Loading...
HomeMy WebLinkAboutAgenda Report - January 19, 2000 E-134 a 4 4 CITY OF LODI COUNCIL COMMUNICATION r Y 1 AGENDA TITLE: Approve Participation in Contracts for Replacement of Granular Activated Carbon for DBCP Treatment Systems MEETING DATE: January 19, 2000 PREPARED BY: Public Works Director RECOMMENDED ACTION: That the City Council adopt the attached resolution authorizing the City Manager to execute the necessary agreements to purchase/regenerate granular activated carbon (GAC) from USFilter under the applicable terms of the City of Fresno's contract and to execute similar agreements with USFilter or other firms offering participation in contracts deemed in the best interest of the City for other wells requiring GAC replacement through the end of the 1999/2001 budget period. BACKGROUND INFORMATION: The City of Lodi currently has six wells with treatment systems that use GAC to remove dibromochloropropane (DBCP). Well 4R's treatment system went off line in October 1999 due to the GAC no longer able to remove DBCP to the required 0.2 parts -per -billion level. Three other treatment systems are anticipated to require GAC replacement during the 1999/2001 budget period. The City of Fresno solicited bids for the purchase and regeneration of GAC used in DBCP treatment systems. Fresno has numerous GAC treatment systems and received prices commensurate with its volume of GAC purchases. USFilter (formerly Northwestern Carbon) had the lowest bid for the City of Fresno (copy attached) on the items Lodi is requiring. Northwest Carbon furnished the City of Lodi with GAC in the past and constructed the GAC vessels at Well 4R. The City Attorney has reviewed the attached offer allowing the City to purchase carbon under the terms of the City of Fresno contract. FUNDING: The money for this project will be coming from the Water Utility Funds' DBCP Operations and Maintenance account which, in part, is reimbursed under the terms of the DBCP settlement. Project Estimate: Budgeted: Funding Available: $200, 000 1999/2000 Operating Budget Finance Dire Richard C. Prima`Jr. Public Works Director Prepared by Frank Beeler, Assistant Water/Wastewater Superintendent RCP/FB/frb Attachments cc: City Attorney Purchasing Officer APPROVED: r14,1" --1H. Dixon Flynn -- 6ity/Manager r G:1WWWGAC CC1299.doc 01/10/00 9:01 AM .iL. N l O I - 12-11-b;i : 3:2Lie i ;LJt-1 l IQr/iieSlaleS RB- 203 333 6841:; 1/ 2 USF!L TERI WESTATES FAX I Date 12-17-99 1 Number of pages including cover sheet FROM: TERRY THORNDYKE 70: Mr. Frank Beeler USFILTER WESTATES City of Lodi 11711 Reariing Rnardt P.O. Box 130 Phone 209-333-6740 Red Bluff,CA.96080 Fax 209-333-6841 Phone 530-527-2664 Fax Phone 530-527-0544 1 RE: Price Confirmation 1 REMARKS: 0 Urgent ❑ For your review 10 Reply ASAP ❑ Please Comment Thank you for your request for confirmation of the GAC replacement pricing for three 30,000 Ib. vessels at city Well Site No. 4R. Your fax of 12-13-99 contained the itemized summary of the complete service pricing. This pricing is correct and attached you will find the signed confirmation. Pleased be advised that this pricing proposal includes the following guarantee: Virgin GAC charge will be bacteria free. If bacteria tests performed by the city exceed allowable levels, USFilter Westates will provide remedy in a timely manner at no cost to the City. The acquisition of NWC by USFIIter Westates has expanded our production capacity by contracting with multiple manufacturing facilities. Upgrades and improvements at existing manufacturing facilities directed by USFilter Westates has resulted in increased activity characteristics of a wide variety of incoming virgin carbons. We are confident that there are no carbons available for potable water aoolications that are of higher ouality. safer or will perform Ionaer than those supplied by USFilter Westates. Therefore, included in the above pricing is the following performance based guarantee: USFilter Westates guarantees that the new virgin carbon charge to be installed at Well Site No. 4R will meets specifications and will perform a minimum of 10% longer than the existing charge. Performance duration will be determined by the City based on gallons of water processed under similar flow rates and contaminant concentrations. Similar is defined as a variance that does not exceed 7%. In the event that the new carbon charge results in a shorter life than guaranteed, and adjustment in the following replacement beds will be applied accordingly (i.e. a bed life identical to the existing charge would result in a 10% reduction in the price of the following charge or a bed life of 95% of the existing charge would result in a 15% reduction in the following charge price, and so on). There, of course, will be no additional charge for bed life in excess of the expected additional 10% guaranteed life. We are highly focused on providing the highest quality in products and service at the most favorable pricing to our local GAC system owners. Your business is very important to us and we are committed to insuring your complete satisfaction on the upcoming project. SENT BY: 12-17-99 ; 5:24PM ;USFilter/Yestates RB- 209 333 6841;# 2/ 2 CITY OF LODI Public Works Department U.S. Filter UNIT TOTAL JIM LILY LItitl PFSCRIPTION PRICE ERl 1 3 Ea. Removal of adsorption vessel $ 1,000 $ 3,000 contents and transport to reactivation/disposal/destruction facility. 2 3 Ea. React vation/disposeaf/destroy $ 1,000 $ 3,000 adsorption vessel contents. 3 00,000 Lbs. $ 0.519 $ 45,710 Deliver and install virgin Bituminous OAC by bulk pneumatic trailer. TOTAL COST: $ 52,710 PP4cdv Fi/ZM07) I Z//?/rs A s FrrlFyt 067stAIrs 7101,ta, 94._17„,„ GACCost aR 0 12!13=90 WESTATES TELEPHONE 530-527.2664 P.O. BOX 130 800-795-2664 RED BLUFF, CA 96080-0130 FACSIMILE 530-527-0544 9-7-99 Mr. Frank Beeler City of Lodi 1331 So. Ham Lane Lodi, CA 95242 Dear Frank: Regarding our conversation, the following will summarize the window of opportunity that exists for the City of Lodi. As you know, NORTHSWESTERN CARBON (NWC) was purchased by USFilter Westates. NWC has been providing potable water spent Granular Activated Carbon (GAC) removal and replacement service for many years, supplying both virgin carbons and recycled carbons complying with State of California DOHS Policy 94-005. In October 1998 the City of Fresno issued a formal, public solicitation for GAC supply and on-site service. NWC was the successful bidder for the supply of virgin bituminous coal based 8x30 mesh carbon LB -830 and the bituminous coal carbon recycling service. LB -830 is a premium quality carbon that has been Certified by Underwriters Laboratories to ANSI/NSF Standard 61 and is the most common GAC currently in service in California potable water systems. NWC received a contract from the City of Fresno for the supply of products and services dated 12-8-98. The term of the contract is one year with options to extend for two additional years and the contract pricing is the lowest ever offered in California for carbon supply and service. I've attached a copy for your review. NWC is now doing business as USFilter Westates and all existing contracts remain in force without alteration. It is a common practice for public agencies to "tack on" or "piggy back" on to neighboring community competitively bid public agency contracts for identical products and services. This practice eliminates duplicating the costly bid process while insuring the most competitive pricing. In fact, "piggy back" agreements on the previous Fresno/NWC contract were enjoyed by several California municipal potable water system owners over the past three years. This letter is USFilter Westates' invitation for you to "piggy back" on this new Fresno/NWC contract. Your acceptance of this invitation will entitle your agency to all contract terms and pricing, including the extension options. You may validate this exclusive offer by simply acknowledging a copy of this letter in the space provided and returning it to me by Sept. 24, 1999 or by issuing other documentation of your choice (purchase order, contract, etc.) referencing the Fresno contract. As quantity requirements may differ, you may estimate a potential contract dollar amount with the caveat that the City. at its sole discretion. may elect to issue