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: