HomeMy WebLinkAboutAgenda Report - February 16, 2011 C-04AGENDA ITEMC-,4
CITY OF LODI
• '
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Accept Quarterly Report of Purchases Between $5,000 and $20,000
MEETING DATE: February 16,201 1
PREPARED BY: Purchasing Technician
RECOMMENDED ACTION: Accept Quarterly Report of Purchases between $5,000 and $20,000.
BACKGROUND INFORMATION: During the 4th calendar quarter of 2010, the following purchases were
awarded. Background information for each purchase is attached as Exhibits
A through PP.
Exh Date Contractor
Project
Award Amt.
A
10/5/10
Wesco Graphics, Inc.
Community Activity Guide/Winter/Spring 2011
8,279.40
B
10/6/10
Eagle's Nest Harley Davidson
Harley Davidson Road kinq 2011
10,092.86
C
10/6/10
Foster Flow Control
White Slough Valve Replacements
5,063.23
D
10/6/10
Bobcat Central, Inc.
White Slough Utility Vehicle Replacement
11,382.27
E
10/6/10
MarTech, Inc.
White Slough Biosolids Pump Modifications
17,864.86
F
10/13/10
Maita Chevrolet
Replacement Vehicle for Partners
13,000.00
G
10/13/10
Proglass, Inc.
Electric Utility Inventory
5,744.61
H
10/13/10
CarteGraph
Computerized Maintenance Management
6,334.70
11/18/10
Tri -American, Inc.
DD
Software License & Support Renewal
Diamond Truck Body Mfg., Inc.
I
10/19/10
Old Castle Precast
Electric Utility Inventory
11,908.13
J
10/19/10
ICR Refrigeration, Inc.
Emergency RepairWork Lodi Police
5,689.99
Department, New Compressor
K
10/19/10
Stella Jones
Electric Utility Inventory
7,721.25
L
10/21/10
HD Supply -Benicia
Electric Utility Inventory
12,060.49
M
10/21/10
Pace Supply Corp.
Oak & Garfield Taps
5,817.04
N
10/21/10
Pace Supply Corp.
Reynolds Ranch Shopping Center
5,137.35
O
10/21/10
Downtown Ford Sales of
Pickup Truck 04-122 Purchase
17,440.90
Sacramento
P
10/25/10
Sierra Foothill Laboratory
Q
10/26/10
Holt of California
R
10/26/10
Survalent Technology
S
10/28/10
Info USA Marketing, Inc.
T
11/2/10
Collision Forensic Solutions
U
11/3/10
Firstline Gloves
V
11/3/10
Republic Sales & Manufacturing
W
11/4/10
Valley Forklift
X
11/8/10
Sage Designs
Y
11/8/10
Keystone Ridge Designs
Z
11/10/10
TestAmerica
AA
11/11/10
McGard, Inc.
BB
11/16/10
Fisher Scientific
CC
11/18/10
Tri -American, Inc.
DD
11/10/10
Diamond Truck Body Mfg., Inc.
WSWPCF Three Species Toxicity Testing
8,925.00
W/WW Wacker Tamper/Pneumatic Pump
9,544.99
SCADA Software Support
11,150.00
Reference Services
8,335.00
Software for Vehicle Collision Tracking
19,112.81
EMS Gloves
5,372.25
White Slough Digester Mixing System Blower
9,349.94
White Slough Forklift
12,778.13
Remote Telemetry Unit Replacement
16,567.10
East Lodi Avenue Street Furnishings
7,456.02
White Slough WPDF Dioxin Testing
15,600.00
Electric Utility Inventory
7,433.06
Safety Equipment
12,287.96
Crackfill Maintenance Product
6,938.25
Utility Truck Body — Vehicle #50
9,004.50
APPROVED:
Konradt Bartlam, City Manager
EE
11/10/10
Diamond Truck Body Mfr., Inc.
Utility Truck Body — Vehicle #93
9,493.88
FF
11/17/10
Univar USA, Inc.
Sodium Hydroxide
19,248.75
GG
11/17/10
General Pacific
AMR Project
18,387.34
HH
11/19/10
Municipal Maintenance Equip.
Nozzles for Sewer Cleaning
5,410.53
II
11/30/10
Allstar Fire Equipment Inc.
Fire Hose
9,281.82
JJ
11/30/10
GCS Environmental Equip. Svc
Street Sweeper Truck Auxiliary Engine
6,513.10
Repair
KK
12/1/10
Entisys Solutions, Inc.
Mass Storage Device
19,977.02
LL
12/7/10
Basic Laboratory
White Slough WPCF NPDES Waste
16,392.00
Characterization
MM
12/9/10
All Phase Electric Supply
Electric Utility Inventory
7,134.44
NN
12/14/10
Infinity -Micro
Switch Replacement
6,443.44
00
12/14/10
Gexpro
Cottage Bakery
16,627.55
PP
12/22/10
Western Safety Products
Confined Space Entry Safety Equip.
6,263.74
FISCAL IMPACT: Varies by project. All purchaseswere budgeted in the 2010-2011 Financial
Plan.
FUNDING: Funding as indicated on Exhibits.
Jordan Ayers, Deputy City q4anager
JA/sm
Attachments
EXHIBIT A
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: The City of Lodi -Community Activity Guide[Winter/Spring 2011
DEPARTMENT: Division of Arts & Culture/Community Center& Parks & Rec Department
CONTRACTOR Wesco Graphics, Inc
AWARD AMOUNT: 58,279.40
DATE OF RECOMMENDATION: October 5, 2010
BIDS OR PROPOSALS RECEIVED:
Wesco Graphics, Inc.
Commerce Printing
Casey Printing
"NO BID" or NO RESPONSE RECEIVED:
$8,279.40 Complete job
$8,470.00 Complete job
$8,746.00 Complete job
BACKGROUND INFORMATION & BASIS FOR AWARD:
Wesco Graphics, Inc. offers a complete production and a high quality product at the lowest competitive price
FU N D I NG:345026.730 Z
346011.7301
Prepared by: Diane C. Amaral
Title: Program Coordinator
F
Reviewed by:
Purchase Order No
RE, COMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Replacement Vehicle for 05-047 Harley Davidson
DEPARTMENT: Police
CONTRACTOR Eagles Nest Harley Davidson
AWARD AMOUNT: $10,092.86
DATE OF RECOMMENDATION: 10/6/10
BIDS OR PROPOSALS RECEIVED:
Eagles Nest $10,092.86
Mitchell's Modesto Harley $9.710.91
Sacramento Harley $20,515.40
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
Recommend bid be awarded to Eagles Nest Harley as the purchase order was issued to
Eagles Nest Eagles Nest refused to cancel the order resulting in large penalties or possible
litigation. Item taken to City Council Per resolution 2011-07
FUNDING
Purchase Order No. 19896
1201031.7851 (Fleet 10111 year)
Prepared by: Jeanie Biskup
Title: Manaqement Angst
Reviewed by:
EXHIBIT C
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
White Slough Valve Replacements
Public Works
Foster Flow Control
$5,063.23
October 6, 2010
BIDS OR PROPOSALS RECEIVED:
Foster Flow Control $5,063.23
Buttes Center State Pipe & Supply Co No response
T & T Valve and Instrument No response
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
This purchase will involve the replacement of several valves at various locations at the
White Slough Treatment Facility. Five of the valves have been in service since 1989 and
are being replaced due to wear and tear. The other two valves are being replaced to
improve operation of the pump system they are associated with.
FUNDING: 170403.7331
Purchase Order No.
Prepared by:
Del Kerlin
Title: W,T, Superintendent
Reviewed by: > Sojo
EXHIBIT Q
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
White Slough Utility Vehicle Replacement
Public Works
Bobcat Central Inc.
$11,382.27
October 6,2010
BIDS OR PROPOSALS RECEIVED:
Bobcat Central Inc.
511,382.27
Garton Tractor Inc.
$11,393.13
Woodland Tractor
$13,252.71
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
This vehicle has been budgeted for purchase during the 2010-2011 fiscal year to replace a
2000 Kawasaki Utility Vehicle. The budgeted amount was $12,000. This vehicle meets the
City of Lodi's fleet policies and procedures criteria for replacement.
The 2000 Kawasaki utility vehicle is 10 years old and has 2,060 hours on the vehicle, thereby
meeting the minimum criteria of 10 years. The vehicle over heats, the transmission is noisy,
and is difficult to shift at times. The cost of repairs to date is $7,227.19 considering the cost of
replacement verses the cost of ongoing maintenance it is recommended this vehicle be
replaced.
FUNDING:
Purchase Order No.
1711201.7851
Prepared by: Del Kerlin 41)ja�
Title: W. T. Superintendent
Reviewed by: §) �
EXHIBIT E
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
White Slough Biosolids Pump Modifications
Public Works
MarTech Inc.
$17,864.86
October 6, 2010
BIDS OR PROPOSALS RECEIVED:
MarTec Inc. $17,864.86
Industrial Electrical Co. $18,492.13
PAC Machine Co. $29,028.00
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
The current pumping system has been used at White Slough to pump biosolids to the City's
land application sites since 1989. The current unit utilizes a diesel motorto drive the
hydraulic pumping system. Recent changes to California Air Board requirements have
mandated that the diesel is no longer compliant. The modifications will entail replacing the
diesel with an electric motor.
FUNDING: 172030.1829.1800
Prepared by: Del Kerlin �w4a,�
Title: W,T, Superintendent
Reviewed by:
Purchase Order No.
1#01Z,11101 I
RECOMMENDATION FOR CONTRAc 1 AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
Maita Chevrolet
Replacement Vehicle for Partners Volunteers
Police
Maita Chevrolet
$13,000.00
10/19/10
"NO BID" or NO RESPONSE RECEIVED:
Sanborn Chevrolet
Geweke Ford
Enterprise car rental
Hertz car rental
$13,000.00
BACKGROUND INFORMATION & BASIS FOR AWARD:
After researching prices and working with multiple dealers and rental car companies a 2007
Ford Van was available at Maita Chevrolet for $13,000.
This vehicle was purchased to replace vehicle 05-D109 that was no longer in running condition
Funds from the Partners Trust Account were used for the full purchase price of the vehicle and
the vehicle was donated to the City of Lodi for use by the Partners.
FUNDING:
1410.2357.1 Partners Trust Account
Prepared by: Meanie Biskup, _
Title: Marnagement Analyst
RECOMMENDi ,TC- �I J FOR NTR ' k% 4RD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
Electric Inventory
Electric Utility
Proglass Inc
$5,744.61
October 13,2010
BIDS OR PROPOSALS RECEIVED:
Proglass Inc
"NO BID" cr NO RESPONSE RECEIVED:
$5,744.61
EXHIBIT G
BACKGROUND INFORMATION & BASIS FOR AWARD:
This item is for the Electric Inventory. These items will be used in new construction,
and also repair of existing equipment. Proglass Inc is the only approved manufacture of
this type of equipment. The Purchase Order was issued to Proglass based on this
information.
FUNDING: 160.1496
Prepared by: Randy Lipelt
Rebvy:
Purchase Order No.: 19921
Title: Bu
08/05/2010 13:33 FAX 2538845064 PROGLASS INC moo 2
PROGLASS, INC.
PG A Subsidiary of Power Glass, Ino,
Post Office Box 581
Wauna, Washington 98395
August 5th, 2010
To: City of Lodi
From: Jim Holland President ProGlass, Inc.
Re: Use of Distributors
To whom it may concern,
ProGlass, !no. does not use distributors when selling products to the City of
Lodi. We sell directly and ship product directly to the city of Lodi.
Please feel free to call me with any questions or concerns on this matter.
Thank you,
of a
Preside
ProGlass, Inc.
Office: 263-884-4000
Fax: 253-884-5064
www.proglassine.com
sales@proglassine.com
proglassinc.com
Phone: 253,884,4008 E mail; proglass@msn.com Fax: 253.884.5064
EXHIBIT H
REQUEST FOR CONTRACT AWARD
PROJECT NAME: Computerized Maintenance Management Software license and
support renewal
DEPARTMENT: Public Works
CONTRACTOR CarteGraph Systems, Inc.
AWARD AMOUNT: $6,334.70
DATE OF REQUEST: October 13, 2010
BIDS OR PROPOSALS RECEIVED:
CarteGraph Systems, Inc. $6,334.70
"NO BID" or NO RESPONSE RECEIVED:
NIA
BACKGROUND
INFORMATION &
BASIS FOR AWARD:
On November 5, 2008, Council passed Resolution 2008-208 approving the purchase of Computerized
Maintenance Management Software (CMMS). This software purchase was in response to the Statewide
General Waste Discharge Requirement (WDR) No. 2006-003. The purpose of this order is to facilitate the
properfunding and management of sanitary sewer systems statewide. The software has allowed the
WWW Division to better schedule work, improve tracking Capabilities, and enhance the ability to monitor
performance 'of the preventive maintenance (PM) program to meet the goals of the WDR. This software is
also enhancing the capabilities of the water operations, including maintenance, scheduling and
performance.
This license renewal covers not only the software license renewal but covers all upgrades, technical
support, and training needs for the Division. This is an ongoing annual renewal, and the software is now
integrated into the operations of the Division. In an effort to maintain the consistency and investmentof
previous work, staff is recommending the renewal of this software license to CarteGraph Systems, Inc.
