Loading...
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