orders for more. less. or no products or services during the contract period. With the acquisition of NWC, USFilter Westates is the undisputed leader in the supply of potable water carbons and service to municipal systems in this area. This position has been earned by taking a leadership roll in the overall reduction of capital and O&M costs to GAC system owners while advancing the quality of products and service. This offer to provide vital products and services to all municipal GAC system owners at the most competitive pricing is an example of the USFilter Westates commitment to the local potable water industry. We're looking forward to continuing our long term mutually beneficial association. Sincerely, Terry Thorndyke Municipal Market Manager ACKNOWLEDGEMENT z, , a public agency, elects to "piggy back" on to the City of Fresno Contract for products and services and may, from time to time, place orders to USFilter Westates under contract pricing, terms, and conditions. We estimate our requirements to be $ over the next 12 months. It is understood, however, that there is no obligation to purchase any products or services in any quantity. By Date City of Purchasing Division 2101 "G" Street • Fresno, California 93706.1675 209-498-1332 • FAX 209-488-1069 December 8, 1998 Northwestern Carbon 11711 Reading Road Red Bluff, CA 96080 Department of Administrative Services Andrew T. Souza Controller/Director of Administrative Services SUBJECT: NOTICE TO PROCEED REQUIREMENTS CONTRACT TO PROVIDE GRANULAR ACTIVATED CARBON AND/OR REMOVAL OF SPENT GRANULAR ACTIVATED CARBON - SECTIONS I, II AND III BID FILE NO. 8184-902 Dear Mr. Moser: Enclosed you will find an executed copy of a Requirements Contract to Provide Granular Activated Carbon and/or Removal of Spent Granular Activated Carbon for Bid Sections I, II and III. The contract shall be in effect for one year from the date of the Notice to Proceed. The contract may be extended for two (2) one- year extensions. The aggregate term of the contract, including all extensions, shall not exceed three years. Purchase order number P052237CQ in the amount of $78,240.00 has been issued for accountability purposes and this number should appear on your invoice. This purchase order is in effect only until June 30, 1999 or until funds encumbered are depleted. New purchase orders may be issued after that date or for additional encumbrances. If you have any questions regarding this contract, please do not hesitate to call. Sincerely, PURCHASING DIVISION Kirin E. Taggart Purchasing Manager KET:js Enclosures: 3 CONTRACT THIS CONTRACT is made and entered into by and between the CITY OF FRESNO, a municipal corporation, hereinafter called the "City" and Northwestern Carbon, hereinafter called the "Contractor," as follows: 1. The "Notice Inviting Bids", "Instructions to Bidders", "Bid Proposal", and the "Specifications" including "General Conditions", "Special Conditions", and "Technical Conditions" for: REQUIREMENTS CONTRACT TO PROVIDE GRANULAR ACTIVATED CARBON AND/OR REMOVAL OF SPENT GRANULAR ACTIVATED CAB,Bf!1T., fpa rTTnNS ,T. , II AND III BID FILE NO. 8184-902 copies of which are annexed hereto, together with all the drawings, plans, and documents specifically referred to in said annexed documents, including Performance and Payment Bonds, if required, are hereby incorporated into and made a part of this Contract, and shall be known as the Contract Documents. 2. For the estimated monetary consideration of SEVENTY EIGHT THOUSAND. TWO nuizu.L FORTY DOLLARS AND NO CENTS (S78.240.00) , as set forth in the Bid Proposal, the Contractor promises and agrees to furnish or cause to be furnished, in a new and working condition, and to the satisfaction of the City, and in strict accordance with the specifications, all of the items as set forth in the Contract Documents. 3. The City accepts the Contractor's Bid Proposal as stated and agrees to pay the consideration stated, at the times, in the amounts, and under the conditions specified in the Contract Documents. 