FUNDING:
180451.7369 $3,167.35 50%
170401.7369 $3,167.35 50%
Prepared by: Kevin Gaither
Title: Water Services Technician
Reviewed by:
Purchase Order No. ?
�.
R:IGROUPIWWWICompNta"ntmgmtSyslCarteGraphlCarteGraphAnnualMaint10-13-10.doc 10/1312010
EXHIBIT I
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
Electric Inventory
Electric Utility Department
Old Castle Precast
$1'1,948.13
10119110
BIDS OR PROPOSALS RECEIVED:
Old Castle Precast $11,908.13
Jensen Precast $13,909.13
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
This item is for the Electric Inventory. This item will be used in new construction, and also
repair of existing equipment. Old Castle Precast and Jensen Precast are the only known
suppliers of this equipment. Old Castle purchased Utility Vault Company. Old Castle is the
responsible low bidder for this order.
FUNDING:
Purchase Order No 19929
160.1496
Prepared by: Rand
Title:
Reviewed by:
EXHIBIT J
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Emergency Repair Work for the Lodi Police Department
Replace HVAC #2 Compressor
DEPARTMENT: Public Works Department
CONTRACTOR ICR Refrigeration, Inc.
AWARD AMOUNT: $5,689.99
DATE OF RECOMMENDATION: October 19,2010
BIDS OR PROPOSALS RECEIVED:
ICR Refrigeration, Inc.
Lodi Services Heat & Cooling
"NO BID" or NO RESPONSE RECEIVED:
Henderson Brother's of Lodi
$ 5,690.00
$ 7,975.00
BACKGROUND INFORMATION & BASIS FORAWARD:
This purchase order is being issued for emergency repair work for the Lodi Police Department,
215 West Elm Street, Lodi. Replacement of HVAC #2 compressor. Services to include removal
of old equipment, installation of new compressor, liquid line drier, sight glass with moisture
indicator, evacuate system, charge with recovered R-22 and adjust oil level.
FUNDING
Purchase Order No. 19939
103511.7331
Prepared by: Dennis Callahan
Title: Flee�t��& Facilities, Manager
Reviewell by- 4 Q[ C
EXHIBIT K
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
Electric Inventory
Electric Utility Department
Stella Jones
$7,721.25
10/19/10
BIDS OR PROPOSALS RECEIVED:
Stella Jones
McFarland Cascade
The Oeser Company
Bell Lumber& Pole Company
"NO BID" or NO RESPONSE RECEIVED:
Pennington Crossarm Company
Bridewell Resources
Nevada Wood Preserving
$7,721.25
$7,949.63
$8,906.63
$13,224.00
BACKGROUND INFORMATION & BASIS FOR AWARD:
These wood poles are for the Electric Inventory. They will be used in new construction, and
also replacement of deteriorated poles in the system. Stella Jones is the low responsible bidder
and was awarded the Purchase Order.
FUNDING:
Purchase Order No. 19941
160.1496
Prepared by: Randy Lipelt
Title:
Reviewed by:
Buyer
/•
EXHIBIT L
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
Electric Inventory
Electric Utility Department
HD Supply -Benicia
$12,060.49
10121110
HD Supply -Benicia $12,060.49
See Additional Sheet. HD Supply -Benicia only vendor
to bid on all items of Purchase Order
$0.00
"NO BID" or NO RESPONSE RECEIVED:
All -Phase
GEXPRO
Rexel
Intraline
BACKGROUND INFORMATION & BASIS FOR AWARD:
These items are for the Electric Inventory. They will be used in new construction, and also
replacement of failed parts in the system. H D Supply -Benicia is the low responsible bidder and
was awarded the Purchase Order.
FUNDING:
Purchase Order No. 19953
160,1496
Prepared by: Randy L,ipelt
Title: Buyer
Reviewed by:
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION
BIDS,OR PROPOSALS RECEIVED:
Pace Supply
Ferguson Enterprises
Corix Water Products
Oak And Garfield Taps
Water[Waste Water Dept.
Pace Supply
$5,817.04
Oct 21,2010
"NO BID" or NO RESPONSE RECEIVED:
Stockton Windustrial
BACKGROUND INFORMATION & BASIS FORAWARD:
Material needed for hot taps, For new service!
FUNDING:
Prepared by: Shawn Tallerico
Title: Sr. Storekeeper
Reviewed by:
Purchase Order No. 19957
EXHIBIT M
$5,817.04
$7,035.04
$7,393.58
No Bid
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS -OR PROPOSALS RECEIVED:
Pace Supply
Corix Water Products
Ferguson Enterprises
Reynolds Ranch Shopping Center
WaterMlaste Water Dept.
City Of Lodi/ Water Dept.
$5,137.35
Oct 21,2010
"NO BID" or NO RESPONSE RECEIVED:
Stockton Windustrial
BACKGROUND INFORMATION & BASIS FOR AWARD:
Material need for hot taps, For new service!
FUNDING:
Prepared by: —Sba= Tallerico
Title: —Sr. Storekeeper
Reviewed by:
Purchase Order No. 19955
EXHIBIT N
$5,137.35
$5,775.63
$5,892.95
No Bid
RECOMMENDATION FOR CON'T'RACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
Pickup Truck 04-122 Purchase
Public Works
Downtown Ford Sales of Sacramento
$17,440.90
October 21,2010
BIDS OR PROPOSALS RECEIVED:
Downtown Ford Sales of Sacramento
Big Valley Ford of Stockton
Sanborn Chevrolet, Inc cf Lodi
U -Haul of Fresno, CA (pre -owned)
"NO BID" or NO RESPONSE RECEIVED:
EXHIBIT 0
$17,440.90
$18,620.00
$19,269.31
$17,064.25
BACKGROUND INFORMATION & BASIS FOR AWARD:
The Fleet Service Division has a 1989 Dodge D100 pickup that is approximately 21 years old
and has 144,726 miles thereby meeting the minimun replacement criteria of 10115 years and or
120,000 miles. The cost of repairs and preventative maintenance to date are $32,643.01.
Current State of California vehicle contract #1-10-23-20 is recommended to be used for this
purchase.
FUNDING: Vehicle Replacement Fund
Prepared by: Dennis J. Callahan
Title: Fleet and Facilities Manager
Reviewed by: -� Zu
Purchase Order Nod? (1 -11 — �)O U
EXHIBIT P
RECOMMENDATION 3ATION FOR CONTRACT AWARD
PROJECT NAME: White Slough WPCF Three Species Toxicity Testing
DEPARTMENT: Public Works
CONTRACTOR Sierra Foothill Laboratory
AWARD AMOUNT: $8,925.00
DATE OF RECOMMENDATION: October 25,2010
BIDS OR PROPOSALS RECEIVED:
Sierra Foothill Laboratory $8,925.00
Block Environmental $9,600.00
Aqua Science $18,750.00
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION& BASIS FORAWARD:
Contractto perform quarterly three species toxicity testing through June 2011. The testing is
required by and to comply with the City's NPDES permit for the White Slough WPCF.
FUNDING: 170403.7323
Prepared by: Michael Schafer
Title: Lab/Environ. Comp. Superintendent
Reviewed by: A -�
Purchase Order No. 19961
EXHIBIT Q
REQUEST FOR CONTRACT AWARD
PROJECT NAME: Waterwastewater Division Wacker Tamper/Pneumatic Pump
Replacement
DEPARTMENT: Public Works
CONTRACTOR Holt of California
AWARD AMOUNT: $9,544.99
DATE OF RECOMMENDATION: October 26, 2010
BIDS OR PROPOSALS RECEIVED:
Holt of California $9,544.99
"NO BID" or NO RESPONSE RECEIVED:
California Diamond Products (No quote submitted on $6,707.20
pumps just compactors.)
Capital Air Tools (Didn't quote Wacker brand compactor $9,193.70
and pump quote was higher than Holt.)
BACKGROUND INFORMATION & BASIS FORAWARD:
The Waterwastewater Division has 2 soil compactors that have reached their useful life. Unit
04-310 is a 1993 model and Unit 04-352 is a 2001 model. These units are used daily by the
Waterwastewater Division to compact trench backfill material on maintenance projects. The
Division requested quotes specifically for the Wacker brand compactors because they have
proven to be the most reliable and efficientto operate.
The CP10 submersible pumps (3 units total) are replacing worn out pumps on three of the
Waterwastewater Division service trucks. These units are used daily to pump water out of
excavations so crews can make repairs on water services and mains.
1112I_9I Ile]
Prepared by: Charles E. Swimley, Jr.
Title: Deputy Public Works Director -Utilities
Reviewed by: �
Purchase Order No.
EXHIBIT R
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: SCADA -software support
DEPARTMENT ELECTRIC UTILITY
CONTRACTOR: Survalent Technology
AWARD AMOUNT $11,150.00
DATE OF RECOMMENDATION: 10-26-10
BIDS OR PROPOSALS RECEIVED:
Survalent Technology
2600Argentia road
Mississauga, Ontario
L5N 5V4 Canada
See Quotte # Q10-10-1391 . Attached
"NO BID" or NO RESPONSE RECEIVED:
1
BACKGROUND INFORMATION& BASIS FOR AWARD:
Suravalent Technology provides the SCADA system for that controls the Water, Electric Storm and Lifts station
A annual service aggrement ensure our staff with technical support and software updates.This is a 12 month
annual service agrement.
FUNDING:
Prepared by: Abel Palacio Sr,
Title:
Reviewed by:
Purchase Order No
utilltv O S, Dervisor
Survalent
rOTT
Technology
Prepared for: CITY OF LODI
I Reterence:
2600 Argentia Road
Mississauga, Ontario
L5N 5V4 Canada
Phone: (905) 826-5000
Fax: (905) 826-7144
vvww.survaient.com
This quotation remains valid for 90
days from date below. Prices
and/or delivery may be subject to
revision after 90 days.
Hate: October 20, 2010
Terms Currency
Q10-10-1391 Net 30 days 1 week from receipt of N/A USD
purchase order
Item
QuantitV
M 0
�
L
1Year
Gold Service/Annual Software Support/Maintenance:
$8.900.00 per Dual Redundant Master Station:
$8,900.00
Windows based with 7. Operator Workstations
;t WS
($850.00 per workstation)
$ 1,700.00
$550.00 for support of WebSury
$550.00
Standard service includes:
- Business hour Hot-iine support, telephone support from
8:00 AM to 6,00 PM FST
-Annual software upgrade(s)*
Free after hours support calls **.
Access to Survalent's User Support site:
o Software downloads
o Knowledge base articles
o Online manuals
o Usersupport forums
r Survaient Technoiogy does not keep backup copies of customer
data. Customers are responsible for ensuring their data is backed -up
Total:
and kept in a secure location.
$ 11,150.00
** Limit of 2 calls per year, after a fee of $1,000 per call will be
charged.
Survalent Technology I Thank you for your business
a 041%
Survalent
Technology
LYear I Optional Service Tier:
2600 Argentia Road
Mississauga, Ontario
L5N 5V4 Canada
Phone: (905) 826-5000
Fax: (905) 826-7144
www.survalent.com
Pricing Upon
Request
Platinum Service/Annual Software Support/Maintenance:
Windows based with 2 Operator Workstations
($1,700,00 per workstation)
$1,100.00 for support of WebSury
- Business hour Hot-line support, telephone support from 8:00 AM to
6:00 PM EST
-Annual software upgrade(s)*
Unlimited after hours support calls.
- Call response priority is 1s=, within 24 hours.
1week of training at 2600 Argentia at no charge or ***
1week on-site consulting visit by an STC systems engineer "
1free training course per year at any STDG or Regional training event
**x
Access to Survalent's User Support site:
o Software downioads
o Knowledge base articles
o Online manuals
o Usersupport forums
o Online trouble ticketing/tracking
* Survalent Technology does not keep backup copies of customer
data. Customers are responsible for ensuring their data is backed -up
and kept in a secure location.
** Travel & expenses are billed to the customer at cost
*** Limited to 3 personnel
Multiple year support:
After 2nd year, 5% discount per year to a maximum of 25% for 5 years.
TBA
TBA
TBA
Prepared by: Lee Schwab, Ischwab@survalent.com
Survalent Technology I Thank you for your business
Survalent
bchnoi g
TERMS AND CONDITIONS OF SALE
2600 Argentia Road
Mississauga, Ontario
L5N SW Canada
Phone: (905) 826-5000
Fax: (906),826-7144
www.survalent.com
ACCEPTANCE OF ORDERS
Purchaser's offer to buy based on Survalent Technology Corporation's quotation or proposal shall be subject to the
acceptance of Survaient Technoiogy Corporation in Mississauga, Ontario. Should the Purchaser'sorder include
changes or additions to specifications which are not included in Survaient Technology Corporation's quotation or
proposal, acceptance and acknowledgment of the order by Survalent Technology Corporation shall not be deemed
a waiver of Survaient Technology Corporation's right to make additionai chargesfor such changes or additions. In
addition, Survaient Technology Corporation shall, in event of changes or additions to specifications made after
receipt of an order, make whatever charges are necessitated.
