Loading...
HomeMy WebLinkAboutAgenda Report - June 4, 2014 C-04AGENDA ITEM C ' 4 (1)CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Accept Quarterly Report of Purchases between $10,000 and $20,000 MEETING DATE: PREPARED BY: June 4, 2014 Deputy City Manager RECOMMENDED ACTION: Accept Quarterly Report of Purchases between $10,000 and $20,000. BACKGROUND INFORMATION: During the first calendar quarter of 2014, the following purchases were awarded. Background information for each purchase is attached as Exhibits A through K. Exh. Date Contractor Project Award Amt. A 1/02/14 Downtown Ford Sales 2014 Pick-up truck $19,062.75 B 1/03/14 San Diego Police Equipment Co. Duty and Training Ammunition $10,970.47 C 1/08/14 National Meter & Automation Inc. Meter Upgrades $16,247.52 D 1/23/14 Pace Supply Corp. Fire Hydrant Inventory $13,176.00 E 2/14/14 Cartegraph CARTflex1 Subscription $11,124.00 F 2/19.14 HD Supply Power Solutions LTD Loadbreak Reducing Tap $10,995.75 G 3/04/14 All -Phase Electric Supply Co. 100 Watt Luminaires $10,476.00 H 3/11/14 Statewide Traffic Safety & Signs LED Pedestrian Crossing Warning $14,314.87 Signs 1 3/26/14 LN Curtis & Sons Hurst Extrication Equipment $19,721.88 J 3/28/14 Drager Safety Inc. Thermal Imager $10,911.19 K 3/28/14 Alamo Alarm Company, Inc. Replace Video Monitoring Equipment $19,999.97 FISCAL IMPACT: Varies by project. All purchases were budgeted in the 2013-2014 Financial Plan. FUNDING AVAILABLE: Funding as indicated on Exhibits. Attachments Jordan Ayers, Deputy City M nager knowl" a 10.1 EXHIBIT A RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECO(1 MENDATION: 2014 Ford Pick-up Parks, Recreation and Cultural Services Downtown Ford Sales $19,062.76 1/2/2014 BIDS OR PROPOSALS RECEIVED: Downtown Ford Sales $19,062.75 "NO BID" or NO RESPONSE RECEIVED: BACKGROUND INFORMATION & BASIS FOR AWARD: The department currently has a 1994 Plymouth Voyager van, assigned to the After School Program, that is budgeted for replacement. With the growing need to haul and transport materials, supplies and product a Pick-up truck is better suited to these tasks. Staff is recommending that we exercise our option of using an existing state vehicle contract to purchase this new pick-up truck. Downtown Ford Sales is the states authorized dealer under State of California contract # 1 -13 - 23 - 20A, FUNDING: Purchase Order No Vehicle Replacement fund Prepared by: Steve Dutra Title: Reviewed by: Park Superintendent v EXHIBIT B RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: Duty and Training Ammunition Police Department San Diego Police Equipment Co., Inc. $10,970.47 January 3, 2014 BIDS OR PROPOSALS RECEIVED: San Diego Police Equipment Co., Inc. $10,970.47 "NO BID" or NO RESPONSE RECEIVED: NA - No other suppliers authorized to sell Ammo BACKGROUND INFORMATION & BASIS FOR AWARD: Federal Ammunition designated San Diego Police Equipment Co., Inc., as the sole provider of law enforcement .223 ammunition. A copy of the Federal distributor contact information for California is attached. Federal ammunition from any other source is not available in the quantities and pricing provided by the manufacturers distributor. FUNDING: Purchase Order No. 81908 101032.7306 Prepared by: Patsy Tucker Title: S nior Glice M!ti e Clerk Reviewed by: EXHIBIT C WCOMMFNDATION FOR CONTRACT AWARD PROJECT NAME: METER UPGRADES DEPARTMENT: PUBLIC WORKS DEPT. CONTRACTOR NATIONAL METER & AUTOMATION INC. AWARD AMOUNT: $16,247.52 DATE OF RECOMMENDATION: 01/08/2014 BIDS OR PROPOSALS RECEIVED: NATIONAL METER & AUTOMATION $16,247.52 "NO BID" or NO RESPONSE RECEIVED: BACKGROUND INFORMATION & BASIS FOR AWARD: NATIONAL METER & AUTOMATION IS THE CITY OF LODI'S SOLE -SOURCE SUPPLIER FOR WATER METERS RANGING FROM 3/4" TO 2" IN DIAMETER. FUNDING: 180.1496 Prepared by: l Title: ` ey Reviewed by: Purchase Order No. EXHIBIT RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: Fire Hydrant Inventory PUBLIC WORKS DEPT. Pace Supply Corp. $13,176.00 DATE OF RECOMMENDATION: 1/23/14 BIDS OR PROPOSALS RECEIVED: Pace Suppy Corp. $13,176.00 Corix Water Products $13,410.04 Ferguson Waterworks $15,127.87 "NO BID" or NO RESPONSE RECEIVED: BACKGROUND INFORMATION & BASIS FOR AWARD: Pace Supply Corp, Was the lowest bidder for the Fire Hydrants that went out to bid.These Fire Hydrants are for inventory. FdMMI►L� Purchase Order No. 180.1496 y+� �� �Z Prepared by: � Ll Title: �t� Reviewed by: EXHIBIT E RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION BIDS OR PROPOSALS RECEIVED: Cartegraph CARTflex1 Subscription Public Works Cartegraph $11,124.00 2/14/14 "NO BID" or NO RESPONSE RECEIVED: $11,124.00 BACKGROUND INFORMATION & BASIS FOR AWARD: Purchase of two licenses for the City of Lodi for the existing asset management program. Additional licensse are required to maintian the City's operational goals. FUNDING: Purchase Order No. 180451.7369 Prepared by: Lance Roberts Title: Utility Superintendent Reviewed by: EXHIBIT F RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: BIDS OR PROPOSALS RECEIVED: HD Supply Loadbreak Reducing Tap Electric Utility HD Supply $10,995.75 2/19/2014 "NO BID" or NO RESPONSE RECEIVED: General Pacific One Source Supply Wesco Dist. $10,995.75 BACKGROUND INFORMATION & BASIS FOR AWARD: HD Supply in Portland, OR was the only responsible bidder for this Cooper product. FUNDING: 160.1496 Prepared by: Thomas Dean Title: Electric Materials Technician Reviewed by: Purchase Order No. 22312 EXHIBIT G RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: 100 Watt Luminaires Electric Utility All -Phase Electric Supply Co. $10,476.00 3/4/2014 - BIDS OR PROPOSALS RECEIVED: All -Phase Electric Supply Co. HD Supply Alameda Electrical Dist. Platt "NO BID" or NO RESPONSE RECEIVED: BACKGROUND INFORMATION & BASIS FOR AWARD: These are luminaires used for street lighting. FUNDING: 160.1496 Prepared by: Thomas Dean Title: Electric Materials Technician Reviewed by: Purchase Order No. 22325 $10,476.00 $12,609.00 $10,573.83 $10,618.28 EXHIBIT H RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION: BIDS OR PROPOSALS RECEIVED: LED Pedestrian Crossing Warning Signs Public Works Statewide Traffic Safety & Signs $14,314.87 3/11/2014 "NO BID" or NO RESPONSE RECEIVED: BACKGROUND INFORMATION & BASIS FOR AWARD: Intersection of Elm Street and Pacific Avenue is adjacent to Lodi High School and the marked crosswalks at this intersection are heavyly used during pick up and drop-off periods. Currently, there are total four fluorescent yellow -green pedestrian crossing signs at the crosswalk locations. To increase the drivers awareness at the crosswalks, staff recommends installing the LED pedestrian crossing warning signs active by push button. Intersection of Elm Street and Loma Drive is Reese Elementary School and the marked crosswalk at this intersection is heavyly used during pick up and drop-off periods. There are total two fluorescent yellow -green pedestrian crossing signs and LED in pavement lights at the crosswalk which were installed in August 2005. The existing LED markers are designed to be installed Y2 inch above pavement grade. Heavy vehicular volume on Elm Street are two of the contributing factors for the existing LED markers popping out of the pavement. Since the system was installed, staff has replaced a total of 30 of the LED pavement markers on four different occasions when the markers had popped out or malfunctioned. These repairs have cost approximately $10,000. Staff has considered two options to address this issue. Option 1 includes replacing the existing "old style" LED marker with markers designed to be mounted flush with the pavement. This option (not available at the time of initial construction) will minimize the marker damage associated with vehicle volume and turning movements. This option will cost approximately $14,000. A second option, which staff recommends, is to remove the existing in -pavement lighted crosswalk system and replace the existing crossing signs with new LED pedestrian crossing warning signs. Replacement of the existing LED crossing signs is necessary because they do not provide sufficient light to draw drivers' attention to the crosswalk. The equipment cost of the LED pedestrian crossing warning signs and push buttons is approximately $5,209. The LED pedestrian crossing warning signs cost significantly less for installation and maintenance, compared to the in -pavement lighted crosswalk system.To increase the drivers awareness at the crosswalks, staff recommends installing the LED pedestrian crossing warning signs active by push button. Traffic & Parking Control Co., Inc. (TAPCO) has both California Multiple Awards Schedule (CMAS) and General Service Administration (GSA) schedule contract. The CMAS contract is the California contract administered by the Department of General Service (DSG). The benefits of purchasing the equipments with Statewide Traffic Safety & Signs (TAPCO's local distributor) are eliminating formal bid process and receiving the GSA (federal) pricing for products. FUNDING: Funding for the LED pedestrian crossing warning signs equipments will be from 325051.7706 Prepared by: __Dorothy Kam Title: Assistant Engineer Reviewed by: Purchase Order No. EXHIBIT I RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: DEPARTMENT: CONTRACTOR AWARD AMOUNT: DATE OF RECOMMENDATION 2007 American LaFrance, Hurst extrication equipment Fire L N Curtis and Sons, Oakland Ca. $19,721.88 3/26/2014 BIDS OR PROPOSALS RECEIVED: L N Curtis and Sons, Oakland Ca. "NO BID" or NO RESPONSE RECEIVED: $19,721.88 BACKGROUND INFORMATION & BASIS FOR AWARD: L N Curtis and Sons is a sole source vendor for Hurst "jaws of life". Sole source letter attached. FUNDING: 1202011 671 E Prepared by: George W. Juelch Title: Battalion Chief Reviewed by: Purchase Order No. EXHIBIT J RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: 2007 American LaFrance, Thermal Imager DEPARTMENT: Fire CONTRACTOR Drager Safety Inc AWARD AMOUNT: $10,911.19 DATE OF RECOMMENDATION: 3/28/2014 BIDS OR PROPOSALS RECEIVED: Drager Safety Mallory Safety Cascade Fire "NO BID" or NO RESPONSE RECEIVED: BACKGROUND INFORMATION & BASIS FOR AWARD: Drager Safety Inc. is low bid. FUNDING: 1202011.78511 Prepared by: George W Juelch Title: Battalion Chief Reviewed by: Purchase Order No. $10,911.19 $15,275.52 $12,350.00 EXHIBIT K RECOMMENDATION FOR CONTRACT AWARD PROJECT NAME: Replacement of Monitors, Cameras & DVR's DEPARTMENT: Police Department CONTRACTOR Alamo Alarm Co., Inc. AWARD AMOUNT: $19,999.97 DATE~ OF RECOMMENDATION: March 28, 2014 BIDS OR PROPOSALS RECEIVED: Alamo Alarm Co. $19,999.97 $0.00 $0.00 $0.00 "NO BID" or NO RESPONSE RECEIVED: BACKGROUND INFORMATION & BASIS FOR AWARD: The Officer Involved Shooting dated January 25, 2014 highlighted a critical equipment need for the Police Department. The interview room equipment is outdated, a portion was inoperative, and failed during a critical interview. Due to the high profile and liability of this case, the Police Department needs an immediate purchase of video monitoring equipment. FUNDING: Purchase Order No. 62 1211795.1825.2300 Prepared by: Pats Tucker Title:7==!! rk Reviewed by: