Loading...
HomeMy WebLinkAbout16-Fire Department CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Subject: Resolution authorizing the Purchasing Manager to issue a purchase order to Life Safety System in the amount of $38,678.00, Aramsco in the amount of $33,040.24, L. N. Curtis & Sons in the amount of $112,015.83, Safeware in the amount of $39,151.51, and Jorgensen in the amount of $5,631.31 for domestic preparedness equipment. From: Larry R. Pitzer, Fire Chief Dept: Fire 0"'" . ~ '" 'L tu""" ..Ii Date: October 29,2002 MC/C Meeting Date: November 18,2002 Synopsis of Previous Council Action: Resolution No. 2001-149 authorization to participate in the U.S. Department of Justice Terrorism Domestic Preparedness Program and to accept a $310,000 equipment and administrative grant award. 06/04/01 RECOMMENDATION: Adopt resolution. Contact Person: Larrv Pitzer. Fire Chief Supporting data attached: Staff Report and Resolution FUNDING REQUIREMENTS: Amount: Amount: Amount: Amount: Amount: Source: Finance: Council Notes: 12e&:>~2Q:)c-~4 Si Phone: (909) 384-5286 Ward: Citywide Life Safety System $38.678.00 Aramsco $33,040.24 LN Curtis & Sons $112,015.83 Safeware $39.151.51 Jorgensen $5.631.31 (Acct. No) 123-562-XXXX (Acct. Description) Federal & State Program Ji.rism DOM p~rant j~ ~L_ Agenda Item No. ,,~~ lIP STAFF REPORT SUBJECT Resolution authorizing the Purchasing Manager to issue a purchase order to Life Safety System in the amount of $38,678.00, Aramsco in the amount of $33,040.24, L. N. Curtis & Sons in the amount of $112,015.83, Safeware in the amount of $39,151.51, and Jorgensen in the amount of $5,631.31 for domestic preparedness equipment. BACKGROUND On June 4,2001, the Mayor and Common Council approved resolution #2001-149 accepting the U.S. Department of Justice (DOJ) Domestic Preparedness Equipment grant award in the amount of $310,000. The DOJ Domestic Preparedness Program provides eligible jurisdictions with a tailored suite of training, exercises, and equipment support to enhance their capacity to respond to a terrorism event involving the use of Weapons of Mass Destruction. The City Fire Department is requesting authorization to purchase basic first responder equipment with the DOJ funds. The funds will be used to enhance the capabilities of our first responders through the acquisition of personal protective, chemical detection, biological detection, radiological detection, and decontamination equipment in accordance with the DOJ guidelines. The Fire Department had three (3) formal bids: #F 02-55 for chemicallbiological detection and identification equipment, #F 02-56 for self-contained breathing apparatus, and #F 02-57 for chemicallbiological protective equipment that were processed. Bids expired on September 4, 2002; all vendors were notified of the delay process and vendors agreed to extend their quotes until December 4, 2002. Letters received from vendors are on file in the Purchasing Department. On May 14,2002 notices were