Loading...
HomeMy WebLinkAboutAgenda Report - November 19, 2008 E-09AGENDA ITEM (0 CITY OF LODI COUNCIL COMMUNICATION TM AGENDATITLE;I Adopt Resolution Awarding a Contractforthe Installation of Automated Residential Electric Metersto Republic Intelligent Transportation Services, Inc. of Novato, CA ($88,068) (EUD) MEETING DATE! November 19,2008 PREPARED BY: Electric Utility Director RECOMMENDEb ACTION: Adopt a resolution awarding a contractfor the installation of automated residential electric meters by Republic Intelligent Transportation Services, Inc. (Republic ITS) of Novato, California in the amount of $88,068. BACKGROUNDINFORMATION: On September 17,2008, the City Council approved the bid specifications and authorized the advertisements for bids for the installation of 8,200 automated residential electric meters. The Electric Utiiitj Department(EUD) advertised bid documents and staff received bid proposals on October 29, 2008 with the following results: Republic ITS, Inc., Novato, CA $ 88,068 Wilson Electrical& Data, Valley Springs, CA $ 99,958 Geigle Electric, Stockton, CA $164,000 Best Electric, Modesto, CA $198,850 Delta Electric, Lodi, CA $328,000 Staff evaluated the proposal of Republic ITS to be compliant with the bid documents. Republic ITS recently completed the installation of 1,000 automated residential electric meters for EUD during September2008. The meter installation work requires close coordination between EUDs Metering Section, the Finance Department, the IS Department and EU Ds Field Services Section as well as the ability to interface with customers. Republic ITS performed exceptionally well in all respects during that 1,000 meter installation project. Furthermore, they have been working with the City of Lodi on traffic light maintenance which gives them familiarity of the C i s contractual and work processes. Approximately 81290 automated residential electric meters have been purchased from Itron of Spokane, Washington. Thit purchasewas based on Resolution No. 2005.54 dated April 6,2005 wherein the City Council approved the standardization of solid-state meters for residential and small commercial customers with Itron. At present, more than 2,500 automated meters have been installed in difficult -to -read sites and in new developments. The additional 8,200 meterswill (i) be installed in other difficult -to -access areas, i.e. this APPROVED: K g, City Manager Adopt Resolution Awarding a Contractfor" Installation of Automated Residential Electric Meters t0 Republic Intelligent Transportation Services, Inc. of Novato, CA ($88,068) (EUD) November 19,2008 Page 2 of 2 will replacethe window card system, (ii) replace problematic mechanical "MX" meters (approximately 900), and (iii) be used to automate one complete meter reading route. Staff recommends awarding the installation of 8,200 automated residential electric meters to Republic ITS of Novato. California. FISCAL IMPACT: Installation cost is $88,068 ($10.74 per meter). FUNDING: Fiscal Year get Account No. Kirk Evans, Budget Manager 161000. PREPARED BY Demy Bucaneg, Jr., P.E.,Assistant ElectricUtiiity Director GFM/DBAst Attachment 3eorge F. Morrow Electric Utility Director Z_& I . I 6."R INSTALLATION OF AUTOMATED RESIDENTIAL METERS A a �, CITY OF LODI TABLE OF CONTENTS Section Title Page No. SECTION 1 SECTION 2 SECTION 3 SECTION 4 SECTION 5 SECTION 6 NOTICE INVITING BIDS................................................................... 1.1 INFORMATION TO BIDDERS........................................................... 2.1 BIDPROPOSAL................................................................................ 3.1 CONTRACT....................................................................................... 4.1 GENERAL PROVISIONS.................................................................. 5.1 SPECIAL PROVISIONS.................................................................... 6.1 INSTALLATION OF AUTOMATED RESIDENTIAL METERS SECTION 4 CONTRACT CITY OF LODI, CALIFORNIA THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred to as the "City," and , herein referred to as the "Contractor." WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete Contract consists of the following documents which are incorporated herein by this reference, to -wit: Notice Inviting Bids Information to Bidders General Provisions Special Provisions Bid Proposal Contract Contract Bonds Plans The Latest Edition of Standard Specifications, State of California, Business and Transportation Agency, Department of Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if mentioned in all said documents. ARTICLE I - That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City and under the condition expressed in the two bonds bearing even date with these presents and hereunto annexed, the Contractor agrees with the City, at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the specifications to be furnished by the City, necessary to construct and complete in a good workmanlike and substantial manner and to the satisfaction of the City the proposed improvements as shown and described in the Contract Documents which are hereby made a part of the Contract. ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does hereby employ, the Contractor to provide all materials and services not supplied by the City and to do the work according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor. ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Plans and Contract Documents and the requirements of the Engineer under them, to -wit: The scope of work for the contractor shall include the following, as well as other incidental and related work, all as shown on the plans and specifications for the above project: 4. Provide qualified labor resources for the installation of approximately 8,200 single- phase meters within the City of Lodi; 2. Provide tools, vehicles and appropriate safety equipment necessary for this project; 3. Coordinate with the City for scheduling and reporting; 4. Complete required work order forms; 5. Pickup new meters for installation and store removed meters at designated storage sites; 6. Provide call center services during the installation period; and, 7. Installation of required door hangers, seals, rings, etc. for complete meter installation. BID ITEM ITEM EST'D. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE 1. Intall Automated Residential Meters LF 8,200 $ $ TOTAL BID $ ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to establish lines and grades for the work as specified under the Special Provisions. All labor or materials not mentioned specifically as being done by the City will be supplied by the Contractor to accomplish the work as outlined in the specifications. ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 30 calendar days after the Mayor has executed the contract and to diligently prosecute to completion within 455 CALENDAR DAYS. WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. CONTRACTOR: CITY OF LODI By:_ Mayor By: Date: Title (CORPORATE SEAL) Attest: City Clerk Approved as to form: Stephen Schwabauer City Attorney CITY OF LODI ELECTRIC UTILITY DEPARTMENT ACKNOWLEDGMENT OF RECEIPT PROJECT: INSTALLATION OF AUTOMATED RESIDENTIAL METERS PROJECT By signing this ACKNOWLEDGMENT OF RECEIPT NO. 1 the bidder is hereby acknowledging receipt of both ADDENDUM NO. 1 as well as their company's unopened bid packet that was submitted to the City of Lodi on or before October 15, 2008. Note: Duly signed ACKNOWLEDGMENT OF RECEIPT NO. 1 must be signed and returned with the finalized version of the bid packet. Acknowledgement may be faxed or mailed to: Danielle Rogers Electric Utility Department City of Lodi 1331 South Ham Lane Lodi California 95242 FAX No. — (209) 333-5594 Received from the City of Lodi ACKNOWLEDGMENT OF RECEIPT NO. 1 for the above referenced project. Date: l vQ og K4-TAok ITS Com any Name Title Acknowledgement of Receipt Mld doc 10/1 5/200a CITY OF LODE ELECTRIC UTILITY DEPARTMENT RECEIPT OF ADDENDUM PROJECT: INSTALLATION OF AUTOMATED RESIDENTIAL METERS PROJECT Receivedfrom the City of Lodi ADDENDUM NO. 1 to the plans and specifications for the above referenced project. Date: UJO G NOTE: This acknowledgment must be submitted with the Bid Proposal. Acid enduml Rcpt doc 1011512008 CITY OF LODI ELECTRIC UTILITY DEPARTMENT ADDENDUM NO. 1 PROJECT: INSTALLATIONOF AUTOMATED RESIDENTIAL METERS Notice is hereby given that the plans and specifications for the above referenced project have been revised as follows: 1. Section 1 Notice Invitina Bids, Paraaraoh 1: Remove and replace with the followina text - Sealed proposals will be received by the Budget Officer, Lodi City Hall Annex, 300 W. Pine Street, P.O. Box 3006, Lodi, California, 95241-1910, until 11 a. m. on Wednesday, October 29, 2008. At that time, the proposals will be publicly opened and read in the Public Works Conference Room, Lodi City Hall, 221 W. Pine Street, for performing the following described work. 2. Section 6 Special Provisions, 6-04.03 - Beginning of Work, Time of Completion and Liquidated Damaqes: Remove and replace with the following text. 6-04.03 Beginnina of Work. Time of Completion and Liquidated Damages Attention is directed to the Provisions in Section 8-1.03, "Beginning of Work", in Section 8-1.06, "Time of Completion", and in