with each shipment. 7 E 3. Acceptance of this order shall constitute acceptance of all the provisions on the face iNVoicETOBESENTTo: CITY OF LODI ORDER DATE 7/p 7 and back hereof. Terms and conditions on this purchase order contract, including AcmuAs Payable F.O.B.! SHIP VIA FOB - Our Dock those on reverse side hereof, shall prevail over any and all inconsistencies contained PO Box 3006 in your quotation and/or acknowledgements. SUPPLIER CONTACT Lodi. CA 95241.1910 4. Notify us immediately if you are unable to ship complete by date specified. Vendor# 1 415231 REQUESTOR DEL KERLIN-WHITE SLOUGH DESCRIPTION QUANTITY UM UNIT PRICE UM TOTAL PRICE tEPLACEMENT OF FACILITY—WFrT=E 1 E2 4, 701. 8700 Ei 4,701.8 �T WHITE SLOUGH 'f ,A.80R CHARGES 1 El 1, 650. 0000 Ei 1,650.0 ACCOUNT DISTRIBUTION: .70403.7331=$4701.87 .70403.7331=$1650.00 ADDED LABOR CHARGES $1650.00 TERMS �et 30 Days 17.750 rt_ o APPROVED BY IF k@V SALES TAX I TOTAL AMOUNT OF ORDER 364.39 6,716.2 EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: BIDS OR PROPOSALS RECEIVED: MuniQuip Inc. White Slough Wemco Pump Rebuild Public Works MuniQuip Inc. $5,890.59 August 8,2007 "NO BID" or NO RESPONSE RECEIVED: $5,890.59 BACKGROUND INFORMATION & BASIS FORAWARD: No other quotes were pursued as MiniQuip Inc. is the sole supplierfor the replacement parts to rebuild our Wemco recirculating pumps. The attached quotation is a list of parts needed to rebuild one pump. Although the case and suction flange are made of hardened steel, the environment in which the pump is used causes significant wear and the need to rebuild to keep the pump working as intended. FUNDING: 170403.7331 Prepared by: Del KerlinX�/tel►_ Title: W.1.45qpt. Reviewed by: U l (Ok-d"(� l Purchase Order No. 16886 �_ f�4�.� . . � • ra , ra Page No B Ni isvinon Date 08/07/07 Purchase Order 16886-000 op PO Box 3006 3 Lodi, CA 95241-1910 Fund (209)332-6778 Buyer U MuniQuip Inc H City of Lodi --White Slough WPCF P 1098 Melody Ln Ste #402 a 12751 N Thornton Rd Roseville CA 95678 Lodi CA 95242 T E O R 1. Our Order No. mustappear on all papersand packages relativeto this order. 2. Enclose itemizedpacidng slip indicatingour purchase order no. with each shipment T E 3. Acceptance of this order shall constitute acceptance of all the provisions on the face INVOICE TO TO: BE SENT ORDERDATE CITY OF LODS r �0 8 / 0 7 / 0.7.' and back hereof. Terms and conditions on this purchase order contract, including Accounts Pa ble F.O.B. /SHIP VIA FOB - Our Dock AT it those on reverseside hereof, shall prevail over any and all inconsistenciescontained PO Box . � in your quotation and/or acknowledgements. Lodi CA 95247-1914 SUPPLIER CONTACT CONNIE 4. Notdy us immediately if you are unable to ship complete by date specified. Vendor# 1 142025 1 REQUESTOR KELLY POWERS -WHITE SLOUGH Account Numbers: 17 0 4 0 3 . 7 3 31 DESCRIPTION QUANTITY Uh 'E UNIT PRICE Uh TOTAL PRICE WEMCO CASE #17244N 1 3,255.0000 72 3,255.0( NEMCO SHAFT SLEEVE #47460D 1 E. 413.7500 E 413.7! W11VUD SUCTION FLANGE #24789E 1 E. 1,445.0000 E 1,445.0( NENM REBUILD KIT #K72622-03 1 E. 171.2500 E 171.2E FREIGHT CHARGES 1 E. 196.0000 E 196.0( 70403.7331=$3255.00 70403.7331=$413.75 70403.7331=$1445.00 70403.7331=$171.25 70403.7331=$196.00 TERMS TAX RATE SALES TAX TOTAL AMOUNT OF ORDER Net 30 Days 7.750 409.59 5,890.59 APPROVED BYDA E is 7a/8 EXHIBIT RECOMMENDATION FOR CONTRACT AWARD , PROJECT NAME: Replace#2 HVAC Compressor on Civic Center Chiller DEPARTMENT: Public Works CONTRACTOR Industrial Commercial Refrigeration AWARD AMOUNT: $8,333.77 DATE OF RECOMMENDATION: August 8,2007 BIDS OR PROPOSALS RECEIVED: Remanufactured Compressor: Industrial Commercial Refrigeration (ICR) $8,333.77 Indoor Environmental Services (IES) $9,193.00 Henderson Brothers $10,202.85 New Compressor: Industrial Commercial Refrigeration (ICR) $10,783.97 Indoor Environmental Services $11,904.00 Henderson Brothers $12,357.85 BACKGROUND INFORMATION & BASIS FOR AWARD: The #2 Compressor on the Civic Center Chiller, which provides cooling for both City Hall and the Carnegie Forum, failed internally. Proposals were received to remove and replace the broken compressor, utilizing either a new or remanufactured compressor. Industrial Commercial Refrigeration (ICR) provided the lowest quotes for both remanufactured and new compressor replacement approaches. Staff recommends that the remanufactured compressor be purchased, representing both the lowest price and the best value. FUNDING: Facilities Services 103511.7331 Prepared by: Title: Reviewed by Purchase Order No. 16894-000 OP Rec for Cntrct Awd 080807 Dennis J. Callahan Fleetagd Facilities Manager CITY OF LODI, CALIFORNIA B filar Disnigon PURCHASE ORDER Lodi P@AB§09-§l910 (209)333-6778 Page No 1 Date 08/09/07 Purchase Order 16894-000 OP C. .-A 3 U Industrial Commercial Refrigeration Inc H city of Lodi P I PW Facilities P 1021 Black Diamond Way P L Lodi CA 95240-0743 T 221 West Pine Street E o Lodi CA R 95240 INVOICE TO BE SENT TO: CITY OF LODI Buyer N 1. Our Order No. must appear on all papers and packages relative to this order. O 2. Enclose itemized packing slip indicatingour purchase order no. with each shipment T 3. Acceptanceof this ordershall constitute acceptance of all the provisions on the face E and back hereof. Terms and conditionson this purchase order contract, including Accounts Payable F.O.B. !SHIP VIA those on reverse side hereof, shall prevail over any and ail inconsistencies contained PO Box 3006 FOB - OuY Dock in your quotationand/oracknowledgements. Loci, CA 95241.1910 SUPPLIER CONTACT 1. Notify us immediately ifyou are unable to ship complete by date specified. Vendor# 1 25312 REQUESTOR PUBLIC WORKS FACILITIES DENNIS CALLAHAN 333-6800 X2690 DESCRIPTION QUANTITY PER YOUR PROPOSAL DATED JUNE 28, 2007, ATTACHED: REMOVE AND REPLACE THE DEFECTIVE #2 COMPRESSOR ON THE CIVIC CENTER (CITY HALI) CARRIER CHILLER WITH A CARLYLE REMANUFACTURED ZOMPRESSOR. REMOVE AND REPLACE THE CRANKCASE OIL FROM THE TWO OTHER COMPRESSORS CONNECTED TO THE NEW COMPRESSOR. ONE YEAR WARRANTY INCLUDED ONFIRMING P. 0. - JEFF MUSTIN FAX. NO. (209) 368-2273 FC: JOHN MUNOZ - PUBLIC WORKSI FACILITY CARLYLE REMANUFACTURED 1 COMPRESSOR, MODEL #06ET275360 C-3 OIL 1 1 DIL DISPOSAL 1 FREIGHT CHARGE 1 !AB OR 1 TERMS NET 30 days (PPROVED BAY 1 HH F LEASE SIGN R R IF THE ACKNOWL UM EF UNIT PRICE UM 6,266.5000 I Ei TOTAL PRICE 6,266.5( LS 238.1600 L! 238.1( EP. 75.0000 E) 75.0( II: 250.0000 E. 250.01 E? 1,000.0000 E, 1,000.01 TAX RATE I SALES TAX I TOTAL AMOUNT OF ORDER tit, 7.750 I 504.11 8,333.77 DATE ,3/f3 ,3lt3/o-7 THE ATTACHED ACKNOWLEDGEMENT (Entered Eiy. BSCHNABEL ENT REQUIRED BOX IS CHECKED EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: BIDS OR PROPOSALS RECEIVED: Intraline Inc GEXPRO Electric Utility Inventory Electric Intraline Inc. $9,507.34 August 14 2007 "NO BID" or NO RESPONSE RECEIVED: Ace Supply Company General Pacific Kortick Manufacturing Western States Electric Southwest Power $9,507.34 $10,101.56 BACKGROUND INFORMATION & BASIS FOR AWARD: This item is for the Electric Inventory. These streetlight bases are used only on Cherokee Lane. They are designed and built especially for the City of Lodi. This award is base on Intraline being the low bidder. FUNDING: Purchase Order No. 16909 160.1496 Prepared by: Randy Title: S for Storkeeper Reviewed by:� 4 CITY OF LODI, CALIFORNIA PURCHASE ORDER U Intraline Inc P P 379 Beach Road Burlingame CA 94010 R INVOICE N CITYCF LODI ORDER DATE 7 Accounts Pa able F.O.B. I SHIP VIA FOB Our Dock PO Box 3006 Lodi. CA 95241-1910 SUPPLIERCONTACT Vendor#1 258811 REQUESTOR I Electric Inventory Page No. ---- 9 Budget Division Date 08/14707 Purchasing 16909-000 OP Purchase Order Lodi. PO 52410-1910 Fund (209)333-6778 Buyer Randy (209)333-6768 H City of Lodi I MSC warehouse P 1331 S Ham Lane�v� T Lodi CA 95242-3995 st. 1. Our Order No. must appear on all papers and packages relative to this order. N 2,4#FI��RItBeEyiAAilRg�li�rlrglld�r6�n�Udelr�e�Rai@Ii�?�i4t16@irpment. Dmerits ait See I+9saHp inslioaliu �m� ®x ci n�q�rmlit�l���b�hi t�e� E 3. BiGtldldeta¢�rtl�dfliSLts14tlIq�96�kh9rlYiRi@t!�lf'fce tt���rbB�•��f�,i �Pdb�1�4M1��4i�o�9f'df�i�'d4�C�ned jp�j�@pj��yi�yer any and all inconsistencies contained 4. h1�gf�n�Ww�pade411ageq/dR�Rk6 l RIdRDitgalp complete by date Specified. DESCRIPTION QUANTITY #184 Modified Pedestal Base 2 Per drawing No. N99 -B124 ,'buote NO. : Q-2471 TERMS F1THETHEATTA DEME ACKNOWLEDGEMENT, Iv_Vq:?_via -0-� UNIT PRICEI UM TOTAL PRICE -=76 1,� a, 823._ SALES TAX i TOTAL AMOUNT OF ORDER AWARD AMOUNT: Fill • Electric Utility Accountemps - San Francisco $5,000.00 M BIDS OR PROPOSALS RECEIVE®: Accountemps, San Francisco .- Supplier $5,000.00 BACKGROUND INFORMATION & BASIS FOR AWARD: The temporary personnel services was needed for Eletric Utility to assist with various projects performed by the Utility Rate Analyst who resigned August 24, 2007 Prepared by: Title: Reviewed by: Purchase Order No. 16912-001 U1 I Y U P LUUI, (.:ALIF-UKNIA- Budget Division Date 08/13/07 Purchasing Purchase Order 16912-000 OP PO Box 3006 - PURCHASE ORDER Lod, CA 95241-1910 end 3 (209)333-6778 Buyer S Accountemps , File 73484 L P 0 Box 60000 E San Francisco CA 94160-3484 R '4w,"m,09e1irr0ORDER DATE 08/13/07 CITY OF LODI Accounts Payable F.O.B./ SHIP VIA FOB - Our Dock PO Box 3008 Lodi. CA 95241.1910 SUPPLIER CONTACT Vendors1 544711 REQUESTOR I GEORGE MORROW - EUD S I City of Lodi Electric Utility 1331 S Ham Lane Lodi CA 95242 /� o �Ej �'i`,a �7 N 1. Our Order No. must appear on all papersand packages relative to this order. 0 2. Enclose itemized packing slip indicating our purchase order no. with each shipment 3. Acceptance of this order shall constitute acceptance of all the provlslons on the face E and back hereof. Terms and conditions on this purchase order contract, Including those on reverse side hereof. shall prevail w any and all inconsistenciescontained in your quotation and/or acknowledgements. 4. Notity is immedlately M you are unable to ship complete by date specified. DESCRIPTION I QUANTITY I UM, UNIT PRICE I UM I TOTALPRiCE TEMPORARY PERSONNEL SERVICES 5,000.0000 1 EJZ4 5,000.0 TO EXCEED $5,000. G. MORROW TERMS TAX RATE SALES TAX TOTAL AMOUNT OF ORDER 30 Days A 7.750 5,000.00 i � � z,--reu 3v: :IGiF� �VGL.•lrf ._ PLEASE SIGN B RETURN THE ATTACHED ACKNOWLEDGEMENT IF THE ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED. EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: Traffic Signal Controller/Cabinet Systems for Lower Sacramento Road and Turner Road DEPARTMENT: Public Works CONTRACTOR Econolite Control Products Inc. AWARD AMOUNT: $13,823.04 DATE OF RECOMMENDATION: August 22,2007 BIDS OR PROPOSALS RECEIVED: Not applicable "NO BID" or NO RESPONSE RECEIVED: BACKGROUND INFORMATION & BASIS FOR AWARD: Standardization of Traffic Signal Controller/Cabinet systems approved by Council Communication dated April 15, 1998. Signal equipment included on page 165,2007-2008 Budget for 325008 (Turner Road Reconstruction — Lower Sacramento Road) FUNDING: Prepared bP/ 1, ' "eviewed by: Purchase Order No. 16939 Budget Division Purchasing PO Box 3006 Lodi, CA 95241-1910 (209) 333-6778 Page No. 08/22/07 Purchase Order 16939-000 OP Buyer F]PLEASE SIGN A RETURN THE ATTACHED ACKNOWLEDGEMENT, IF THE ACKNOWLEDGEMENTREQUIRED BOX IS CHECKED. H:n LPren —�i : t36C kiNABNJI, ) x 41U U Econolite Control Products Inc City of Lodi PP I O Box 6150 Anaheim CA 92816-0150 p T MSC Warehouse F/IL 1331 S Ham Lane E o Lodi CA 95242-3995 R N 1. Our Order No. must appear on 011 papers and packages relativeto this order. O 2. Enclose itemized packing slip indicatingour purchase order no. with each shipment. T 3. Acceptance of this order shalI constitute acceptance of all the provisions on the face iNVOICE To BE9ENT TO: CITY OF LORI ORDER DATE 7 Accounts Payable F.O.B./ SHIP VIA FOB - Our Dock those on reverseside hereof, shall prevailover any and all inconsistenciescontained in PO Box 30D6 Lodi, CA 95241-1910 your quotation and/or acknowledgements. 4. Notify uslmmedlatelyIfyou are unabletoship complete bydate specified. SUPPLIER CONTACT DESCRIPTION QUANTITY UM UNIT PRICE UM TOTAL PRICE UOTATION DATED 8/17/07 RICES EFFECTIVE FOR 60 DAYS E OM DATE OF QUOTE ABINET 1 L; 12,736.10000 L 12,736. 'S2 T1 "P" CABINET ,SC/2S-2100 TR ACT CONTROLLER 2 -POS MAIN PANEL YSTEM READY 6CH DETECTORS W/TIMING 'IREDFOR OPTICOM PREEMTPION R PREEMPTION PANEL 6CH MALFUNCTION MONITOR HIPPING 1 L; 100.0000 L 100. TCDUC TAX RATE SALESTAX TOTAL AMOUNT OF ORDER Net 30 Days et 30 Days 7.750 987.04 13,823.0 APPROVED BY DATE rsk'41%q / �� 7 /6 F]PLEASE SIGN A RETURN THE ATTACHED ACKNOWLEDGEMENT, IF THE ACKNOWLEDGEMENTREQUIRED BOX IS CHECKED. H:n LPren —�i : t36C kiNABNJI, ) EXHIBITY RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: Xerox Replacement DEPARTMENT: Police CONTRACTOR: Xerox AWARD AMOUNT: $10,175.37 DATE OF RECOMMENDATION: 8/22/07 BIDS OR PROPOSALS RECEIVED: Reference COLA Master Agreement #42663; on file with Xerox Corporation "NO BID" or NO RESPONSE RECEIVED: No Bid BACKGROUND INFORMATION& BASIS FORAWARD: All current equipment is Xerox brand; all maintenance contracts are with Xerox. Service has been satisfactory for the past 10 years. City Manager approved purchase of a replacement copier/fax machine for Police Records. This replaces the previous Xerox copier/fax machine which was past it's maximum copies and experiencing numerous break -downs. FUNDING: 101031.759 Prepared by: Betsy Peterson Title: Management Analyst Reviewed by:u�� . Purchase Order No. 5246 PURCHASE ORDER CITY OF LODI, CALIFORNIA _ FINANCE DEPARTMENT P.O. BOX 3006 LODI , CA 95241-1910 (209)333-6776 Account PURCHASE ORDER No. 5246 THIS NUMBER MUST APPEAR ON ALL INVOICES, PACKING SLIPS, PACKAGES, AND CORRESPONDENCE. IF THERE ARE ANY QUESTIONS, PLEASE CALL: (209) 333-6722 DATE: August 22,2007 ISSUE TO - Xerox Corporation/Attn: Jpe Cirimele Lodi Police Department P.O. Box 8311 215 W. Elm Street Stockton, CA 95208 Lodi, CA 95240 (209) 951-6878/FAX (209) 477-3836 Attention: Jackie Ta for QUAN. UNIT DESCRIPTION UNIT PRICE AMOUNT 1 Ea. Xerox WC232HC with Office Finisher; 9,433.00 Includes Embedded Fax Line Trade -In of Xerox DC432ST: Serial Number: NG3009201 Ea. Xerox Phaser Color Printer: #6180N Promotion N/C 36 Month Maintenance w/Fixed Pricing (.0104 per copy) 10.50/Mo. 10.50 Tax 7.75% 731.87 14t�4 10,175.37 INSTRUCTIONS TO VENDOR: U MAIL ALL INVOICES TO THE CITY OF LODI ACCOUNTS PAYABLE • P.O. BOX 3006 * LODI , CA 95241-1910. zO SHOW PURCHASE ORDER NUMBER ON ALL INVOICES, PACKAGES, DELIVERY SLIPS AND CORRESPONDENCE. Approved by: City Manag PUR-122 (1-99) �A.' - At��) _ PORCHASING AGENT EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: BIDS OR PROPOSALS RECEIVED: MuniQuip Inc. White Slough Wemco Pump Replacement Public Works MuniQuip Inc. $12,068.00 August 27,2007 "NO BID" or NO RESPONSE RECEIVED: $12,068.00 BACKGROUND INFORMATION& BASIS FOR AWARD: No other quotes were pursued as MiniQuip Inc. is the sole supplier for the replacement Wemco recirculating pumps used to mix the contents of the anaerobic digestion tanks. The attached quotation is a replacement for one of four pumps. The Wemco pump is a standardized centrifugal pump used to pump the heavier solids in the treatment process This unit is one of the three older units installed in the 1975 expansion project and has exceeded its 30 year life expectancy. This pump has been rebuilt several times but metal fatigue has made replacement necessary to maintain proper mixing of the digester process. FUNDING: 170403.7331 Prepared by: Del Kerlin Title: W. .Su erintepdent Reviewed by: f Purchase Order No. 16936 °!' CITY OF LODI, CALIFORNIA Budget Division Page No. Date 1 08/22/07 QUANTITY M UNIT PRICE M TOTAL PRICE Purchasing Purchase Order 16936-000 OP 10,835.0-0-90 365.0000 PURCHASE ORDER Lodi. CA 952410-61910 Fund 3 (209) 333-6778 Buyer S MuniQuip Inc H City of Lodi --White Slough WPCF P 2024 OPPORTUNITY DRIVE SUITE 130 P 12751 N Thornton Rd Roseville CA 95678 Lodi CA 95242 T E O R MVOICETO BE SENTTO: CITY OF LODI ORDERDATE Accounts Pay able F.O.B.ISHIPVIA FOB - Our Dock PO Box 3006 Lodi, CA 95241-1910 SUPPLIER CONTACT 1CONNIE N 1. Our Order No. must appear on all papers and packages relative to this order. O 2. Enclose itemized packing slip indicating our purchase order no. with each shipment. T 3. Acceptance cf this order shall constitute acceptance of ail the provisions on the face E and back hereof. Terms and conditions on this purchase order contract, including those on reverse side hereof, shall prevail over any and all inconsistencies contained in your quotationand/or acknowledgements. 4. Notify us immediatelyif you are unable to ship complete by date specified. Vendor* 1 1420251 REQUESTOR I KELLY POWERS -WHITE SLOUGH Account Numbers: 170 4 0 3 .7 3 31 TERMS I TAX RATE SALES TAX TOTAL AMOUNT OF ORDER 1] 30 Days �,��1 n 7.750 868.00 12,068.00 APPROVED BY (� 41I D/ SIC Z<� 8�2? PLEASE SIGN & RETURN THE ATTACHED ACKNOWLEDGEMENT, F�IF THE ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED_ U red By: KCHU ) DESCRIPTION QUANTITY M UNIT PRICE M TOTAL PRICE EMCO 4" MODEL C PUMP WITH JNDITION POINT OF 250 GPM ZEIGHT CHARGES 1 �,A 1 ;A 10,835.0-0-90 365.0000 10,835.0 EA 365.0 TERMS I TAX RATE SALES TAX TOTAL AMOUNT OF ORDER 1] 30 Days �,��1 n 7.750 868.00 12,068.00 APPROVED BY (� 41I D/ SIC Z<� 8�2? PLEASE SIGN & RETURN THE ATTACHED ACKNOWLEDGEMENT, F�IF THE ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED_ U red By: KCHU ) EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: MCLANE SUBSTATION RTU DEPARTMENT: ELECTRIC UTILITY CONTRACTOR: SIEMENS ENERGY& AUTOMATION INC. AWARD AMOUNT: $11,884.83 DATE OF RECOMMENDATION: 8/22/07 BIDS OR PROPOSALS RECEIVED: 1 BID - SIEMENS ENERGY &AUTOMATION INC. "NO BID" or NO RESPONSE RECEIVED: N/A BACKGROUND INFORMATION & BASIS FOR AWARD: REMOTE TERMINAL UNIT (RTU) RETROFIT FOR MCLANE SUBSTATION. COUNCIL RES: 2007-124 AUTHORIZES DISPENSINGWITH BIDS AND APPROVES SOLE SOURCE PURCHASE OF TERMINAL UNIT FROM SIEMENS ENERGYAND AUTOMATION INC C/O GEO. HONN COMPANY INC. FUNDING: 161651.1829.1700 Prepared by: ALLEN AADLAND m— adl Title: ELECTRICAL TEC N Reviewed by: D. BUCANE Purchase Order No. 16934.000 lj CITY OF OD CALIFORNIA .rte �►i.` . PURCHASE ORDER a cy i U Siemens Energy & Automation Inc P P Bank of America L P 0 Box 91433 e) Chicago IL 60693 R INVOICEYOFLCDIo: ORDER DATE 7 Accounts Payable F.O.B.I SHIP VIA B _ Dock PO Box 3006 Lodi, CA 95241.1910 SUPPLIERCONTACT Vendor # 1 142391 REQUESTOR ALLEN AADLAND - EUD Page No. BudgetOmsl on Date 08/22/07 Purchasing Purchase Order 16934-000 OP PO Box 3006 3 Lodi. CA 95241-1910 Fund (209)333-6778 Buyer S City of Lodi Electric Utility 1 P 1331 S Ham Lane T Lodi CA 95242 a N1 Qs Order No mustappear on all papersand packagesrelative to this order 0 2 Enclose itemized packing sup indicating our purchase order no. with each shipment T 3 Acceptance of thls order shall constituteacceptanceof all the provisionson the face E and back hereof Terms and conditionson this purchaseorder contract, including those on reverse side hereof shall prevail over any and all inconsistencies contained in your quotationand/or acknowledgements. 4 Notify us immedlately if you are unable to ship complete by date specified TERMS et 30 Days i PLEASESIGN &RETURN THE AT74CHED ACKNOWLEDGEMENT IF THE ACKNOWLE DGEMENT REQUIRED BOXIS CHECKED TAX RATE I SALES TAX TOTAL AMOUNT OF ORDER 7.750 ` 854.83 11,884.83 red By: KENGELMANN) DESCRIPTION QUANTITY UM UNIT PRICE UM TOTAL PRICE PECTRUM TG5700 REMOTE UNIT 1 EA 11,030.0000 EA 11,030.0 ERMINAf PER RES: 2007-124 EFERENCE: RETROFIT RTU UOTE NO. R07 -0687 -MW ROCEED WITH ORDER C: A. AADLAND D. BUCANEG i i I i i i i I I i I I i I I i TERMS et 30 Days i PLEASESIGN &RETURN THE AT74CHED ACKNOWLEDGEMENT IF THE ACKNOWLE DGEMENT REQUIRED BOXIS CHECKED TAX RATE I SALES TAX TOTAL AMOUNT OF ORDER 7.750 ` 854.83 11,884.83 red By: KENGELMANN) EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: RUBBERSIDEWALKS PUBLIC WORKS, STREETS & DRAINAGE RUBBERSIDEWALKS, INC $10,397.50 August 22,2007 BIDS OR PROPOSALS RECEIVED: RUBBERSIDEWALKS, INC (SOLE SUPPLIER) "NO BID" or NO RESPONSE RECEIVED: $10,397.50 BACKGROUND INFORMATION & BASIS FOR AWARD: The City of Lodi Streets & Drainage Division has been researching rubber sidewalk material for certain applications. Difficulty in locating a supplier in this new industry was the main obstacle. Rubber sidewalks are relatively easy to install, have a tire recycling value, and they are alleged to be better for the tree roots that cause damage to conventional sidewalks. In small repairs, the replacement cost is competitive with concrete and if removed could be reused. RUBBERSIDEWALKS, INC is the sole supplier of these products. FUNDING: Purchase Order No. 16937 Streets & Drainage Operating Prepared by: Curtis Juran Title: Reviewed by: CITY OF • . CALIFORNIA • �ftt�*l{am`,. PURCHASE �$4wlt ORDER 77 Page No. Budget Division Date 08/22/07 Purchasing 16937-000 OP Purchase Order PO Box 3006 3 Lodi. CA 95241-1910 Fund (209)333-6778 Buyer MSC -PW 209-333-6740 U Rubbersidewalks, Inc H City of Lodi P 2622 West 157th Street P MSC - Public Works Gardena CA 90249 1331 S Ham Lane T E 0 Lodi CA RI 95242-3995 N 1. Our Order No. must appear on all papers and packages relative to this order. 0 2. Enclose itemized packingslip indicatingour purchase order no. with each shipment. T E 3. Acceptanceof this ordershall constitute acceptance of althe provisionson the face and back hereof. Terms and conditionson this purchaseorder contract, including INVOICE CITY OF LODIO ORDER DATE 08/22/07 Accounts Payable F.O.B. / SHIP VIA FOB — Our Dock those on reverse side hereof, shall prevail over any and all inconsistencies contained PO Box 3006 in your quotationand/or acknowledgements. Lodi, CA 95241-1910 SUPPLIER CONTACT i 4. Notify us immediatelyif you are unableto ship complete by date specified. Vendor # 3 REQUESTOR CURT JURAN DESCRIPTION QUANTITY 14 UNIT PRICE .M TOTAL PRICE UBBERSIDEWALKS 5 SF PAVERS 1000- SE 8.0000 SE 8,000.0 'X2.5'X1.875" GREY INSTALLATION ACCESSORIES 1000 SE 1.0000 SE 1,000.0 FREIGHT 1 EP 700,0000 EF 700.0 TERMS TAX RATE SALES TAX TOTAL AMOUNT OF ORDER Net 30 Days 7.750 697.50 10,397.5C APPROVED B r J(Z'DTE ol PLEASE SIGN R1 N TH ACHED ACKNOWLEDGEM F-111THE ACKNOWC GEME EQUIRED BOX IS CHECKED. FAI:r (Ente rest tiy: ji3ANL)y EXHIBIT 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 HDR Engineering Inc. Holmes International (Recommended) "NO BID" or NO RESPONSE RECEIVED: N/A $19,900.00 $19,900.00 $19,995.00 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 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 cf 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 Reviewed by: .��� �� �� ` `�`V Purchase Order No. 16942 =� L•�CITY OF 1 • 1 `xT�F'"xkti . PURCHASE ORDER +1�1- Budget Division Purchasing PO Box 3006 Lodi. CA 95241-1910 (209)333-6778 Page Date 08/27/07 Purchase order 16942-000 OP Fund Byer MSC -PW 209-333-6740 U Holmes International H City of Lodi P 91 Pa•rklite Circle P MSC - Public Works Sacramento CA 95831 1331 S Ham Lane T E a Lodi CA R 95242-3995 N 1. Our Order No. must appear on all papers and packages relative to this order. D 2. Enclose itemized packing slip indicatingour purchaseorder no. with each shipment. 3. Acceptance of this order shall constituteacceptance of all the provisions on the face INVOICE TO BE SENT TO! ORDER DATE 0 8 2 7 0 7 CITY oP LODI O - and back hereof. Terms and conditionson this purchase order contract, including P 9 Accounts Payable F.O.B.1 SHIP VIA FOB - Our Dock those on reverse side hereof, shall prevail over any and all inconsistencies containec PO Box 3006 in your quotation and/or acknowledgements. Lodi, CA 95241-1910 SUPPLIER CONTACT 4. Notify us immediately if you are unable to ship complete by date specified. Vendor# 3 REQUESTOR I CHARLES SWIMLEY DESCRIPTION QUANTITY UM UNITPRICE UM TOTAL PRICE TATEWIDE GENERAL WASTE i El 19,995.0000 T1 19,995.0 ISCHARGE REQUIREMENTS - GAP ALYSIS & PLAN AND SCHEDULE EE ATTACHED RECOMMENDATION FC CONTRACT AWARD TERMS TAX RATE SALES TAX TOTAL AMOUNT OF ORDER et 30 Days 7.750 I I 19, 995 DC APPROVED BY 1DAT,���'©�E —1 ✓ I . '--, v PLEASE SIGN& RETURN THE ATTACHED ACKNOWLEDGEMENT, HIF THE ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED. =F-erea by: jb.fuNux EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: ELECTRIC UTILITY CONTRACTOR: ALLQUIP UNIVERSAL INC. AWARD AMOUNT: $7,200.00 DATE OF RECOMMENDATION: 8/28/07 BIDS OR PROPOSALS RECEIVED: 1 BID - ALLQUIP UNIVERSAL INC. "NO BID" or NO RESPONSE RECEIVED: N/A BACKGROUND INFORMATION & BASIS FOR AWARD: TIIGER MINI DERRICK NEEDEDTO SET BACKYARD POLES BUT IS NOT PRESENTLYOWNED BY THE CITY. ALLQUIP UNIVERSAL INC. IS THE SOLE SOURCE WITHIN THE LOCALAREA FOR RENTAL OF THIS TYPE OF EQUIPMENT. FUNDING: 160602.7323 Prepared by: BARRY FISHER r Title: CONSTRUCTION/MAINT. SUPERVISOR Reviewed by: KEN WEISEL . Purchase Order No. 16947-000 CITY OF LODI, 1 • 1 SNAP +a�PURCHASE • R, BudgetDivis+on Purchasing PO Box 3006 Lodi, CA 95241-1910 (209)333-6778 Paye No. 08/28/07 Purchase Order Fund Buyer 16947-000 OP S ALLQUIP UNIVERSAL INC. h City of Lodi Electric Utility P ATTN: FRED BLOOM p 1331 S Ham Lane 3212 WEST CAPITAL AVENUE Lodi CA 95242 T L WEST SACRAMENTO CA 95691 0 R N 1 Our Order No mustappear on all papersand packages reiabve to this order O 2 Enclose itemized packing sbp indicating our purchase order no. with each shipment T E 3 Acceptance of this order ShA constitute acceptanceof all the provisions on tie face and back hereof Terms and urchaseordercontract, Including p g ,INVOICE rose SENT LODI : CITY OF LODI ORDER DATE 7 Accounts Payable F.O.B. / SNIP VIA FOB - Our Dock those on reverseside hereof, shall prevail over any and all inconsistencies contained PO Box 0006 in your quotation a nd/or acknowledgements SUPPLIER CONTACT Lodi. CA 95241.1910 4 Notify us Immediately if you are unable to ship complete by date speckfled Vendor/i 3 I REQUESTOR I BARRY FISHER - EUD DESCRIPTION QUANTITY UN UNIT PRICE UM TOTAL PRICE RENTAL OF UNIT NO. 125 TIIGER-1 MINI -DERRICK WITH 2 M, 3,600.0000 M� 7,200.0 TRACK DRIVE CONFIRMING ORDER CC: B. FISHER NOTE: 80%0F RENTAL PAYMENT ILL BE CREDITED IN EVENT EQUI MENT I S PURCHASED BY CITY C LODL. i i I I I I I I � I I I I TERMS TAX RATE SALES TAX Jet 30 Days 7.750 7,200.00 APPROVED BY �Q DATE ` L EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: Traffic Signal Standard for Lower Sacramento Road and Turner Road DEPARTMENT: Public Works CONTRACTOR AZCO AWARD AMOUNT: $6,177.10 DATE OF RECOMMENDATION: August 29,2007 BIDS OR PROPOSALS RECEIVED: McCain JAM Services, Inc. AZCO (All prices exclude tax and shipping) "NO BID" or NO RESPONSE RECEIVED: $8,338.00 $8,260.00 $5,640.00 BACKGROUND INFORMATION & BASIS FOR AWARD: Plans and Specifications approved by City Council on July 18, 2007 indicated city furnished material. The purpose of ordering the equipment is to have material available for contractor and to not delay construction. Signal equipment included on page 165, 2007-2008 Budget for 325008 (Turner Road Reconstruction — Lower Sacramento Road) FUNDING: Prepared by: �"ka eenandem Title: �il(• IaAc, %,neer- . s Reviewed by: Purchase Order No. 16952 PURCHASE ORDER Budget Division Purchasing PO Box 3006 Lodi, CA 95241-1910 (209)333-6778 Page No.. Date Purchase Order. 08/29/07 16952-000 OP Fund 3 Buyer U AZCO SALES TAX H City of Lodi P 2250 Stewart Street #9 APPROVED BY P MSC Warehouse Stockton CA 95205-3244 1331 S Ham Lane T E o Lodi CA 95242-3995 R N 1. Our Order No. must appear on all papers and packages relative to this order. 0 2. Enclose itemized packing slip indicatingour purchase order no. with each shipment. T E 3. Acceptance of this order shall constitute acceptance cf all the provisions on the face and back hereof. Terms and conditions on this purchaseorder contract, including P 9 INVOICECTY IF SODI ORDER DATE cITYCFLODI 9 7 Accounts Payable F.O.B. / SNIP VIA Dock those on reverseslde hereof, shall prevailover any and all inconsistencies contained PO Box 3006 FOB - Our in your quotation and/or acknowledgements. Lodi. CA 95241-1910 SUPPLIER CONTACT 4. Notify us immediately if you are unable to ship complete by date specified. Vendor# 84486 REQUESTOR I PAULA FERNANDEZ - PUBLIC WORKS 209 333-6800 X2667 DESCRIPTION QUANTITY JM UNIT PRICE UM TOTAL PRICE 8/24/07 PRICE QUOTATION BY URI RIVERA FOR TRAFFIC SIGNAL STANDARD EQUIPMENT ALVANIZED TYPE 29-5-80,55,15 14,890.0000 E 4,890.0 ET 2X42X6 ANCHOR BOLTS 1 E 350.0000 E 350.0 D FOR CUSTOM TENONS(IF REQ) 1 E 400.0000 EA 400.0 HIPPING 1 EA 100.0 TERAS Net 30 Days TAX RATE SALES TAX TOTAL AMOUNT OF ORDER 7.750 437.11 6,177.1 APPROVED BY � DA E I- f ► (snte red By: BSCHNABEL 1 J PLEASE SIGN & RETURN THE ATTACHEC ACKNOWLED IF THE ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED. EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: BIDS OR PROPOSALS RECEIVED: Trojan Technologies Inc. White Slough UV Lamp Replacement Public Works Trojan Technologies Inc. $18,252.00 September4,2007 "NO BID" or NO RESPONSE RECEIVED: $18,252.00 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 manufacturer of our UV system and the sole supplier for 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 purchaseswill 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. FUNDING: 170403.7331 Prepared by: Del Kerlin Title: W. T.Su erintendent Reviewed by: Purchase Order No. 16960 S U P P L E R CITY OF • , CALIFORNIA 's- � . PURCHASE ORDER Trojan W 3020 Gore Rd. London, Ontario N5V 4T7 'ENTTOF ORDERDATE CITY OF LODI Accounts Payable F.O.B./ SHIP VIA FOB - Our Dock evo POkes Box 3006 Lodi, CA 95241-1910 I SUPPLIER CONTACT Budget Division Purchasing PO Box 3006 Lodi, CA 95241-1910 (209)333-6778 Page No. 1 Date 09/04/07 Purchase order 16960-000 OP Buyer 3 H City of Lodi -,-white Slough WPCF 1 12751 N Thornton Rd P T Lodi CA 95242 0 N 1. Our Order No. must appear on all papers and packages relative to this order. U 2. Enclose itemized packing slip indicatingour purchase order no. with each shipment, T 3. Acceptance of this order shall constitute acceptance of all the provisions on the face E and back hereof. Terms and conditions on this purchase order contract, including those on reverse side hereof,shall prevail over any and all inconsistencies contained in your quotation andtor acknowledgements. 4. Notify us immediateiyif you are unable to ship complete by date specified. Vendor# I � I REQUESTOR I Rrett Mnrn7. - Whi to S1 c)iiah DESCRIPTION QUANTITY UM UNIT PRICE "M TOTAL PRICE A64T L Amalgam UV Lamps hipping 120 1 EA EA 150.0000 16,800.0( EA 150.01: TERMS // TAX RATE SALES TAX Net 30 Days G "�"�^ 7.750 1302.00 APPROVED BYTED><y c TOTAL AMOUNT OF ORDER 18,252.0 F1 (Entered By: MFIRESTONE PLEASE SIGN &RETURN THE ATTACHED ACKNOWLEDGEMENT, F THE ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED. RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: BIDS OR PROPOSALS RECEIVED: IBM Printer Replacement Internal Services 1 ISD Software House International Inc 7041.60 9-5-07 Logical Design Software House International Inc Super Warehouse (incomplete bid) "NO BID" or NO RESPONSE RECEIVED: BACKGROUND INFORMATION & BASIS FOR AWARD: Lowest price on IBM equipment. Bid also included free shipping. FUNDING: 123001.7715 ISD Replacement Fund Prepared by: Steve Mann Title: IS Manager Reviewed by: ✓��% Purchase Order No. 16966 EXHIBIT II 8016 +tax 6599 +tax 6383 +tax CITY OF LODI, CALIFORNIA BudgetDivision 4 Purchasing PO PURCHASE ORDER Lodi A6ox 9524116910 (209)3336778 U Software House International Inc H City of Lodi P P 0 Box 8500-41155 P MSC Warehouse III Philadelphia PA 19178 1 EA 1331 S Ham Lane 5,288.0 T E a Lodi CA 95242-3995 R I Ei 423.0 I'VoicE To BE SENT To: ORDER DATE CITY OF