distributed to the San Bernardino Area Chamber of Commerce, the City's Web Site, and advertised in The Sun Newspaper inviting bids from qualified vendors for chemicallbiological detection equipment. Bid Specification #F 02-55 packages were requested by ten (10) vendors. Bids from two (2) vendors were received and reviewed on June 4, 2002. All vendors were requested to bid on each of the items listed on the Bid Specification #F 02-55. The following information is the result of the formal bid process: Vendor Name Aramsco Life Safety System Location Thorofare, NJ Santa Cruz, CA Bid Proposal (based on unit) $33,040.24 $38,678.00 Pursuant to the City's bidding process, it is recommended that vendors meeting technical specifications be issued a purchase order under Bid #F02-55 for the procurement of chemical and biological warfare detection identification equipment. Accordingly, purchase orders are requested to be issued to each of the two (2) vendors, because there are some items (see attachment A) offered by only one of the vendors. 1 On June 12, 2002 notices were distributed to the San Bernardino Area Chamber of Commerce, the City's Web Site, and advertised in The Sun Newspaper inviting bids from qualified vendors for self-contained breathing apparatus. Bid Specification #F 02-56 packages were requested and sent to five (5) vendors. Bids from two (2) vendors were received and reviewed on June 24, 2002. Vendors were requested to bid on each of the items listed on the Bid Specification #F 02-56. The following information is the result of the formal bid process: Vendor Name L.N. Curtis & Sons Jorgensen Location Oakland, CA Bakersfield, CA Bid ProDosal (based on unit) $112,015.83 Not authorized to bid Initially, Jorgensen was under the impression that they could supply the fire department the appropriate equipment and we accepted their bid. Unfortunately, they are not authorized to bid per the manufacturer and were required to pull their bid package. L.N. Curtis & Sons is the only authorized distributor of Survivair breathing apparatus in the Southern California area, and all breathing apparatus used by the Fire Department is the Survivair brand. Also, the National Institute for Occupation Safety and Health does not allow for the integration of different brands of equipment, such as regulators, face masks, etc. In accordance with purchasing procedures for "selective source", we recommend that L.N. Curtis & Sons be awarded Bid Specification #F 02-56 for Survivair self-contained breathing apparatus (see attachment B). On June 12, 2002 notices were distributed to the San Bernardino Area Chamber of Commerce, the City's Web Site, and advertised in The Sun Newspaper inviting bids from qualified vendors for chemical and biological warfare protective equipment. Bid Specification #F 02-57 packages were requested by ten (10) vendors. Five (5) bids were received and reviewed, two (2) of them were no bid responses, one (1) is an incomplete bid package, and