Section 8-1.07, "Liquidated Damages", of the Standard Specifications and these Special Provisions. The Contractor may begin work after receiving notice that the contract has been approved by the City Manager. The work shall be diligently prosecuted to completion before the expiration of 455 WORKING DAYS Working day count shall begin 30 calendar days after the City Manager approves the contract. The Contractor shall pay to the City of Lodi the sum of $500 per day, for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. Liquidated damages as described above will be charged to the Contractor for each and every calendar day's delay in finishing work specifically described in Section 6- 04.01 "Scheduling Work". Dated: October 15, 2008 Ordered by: Demy Bucaneg, P.E. Assistant Electric Utility Director Addenduml doc 10i1512008 INSTALLATION OF AUTOMATED RESIDENTIAL METERS SECTION 3 BID PROPOSAL CITY OF LODI, CALIFORNIA Date: October 2008 To the Lodi City Council c/o Budget Officer (If delivered by FedEx, UPS or courier): (if delivered by mail): 300 West Pine Street P.O. Box 3006 Lodi, CA 95240 Lodi, CA 95241-1910 The undersigned declares that the site has been carefully examined, as well as information to Bidders, Contract, General Provisions, Special Provisions and the Plans for the construction of various items required for the above-named project and submits this schedule of prices for the items of the bid. If awarded the Contract, the undersigned agrees to furnish all labor, material and equipment necessary to complete said work for this project, excepting those items supplied by the City of Lodi, in strict accordance with the Plans, Information to Bidders, General Provisions, Special Provisions and Contract form adopted for the same and the requirements under them of the Engineer, and will take in full payment therefor the following unit and total prices, to -wit: The scope of work for the contractor shall include the following, as well as other incidental and related work, all as shown on the plans and specifications for the above project: 2. Provide qualified labor resources for the installation of approximately 8,200 single- phase meters within the City of Lodi; 3. 2. Provide tools, vehicles and appropriate safety equipment necessaryfor this project; 3. Coordinate with the City for scheduling and reporting; 4. Complete required work order forms; 5. Pickup new meters for installation and store removed meters at designated storage sites; 6. Provide call center services during the installation period; and, 7. Installation of required door hangers, seals, rings, etc. for complete meter installation. BID ITEM ITEM EST'D NO. DESCRIPTION UNIT QTY UNIT PRICE 1. Install Automated Residential Meters LF 8.200 $ TOTAL BID TOTAL PRICE The undersigned agrees that if this Bid Proposal is accepted, at the time of the signing of the contract, two good and sufficient bonds will be furnished: one in the amount of 100 percent of the contract price for faithful performance of all the terms and covenants and conditions of the contract; the other in the amount of 50 percent of the contract price to guarantee the payment for labor and materials used in performing the work embraced under this contract. All bidder's guarantees will be returned to the respective bidders after the contract has been awarded, except for those bid guarantees of bidders who may be given further consideration if the low bidder does not elect to execute the contract. After the award, if the Contractor awarded the bid does not execute the contract, the bidder's guarantee will be forfeited. All bidder guarantees of unsuccessful bidders will be turn receiving the executed contract. Accompanying this Bid Proposal is h� t6M_ (insert the words "Cash," "Certified Check," "Cashier's Check," or "Bidder's Bond," as the case may be) payable to the City of Lodi in the amount equal to at least 10% of the total bid, which is to be deposited with the City of Lodi as required. The undersignedfurther agrees that in case of default in executing the required contract, together with the necessary bonds, within 10 working days after receiving the contract for signature, the proceeds of the deposit accompanying the bid shall become the property of the City of Lodi, California, and this Bid Proposal and the acceptance thereof may be considered null and void. However, if the undersigned shall execute the contract and furnish the bonds required within the time aforesaid, the deposit shall be returned forthwith. It is understood that no verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations of this Bid Proposal. It is understood that the City will not be responsible for any errors or omissions on the part of the undersigned in making up the bid, nor will bidders be released on account of errors. The undersigned declares that the only person or persons interested in this proposal as principal or principals is or are the undersigned, and that no person other than the undersigned has any interest in this Bid Proposal or in the contract proposed to be taken: that this proposal is made without any connection with any other person or persons making a bid or proposal for the same purpose; that the proposal is in all respects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or become directly or indirectly interested as principal or principals in this Bid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof. All representations made herein are true and are made under penalty of perjury The following information is furnished relative to each subcontractor who will perform work or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one-half of one percent of the total amount of this bid or, on a street, highway or bridge project, work in excess of one-half of one percent or $10,000, whichever is greater. The undersigned agrees that any portions of the work in excess of the specified amounts shown above and for which no subcontractor is designated herein, will be performed by the undersigned. Name of Subcontractor Address Description of Work (Attach additional sheets if needed.) The Undersigned is licensed in accordance with the laws of th State of California, License No. ClassificationU C3I COID31, License Expiration Date �o 0 AL&b211-/`I 20 0J' idder orized Signature Name (Please Print) U AV �n Title TYPE CSF ORGANIZATION Individual, Partnership or Corporation Address Ck (Affix corporate seal if Corporation) ds 300D Telephone Bond No. That we, n/a CHUBB GROUP OF INSURANCE COMPANIES Surety Department, 15 Mountain View Road, P.O. Box 1615, Warren, NJ 07061-1615 Phone: 908-903-3497 Facsimile: 908-903-3656 BID BOND FEDERAL INSURANCE COMPANY Amount Know All Men By These Presents, Republic Intelligent Transportation Services, Inc. (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY , Warren, New Jersey, a corporation duly organized underthe laws of the State of Indiana (hereinafter called the Surety), as Surety. are held and firmly bound unto City of Lodi (hereinafter called the Obligee), intheamountof ten percent (10%) of the amount bid -- (---------- ), for the payment of which we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Seated with our seals and dated this October 29th, 2008 WHEREAS, the Principal has submitted a bid, dated 10/29/08 for: Installation of Automated Residential Meters NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall acceptthe bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event d the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be i n excess of the former, then this obligation shall be null and void, otherwise to remain i n full force and effect. Re ublic Intelligent Transportation Services, Inc. FEDERAL WRANCE CO NY By: Attorney In Fact . K lly Holtemanr; Form 15-02-0002 (Rev. 11-99) ACKNOWLEDGMENT State of California County of Naar On----- 10/29/08 ----------- before me, J. DeLuca2_Not�ary Public _-___ -~-- (insert name and title of the officer) personally appeared _----------- -- --------- Kejly Holtenann who proved to me on the basis of satisfactory evidence to be the parson�(s�w�iose named is/ subscribed to the within instrument and acknowledged to me that4elshe/" executed the same in +ice her/their authorized capacity(+es}, and that by4g4e/her/t*e4r signature(-) on the instrument the person(, or the entity upon behalf of which the person(c,-) acted, executed the instrument, I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. J. DELUCL, \ > z y comm, #18150! L''�>i"`` fa, NOTARY PQftjG0A1JF0RNIA _ t MARIN COUNTY My comm, Expires N30Al 24, 2012 Signature-- (Seal) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road c�Hkr —M Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY a Wisconsin corporation, d� each hereby constitute and appoint Nerissa S. BartolomeLawrence J. Coyne Joan DeLuca, itoger C. Dickinson, Rosemarie Guanill, Nancy L. Hamilton, Kelly Holtemann, Thomas E. Hughes Stanley D. Loar, Mark M. Munekawa, Jeffre�f W _Parkhurst, Yvonne Roncagliolo and Charles R. Shoemaker of San Francisco, California------------ - - - - - - ---- . . each as their true and fawful Attorney- in. Fad to execute under such designation in their names and to affix their corporate seals to and deliver for and on (heir behalf as surety thereon or otherwise, bonds and undertakings and other writings Obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modificationor alteration of any instrument referredto in said bands or obligations. In Witness Whereof. said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 12th dayof March, 2008. l�Jllil�t.�ii.�9 e` c I/ t Kenneth C. Wendel, Assis`tant Secretary . Norris, Jr., Vice Pre ' nt / STATE OF NEW JERSEY County of Somerset ss. On this 12th day of March, 2008 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel. to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly swom, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, Ihat the seals affixed to the foregoing Powerof Anomey are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies: and that he Signed said Power of Attorney as Assistant Secretary of said Companies by like authority: end that he is acquainted with David B. Norris, Jr.. and knows him to be Vice Presidentof said Companies: and thatthe Signature of David 8. Norris, Jr., Subscribed to said Power of Attorney is in the genuine handwriting of David B, Norris, Jr., and was thereto subscribed by authority of said By. Laws and In deponent's presence. Notarial Seal S7mmlEN B. DMT Notary Public, 5ttxb of NOW Jersey Nota Public NOTA R y �l No. 2321097 �• pUBt1 ! Commission Expires Oct. 25, 2009 PUB CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCECOMPANY, VIGILANT I NSU RANCE COMPANY, and PACIFIC INDEMNITY COMPANY 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and an behalf of the Company. either by the Chairman or the President or a Vice President or an Assistant Vice President. jointly with the Secretary or an Assistant Secretary, under their respectWe designations. The signature of such officers may be engraved, printedor lithographed. The signature of eachof the following officers: Chairman, President, any Vice President. any Assistant Vice President. any Secretary. any Assistant Secretaryand the, seal Of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys- in- Fad for purposes only of executingand attesting bonds and undertakings and other writings obligatory in the nature thereof, and anysuch power of ahomey or certificate bearing such facsimile signature orfacs€mile seat shali be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seat Shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached' I, Kenneth C. Wendel. Assistant Secretaryof FEDERAL INSURANCECOMPANY, VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify that (i) the foregoing extract of the By Laws of the Companies is true and correct, (i€) the Companies are duly licensed and authorized to transact surety business i n all 50 of the United Slates of America and the District of Columbia and ate authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rim and the U.S. Virgin Islands. and Federal is licensed in American Samoa, Guam. and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under rrumy hand and seals of said Companies at Warren, NJ thls Y' t� • M rr 1 • * WY+Y �nraNr #, xti� yra�v- October 29th, 2008 ZLi� Kenneth C. Wandel, Assi tant Secretary IN THE EVENTYOU WISH TO NOTIFY US OF A CLAIM. VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908)903-3493 Fax (908)903-3656 e-mail: surety@chubb.com Form 15-10- 02258- U (Ed. 5- 03) CONSENT f3=�Ye]���Le1i•li•Ce�Z�Z:��D A RESOLUTION OF THE LODI CITY COUNCIL AWARDING A CONTRACT FOR THE INSTALLATION OF AUTOMATED RESIDENTIAL ELECTRIC METERS TO REPUBLIC INTELLIGENT TRANSPORTATION SERVICES, INC. WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed bids were received and publicly opened on October 29, 2008, at 11:00 a.m., for the installation of 8,200 automated residential electric meters, described in the specifications therefore approved by the City Council on September 17, 2008; and WHEREAS, said bids have been compared, checked, and tabulated and a report thereof filed with the City Manager as follows: Republic ITS, Inc., Novato, CA $ 88,068 Wilson Electrical & Data, Valley Springs, CA $ 99,958 Geigle Electric, Stockton, CA $164,000 Best Electric, Modesto, CA $198,850 Delta Electric, Lodi, CA $328,000 NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the award for the installation cf 8,200 automated residential electric meters to Republic Intelligent Transportation Services, Inc., of Novato, CA, in the total amount of $88,068. Dated: November 19,2008 hereby certify that Resolution No. 2008-218 was passed and adopted by the City Council of the City of Lodi in a regular meeting held November 19, 2008, by the following vote: AYES: COUNCIL MEMBERS— Hansen, Hitchcock, Johnson, Katzakian, and Mayor Mounce NOES: COUNCIL MEMBERS— None ABSENT: COUNCIL MEMBERS— None ABSTAIN: COUNCIL MEMBERS— ne HL City Clerk 2008-218