Loading...
HomeMy WebLinkAbout26-Public Services - Half document CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Dept: Public Services O"""""/tL ill ~;/ 1\1 rl Subject: Resolution authorizing an increase of purchase order to E-W Truck and Equipment Co. for the furnishing and delivery of one (1) 2003 Volvo VHD64F 3 axle Dump Truck chassis to be utilized by the Public Services Street Division From: Lynn Merrill, Director Date July 2, 2002 Meeting Date July 15, 2002 Resolution 2002-168 June 17, 2002 Recommended Motion: Adopt resolution ~~ Lynn Merrill Contact person Don Johnson, Fleet Manager Phone: 5220 Supporting data attached: Ward: All FUNDING REQUIREMENTS: Amount $9,277.27 Source: 635-341-5701 Motor Vehicles Finance: ~~/j/IU- Council Notes: \2e--s6 ~ 2O:lZ - '2.. -S......t 1/15/JJ- Agenda Item No. J.. (p ~mJnt J~rV CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution authorizing an increase to purchase order to E-W Truck and Equipment Co. for the furnishing and delivery of one (1) 2003 Volvo VHD64F 3 axle Dump Truck chassis to be utilized by the Public Services Street Division as a result of a change in engine availability. Background: On June 17, 2002 the Mayor and Council adopted Resolution 2002-168, for the furnishing and delivery of one 1 O-Cubic Yard, 3 axle 2003 Volvo Dump Truck to be utilized by the Public Services Street Division for a total amount of $115,251.53. On June 28, 2002 the City received a letter from E.w. Truck and Equipment, advising the City that the engine originally proposed by the vendor for this purchase is no longer available from the manufacturer, and that a similar, diesel powered engine that meets new Federal emissions mandates would need to be substituted. This change order would result in an increase of $9,277.27(including tax) to the original negotiated purchase of $115,251.53, resulting in a total price for this truck of $124,528.80. The vendor was not made aware of the unavailability of the proposed engine until after the City issued the purchase order and the vendor attempted to place the order with the manufacturer. The vendor made several efforts to locate an existing chassis that met the City's specification by searching nationally. While the vendor located thirty (30) chassis of similar configuration, all included manual transmissions whereas the City specifies automatic transmissions in heavy-duty vehicles in order to minimize repair and maintenance costs resulting from clutch wear. If a purchase order for this particular vehicle were to be issued after July 1, 2002, it would be subject to South Coast Air Quality Management District Rule 1196 that requires the use of alternative fueled vehicles. However, because the City has previously issued purchase orders on June 17, 2002 before the AQMD deadline, and this action is a change order and not a new purchase order, the City may continue with the purchase of a diesel powered unit. While this action results in an increase of $9,277.27 over the original negotiated price, a similarly equipped, alternative fuel vehicle would cost approximately $56,000 more. The Purchasing Manager originally issued two separate purchase orders for this dump truck on June 17, 2002. A purchase order was issued for the purchase of the chassis in the amount of $85,600.91 to E.W. Truck and Equipment of San Diego and a purchase order for the purchase of the demolition dump body in the amount of $29,650.62 to PMS Truck Equipment. The requested action is to increase the purchase order to E.W. Truck and Equipment in the amount of $9,277.27 for a total of $94,878.18 for the change in the engine model. Financial Impact: Funds for this increase are available in FY2002/2003 budget, Account No. 635-341- 5701, Motor Vehicles. Recommendation: Adopt resolution . Jul02 02 11:05a 0~/29/2002 113:11 PS Fleet Div. EW EOU J Pl'ENT ~ 19093845013 SOS3845013 Attachment 1 E~~ Telephone (619) 263-2111 Focsimile (619) 263-9372 Truck" Equipment Company, Inc. 6336 Federal Blvd. San Diego, CA 92' 14-1405 DATE: June 28, 2002 nA FACSIMILE TO; Don Johnson City of San Bernardino FROM: Fre:d Campbe:ll BE; Price Inctease Don: Volvo Trucks North America last week filled its production capacity to build all models before October 1, 2002 with the pre '02 e:missions e:ngiull8. It was not clear when this would occur beawse order intake varies daily and large order can come at anytime. .As' you know, the post October emgines from all eogine manufacturers must meet the new F ederaJ emissions mandate. This also is at the same time wben V oivo is making model year changes in their trUck. Additionally, there was a pricing program from ADiSQJI Transmission Company tha1 would expire: when production capacity was filled fot" the pre October build. The net result is EPA surcharges and change. total $8,6JO additional to the order. I I Pricing before increase: $79,444 00 Plus increase of: 8,610.00 New total before t""".: $88,054.00 Please call me with any concerns anytime at 619-981-2486 i~! ~~/2 ,;g;, ~~ ~..~.~~ :'l~~ .. . ~ ~(Q)~V 1 2 3 4 5 6 RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCil OF THE CITY OF SAN BERNARDINO AUTHORIZING AN INCREASE OF PURCHASE ORDER TO E-W TRUCK AND EQUIPMENT CO. FOR THE FURNISHING AND DELIVERY OF ONE (1) 2003 VOLVO VHD64F 3 AXLE DUMP TRUCK CHASSIS TO BE UTILIZED BY THE PUBLIC SERVICES STREET DIVISION BE IT RESOLVED BY THE MAYOR AND COMMON COUNCil OF THE CITY OF SAN BERNARDINO AS FOllOWS: 7 SECTION 1. That E-W Truck and Equipment Company furnishes Volvo 8 9 10 11 ]2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 VHD64F 3-Axle Class 8 Dump Truck chassis'; new Federal emissions mandate, truck model changes and changes in the pricing program necessitate an increase to the Purchase Order for the truck chassis. Pursuant to this determination the Purchasing Manager is hereby authorized to increase the purchase order to E-W Truck and Equipment Company by $9,277.27 for a total amount of $94,878.18. SECTION 2. The authorization to execute the above referenced purchase order is rescinded if an increase to the purchase order is not issued within sixty (60) of the passage of this resolution. III "' 11/ III III III III III III ~.2? 1/Is'jJ~ July 1. 2002 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 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING AN INCREASE OF PURCHASE ORDER TO E-W TRUCK AND EQUIPMENT CO. FOR THE FURNISHING AND DELIVERY OF ONE (1) 2003 VOLVO VHD64F 3 AXLE DUMP TRUCK CHASSIS TO BE UTILIZED BY THE PUBLIC SERVICES STREET DIVISION I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of , 2002, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA LIEN MCGINNIS DERRY SUAREZ ANDERSON MCCAMMACK Rachel G. Clark, City Clerk The foregoing resolution is hereby approved this ,2002. day of Judith Valles, Mayor City of San Bernardino Approved as to Form and legal content: JAMES F. PENMAN, City Attorney ;II-> 1. ?~ July 1, 2002 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Date May 20, 2002 Subject: Resolution authorizing the execution of purchase orders to E-W Truck and Equipment Co. and PSM Truck Equipment for the furnishing and delivery of one (1) 10 Cubic Yard, 3 axle 2003 Volvo Dump Truck to be utilized by the Public Services Street Division From: Lynn Merrill. Director Dept: Public Services Meeting Date: June 17, 2002 Recommended Motion: ~w Signature Adopt resolution Contact person Don Johnson, Fleet Manager Phone: 5140 Supporting data attached: Ward: All FUNDING REQUIREMENTS: Amount $115,501.53 Source: 635-341-5701 Motor Vehicles Finance: Council Notes: \ _:. ;~,; .' c _~ _ i ~. ~ /17 /br ~ 'Ul:t.f~&J!;t #~~ ;.'.: ~ <" 1/1~~ CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution authorizing the execution of purchase orders to E-W Truck and Equipment Co. and PSM Truck Equipment for the furnishing and delivery of one (1) 10 Cubic Yard, 3 axle 2003 Volvo Dump Truck to be utilized by the Public Services Street Division Background: The Public Services Street Division utilizes vehicle #424, a 1986 Autocar 3-Axle dump truck for street maintenance on a daily basis by the AsphalUGrading crew. This vehicle has operated 144,000 miles of service and has become too costly to maintain and repair. The cost to maintain a vehicle increases with age, use and mileage and most repair parts are no longer available for vehicles of this age. It is recommended this vehicle be replaced while it is still in working condition and able to be placed in surplus for