LODI 7 Accounts Payable F.O.B./ SHIP VIA FOB - Our Dock PO Bax 3006 Lodi. CA 95241-1910 SUPPLIER CONTACT Page No 1 Date 09/05/07 Purchase Order 16966-000 op Fund 3 N 1 Our Order No must appear on all papers and packages relabve to INS order O 2 Enclose itemized packtng slip indicabng our purchase order no with each shipment T 3 Acceptance of this order shall constitute acceptance of all the provisions on the face E and back hereof Terms and conditions on this purchase order contract including those on reverse side hereof, shall prevail over any and all inconsistencies contained in your quotation and/or acknowledgements 4 Notify us immediatelyif you are unable to ship complete by date specified Vendor #I 1050561 REQUESTORI DTAYLOR/ISD QUOTE 4:2291879 Account Numbers: 123001 .77 15 TERMS I I TAX RATE et 30 Days 17.750 APPROV€DSY _� / DATE SALES TAX 442.60 TOTAL AMOUNT OF ORDER 7, 041.80 DESCRIPTION QUANTITY UM UNIT PRICE UM TOTAL PRICE IBM INFOPRINT 6500 MODEL V10 1 EA 5,288.UUUOEi 5,288.0 PART# 6500-V10 1000 LINES/MIN IBM PRINT SERVER - EN, FAST El 1 EA 423.0000 Ei 423.0 PART# 6500-4177 1 YEAR EXTENDED WARRANTY 1 EA 888.0000 E) 888,0 SN -SITE, 24X7 PARTS/LABOR CONFIRMED VIA FAX INCLUDES FREE SHIPPING TERMS I I TAX RATE et 30 Days 17.750 APPROV€DSY _� / DATE SALES TAX 442.60 TOTAL AMOUNT OF ORDER 7, 041.80 -4 EXHIBIT RF�COMMFNDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: Electric Utility Inventory Electric All Phase Electric Supply $6686.34 September 5,2007 BIDS OR PROPOSALS RECEIVED: All Phase Electric Supply GEXPRO General Pacific WIRE ONLY HD Supply Benicia WIRE ONLY "NO BID" or NO RESPONSE RECEIVED: Ace Supply Company Rexel NorCal Valley Kortick Manufacturing Western States Electric Southwest Power $6686.34 $7176.69 $6654.64 $6680.50 BACKGROUND INFORMATION & BASIS FOR AWARD: These items are for the Electric Inventory. These items are for pending work orders and to keep the inventory above minimum quantities. This award is base on All Phase Electric Supply being the low bidder. FUNDING: Purchase Order No. 16962 160.1496 Prepared by: Rand Title: Se orke er Reviewed by: 6 S CITY OF LQDI. CALIFORNIA 1 Budget Division Page No. 09/05/07 Date Purchasing 16962-000 OP Purchase Order PURCHASE ORDER Lod)PCOABox 9524106Fund 910 3 2 (209) 333-6778 Buyer Randy (2 0 9)333-67 6 8 U All -Phase Electric Supply Co H City of Lodi 9 Attn Rick Furgison p MSC Warehouse L E 3282 Lance Drive Stockton CA 95205-2444 T o 1331 S Ham Lane Lodi CA 95242-3995 �� R 1 1 N O T E 1. Our Order No. must appear on all papers and packagesrelativeto this order. 2. Enclose itemized packing slip indicatingour purchaseorder no. with each shipment. 3. Acceptance of this order shall constitute acceptance of all the provisionson the face and back hereof. Terms and conditionson this purchase order contract, including P 9 those on reverseside hereof,shall prevail over any and all inconsistenciescontained in your quotationandlor acknowledgements. 4. Notifyus Immediately If you are unable to ship complete by date specified. INVOICE TO F LORI CITY OF LODI Accounts Payable PO Box 3006 Loi, CA 95241.1910 ORDERDATE F.O.B.I SHIP VIA FOB - O_ DOCk SUPPLIER CONTACT DESCRIPTION STR AL XHHW !ABLE 18.0476 /2" RIGID PIPE STRAI 17.5002 II PVC SCHED 40 CONDI 01 Lengths 22.0600 1190DEG GALV RIGID S7 3/4"R 22.4449 to No.: Q-2474 TERMS TAX RATE n I Net 30 Days II 0 17.750 BALES TAX TOTAL AMOUNT OF ORDER 480.91 6,686.34 ,PROVED BY � DAT s i PLEASE SIGN B RETURN THE ATTACHED ACKNOWLEDGEMENT, 1r+111_arcU ny. ISPUNJJI IF THE ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED. EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: BIDS OR PROPOSALS RECEIVED: Electric Utility Inventory Electric HD Supply Utilities -Benicia $6031.84 September 11, 2007 HD Supply Utilities -Benicia $6031.84 HD Supply Utilities -Portland (partial bid) $5042.70 Fuse #1 was not bid on by Portland Please see attached summary sheet. "NO BID" or NO RESPONSE RECEIVED: All Phase Electrical Supply Ace Supply WESCO General Pacific BACKGROUND INFORMATION & BASIS FOR AWARD: These fuses are for the Electric Inventory. These fuses are for emergency repair of blown fuses, and to keep the inventory above minimum quantities. This award is based on HD Supply Utilities -Benicia being the only supplier to offer a complete bid and also being the low bidder. FUNDING: Purchase Order No. 16982 160.1496 Prepared by: Rand Title: Senior Storkeeper Reviewed by: WPage CITY OF LODI, CALIFORNIA Budget Division No. Date 1 09/11/07 P Purchasing Purchase Order 16982-000 OF PURCHASE ORDER PO BOX 3 E Lodi CA 95241061910 Fund Lodi CA 95242-3995 R (209) 333-6778 Buyer Randy (209) 333-6768 5 U HD Supply Utilities Benicia H City of Lodi P Attn Eric a MSC Warehouse 6350 Goodyear Rd 1331 S Ham Lane E Benicia CA 94510 T D Lodi CA 95242-3995 R FUSE FOR OUTDOOR 9 EA INVOICE TO BESENTTO: CITY OF LODI ORDERDATE F.O.B./ SNIP VIA FOB - Our Dock Accounts Payable PO Box 3006 SUPPLIER CONTACT Lodi, CA 95241-1910 Vendor# I 188058 I REQUESTOR I Electric Inventory Account Numbers: 160 . 1496 . N 1. Our Order No. must appear on ail papers and packages relative to this order O 2. Enclose itemized packing slip indicating our purchase order no. with each shipment. T 3. Acceptance of this order shall constitute acceptance of all the provisions on the face E and back hereof. Terms and conditions on this purchase order contract, including those on reverse side hereof, shall prevail over any and all inconsistencies contained in your quotation and/or acknowledgements. 4. Notify us immediatelyif you are unable to ship complete by date specified. TERMS 30 Days APPROVED BY PLEASE SIGN F] IF THE ACKNC TAX RATE SALES TAX TOTAL AMOUNT OF ORDER .750 433.84 6,031.8 t • t C � .� ` d% n ered By: RANDY ATTACHED ACKNOWLEDGEME , REQUIRED BOX IS CHECKED. DESCRIPTION QUANTITY UM UNITPRICE UM TOTAL PRICE 30A 14.4KV FUSE FOR OUTDOOR 9 EA EA- 1,075.E SWITCH S&C 122075R4 -18.2805 .25A 14.4KV FUSE FOR INDOOR 9 EA 119.5000 EA 1,075.5 SWITCH S&C 12220OR4 -18.2821 .50A 14.4KV FUSE FOR INDOOR 9 EA 119.5000 EA 1,075.5 TWITCH S&C 122250R4 .18 .2827 IOOA 14.4KV FUSE FOR INDOOR 9 EA 144.0000 EA 1,296.0 ;WITCH S&C 13250084 .18 .2838 .00A 14.4KV FUSE FOR INDOOR 9 EA 119.5000 EA 1,075.5 (WITCH S&C 12215084 .18.2820 luote No.: Q-2477 TERMS 30 Days APPROVED BY PLEASE SIGN F] IF THE ACKNC TAX RATE SALES TAX TOTAL AMOUNT OF ORDER .750 433.84 6,031.8 t • t C � .