4. INDEMNIFICATION: The Contractor shall indemnify, hold harmless and defend the City and each of its officers, officials, employees, agents and volunteers from any and all loss, liability, fines, penalties, forfeiture, costs and damages (whether in contract, tort or strict liability, including but not limited to personal injury, death at any time and property damage) incurred by the City, the Contractor or any other person, and from any and all claims, demands and actions in law or equity (including attorney's fees and litigation expenses), arising or alleged to have arisen directly or indirectly out of performance of this Contract The Contractor's obligations under the preceding sentence shall apply regardless of whether the City or any of its officers, officials, employees, agents or volunteers are actively or passively negligent, but shall not apply to any loss, liability, fines, penalties, forfeiture, costs or damages caused solely by the active negligence or by the willful misconduct of the City or any of its officers, officials, employees, agents or volunteers. If the contractor should subcontract all or any portion of the work to be performed under this Contract, the Contractor shall require each subcontractor to indemnify, and hold harmless the City and each of its officers, officials, employees, agents and volunteers in accordance with the terms of the preceding paragraph. This section shall survive termination or expiration of this Contract. IN WITNESS WHEREOF, the parties have executed this Contract on the day and year here below written, of which the date of execution by City shall be subsequent to that of Contractor's, and this Contract shall be binding and effective upon execution by both parties. NORTHWESTERN CARBON CITY OF FRESNO Contractor By: Robert S. Perry (Type or print Written Signature.) Title: President A Municipal Corporation By: E . Ta -r447,.... . Title: Purchasing Manager Dated: November 17, 1998 Dated: December 8, 1998 APPROVED AS TO FORM: ATTEST: City ATTORNEY CITY CLERK Deputy By: 1 ElI.LtC1: �•l By: Deputy' / 1 DEPARTMENT OF ADMINISTRATIVE SERVICES -PURCHASING DIVISION 2101 "G" STREET. BUILDING "A", FRESNO. CALIF. 93706-1675 PHONE (209) 498-1332 FAX (209) 488-1069 CITY OF FRESNO IrEPT. OF PUBLIC (JTILITIES - WATER DIV. 1910 E. UNIVERSITY / TTN: Mli:E WELLS FRESNO CA 93 703 007706 NORTHWESTERN CARBON P.O. BOX 130 RED BLUFF .LIVERY DATE I EXPIRATION DATE +1_49 r1 S -5:0-7 ' 'i 1E 1 QUANTITY 1 UNIT 1 INDEX SOBJ PROJECT CA 96080 r.)B/SHI9 •vIA lei' nT COMMODITY CODE DISCOUNT TERMS DATE O. s H P T 0 12/t32/TL i PURCHASE ORDER NC31BER • This No. must appear on all Payment and Deliver, Correspondence CITY OF FRESNO DEPT. OF PUBLIC UTILITIES - WATER DIV. 1910 E. UNIVERSITY / ATTN: MIKE WELLS FRESNO CA 93703 (S'�H1N I OTYER I DESCRIPTION 1.00 LOT 703-3184902 R=QUIREi1ENTS CONTRACT E OUIREMENTS CONTRACT ECTIONS I, II AND III. HIS PURCHASE ORDEI IS FOR ACCOUNTABILITY PUR'OSES NLY IN SUPPORT OF A REOUIREME?TS CONTRACT AMDED .Y CITY COUNCIL ON NOVEMBER 10, 1998 FOR GRAN lLAR fCTIVATED CARBON. REQUISITION NO. ovwlycl UNIT COST PER REC. NO. PAGE S TOTAL COST 78,240.0000 78,246.00 BID F I _E 3184-902 HE CONTRACT WILL SE IN EFFECT FOR 12 MONTHS 'ROM HE DATE OF THE NO rICE TO PROCEED. THIS PURCAASE EDER WILL BE IN E=FECT FOR ALL DELIVERIES UNTIL ANDS ENCUMBERED HEREIN ARE DEPLETED. A NEW UR!CHASE ORDER WIL.. BE ISSUED FOR DELIVERIES 4FTER 1 HE TWELVE MONTH PERIOD FOLLOWING THE NOTICE IT I• RI CEED.. TI•IE CITY WILL ACDUIRE AND PAY FOR JULY I VOSE QUANTITIES IT NEEDS AND RECEIVES DURING THE LIFE OF THE CI.r!TRA:.T. THE CITY WILL CALL FOR .ELEASES :AGAINST T -IIS PURCHASE ORDER. SU.' -MIT INVOICES) MONTHLY TO: FRESNO WATER DIVISION 1910 E. UNIVERSITY h REF IQ , CA, 93703 .I: .}1Err .. . icon. NrrNG r.\ FOR TIM NOEX .OBJ PROJECT AMOUNT PAID AMOUNT INVOICE NO. IMPORTANT INSTRUCTIONS TOTAL ALL CEUVERIES MUST BE FO.B. CESTP:ATION t r.LEES C,THERWISE ?E_ , E: ABOVE. PACKING LIST MUST ACCOMPANY ALL MERCHANDISE CEUVERED •JN rF.IS . CITY OF FRESNO RESERVES THE RIGHT 73 CANCEL CHIS ORDER • _ _ _ _ = NOT SHIPPED AS DIRECTED. . g THIS PRODUCT :CM -ANS ANY "AZAROCL_ cc' .,.• : LE='._- - :TATE •'F •:ALIFQRNIA ••= '.C'.::.' "A-7.7 •. . -. ..T.. ;HEE•U :T •,,,, . PAh`r rE_,.E❑. REQUIREMENTS CONTRACT TO PROVIDE GRANULAR ACTIVATED CARBON AND/OR REMOVAL OF SPENT GRANULAR ACTIVATED CARBON TERM OF CONTRACT, The Contract shall be in effect for one year from the date of the Notice to Proceed. The Contract may be extended in accordance with the provisions set forth in the Special Conditions of these Specifications. TO THE PURCHASING MANAGER OF THE CITY OF FRESNO: The undersigned Bidder proposes to furnish to the City of Fresno, in accordance with the Specifications annexed hereto and made a part hereof, the following item(s) delivered F.O.B. Destination, Freight Prepaid & Alloyed, to the jobsite as 'pacified in the Special Conditions of these specifications, and at the prices set forth in the following bid item(s): RECTION 1,- REMOVAL OF GAC WITS INSTALLATION OF BITUMINOUS GAC j3ID IZEN Q DESCRIPTION UNIT PRICE 2 Ea. Removal of adsorption vessel $ contents and transportation to reactivation/disposal/ destruction facility. 2 2 Ea. Reactivate/dispose of/destroy adsorption vessel contents. $ 3. 40,000 Lbs. Deliver and install virgin Bituminous GAC by bulk pneumatic trailer TOTAL NET BID AMOUNT FOR SECTION I: 1,000 TOTAL PRICE $ 2,000 1,000 $ 2,000 $ 0.519 /Lb $ 20,760 $ 24,760 The Total Net Bid Amount for Section 1 is Twenty Four Thousand Seven Hundred Sixty Dollars and No Cents. The City, on occasion, due to inaccessibility to a well site may require delivery and/or installation by Super Sack. It is necessary to have cost information provided. Option: A Deliver and Install by vendor by Super Sack Option: B Delivery by Super Sack Install by City forces 1.2a $ 0.649 / Lb $ 0.579/Lb 1310 ;TEM QTY 4. 2 Ea. DESCRIPTION UNIT PRICE TOTAL PRICE Removal of adsorption vessel $ contents and transportation to reactivation/disposal/ destruction facility. 1,000 s. 2,000 5. 2 Ea. Reactivate/dispose of/destroy adsorption vessel contents. $ 1,000 $ 2,000 6. 40,000 Lbs. Deliver and Install virgin Coconut GAC by bulk pneumatic trailer $ 0.739 /Lb $ 29,560 TOTAL NET BID AMOUNT FOR SECTION II: $ 33.560 The Total Net Bid Amount for Section II is Thirty Three Thousand Five Hundred Sixty Dollars and No Cents. The City, on occasion, due to inaccessibility to a well site may require delivery and/or installation by Super Sack. It is necessary to have cost information provided. Option: A Deliver and Install by vendor by Super Sack $ Option: B • Delivery by Super Sack Install by City forces 0.859 /Lb $ 0.780 /Lb SECTION III - REMOVAL OF GAC WITH INSTALLATION OF REACTIVATED GAC BID ITEM QTY DESCRIPTION UNIT PRICE TOTAL PRICE 7. 2 Ea. Removal of adsorption vessel $ contents and transportation to reactivation/disposal/. destruction facility. 8. 2 Ea. Reactivate/dispose of/destroy adsorption vessel contents. $ 9. 40,000 Lbs. Deliver and Install reactivated GAC by bulk pneumatic trailer 1.2b 1,000 $ 2,000 1,000 $ 0.398/Lb $ 2,000 $ 15,920 Nine Hundred Twenty Dollars and No Cents. The City, on occasion, due to inaccessibility to a well site may require delivery and/or installation by Super Sack. It is necessary to have cost information provided. Option: A Deliver and Install by vendor by Super Sack Option: B Delivery by Super Sack Install by City forces $ 0.430 /Lb $ 0.350 /Lb SECTION TV - REMOVAL OF GAC WITH INSTALLATION OF LIGNITE GAC LIQ ;TETT QM DESCRIPTION UNIT PRICE TOTAL PRICE 10. 2 Ea. Removal of adsorption vessel $ $ contents and transportation to reactivation/disposal/ destruction facility. 11. 2 Ea. Reactivate/dispose of/destroy adsorption vessel contents. $ $ 12. 31,680 Lbs. Deliver and Install virgin Lignite GAC by bulk pneumatic trailer $ /Lb $ TOTAL NET BID AMOUNT FOR SECTION IV: The Total Net Bid Amount for Section IV is Dollars and No Bid No Bid Cents. The City, on occasion, due to inaccessibility to a well site may require delivery and/or installation by Super Sack. It is necessary to have cost information provided. Option: A Deliver and Install by vendor by Super Sack $ /Lb Option: B Delivery by Super Sack Install by City forces $ /Lb 1.2c BID ITEM QTY DESCRIPTION UNIT PRICE TOTAL PRICE 13. 2 Ea. Removal of adsorption vessel $ contents and transportation to reactivation/disposal/ destruction facility. (LIGNITE) $' 14. 