two bid packages met requirements on June 24, 2002. All vendors were requested to bid on each of the items listed on the Bid Specification #F 02-57. The following information is the result of the formal bid process: Vendor Name Jorgensen Safeware Bauer San Francisco Chemguard Lab Safety Location Bakersfield, CA Richmond, VA Hayward, CA Mansfield, TX J anesville, WI Bid ProDosal (based on unit) $5,631.31 $39,151.51 $39,598.13 (incomplete bid) No Bid (does not carry items) No Bid (not licensed in CA, for these products) 2 Jorgensen and Safeware are the lowest bidders and meet technical specifications. Therefore, it is requested that each vendor be issued a purchase order for lowest unit cost under Bid #F02-57 for the procurement of chemical and biological warfare protective equipment (see attachment C). The cost and technical specifications of all bids were reviewed and the low bidders were determined in each equipment category. All vendors recommended are acceptable and meet or exceeded all items called for in the specifications. FINANCIAL IMPACT The total amount awarded by U.S. Department of Justice to the City is $310,000. The funds are being allocated appropriately to support tbe needs of the City to purchase basic first responder equipment. Allocations of the funds are: $6,200 administrative (training, meetings, conferences, etc.) and $303,800 equipment acquisition. In FY 01/02, $1,079.07 administrative funds were expended for the Senior Officials' Workshop (September 19, 2001) at the Radisson Hotel and Convention Center. In FY 02/03 tbere will be $5,120.93 available for administrative expenses. Funds will be utilized for additional training and meeting expenses to prepare for City departments to attend. The equipment being requested under each bid specification has been approved by DOJ and tbe total dollar amounts as indicated above for each bid specification is available for purchase utilizing the DOJ grant funds, account numbers 123-562-5112, 123-562-5703, and 123-562- 5704. RECOMMENDA nON Adopt resolution. 3 1 2 . 3 4 5 6 7 8 9 10 11 12 13 14 . 15 16 17 18 19 20 21 22 23 24 25 26 . 27 28 , f7 RESOLUTION NO. ~ (Q) lP ~ L RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE PURCHASING MANAGER TO ISSUE A PURCHASE ORDER TO LIFE SAFETY SYSTEM IN THE AMOUNT OF $38,678.00, ARAMSCO IN THE AMOUNT OF $33,040.24, L. N. CURTIS & SONS IN THE AMOUNT OF $112,015.83, SAFEW ARE IN THE AMOUNT OF $39,151.51, AND JORGENSEN IN THE AMOUNT OF $5,631.31 FOR DOMESTIC PREPAREDNESS EQillPMENT. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. That Life Safety System and Aramsco are the two lowest responsible bidders for the furnishing and delivery of chemical and biological detection equipment (Attachment A), for total amounts not to exceed $38,678.00 and $33,040.24, respectively, in accordance with Bid Specification F 02-55, and, as such the Purchasing Manager is authorized to issue standard purchase orders to Life Safety System and Aramsco; SECTION 2. The Life Safety System and Aramsco Purchase Orders shall incorporate by reference this Resolution and Bid Specification F 02-55; SECTION 3. That L.N. Curtis & Sons is the sole source vendor for Survivair self contained breathing apparatus in the Southern California area (Attachment B). Pursuant to this determination and Bid Specification F 02-56 the issuance of a purchase order by the Purchasing Manager to L.N. Curtis & Sons in an amount not to exceed $112,015.83 is hereby authorized; SECTION 4. The L.N. Curtis & Sons Purchase Order shall incorporate by reference this Resolution and Bid Specification F 02-56; SECTION 5. That Safeware and Jorgensen are the lowest responsible bidders for the furnishing and delivery of chemical and biological detection equipment (Attachment C), for a total amount not to exceed $39,151.51 and $5,631.31, respectively, in accordance with Bid Specification F 02-57, and, as such the Purchasing Manager is authorized to issue standard purchase orders to Safeware and Jorgensen; SECTION 6. The Safeware and Jorgensen Purchase Orders shall incorporate by reference this Resolution and Bid Specification F 02-57; 7lo /rp If /1 ~/Q2- 1 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN .2 BERNARDINO AUTHORIZING THE PURCHASING MANAGER TO ISSUE A PURCHASE ORDER TO LIFE SAFETY SYSTEM IN THE AMOUNT OF $38,678.00, 3 ARAl\iISCO IN THE AMOUNT OF $33,040.24, L. N. CURTIS & SONS IN THE AMOUNT 4 OF $112,015.83, SAFEW ARE IN THE AMOUNT OF$39,151.51, AND JORGENSEN IN THE 5 AMOUNT OF $5,631.31 FOR DOMESTIC PREPAREDNESS EQUIPMENT. 8 III 9 III 10 III II 12 13 14 . 16 17 18 19 20 21 22 23 24 25 26 27 28 .' 6 SECTION 7. The authorization to execute the above referenced Purchase Orders is 7 rescinded if they are not issued within sixty (60) days of the passage of this Resolution. 2 . . 15 16 . 27 28 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE PURCHASING MANAGER TO ISSUE A PURCHASE ORDER TO LIFE SAFETY SYSTEM IN THE AMOUNT OF $38,678.00, ARAMSCO IN THE AMOUNT OF $33,040.24, L. N. CURTIS & SONS IN THE AMOUNT OF $112,015.83, SAFEW ARE IN THE AMOUNT OF $39,151.51, AND JORGENSEN IN THE AMOUNT OF $5,631.31 FOR DOMESTIC PREPAREDNESS EQUIPMENT. 2 3 4 5 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common 6 Council of the City of San Bernardino at a meeting thereof, held on the 7 day of . 2002, by the following vote, to wit: 8 9 10 COUNCILMEMBERS ESTRADA AYES NAYS ABSTAIN ABSENT 11 LIEN 12 MCGINNIS 13 DERRY 14 SUAREZ ANDERSON McCAMMACK 17 18 Rachel Clark, City Clerk 19 20 The foregoing resolution is hereby approved this day of ,2002. 21 22 Judith Valles, Mayor City of San Bernardino 23 24 Approved as to Form and legal content: 25 JAMES F. PENMAN, 26 City Attorney By: LA j-. f~ C 3 ;.: )I u '" ~ < .... z ~ i:l.. - ::J ....fir ~ :J~ ....t:: z< ~S:! i:l..'"' - - 5!i w~ ~- zz '" :E9 ........ M ~~ e=< '"'~ 0< ~~ ~...l << zS:! ~" "'0 <J:I...l zO <C- ~~ <C U - :::E '" :r: u . -.t <'J o -.t q 0(<) u(<) ",,,,, E ..