TITLE
The title, ownership, and right of property of the equipment sold hereunder shall remain with Survalent
Technology Corporation, and such equipment shall remain personal property until all payments, including deferred
payments, shall have been paid in full, and the Purchaser shall do all that is necessary to maintain such right and
title in Survaient Technology Corporation. The Purchaser shall assume all risk of loss or damage incurred after the
equipment is delivered.
TERMS OF PAYMENT
Invoiced amounts are due in full net 30 days. Overdue amounts are subject to 1.5% interest charge per month
(118% per annum). These terms are extended to Purchasersfor domestic shipment only and are subject to approval
by Survaient Technology Corporation's Credit Department. Terms of payment on orders for export shipment are
full cash with order unless specified otherwise in our quotation. Survalent Technoiogy Corporation reservesthe
rightto suspend shipments and to change the terms of payment at any time, should doubt arise as to the financial
responsibility of the Purchaser. Pro rata payments shall become due as shipments are made. if shipments are
delayed by the Purchaser, payments shall become due from date when Survaient Technology Corporation is
preparedto make shipment. ifSurvalentTechnology Corporation isdelayed.by the Purchaser, payment shall be
based on the contract price and percentage of completion.
PROGRESS PAYMENTS
Survalent Technology Corporation will invoice the Purchaser for percentages of job completion as per agreed
schedule, on all contracts over $30,000, unless other terms are mutually agreed upon and specified in our
quotation. Such invoices are subject to Terms of Payment above.
HOLDBACKS
All holdbacks are limited to 10%of the contract amount and to 90 days after delivery of the equipment to the
carrier. Holdbacks required for periods longer than 90 days carry an interest charge of 1.5% per month (18% per
annum). Holdbacks do not apply to amounts invoiced for taxes, freight, spare parts, documentation and
commissioning.
SHIPMENT
Shipping promises are approximate and are based upon factory conditions at the time of quotation. They are
subject to modification depending upon conditions existing at the time Purchaser's order is received. Shipping
promises are also based upon receipt of complete and final specifications with order. Any changes or additions
made to the Purchaser's specifications after an order is accepted and acknowledged will require that shipment be
Survalent Technology I Thank you for your business
Survalent
Technology
2600 Argentia Road
Mississauga, Ontario
L5N 5V4 Canada
Phone: (905) 826-5000
Fax: (905) 826-7144
www.survalent.com
rescheduled based upon date of receipt of final specifications and uponfactory conditions existing atthat time.
Delivery of the equipment hereunder shall be made F.O.B. factory, unless otherwise agreed upon. Survalent
Technology Corporation shall not be liable for delay in delivery due to causes beyond its reasonable control, such
as acts of God, acts of the Purchaser, acts of civil or military authority, priorities, fires, strikes, floods, epidemics,
quarantine restrictions, war, riot, delays in transportation, car shortages, and inability due to causes beyond its
reasonable control to obtain necessary labour, materials, or manufacturing facilities, not in any event for
consequential damages. In event of any such delay, the date of delivery shall be extended for a period equal to the
time lost by reason of the delay. When Purchaser is not prepared to accept shipment upon completion as
scheduled, Survalent Technology Corporation is prepared to store the equipment at its plant for a monthly rate
corresponding to space occupied and to prevailing commercial storage charges.
WARRANTY
All equipment manufactured by Survalent Technology Corporation is warranted for a period of one year from date
of shipment, to be free from all inherent electrical and mechanical defects in parts and workmanship provided said
equipment is properly installed, fully protected, adequately maintained, and operated under normal conditions
with competent supervision. Survalent Technology Corporation agrees to supply the Purchaser, free of charge,
F.O.B. factory, parts affecting operation, which prove defective in workmanship or material within a period of one
year following date of shipment of the equipment from the factory, Survalent Technology Corporation shall have
no liabilityto the Purchaser norto third parties for consequential or extended damages incurred as the direct or
indirect result of equipment faiiure. Warranty on resold items specified in the Contract as such is carried by the
original manufacturer and limited to the terms of such manufacturer. Ail warranties become ineffective during the
time the Purchaser's account is in default. The warranty period is not extended beyond its original term.
CANCELLATION OR DELIVERY DEFERMENT
Orders accepted and acknowledged by Survalent Technology Corporation will not be subject to cancellation or
delivery deferment without written consent from the General Office of Survalent Technology Corporation, except
upon terms which will reimburse Survaient Technology Corporation for expenses incurred, work done, and
commitments made.
TAXES
All present or future sales, use, excise or similar taxes applicable to the purchase of sale of equipment, covered by
an order, are payable by the Purchaser and, where Survalent Technology Corporation is directed to collect such
taxes, the amount will be added to the price of the equipment and paid by the Purchaser in the same manner and
with the same effect as if originally added thereto.
RETURN OF EQUIPMENT
Survalent Technology Corporation will not be responsible for any parts returned without written authorization
from Survalent Technology Corporation.
WAIVER OF TERMS
Survalent Technology Corporation's failure to object to provisions contained in the Purchaser's order or other
communication shall not be deemed a waiver of the terms or conditions hereof, nor acceptance of such provisions.
No representation or warranties other than those contained herein shall be binding upon Survalent Technology
Corporation unless made in writing and signed by an officer of Survalent Technology Corporation.
Survalent Technology ( Thank you for your business
valent
Technology
2600 Argentia Road
Mississauga, Ontario
L5N 5V4 Canada
Phone: (905) 826-5000
Fax: (905) 826-7144
www.survalent.com
APPROVAL OF DRAWINGS
In event approval of drawings is necessary, anytime required in excess off ourteen (14)calendar days from the
date of initial mailing of drawings to the Purchaserfor final approval if not specified in the Specification or
Purchase Order, may be added to the scheduled deilvery date
MANUALS
Survalent Technology Corporation agreesto supply up to one (I)manuai for each item. In the event that more are
required, Survalent Technoiogy Corporation reservesthe rightto either supply these manuals at no charge or add
the full or a portion thereof of the standard price to the price of the equipment and be, paid bythe Purchaser in
the same manner and with the same effort as if originally added thereto. Survalent Technology Corporation
reserves the right to supply manuais 30 days after the delivery of the equipment without affecting the original
terms of payment.
ACCEPTANCE OF EQUIPMENT
Purchaser's inspection and acceptance test of equipment at Survalent Technology Corporation's plant constitutes
acceptance, at which time invoice for payment in full, less holdback, is issued. Survalent Technology Corporation
warranty terms are applicable thereafter. Special arrangements may be made for acceptance in the field, not later
than 30 days after shipment.
PERFORMANCE BOND
If Issued, such bond will be terminated at time of acceptance test by Purchaserat Survalent Technology
Corporation's plant or at time of shipment.
Survalent Technology ! Thank you foryour business
EXHIBIT S
RECO NIMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
€nfoUSA
Reference Services
Library
infoUSA Marketing Inc
$8,335.00
1012812010
"NO BID" or NO RESPONSE RECEIVED:
$8,335.00
BACKGROUND INFORMATION & BASIS FORAWARD:
InfoUSA is the sole vendor for the Reference USA database -Business and Residential products
FUNDING:
Purchase Order No.
210801.7308
Prepared by: _Nance Martinez
Title: LibraryServices Director
Reviewed by; >
EXHIBIT T
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Software for Vehicle Collision Tracking
DEPARTMENT: Police
CONTRACTOR Collision Forensic Solutions
AWARD AMOUNT: $19,112.81
DATE OF RECOMMENDATION: 11/02/11
BIDS OR PROPOSALS RECEIVED:
collision forensic solutions Icc
"NO BID" or NO RESPONSE RECEIVED:
$19,112.81
BACKGROUND INFORMATION& BASIS FOR AWARD:
Sole source provider of required total station package to meet Office of Traffic Safety Grant
requirements. Purchased using OTS grant funding.
FUNDING:
Purchase Order No.
236015.7718
Prepared by: Jeanie Biskup
Title: Management Analyst
Reviewed by:
EXHIBIT U
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
EMS Supplies
Fire
Firstline Gloves
AWARD AMOUNT: $5,372.25
DATE OF RECOMMENDATION: 11/03/10
BIDS OR PROPOSALS RECEIVED:
Firstline Gloves, Inc.
"NO BID" or NO RESPONSE RECEIVED:
N/A
$5,372.25
BACKGROUND INFORMATION & BASIS FORAWARD:
FirstLine Gloves, Inc. is the importer and private labeler, the manufacturer of record.
FUNDING:
Purchase Order No. 19988
102016.7356
Prepared by: Aimee R. Murry
Title: Division Chief
Reviewed by:
EXHIBIT V
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: White Slough Digester Mixing System Blower Puchase
DEPARTMENT: Public Works
CONTRACTOR Republic Sales & Manufacturing
AWARD AMOUNT: $9,349.94
DATE OF RECOMMENDATION: November 3,2010
BIDS OR PROPOSALS RECEIVED:
Republic Sales & Manufacturing
Accurate Air Engineering, Inc.
"NO BID" or NO RESPONSE RECEIVED:
Flow USA, Inc.
$9,349.94
$11,212.12
No Response
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 four "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.
Due to the corrosive nature of the use environment these blowers must operate, they
typically only have a lifespan of 2-3 years before replacement is necessary.
FUNDING: 170403.7331
Prepared by: Del Kerlin
SX44
Title: Wastewater Treatment
Superintendent
Reviewed by:
Purchase Order No. *--
REQUEST FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
Sage Designs
(Sole source letter attached)
EXHIBIT W
Remote Telemetry Unit Replacement
Public Works
Sage Designs
$16,567.10
November 8, 2010
"NO BID" or NO RESPONSE RECEIVED:
$16,567.10
BACKGROUND INFORMATION& BASIS FOR AWARD:
This purchase will facilitate the replacement of existing SC DA equipment that is becoming
unreliable. Replacement and support for our existing remote telemetry units are no longer
available, placing us in the position of losing operational control of vital City of Lodi resource
infrastructure. These would include Wells, Sewage lift stations, and Storm pump stations.
FUNDING:
Prepared by: Charles E. Swimley, Jr.
Title: Deputy Public Works Director -Utilities
Reviewed by: 4
Purchase Order No. 19976
EXHIBIT X
RECOMMENDATION FOR. CONTRACT AWARD
PROJECT NAME: East Lodi Avenue Street Furnishings
DEPARTMENT: PUBLIC WORKS, STREETS & DRAINAGE
CONTRACTOR Keystone Ridge Designs
AWARD AMOUNT: $7456.02
DATE OF RECOMMENDATION: November 8,2010
BIDS OR PROPOSALS RECEIVED:
Keystone Ridge Designs (sole supplier)
"NO BID" or NO RESPONSE RECEIVED:
$7456.02
BACKGROUND INFORMATION & BASIS FOR AWARD:
These items are part of the East Lodi Avenue street improvements design but are not part of
the construction contract. The funding for this purchase will come from American Recovery and
Reinvestment Act grant and Proposition 42.
FUNDING:
Purchase Order No.
Split between ARRA - 325034, and Prop. 42 - 337010.
Prepared by: Curtis Juran
Title: Streets & Drainaae Superintendent
Reviewed by:
0—
N
RAGROUPISTREEME LOUT AVEIRecommendation for award E Lodi Furn4.doc
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
EXHIBIT y
White Slough Forklift Purchase
Public Works
Valley Forklift
$12,778.13
November4, 2010
BIDS OR PROPOSALS RECEIVED:
Valley Forklift
Forklift Sales, of Sacramento.
Wholesale Equipment of Fresno, Inc.
"NO BID" or NO RESPONSE RECEIVED:
$12,778.13
$14,987.00
$15,745.50
BACKGROUND INFORMATION & BASIS FOR AWARD:
This vehicle has been budgeted for purchase during the 2010-2011 fiscal year. The budgeted
amount was $13,000. The forklift is needed at the White Slough Water Pollution Control Facility
to perform routine maintenance and repair tasks, as well as loading and unloading delivery
trucks. These tasks, which are performed several times each year, include moving chemical
containers, methane gas scrubber media, tertiary filtration panels, and a variety of other tasks,
which could be completed in a timely manner if a forklift were onsite
FUNDING:
Purchase Order No.
1711201.7851596/E
Prepared by: Del Kerlin r
Title: W. T. Superintendent
Reviewed by (_6a'D
EXHIBIT Z
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
White Slough WPCF Dioxin Testing
Public Works
TestAmerica
$15,600.00
November 10, 2010
BIDS OR PROPOSALS RECEIVED:
TestAmerica
Frontier Analytical Laboratory
CalTest Analytical Laboratory
"NO BID" or NO RESPONSE RECEIVED:
$15,600.00
$23,400.00
$31,200.00
BACKGROUND INFORMATION & BASIS FOR AWARD:
Contract to perform Dioxin testing through July 2011. The testing is required to comply with
provisions of the City's Effluent and Receiving Waters Characterization Study Work Plan. The
study work plan was required by the City's current NPDES for the White Slough WPCF and the
results will be part of a submittal that will be used by the Regional Water Quality Control Board
to set future waste discharge requirementsfor the City.
FUNDING:
Purchase Order No.