� ` d% n ered By: RANDY ATTACHED ACKNOWLEDGEME , REQUIRED BOX IS CHECKED. EXHiBiTJJ RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: Lodi Municipal Service Review DEPARTMENT: Community Development CONTRACTOR: Design, Community & Environment AWARD AMOUNT: $14,200.00 DATE OF RECOMMENDATION: 06/04/07 BIDS OR PROPOSALS RECEIVED: Design Community& Environment $14,200.00 Burr Consulting $30,000.00 Mintier and Associates $40,000.00 "NO BID" or NO RESPONSE RECEIVED: nla BACKGROUND INFORMATION & BASIS FOR AWARD: The primary objective on this project is to prepare an impartial municipal service review (MSR) report that not only meets the requirements of the Cortese -Knox -Hertzberg Act of 2000 but also meets San Joaquin LAFCO requirements. Services reviewed in the MSR shall include water, wastewater, runoff/drainage, law enforcement, fire protection and EMS services, as required by LAFCO. The bid was awarded to DC&E because their proposal was responsible, well organized, reasonably prices and they have recent relevant experience preparing MSR's for the San Joaquin County LAFCo. FUNDING: 1218050.1825.2300 Prepared by:'/ % Title: Reviewed by: Purchase Order No. AGREEMENT FOR PROFESSIONAL SERVICES RECEIVED ARTICLE 1 AUG 2 4 2007 PARTIES AND PURPOSE ACCOUNTING 4 Section 1.1 Parties THIS AGREEMENT is entered into as of June 4. 2007, by and between the 1pa _ CITY OF LODI, a municipal corporation (hereinafter "CITY"), and DESIGN, C6 COMMUNITY& ENVIRONMENT (hereinafter "CONSULTANT"). "SO Section 1.2 Purpose CITY selected the CONSULANT to render certain professional services to the CITY. CITY wishes to enter into an agreement with CONSULTANT to perform those services as set forth in the Scope of Services attached hereto as Exhibit A and incorporated by this reference. CONSULTANT acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONSULTANT, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A, attached and incorporated by this reference. Section 2.2 Time for Commencement and Completion of Work CONSULTANT shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONSULTANT shall submit to CITY such reports, diagrams, drawings and surveys as may be indicated in the Scope of Services. CONSULTANT shall not be responsible for delays caused by the failure of CITY staff or agents to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project from which the Scope of Services is required shall not be counted against CONSULTANT's contract performance period. Also, any delays due to weather, vandalism, acts of God, JACommunity Development\Contracts\Design Community Environment MSR.doc 1 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONSULTANT's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal, attached as a portion of Exhibit A. CONSULTANT shall not undertake any work beyond the scope cf this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONSULTANT shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. Section 3.3 Costs The fees shown on Exhibit B include all reimbursable costs required for the performance of the individual work tasks by CONSULTANT and/or subconsultant and references to reimbursable costs located on any other fee schedule(s) shall not apply. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in writing by CITY. CONSULTANT charge rates are attached and incorporated with Exhibit B. The charge rates for CONSULTANT shall remain in effect and unchanged for the duration of this Agreement unless approved in writing by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONSULTANT to CITY for services under this Agreement. Upon request, CONSULTANT agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONSULTANT agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONSULTANT agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with JACommunity DevelopmenhContracts\Design Community EnvironmentMSR.doc 3 or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: 1. COMMERCIAL GENERAL LIABILITY $1,000,000 Bodily Injury - Ea. Occurrence/Aggregate $1,000,000 Property Damage - Ea. Occurrence/Aggregate or $1,000,000 Combined Single Limits 2. COMMERCIAL AUTOMOBILE LIABILITY $1,000,000 Bodily Injury - Ea. Person $1,000,000 Bodily Injury - Ea. Occurrence $1,000,000 Property Damage - Ea. Occurrence or $1,000,000 Combined Single Limits NOTE: CONSULTANT agrees and stipulates that any insurance coverage provided to CITY shall provide for a claims period following termination of coverage. A copy of the certificate of insurance with the following endorsements shall be furnished to CITY: (a) Additional Named Insured Endorsement Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed Boards, Commissions, Officers, Agents and Employees as additional named insureds insofar as work performed by the insured under written Agreement with CITY. (This endorsement shall be on a form furnished to CITY and shall be included with CONSULTANT'S policies.) (b) Primary Insurance Endorsement Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance. Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not contributing with the insurance afforded by this endorsement. J:\Community Development\Contracts\Design Community Environment MSR.doc 5 without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.9 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or in three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi Blair King, City Manager 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 To CONSULTANT: Design, Community & Environment (&ay a 6Shattuck Ave., Suite 222-.300 Berkeley, CA 94709 Section 4.10 Cooperation of CITY CITY shall cooperate fully in a timely manner in providing relevant information that it has at its disposal relevant to the Scope of Services. Section 4.11 CONSULTANT is Not an Employee of CITY It is understood that CONSULTANT is not acting hereunder in any manner as an employee of CITY, but solely under this Agreement as an independent contractor, Section 4.12 Termination CITY or CONSULTANT may terminate this Agreement by giving the other party at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONSULTANT shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONSULTANT shall immediately suspend all work under this Agreement and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONSULTANT with third parties in reliance