- '" <= ... ::l <C 0 E ~<C "00; <= ~~ E "0 t;c: >>00 ~I'- >>-q ~oo ~(<) "''''' ~ ~ :.::l E ::l o E ~<C "0 '" <= ~ " 0 >.... ... 0 0 00 0 (<) N N 0 0 0 0 lI"l 0\ 8 ;:1i '" 0 -.t lI"l 0 0 (<) lI"l lI"l 0 q 10 0 0\ <'J "" N , 0 0 0 "" "" 0 , , , , , '" 0 , , , , , , , , 00 0 0 u (<) - - 00 lI"l - I'- 0 lI"l lI"l (<) 10 0 - (<) lI"l lI"l ~ <Q "l 10. N "'< 10 10 -.t q lI"l 1'-. (<) "l (<) ... - (<) N '" (<) "" - 0 N (<) 0 ... - (<) (<) "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" E 0 0\ 0 N lI"l - -.t -.t - 0 0 0 N 0 0 N 0 0 0 0 0 0 0 0 0 0; '" ~ ... N - - ~ " r::l 0 >< I:~ ::l ... ~ r::l .... 0 <Q J:J e = ::l ..c -< 0 ~ ~ - l- S ... N 0 0 0 0 0 '" -.t (<) (<) (<) 0 ~ 0 N "1 "0 q q (<) "! "! 0 "0 :s! :s! "1 "0 "0 00 q "0 "0 "0 "0 "0 :s! :s! "0 i:i:i 0 0 ,~ i:i:i i:i:i "" i:i:i i:i:i i:i:i i:i:i i:i:i i:i:i u -.t N lI"l 00 (<) (<) 0:1 0:1 0:1 - - 0:1 0:1 ~ ... I'- 0 - 0 10 10 (<) (<) lI"l I'- - 0 "'< "'< - - -.t 0 0 0 lI"l 0 0 r-: - 0 0 0 0 0 0 0 0 'S Z 10 N '" Z Z Z - Z Z - Z Z Z Z Z Z Z z E ::J "" "" "" "" "" "" "" "" "" "" "" ~ '" ';( oJ '" 5 "0 " " > "0 ~ a ~ <C ...., o Q lI"l lI"l , N o '"' '**' Q - 0:1 ... 0 0 8 0 8 0 '" 0 , , , , , 0 , , 0 q 0 u , , , , , , , , 0 , , , , , , , , 0 g 00 ci 00 :s 0 0 N lI"l I'- "! 0 "! I'- I'- -q 0 (<) '" lI"l '" 00 ... (<) (<) (<) "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" "" >> 0 0 0 0 0 0 0 0 0 0 0 0 0 - 0 0 0 0 0 0 0 0 0 0 N 0; '" . ~ ... ... " r::l :;:: ~ >< ::l r::l ~ '" :~ 0 <Q .... e = J:J :E 0 ::l ~ -< ~ - ... 0 0 0 ~ 8 0 0 0 0 0 S '" q 0 " q q q 0 " " " " 0 :s! :::! :::! :::! :::! :::! " " "0 " 0 0 0 ci g 0 0 0 ... U lI"l i:i:i lI"l lI"l lI"l lI"l ,~ ,- ,- ,~ i:i:i i:i:i i:i:i i:i:i - lI"l 0\ N I'- I'- lI"l 0:1 0:1 0:1 0:1 0 0:1 0:1 0:1 0:1 0:1 0:1 0 ... ... N 0 I'- q - - r-: 0 0 0 0 N. 0 0 0 0 0 0 0 0 0 0 0 r::l .~ ,..: ...0 E r::l Z (<) N Z Z Z Z (<) Z Z Z Z Z Z Z Z Z Z ::J - ~ "" "" "" "" "" "" "" "" "" "" ... 0 ~ ~ ';;j u 'I:: " ~ ~ " ~ ... Q ... ::;; " 0; e 0 0 u '" " " " 0; ::l Q - ~ - ';;j .. u u ,9 ~ " u ... " B '5 '/: '" .... ~ ~ ~ " - a "" " " u ~ :::E " " ~ ... Q u ~ Q a " ~ '" '" 0 ~ '" > '" :::E '" " r::l i:l.. " - ~ ... " " - ~ 0; '" '" 0; - ... 0 0; ~ " - ~ " 0 '" ..... "" l;j '" " 0 .~ u " " N " - u u 0 '" Q ,'::: 's u ~ ~ ~ 00 u " Q ... 's 0 0 N ... " 's ~ :r: c:: Cl. "0 " ~ ~ 0 0 < ~ ... " Cl >< .... .;: " Cl '" '" 10 - " 0 '€ " '" E 0 ..c " c:: ~ ~ 00 '" u 0; Cl - " '" "0 0 u :::E u ..c '" .... - t " ... u ..c " 0; - '8 " ., u ~ u ~ 'S: , , ~ u 0 .... " u Co c:: ~ ..c ~ .. ~ '" '" ., ., l " '8 - '" - J: u - " ~ c:: ~ "0 ~ 0 0 0 c:: c:: ~ a a Cl u u e "0 's "" '3 ..c " '5 0 0 .9 .9 " B ,~ i:l.. " ~ u 00 - ...., ...., '" 00 '" ~ " " i:i:i C' <C N 0 0 ... ~ - - '" ..c " 0 c:: " < :.::l N N " '" '" - " " ., .e!l u Cl .... ;j 8 ..c :::E ~ 10 <C 00 "3 "3 '" 9- 9- ~ 0 ~ U <C ~ ., e lI"l 00 Cl Cl " u - 'S - :.s ,~ ~ !i: -1:! 