auction. Vehicle #424 was scheduled for replacement this fiscal year. Bid packages were sent to seven (7) vendors, the San Bernardino Area Chamber of Commerce, advertised on the City's Web Page and in the San Bernardino County Sun Newspaper. One response was received from Dieterich International with a "No Bid". The County of San Bernardino sent specifications out for a similar dump truck in March, 2002, resulting in E-W Truck and Equipment Company of San Diego as low bidder at the April 1 , 2002 bid opening. (refer to Attachment 1) 1 J , ~ By letter dated April 2, 2002, E-W Truck and Equipment Company, as the successful bidder of the San Bernardino County bid, has offered the City of San Bernardino a negotiated purchase price of $79,444 plus tax ($6,156,91) for the purchase of one (1) 2003 Volvo VHD64F 3-Axle Class 8 Dump Truck chassis; and, an offer from PSM Truck Equipment of EI Cajon, California for a Warren WAR-700 Demolition dump body with a negotiated price of $27,500 plus tax ($2,150.62) for a total price of $115,501.53 for the chassis and body. There are no local vendors for this type of equipment in the City of San Bernardino. (refer to Attachments 2,3 and 4) 1 ) 1 '~ ~ ~ ." f ,{ This truck must be ordered and purchased prior to July 1, 2002 in order to avoid the SCAQMD Rule 1196 effective date of July 1, 2002. Rule 1196 states "any new heavy-duty vehicle purchases must be alternatively fueled using compressed or liquefied natural gas, liquefied petroleum gas, methanol, electricity, fuel cells, or other advanced technologies that do not rely on diesel fuel". According to E-W Truck and Equipment, the estimated cost of an alternatively fueled dump truck is $171,501, or $56,000 more than the price of $115,501.53 as stated above. i, ,; 4: '. , );i ii' " ~ ~i Financial Impact: Funds for this purchase are available in FY2001/2002 budget, Account No. 635-341-5701, Motor Vehicles. :,!. , ~ y .' . ,,,," Recommendation: Adopt resolution. ;\; 'M ~' 'it .~ %: jL '6 Attachment 1 CITY OF ~'L-"N BERNARDINO PURCHASING DEPARTMENT INTER-OFFICE MEMORANDUM TO: Lynn Merrill, Director of Public Services FROM: Carol Doemner, Assistant Buyer DATE: March 29, 2002 SUBJECT: F 02-49 Dump Truck ------ Lynn, The bid process is complete for F 02-49. We sent out Bid Packages to seven (7) vendors and the SB Area Chamber of Commerce. We also advertised on the City's Web Page and in the SB County Sun newspaper. We had one (I) response 1"om Dieterich International, and it was a "No Bid" The County of San Bernardino presently has two bids out for Dump Trucks, and we will be watching them to see if they could be useful to us. If vou have any questions, please feel free to call me at 5548. , . ! I Attachment 2 ':V~,~-:~c ~9;eohc,-e (619) 263-2111 FX5tm:e (619) 263-9372 Truck & Equipment Company, Inc. 6336 Federal Blvd. San Diego, CA 92114-1405 DATE: April 2, 2002 TO: Marsha Zeller, Purchasing Manager and All Interested Parties City of San Bernardino f"\1::tU, 1 m: LILY Ul ruway It:'~t:'IlLlY lUUK Ut:'HVt:lY 01':- \' UiVU J..1UWCICU UUUl}l l.1U\,;I\.,:) \.1141. Al'l; automatic transmissions. I feel our 50 plus years as a full line truck dealer in Southern California and my entire career in construction trucks in Southern California attests to our ability to perform as a constant. As you are aware, there have been many business opportunities that operate as truck dealers but they seem to come and go. I would welcome the opportunity to review all or any portion of your truck specifications. Remember, Volvo is famous for their commitment to safety. Many safety features on this truck, most notable are the following: Volvo' s cab is the safest in the world. Rates highest in impact tests. Air bag, driver's side. Three interior cab grab handles, make this the safest truck for a driver to enter or exit. Fit of engine and transmission assemblies creates lower overall center of gravity. Best visibility in the industry. My direct line is 619-981-2486. Please visit us on the web at www.ewtruck.com Sincer~~,.__, .//_ _ --'~~~~~1If Fred Campbell ' ;~ , ~, ,!'., , Attachment 3 PRICE FORM REQUEST FOR QUOTES: DESCRIPTION OF RFQ: RFQ F-02-49 I. ~ :., BIDDER'S NAME! ADDRESS: ~- ~ /;C /-- . / <..., &: ) . ("""'{r~r'.- ,k. , , ......