upon this Agreement. JACommunity DevelopmenhContracts\Design Community Environment MSR.doc 7 property of CITY. Upon CITY's request, CONSULTANT shall allow CITY to inspect all such documents during CONSULTANT'S regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONSULTANT to CITY within ten (10) days. CITY agrees to indemnify, defend and hold CONSULTANT harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were prepared. IN WITNESS WHEREOF, CITY and CONSULTANT have executed this Agreement as of the date first above written. ATTES By RANni .UnHl CITY CLERK APPROVED AS TO FORM: By _ D. S PHEN S"CRVVA1§AUER CITYATTORNEY CITY OF LODI, a municipal corporation By % . —_. BLAIR KIW'137� CITY MANAGER C A Its: SIEV-F- PdBAr L)Aut-O ' y r" (&Alt� JACommunity Development\Contracts\Design Community Environment MSR.doc 9 1600SHATTUCK AVENUE SUITE 222 BERKELEY, CA 94709 TEL: 510 848 3815 EXHIBIT A DESIGN, COMMUNITY & ENVIRONMENT MEMORANDUM DATE June4, 2007 TO Peter Pimejad. Planning Manager City of Lodi 221 West Pine Street Lodi, CA 9524 1- 1910 FAX: 510 848 4315 FROM Steve Noack R E Revised Lodi Municipal Service Review Scope of Work The 2000 Cortese -Knox -Hertzberg Local Government Reorganization Act requires that service reviews be completed for various public services and Sphere of Influences (SOI) be updated byJanuary2008. Based on direction from the City of Lodi,DC&E has developed a preliminary scope of work and budget for completing a Municipal Service Review (MSR) for the City of Lodi to meet this deadline. The task summarized below represents our understanding of the full extent of the work required to meet State requirements for completing a MSR. As part of the MSR, DC&E will complete the following tasks in two separate phases of work effort: Phase I of this MSR will analyze the setvices provided within the existing City of Lodi's SOI as well as the area proposed to annexed as part of the Delta Community College — Lodi Campus plan. Phase II of the MSR will incorporate any additional changes to the SOI that have resulted form the City of Lodi General Plan Update. PHASE I :REQUIRED SERVICES REVIEW AND DOCUMENT FORMAT I. LAFCO and City Coordination DC&E will meet with LAFCO and City staff to begin coordinating between the two agencies, identify all services to be addressed in the MSR and agree upon a timeline for updating the MSR upon completion of the City of Lodi General Plan Update. Additionally, this coordination will ensure that any data needed for the MSR is identified and collected in an efficient manner. After this first meeting, DC&E will create a detailed outline of the proposed contents for both Phase I and Phase II of the MSR and submit it to LAFCO for approval. 2. Background Data The MSR is an informational tool to use when determining the most efficient and cost effective manner in which to provide municipal services. San Joaquin LAFCO does not expect the City of Lodi to complete any additional studies for the MSR rather, LAFCO anticipates that the City and its consultant will use existing studies, data and staff knowledge EXHIBIT A PAGE 3 DESIGN, COMMUNITY & ENVIRONMENT DC&E will provide an electronic version of the Final Draft Phase I MSR for City and LAFCO staff use in creating the Final Phase I MSR. The total cost to complete the Phase I MSR would be $14,200, PHASE 1 1 : COMPLETE MSR UPDATE I. LAFCO and City Coordination Upon adoption of the updated City of Lodi General Plan, DC&E will meet with LAFCO and City staff to begin coordinating between the two agencies for the Phase II MSR. Additionally, this coordination will ensure that any data needed for the Phase II MSR is identified and collected in an efficient manner. DC&E will utilize the detailed outline of the Phase II MSR created in Phase I that has already received LAFCO approval. 2. Background Data The MSR is an informational tool to use when determining the most efficient and cost effective manner in which to provide municipal services. San Joaquin LAFCO does not expect the City of Lodi to complete any additional studies for the MSR rather, LAFCO anticipates that the City and its consultantwill use existing studies, data and staff knowledge to meet the State requirements for MSRs as outlined in Governor's Office of Planning and Research, LAFCO Municipal Service Review Guidelines. 3. Administrative Draft Municipal Service Review Utilizing the Phase I MSR, DC&E will prepare an Administrative Draft Phase II MSR. The Administrative Draft Phase II MSR will include a written determination for each of the following nine factors, as required by State law: • Infrastructure needs and deficiencies • Growth and population projections for the affected areas • Financing constraints and opportunities • Cost avoidance opportunities • Rate restructuring • Opportunities for shared facilities • Government structure options • Evaluation of management efficiencies • Local accountability and governance The Phase II MSR will update the following services based on the updated General Plan: • Fire Protection • Law Enforcement • Water Supply and Treatment • Wastewater Collection and Treatment • Stormwater Drainage Other services such as parks, libraries and cemeteries identified in the Phase I MSR, will be fully analyzed in Phase 11 of the MSR EXHIBIT B Lodi Municipal Service Review for Delta College Annextion Fee Proposal Phase I Costs Hours per Task Desian. Communitv & Environment Associate Project Graphics/ Principal Planner Planner WP Clerical Phase I - Required Services and Format 8 20 80 4 4 Phase 2- Complete MSR Update Total Hours 8 20 80 4 4 Billing Rate $175 $125 $100 $85 $65 Labor Cost $1,400 $2,500 $8,000 $340 $260 Total Firm Labor Cost $12,500 EXPENSES Deliveries 300 Office Expenses (Phone, Fax, Copies, etc) 400 Report Production 1,000 Total Expenses 1,700 GRAND TOTAL $14,200 Design, Community& Environment April 12,2007 EXHIBIT KK RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: Repair Padmount Transformer DEPARTMENT: Electric Utility CONTRACTOR: Koffler Electrical Mechanical AWARD AMOUNT: $12,017.20 DATE OF RECOMMENDATION: 09/27/07 BIDS OR PROPOSALS RECEIVED: Koffler Electrical Mechanical $12,017.20 Western Utilities $14,700.00 "NO BID" or NO RESPONSE RECEIVED: n/a BACKGROUND INFORMATION& BASIS FOR AWARD: Low bid compared to Western Utilities Bid of $14,700 FUNDING: 160651.7711