2 Ea. Reactivate/dispose of/destroy adsorption vessel contents. $ $ 15. 31,680 Lbs. Deliver and Install virgin Lignite GAC by bulk pneumatic trailer $ /Lb $ TOTAL NET BID AMOUNT FOR SECTION V: The Total Net Bid Amount for Section V is Dollars and No Bid $ No Bid Cents. The City, on occasion, due to inaccessibility to a well site may require delivery and/or installation by Super Sack. It is necessary to have cost information provided. Option: A Deliver and Install by vendor by Super Sack $ /Lb Option: B Delivery by Super Sack Install by City forces $ /Lb SECTION VT - REMOVAL OF BITUMINOUS, COCONUT OR REGENERATED GAC ONLY BID ITEM QTY DESCRIPTION UNIT PRICE TOTAL PRICE 16. 2 Ea. Removal of adsorption vessel $ contents and transportation to reactivation/disposal/ destruction facility. 17. 2 Ea. Reactivate/dispose of/destroy adsorption vessel contents. $ 1.2d 1,000 $ 2.000 1,000 $ 2,000 The Total Net Bid Amount for Section VI is Dollars and SECTION VII - REMOVAL OF LIGNITE GAC ONLY Nour I (IUU Cl iu No Cents. BID ITEM OTY DESCRIPTION UNIT PRICE TOTAL PRICE 18. 2 Ea. Removal of adsorption vessel $ contents and transportation to reactivation/disposal/ destruction facility. 19. 2 Ea. Reactivate/dispose of/destroy adsorption vessel contents. $ TOTAL NET BID AMOUNT FOR SECTION VII: The Total Net Bid Amount for Section VII is TOTAL NET BID AMOUNT TOTAL NET BID AMOUNT TOTAL NET BID AMOUNT TOTAL NET BID AMOUNT TOTAL NET BID AMOUNT TOTAL NET BID AMOUNT TOTAL NET BID AMOUNT Dollars and BID PROPOSAL SUMMARY SECTION I SECTION II SECTION III SECTION IV SECTION V SECTION VI SECTION VII e No Bid No Bid $ 24,760 $ 33,560 $ 19,920 $ No Bid $ No Bid $ 4,000 $ No Bid TOTAL NET BID AMOUNT FOR SECTIONS I THROUGH VII: $ 82,240 The Total Net Bid Amount for Sections I through VII is Eighty Two Thousand Two Hundred Forty Dollars and 1.2e No Cents. Cents. RESOLUTION NO. 2000-07 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE NECESSARY AGREEMENTS TO PURCHASE/REGENERATE GRANULAR ACTIVATED CARBON (GAC) FOR DBCP TREATMENT WHEREAS, the City of Lodi currently has six wells with treatment systems that use GAC to remove DBCP from the water wells; and WHEREAS, Well 4R's treatment system went off line in October 1999 due to the GAC no longer able to remove DBCP to the required 0.2 parts -per -billion level; and WHEREAS, three other treatment systems are anticipated to require GAC replacement during the 1999/2001 budget period; and WHEREAS, the City of Fresno solicited bids for the purchase and regeneration of GAC used in DBCP treatment systems and has received prices commensurate with its volume of GAC purchases; and WHEREAS, USFilter (formerly Northwestern Carbon) had the lowest bid for the City of Fresno on the items Lodi is requiring, and Northwestern Carbon has furnished the City of Lodi with GAC in the past and constructed the GAC vessels at Well 4R; and WHEREAS, staff recommends that the City Council authorize the City Manager to execute the necessary agreements to purchase/regenerate GAC from USFilter under the applicable terms of the City of Fresno's contract and to execute similar agreements with USFilter or other firms offering participation in contracts deemed in the best interest of the City for other wells requiring GAC replacement through the end of the 1999/2001 budget period. NOW THEREFORE, BE IT RESOLVED, that the Lodi City Council does hereby authorize the City Manager to execute the necessary agreements to purchase/regenerate GAC from USFilter under the applicable terms of the City of Fresno's contract and to execute similar agreements with USFilter or other firms offering participation in contracts deemed in the best interest of the City for other wells requiring GAC replacement through the end of the 1999/2001 budget period. Dated: January 19, 2000 I hereby certify that Resolution No. 2000-07 was passed and adopted by the Lodi City Council in a regular meeting held January 19, 2000 by the following vote: AYES: COUNCIL MEMBERS — Hitchcock, Land, Nakanishi, Pennino and Mann (Mayor) NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None 'h. ALICE M. RETMCHE City Clerk 2000-07