170403.7323
Prepared by: Michael Schafer
Title: Lab/Environ. Comp. S
Reviewed by: C -_
b�
ntendent
EXHIBIT AA
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
McGard Inc
HD Supply Benicia
Electric Inventory
Electric Utility Department
McGard Inc
$7,433.06
11/11/10
"NO BID" or NO RESPONSE RECEIVED:
All Phase Electric Supply
Ace Supply Inc
GEXPRO
Platt Electric Supply
WESCO Distribution
$7,433.06
$8,004.00
BACKGROUND INFORMATION & BASIS FOR AWARD:
This item is for the Electric Utility Inventory. It is used to lock a meter to a panel.
These locking rings are used by Field Services. The Purchase Order was awarded to McGard
the low responsible bidder.
FUNDING:
Purchase Order No. 20017
160.1496
Prepared by: Randy Lipelt
Title: Buyer
Reviewed by,�14,L-- �;► �
EXHIBIT BB
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
The Fire Store
Fisher Scientific
Jaeco Fire & Safety
Safety Equipment
Fire
Fisher Scientific
12,287.96
11-24-10
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
Low bid per set of turnouts.
FUNDING:
Purchase Order No. 20034
102012.7306
Prepared by: Aimee R. Mu
Title: Division Chief
Reviewed by:
Can not bid/territorial
12, 287.96
13,628.02
EXHIBIT CC
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
CRAFCO
TRI -AMERICAN, INC.
Environmental Concepts
Crackfill Maintenance Product
PUBLIC WORKS, STREET§ & DRAINAGE
TRI AMERICAN
$6,938.25
Wovember 18, 2010
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
This is a maintenance product for sealing streets.
FUNDING:
Purchase Order No.
Measure K Maintenance 325028.7352
Prepared by:
Curtis Juran
$7,427.50
$6,938.25
$7,427.50
Title: Streets & Drainage Superintendent
Reviewed by:
EXHIBIT DD
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
Utility Truck Body -Vehicle #50
Electric Utility
Diamond Truck Body Manufacturing, Inc
$9,004.50
11110110
BIDS OR PROPOSALS RECEIVED:
Altec Industries, Inc
Diamond Truck Body Mfg. Inc
"NO BID" or NO RESPONSE RECEIVED:
Scelzi Enterprises, Inc
$18,701.73
$9,004.50
BACKGROUND INFORMATION & BASIS FOR AWARD:
New vehicle (##50) was purchased and a comparison was done to see if the old utility truck body
should be reused or should a new one be purchased. It was determined that the difference
between them was minimal (less than $1000) and the higher resale value of the old vehicle with
the utility bed retained would offset the difference in cost.
FUNDING:
Purchase Order No.
160602,7333
Prepared by: _Kevin Bell ____
Title: Utility Rate Analyst
Reviewed by:
EXHIBIT EE
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION
Utility Truck Body- Vehicle #93
Electric Utility
Diamond Truck Body Manufacturing, Inc
$9,493.88
11110110
BIDS OR PROPOSALS RECEIVED:
Altec Industries, Inc
Diamond Truck BodyMfg, Inc
"NO BID" or NO RESPONSE RECEIVED:
Scelzi Enterprises, Inc
$18,701.73
$9,493.88
BACKGROUND INFORMATION& BASIS FOR AWARD:
New vehicle (#93) was purchased and a comparison was done to see if the old utiiity truck body
should be reused or should anew one be purchased. It was determined that it was actually
more expensive to refurbish the old unit than purchase new. Also there is a higher resale value
of the old vehicle with the utility bed retained.
FUNDING:
Purchase Order No
160602.7333
Prepared by: Kevin Bell
Title: Utility Rate Analyte_
Reviewed by:
EXHIBIT FF
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
/_\Ti%1 V 071-18 RIIIM
DATE OF RECOMMENDATION
BIDS OR PROPOSALS RECEIVED:
Sierra Chemical
Basic Chemical Solutions
Univar USA Inc
Sodium Hydroxide Purchase
Public Works
Univar USA Inc.
$19,248.75
November 17,2010
"NO BID" or NO RESPONSE RECEIVED:
Brenntag
$19,248.75
$26,208.75
$28,224.98
No Response
BACKGROUND INFORMATION& BASIS FOR AWARD:
Sodium Hydroxide, also known as caustic soda, is needed to adjust the pH of the effluent
discharged from the White Slough Treatment Facility. The pH is a measure of alkalinity of the
water and must be maintained above 6.5 pH units to be in compliance with our discharge limits.
Caustic is added on a as needed basis to insure this standard is met.
Sierra Chemical has guaranteed their quote through March 2011.
170403.7355
Prepared by: Del Kerlin �va.l
Title: W,T, Superintendent
Reviewed by: kl
Purchase Order No.
EXHIBIT GG
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
AMR Project
Electric Utility
General Pacific
$18,387.34
DATE OF RECOMMENDATION: 17 November, 2010
BIDS OR PROPOSALS RECEIVED:
Qty 40: Nighthawk remote disconnect collars $14,280.00
Qty 5: Centron-Nighthawk under -glass $2,132.90
remote disconnects
Qty 1: Software (to operate disconnects) $495.00
Tax $1,479.44
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
Itron AMR compatibility; sole sourced per Council Resolutions 99-124 and 2005-64
FUNDING: Capital 161000.1841.1700
Prepared by: Ken Be
Title: Metering Electrician
Reviewed by: -'' /� S0/ u
REQUEST FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
19161=7_L61%17
AWARD AMOUNT:
DATE OF RECOMMENDATION:
EXHIBIT HH
Replacement Nozzles for Sewer Cleaning
Public Works — Water[Wastewater
Municipal Maintenance Equipment (MME)
$5,410.53
November 19, 2010
BIDS OR PROPOSALS RECEIVED:
MME $5,410.53
ENZ USA, Inc. $5,528.00
Weco industries $6,101.70
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
These nozzles were tested by staff and found to be the most effective for our sewer cleaning
program. These attachments replace existing, worn out nozzles.
FUNDING:
Prepared by: Charles E. Swimley, Jr.
Title: Deputy Public,Works Director -Utilities
Reviewed by: ",
Purchase Order No.
EXHIBIT II
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
Purchase of Fire Hose
Fire
AIIStar Fire Equipment Inc.
$9,281.82
December 1,2010
BIDS OR PROPOSALS RECEIVED:
AIIStar Fire Equipment Inc.
L. N. Curtis & Sons
Cascade Fire Equipment Co.
"NO BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FORAWARD:
AIIStar Fire Equipment Inc. was the low bidder.