00 N - i:l.. i:l.. <Q e E l;j e e s: "3 <Q ;E c:: " l;j " :r: " ... '" <Q ~ ::t! '" 0 " t:: ..c :::E :::E :::E < < Cl Ui Ui :r: :::E ~ u :r: z u '" u CJ) ~ Cl ...., N o o C:! N N 25 - ~ Ii u '" - -< E-< CIl ...... .....l ~CIl ~~ ~-< Sc.:: 0'-< UJ8: ~-< ~~ E-<~ tI~ o ell UJO e:~ u........ 0-< ZE-< .......Z ~8 z~ c.::UJ UJCIl ell Z -< CIl . 00 '<l: V) * V) * 0. " '" llJ 00 ~".; o .;.; e!l " o :l ..... 0 E ~-< "t:l '" " - llJ 0 :>E-< '" " 00 o V) CIl~ ~;, "'- .€ :l"'; u C Z :l .....l 0 E ;..; -< o "t:l '" " - llJ 0 :>E-< .... - V 0 -0 0 N N V) '" 00 '" - N 00 V) 0. '" '<l: ~ oq '<l: Q N -0 ci , , , , , , U '" -0 V) I- - '" V) I- - - 0- '" 0 V 00 l- V) 11 N V - 00_ - 0- '" 0 0- 0. ~ 00 N' 00 '" ..; r.: .n '" Q - '" I- 00 ... ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; .... l- I- l- N 0 V 0 0 - V - 00 0 - ~ .... .... l- I- N V - -0 S = ,. ~ :l .... Q = E-< OS E OS . E-< :l ..Q -< 0' :l rJj 11 .... '" '" N 0 00 0 8 '" - N V) '" 0- 0 Q V - '<l: ~ <'! V) -0 V) 0. ~ - E-< U ci 0; 00 - - ..; 0; N V) I- 0- 00 , "CI .... N '" I- - '" 00 '" '" 0 V) -0 0 = '. - N N V I- - 0- l- V) 0-_ E = - ;J ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; ~ .... 0 ~ 0 0 0 0 0 0 0 0 0 '" '" '" 0. 0. 0 0 0. 0 0. 0 0. 0 00 00 0 ci , ci , , ci ci 0; -0 U -0 '" V) V) V) V) V) 00 '" N N 0 0- N -0 0 - V) V) - -; 0. -0_ 0 00 - 00 0_ V) "'- or:. 0), 0 0 .... 0\ l- N' 00 '" '" '" V) '" 00 N' Q - '" N 0 - E-< - - ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; V7 ".; ".; ".; ".; .... l- I- l- N 0 V 0 0 - V - 00 0 - '" .... ::: l- I- N V ...... -0 S OJ = .... 0 ~ :l = E-< OS Q OS E-< e :l . ..Q 0 :l -< rJj - OS .... 0 0 0 0 0 ~ 0 0 0 0 0 0 V) .... '" 0. 0 0. 0 0. 0. 0 0. 0. 0. 0 <'! 0 0 u 00 0; V) ci V) V) 00 ..; V) V) V) ci V) E-< - N I- - N I- '" N 0- V) -0 V) N .... .... - N N V I- - 00 l- V) oq V = '2 - E ;J ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; ".; V7 ".; ~ c:i N 0- 0- - V) 0 '" 0 0 V) '" V) 0 Z - V) '" N 00 00 00 0 -0 V '" l- N S V) - 0 0 0 0 0 - - - 0 -0 =.\I - - N 0 '" 0 00 l- I- l- V N Q I- -0 -0 N V) -0 V 0 - - - -0 -0 -; 0- 0\ 0- N 0- V) - 0\ 0- 0- 0- 0\ .... OS U 1-5 '" '" '" '" 1:: ... llJ llJ llJ ';a - - - ell :l :l :l - > ... " " " >> llJ e S2 'E '" .:: '12 '12 12 "t:l llJ ,- "t:l ~ llJ U :l llJ u.. :l "t:l llJ CIl '': 0 V) 0 ~ ell - - l:! i:i: llJ >> -0 V '" -< ... S2 " CIl u , , , ..c: 0 .~ llJ ,~ 0 " ... ... ... ell - g llJ .s llJ llJ U '~ = llJ - 0 'u be ;J '" 0 "t:l "t:l CIl ,S '" u.. u V a;:: ,S ,S ,S ......, '" .... :l ~ '2 ttl ... '" c:l. '" ;;, ;;, ;;, ~ ~ llJ :l :l c.:: llJ ';: ;;: be 0:; E ~ ..c: U U U -5 E u '" E ~ be ... ... ... " '" 0 cI5 0 :E < < < ~ 0 OJ <a ~ N ,<;::: 0 U ~ " <J - 0 ::.:: u ... ... ... ... ... ... ... '" -< ell - N ... llJ 'OJ 'OJ 'OJ 'OJ 'OJ 'OJ 'OJ ~ -< -< -< llJ - > > > > > > > ~ 'S 'E ,- ';;: ';;: 'E ';;: ,- ~ ~ ~ 1: > f2 f2 ..s CIl 3 ... ... ... " :l :l :l :l :l :l ell - CIl CIl CIl CIl CIl CIl CIl '" - >< .,; '" ... o "t:l c: ~ "t:l llJ ~ ~ -< ..... o o -0 Vl , '" N - 0 c: ~ llJ E 1;; 8 p., ell llJ 0 !:l ~ 0 - '" -< ell U rJj ... 'OJ > ,- 1: :l CIl ... <8 ~ - :l ..Q '': - '" '5 "t:l llJ N '': 0 ..c: - :l N '" c: 0 0 '" N - - ~ N 23 * * - i-' " '" ej ;;: f- f-Z ",u.l -::E -lo.. f-- Z:;l u.lo ::Eu.l o..u.l -> :;l- of- u.l~ !;:o u.l<>: ::Eo.. f-u.l .