_J '~~~H~~;~~ATIVE /:;.;.t/ 61//'1/0,.;/ //7 - ..//tSj!"~/.// / , Please provide detailed Firm Fixed Price cost information in the spaces provided below, and any other inpidental or additional costs required to complete the Technical Specification requirements. Item Description DIM, / Vc;/~c' I/;-)[)/.:/F /-/1".; '; . " C::..ct;-' 200210 Cubic Yard, 3-Axle, Class 8, DumJLIiuc~ GJ r.:-::,.-ti'l t r.' k'~ ..,. ',..' --c-" t j Cost - ~_.2t.~~.~ -:- /;<./<' l } "" r....l....' -- .r.a..1 001 002 Delivery to 182 S. Sierra Way, San Bernardino, CA 92408 $ ~ ,\ Are there any other additional or incidental costs which will be requir.~d by your firm in order to meet the requirements of the Technical Specifications? Yes / c:0..' . (circle one). If you answered "Yes", please provide detail of said additional costs: { ~ ~ Please indicate any elements of the Technical Specifications which cannot be met by your firm. _ 'f,:' - 0. Have you included in your bid all informational items and forms as reQuested6/ / No (circle one). If you answered ':No", please explain: '. ~ ,::~/j "",/'J'l tft./-/ This offer shall,EemapJ. firmIor 90 day~ from RF,Q close da~. - h (:') - ., c.-. j / "-.r ...s-/. . 171",':,,& T~. 7"7'c:<,,4.. .6...,/'/ 6.-:?7;.J'...e..;z;;7 ~1/;z.C'c,l... _ "€c.'d"cJ',,,' ~- .',- <"/'. Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable - % (30) days. days; unless otherwise stated, payment tenns are: Net thirty In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your finn, and the date said Addenda was/were received. 'Verification of Addenda Received Addenda No: Addenda No: Addenda No: Received on: Received on: Received on: H-e..c7,4. i AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: PHONE:6'I/-d16I,;2II/ FAX: 6/7-:2-63- 937.2- ..;J - ;;z Y'- ,;;2. c C):2- ~ io. 7};c:Lr{:" ..e~,J///1!,;M.I4.M , . s ~ '3 J ~ Pc./eidl ~ At;/. I -'s:>t) PC'!'?',. (:-1 9'~//LI i J / t i I f I DATE SIGNED: COMPANY NAME & ADDRESS: IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: "I:',: o...c!=' "J I"'" 0 nr. ~I\ J:., Attachment 4 ,c'.?0. ~2 ~ :~';:] 2 ?U3UC SER'/;C~S F~~ET Dh':SiOl'i PRICE FOR.."\I REQ1:.JEST FOR QUOTES: RFQ F-02-49 DESCRIPTION OF RFQ: 2002 10 Cubic Yard, 3-A-de, Class 8, Dump Truck _PS fl,1 T(JcJc EtU'~V1<l.e~L4.. , 7S;-~ \Ie nl.\JV\ Wu..~ E l Cc.-.,i Oil'. C A 91..0'1..0 BIDDER'S NA.'v1E/ADDRESS: . NAMEffELEPHONE NO. OF AUTHORIZED REPRESENTATIVE ~v ~ Ec\c\\;c,e { ~ICj. 4-c.\.4. II g., 1 '~ I Please provide detailed Firm Fixed Price cost information in the spaces provided below, and any other incidental or additional costs required to complete the Technical Specification requirements. 'j . 'i ;< ;'l ;! I Item Description U!lvl 001 200210 Cubic Yard, 3-Axle, Class 8, Dump Truck (SOb'f (I Kc..y) 002 Delivery to 182 S. Sierra Way, San Bernardino, CA 92408 \ Cost ~ -~ co i l._..!=.!.!...7.'ie. + 'jA-{. ~ .;, -~ $~eJ i < f i5 J:- Are there any other additional or incidental costs which will be re meet the requirements of the Technical Specifications? Yes answered "Yes", please provide detail of said additional costs: your firm in order to . (circle one). If you Please indicate any elements of the Technical Specifications which cannot be met by your firm. _ \ ;) } 'f '<FT \ Have you included in your bid all informational item3 and form3 as request~ I No (circle one). If you answered "No", plea3e explain: / This offer shall remain firm for 90 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable (30) days. % days; unless otherwise stated, payment terms are: Net thirty In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: Addenda No: Addenda No: Received on: Received on: Received on: J. Va.-vI cck 50-res. .3 /d-~ JOY . -1 - ps vY\ \ ,,0(..(,- E-fu I~",,~r 7~ vev()." VI ~I.JG~......... ~ ~ e-l Cf.l'19.... Ci1 ~ 2.01.0 FAX:j7(~, 4<f.V. ~~&') , 1 j I , :;i , I ~ ,-. ,1 ;i; AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: DATE SIGNED: COMPANY N.At\1E & ADDRESS: ~. J C', Y PHONE: 6/cl . <N4.11g? ~; t 1 .'<.' , IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: :>: ; f J x.' f ;<:. i: ~4 ff ,- -----...-..- I I I. I"" ~ ."-'!" r -_...-._~ . - " l WAR-700 with optionaJ Lifttai/gate. N WAR-700 . :';);.rtII1S;1:~tT{: ;.- -. : j j~; STANDARD BODY FEATURES Continuously welded Uni-body design 96" outside width - 87" inside width, 42" sides, 50" front and tailgate 1/4" AR400F 142,000 yield, 182,000 tensile sides, floor, tailgate, bulkhead and doghouse 8" I-beam @ 13.0 #/ft.long rails No crossmembers 24" side to floor radius, 45 degree brace around doghouse 4" x 4" x 1/8" structural tubing top rails rotated 45 degrees for dirt shedding 10" full depth rear corner post and rear skirt 15' body lengths and above have one vertical center brace with 5" face Flush mounted top fabricated steel tailgate hardware with 1-1/4" hinges and pins 3 panel horizontal braced tailgate, air-operated latch, no slope 5/16" spreader chains with keyholes Light kit, (1) stop, tail & turn light in each corner post, std. FMVSS lightslreflectors Prime finish - gray wlblack understructure 'VVARREN Warren, Inc. . P.O. 80x 1719 . Collins, Mississippi 39428 . (601) 765-8221 . Fax (601) 765-4554 www.dumptrucks.com ,),'.: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 ";)"I! RESOLUTION NO. 2002-168 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF PURCHASE ORDERS TO E-W TRUCK AND EQUIPMENT CO. AND PSM TRUCK EQUIPMENT FOR THE FURNISHING AND DELIVERY OF ONE (1) 10 CUBIC YARD, 3 AXLE 2003 VOLVO DUMP TRUCK TO BE UTILIZED BY THE PUBLIC SERVICES STREET DIVISION BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. That E-W Truck and Equipment Company has proposed a negotiated purchase of one (1) 2003 Volvo VHD64F 3-Axle Class 8 Dump Truck chassis; pursuant to this determination the Purchasing Manager is hereby authorized to issue a purchase order to E-W Truck and Equipment Company for said vehicle in the total amount of $85,600.91. SECTION 2. That PSM Truck Equipment has proposed a negotiated purchase and installation of one (1) Warren WAR-700 Demolition Dump Body; pursuant to this 15 determination the Purchasing Manager is hereby authorized to issue a purchase order 16 to PSM Truck Equipment for said purchase and installation in the total amount of I j j 1 17 $29.650.62. 13 19 20 21 22 23 SECTION 3. Such awards shall only be effective upon the issuance of Purchase Orders by the Purchasing Manager. The authorization to execute the above referenced purchas~ orders is rescinded if it is not issued within sixty (60) days of the passage of this resolution. 11/ I 24 11/ 25 11/ 26 27 I 1/1 1/1 28 May 23, 2002 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 "'I'!) 2002-168 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF PURCHASE ORDERS TO E-W TRUCK AND EQUIPMENT CO. AND PSM TRUCK EQUIPMENT FOR THE FURNISHING AND DELIVERY OF ONE (1) 10 CUBIC YARD, 3 AXLE 2003 VOLVO DUMP TRUCK TO BE UTILIZED BY THE PUBLIC SERVICES STREET DIVISION I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a joint regular meeting thereof, held on the 17th day of , 2002, by the June following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA x LIEN x MCGINNIS x DERRY x SUAREZ x ANDERSON x MCCAMMACK x -) -- --- /\ cO Li,-c.((/' Ci.> ,I-:' Rachel G. Clark, City Clerk The foregoing resolution June , 2002. is hereby app?oved this ~, II"I day of ,-". / /{>/~ .......,....... - Judith Valles, Mayor City of San Bernardino I ,/ Approved as to Form and legal content: JAMES F. PENMAN, City At~orney ! I By: _ J.'.__. May 23, 2002 ,..",-,~ ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): f) -I S -0;) Item # Vote: Ayes \-'1 Nays ..e- Change to motion to amend original documents: - de., Resolution # <900 ~ - d 3-Cj Abstain;a-- Absent & Reso. # On Attachments:.- Contract tenn: - Note on Resolution of Attachment stored separately: -==-- Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY By: Date Sent to Mayor: ')- 10-0 d- Date of Mayor's Signature: '1-1'/-0:;) Date ofClerk/CDC Signature: 11-"\'1-0;;)- Date Memo/Letter Sent for Signature: 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: See Attached: S..e f f+<;lched: 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: NullNoid After: &0 iJ!ht5> I '1-(~-Od- Reso. Log Updated: Seal Impressed: ~ ,/ Date Returned: Yes / No By_~ Yes No --L By _ - Yes No ,/ By _ - Yes NO~ By _ '--- Yes No EDA Finance ,/' MIS Others: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc.) Ready to File: 1l:lL Date: rr,K-c);;r Revised 0111210 I