FUNDING:
Purchase Order No. 20056
Fire Emergency Operations Acct.# 102012.7359
Prepared by: Linda Hoover
Title: Administrative Secretary
Reviewed by:
$ 9,281.82
$9,702.68
$ 10,593.34
EXHIBIT JJ
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Street Sweeper Truck Auxiliary Engine Repair
DEPARTMENT: Public Works
CONTRACTOR GCS Environmental Equipment Services
AWARD AMOUNT: $6,513.10
DATE OF RECOMMENDATION: 11-30-10
BIDS OR PROPOSALS RECEIVED:
GCS Environmental
"NO BID" or NO RESPONSE RECEIVED:
$6,513.10
BACKGROUND INFORMATION& BASIS FORAWARD:
Public Works Streets Division operates a 2007 Tymco compressed natrual gas street sweeper,
equipment # 04-131, for the divisions daily street sweeping. The natural gas powered auxiliary
engine, which powers the vacuum on the truck, has been experiencing intermittent problems
when the truck is in operation (dying at different times and not restarting). GCS Environmental
of Sacramento is the only authorized Tymco repairfacility in northern California. This particular
problem requires special tools and factory training of which GCS is the only one in the area with
the proper tools and training to conduct this repair.
FUNDING:
Prepared by: Randy Laney
Title: Fleet Services Supervisor /
C
Reviewed by:
o • 2c�05.9 �1
EXHIBIT KK
RECOMMENDATION miz CONTRAur AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
Mass Storage Device Purchase
Internal ServicesllSD
Entisys Solutions, Inc.
$19,977.02
12/1/10
BIDS OR PROPOSALS RECEIVED:
Entisys Solutions, Inc $19,977.02
HP Business Advantage Central $27,990.00
PC Connection $29,885.88
"No BID" or NO RESPONSE RECEIVED:
BACKGROUND INFORMATION & BASIS FOR AWARD:
The City's server storage capacity is currently about 70% allocated. This device will allow for
anticipated data growth.
FUNDING:
Purchase Order No. 20058
123001.7715- IT Replacement Fund
Prepared by: Steve Mannif _
Title: Information Systems Manager _
k, r
Reviewed by:
EXHIBIT LL
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME: White Slough WPCF NPDES Waste characterization
DEPARTMENT: Public Works
CONTRACTOR Basic Laboratory
AWARD AMOUNT: $16,392.00
DATE OF RECOMMENDATION: December7,2010
BIDS OR PROPOSALS RECEIVED:
Basic Laboratory
Moore Twining Associates
BSKAnalytical Laboratory
"NO BID" or NO RESPONSE RECEIVED:
$16,392.00
$17,152.00
$20,640.00
BACKGROUND INFORMATION & BASIS FOR AWARD:
Contract to perform testing through July 2011. The testing is required to comply with provisions
of the City's Effluent and Receiving Waters Characterization Study Work Plan. The study work
plan was required by the City's current NPDES for the White Slough WPCF and the results will
be part of a submittal that will be used by the Regional Water Quality Control Board to set future
waste discharge requirements for the City.
FUNDING:
Purchase Order No.
170403.7323
Prepared by: Michael Schafer
Title: Lab/Environ. Comp. Superintendent
Reviewed by:
EXHIBIT MM
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
All -Phase Electric Supply
General Pacific
Plass Electric Supply
Wescso Distributio
HD Supply Benicia
Electric Inventory
Electric Utility Department
All Phase Electric Supply
$7,134.44
12/09/10
"NO BID" or NO RESPONSE RECEIVED:
Rexel
Kortick
GEXPRO
HD Supply Portland
One Source Distribution
$7,134.44
$7,759.01
$7,165.44
$9,241.36
$8,940.23
BACKGROUND INFORMATION & BASIS FOR AWARD:
These items are for the Electric Utility Inventory. These streetlights are to replace damaged
streetlights in the system. They can be used for new installation also. The Purchase Order
was awarded to All Phase Electric Supply the low responsible bidder.
FUNDING:
Purchase Order No.: 20084
160.1496
Prepared by: Randy Li
Title: Bu
Reviewed by-- �.. it-,
EXHIBIT NN
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
Infinity -Micro
Code Micro
B uyAA E. com
Switch Replacement
Internal Services/ISD
Infinity-Mirco
$6,443.44
12/14/10
"NO BID" cr NO RESPONSE RECEIVED:
$6,443.44
$7,517.94
$6,796.88
BACKGROUND INFORMATION & BASIS FOR AWARD:
Replacement of various network switches with ones that will accommodate Voice -over -IP and
MAC authentication, and will provide power to devices.
FUNDING:
Purchase Order No. 20111
123001.7715
Prepared by: Steve Mann
Title: IS Manacder
f
Reviewed by:
EXHIBIT DO
RECOMMENDATION FOR CONTRACT AWARD
PROJECT NAME:
DEPARTMENT:
CONTRACTOR
AWARD AMOUNT:
DATE OF RECOMMENDATION:
BIDS OR PROPOSALS RECEIVED:
Gexpro
Cottage Bakery
Electric Utility
Gexpro
$16,627.55
12/14110
"NO BID" cr NO RESPONSE RECEIVED:
HDD Supply
$16,627.55
$21,293.25
BACKGROUND INFORMATION 813ASIS FOR AWARD:
This work is being done at the request of Ralcorp (Cottage Bakery).
Ralcorp has already paid us for the work.
Lowest Price
FUNDING:
Purchase Order No.
Prepared by: E. Fitzpatrick
Title: Distri156tiori Pljannin , Su ervisor
e xc v is vv c u MY,
s
01
EXHIBIT PP
RE COMMENDATION FOR CONTRACT AWARD
PROJECT NAME: Confined Space Entry Safety Equipment
DEPARTMENT: Public Works, Streets & Drainage, Water/Wastewater
CONTRACTOR: Western Safety Products
AWARD AMOUNT: $6,263.74
DATE OF RECOMMENDATION: December 22, 2010
BIDS OR PROPOSALS RECEIVED:
Hagemayer
Industrial Safety Supply
Western Safety Supply
"NO BID" or NO RESPONSE RECEIVED:
Corrected
Bids
$7,092.62
$6,994.85
$6,892.73
Bid Less
Harnesses*
$6489.62
$6408.15
$6,263.74
BACKGROUND INFORMATION & BASIS FOR AWARD:
In order to comply with OSHA Standards, Subchapter 7, Group 16, Article 108, Confined
Spaces, entry to any confined space such as storm pump stations and sewer lift stations
require fall protection and rescue equipment. Many times two people must enter a site to
perform maintenance.
This purchase completes the original intent to have two complete sets of confined space safety
equipment.
*This dollar amount is less the three ExoFit111 Harnesses and reflects the reduced cost.
FUNDING: 105050.7306
Prepared by: Curtis .furan _
Title: Streets & Drainage Superintendent
Reviewed by: (° '
Purchase Order No. 20128
R: 1GROURSTREETMTORM1ConGned Space EQWecornmendaWn for Award Confineed Space eq 2010.doc