<>:<>: 0: <>: 0< u.l~ e:i-l u.< OU ~G 00 <>:-l <9 ~~ u.l< "'u z- <::E "'gj U . ~ ~ ~ '" ~ ~ <( -g !3 ~~ "1 ~ '" ~ M ~'" ~ c ~ ~ '" ~ ~ -< 'g'E '" 0 >f- '" c '" "''''; ~'" ~~ ~ g E < " o "0 ~ C _ '" 0 >f- ~ ;: '" 8 E o U o "1 - ~ U ;; <5 ~~~~~~~~~~~~~~~~~~~~~ ~o~~ooooOO~~~~NOOO_O 88 00 '" '" '" r-:'rxi '" '" '" '" ;: ~ o o i 88 8 u 00 0 - ~~ ~ '2 -: ~ ~~~~~~~~~~~~~~~~~~~~~ ~ ~ ij i e :s 8 = ]: u o . ~ ~ . 0. . o , ~ ~ 0 0'" u-o 00 ~r--: '" '" M r-- ~~088 8 ~ ..:t=Or>"icciv1 00 vi l(')\oo\O~ r-- 'o:t ~ ~~ M ....,.""""~""""""""""....,.~~foI't~"" -,2 "';""""""6'7 ~N ; o o ON~OOOOOO\O~~'o:tNOOOO'o:t ('f'"l...... N N ig Ucci ..... V". -s ~""IA~ o "'.. Me> ~8 0..0 ..'" "0"0 ~a:i o 0 ZZ ~~~~?2~8~"O ~~oog..o~t~~ t-OONO -:'M" Z foI'tfA-foI'tfA-IAfoI't1A1A ...... ~ c ~ '" 8 . S . Q ~ U ~ . u [ ~ ,. ~ g ~ " " u E C , " u 8 ,; ~ ~ N u u 'C 0. "1 - ~ o U ;; ~ ~~IA""""IAIA""IAIAIAIA""1A1A1A1A1A1A1A1A N '" '" "" M 0;:: C::C::88 If'1o\~N 0\ N '<t C'l '-O"'";,NV'"l 00 '" 0 "'N ~~ MoO or-- '" ~ " ~ is "0 o > "0 ] ~ < a o 8 .,; 00 .. 8~ ~ cioo 06 "'.. '" r--oo "l "oN 0'1 M M IA IA "'" "'" " ~ - '" ~~ .g '" - .S ; 08 ~< ~ ... '" = f ~o tri..o M MOO -:. ..eN C\ M '" "'" IA "'" IA - "1 ;;; :9 ~ o " f- ~ or;f- o '" = .5 = e t3< ;; ;: ... '" = f r-- '" [:) !i 8 '" "'0 "'.. ~...t '" .. ....,. fA "'" fA 00 '" '" "';00 ~ ~ c = ~ o 00 .,.; 00 M ~~ ~ ~~ ;:;:; ~'<t ~ ""''''''W''t1A .....O~OOO'l-O\OOO'lO'lOOoooO\;o-o~~ C ~~ = r o or; o a ~~~~ u - ~a:;~~0\88~~~~:=~0'\ ~~~~'<t_~es!~r-.:$~~~ "MN ".; ""1A1A""''''''lAfAlA'''''''''''''''''''''''''1A1A1A1A1A1A1A -'" 'S :;l ~ ~ o "0 'u < ~ o o <.> 5~ '" '" :c ~ ~ o a; '" "';"c 0'" OO,,! .,.; 00 '" = .5 == o :a 8 ",< .. ~ = f " ~ ~ " ~ u 60 '" ] z '" '" .5 -= :;l '" 8 ~ ~ ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): 11-, l!; -0.::J- Item # Vote: Ayes 1-), 4-') Nays..er Change to motion to amend original documents: I <.. Resolution # Abstain ..1;}- Reso. # On Attachments: L Contract term: - Note on Resolution of Attachment stored separately: ~ Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY Date Sent to Mayor: 1 \r \ q,o ;r Date of Mayor's Signature: 11- m-a2- Date of ClerklCDC Signature: I \- zo-02-. Date etter Sent for Si nature: See Attached: d: 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: See Attached: Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433, 10584, 10585, 12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Copies Distributed to: City Attorney ~ Parks & Rec. Code Compliance Dev. Services Police Public Services Water Notes: -zcoz.- 3{,4 Absent ,~ NulINoid After: <00 DA.t.s J 1- 11-63 '-'-f, By: Reso. Log Updated: Seal Impressed: ,,/ ,,/ Date Returned: - YesL No By Yes No-L By Yes No~ By Yes NO~' By Yes No _ By EDA Others: Finance ,/" nllk- MIS BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Coutract Term. etc.) Ready to File: fl'\-( Date: ,(- '21-02.. Revised 01/12/01