HomeMy WebLinkAboutResolutions - No. 89-179RESOLUTION NO. 89-179
A RESOLUTION OF THE LODI CITY COUNCIL
AWARDING THE BID FOR BALLISTIC VESTS
THROUGH A JOINT POWERS AGREEMENT WITH
CITY AND COUNTY OF SAN FRANCISCO
WHEREAS, the City Council on November 15, 1989 appropriated funds for
the purchase of Safety Equipment, including ballistic vests, for the Police
Department (MOU 1989-1992, 15.5). A copy of the contract proposal has been obtained
X
rom the City and County of San Francisco; the General Conditions and items covered
by the contract are shown on Exhibit A.
WHEREAS, the contract is currently scheduled to expire on April 30,
1990, and covers American Body Armor Model ;ASA -105, Threat Level III -A vests only.
WHEREAS, by Lodi's purchase of vests under the existing contract between
San Francisco and Butler Uniforms, the savings will be in the range of $75-100 per
vest, as compared to bidding separately for the requirements.
NOW THEREFORE, BE IT RESOLVED by the City Council of the City of Lodi
that purchase of American Body Armor ballistic vests, under San Francisco's existing
purchase agreement with Butler Uniforms of Sacramento is hereby authorized.
Dated: December 20, 1989
-------------------------
-------------------------
I hereby certify that Resolution No. 89-179 was passed and adopted by
the City Council of the City of Lodi in a regular meeting held December 20, 1989 by
the following vote:
Ayes: Council Members - Hinchman, Olson, Pinkerton and Snider
(Mayor)
Noes: Council Members - None
Absent: Council Members - Reidy
J} #nifer M. Perrin
Deputy City Clerk
for Alice M. Reimche
City Clerk
89-179
RES89179/TXTA.02J
C
A
o qty and County of
rr^-
3n Francisco
CONTRACT E_XTENISION
Purchasing Department
i 7
June 28, 1989
Contract Proposal ir81801
For: Vests, Ballistic Resistant
Expires: April 30, 1990
TO VARIOUS DEPARTMENT
The above referenced contract has been extended twelve (12) months
to expire on April 30, 1990, for Item one only. Item two will be
purchased as needed by requisition for purchase order.
Please mark your award notices accordingly.
For further information call Marc Buchalter 554-6738.
6/28/1989
MB/mm
Yours Truly
`fart Buchalter, Purchaser
(415) 554-5743 Room 270, City hall San Francisco 94102-4685
GENERAL COND; )NS, INSTRUCTIONS AND INFO AATION FOR BIDDERS
DEFINITIONS
1. "Purchaser" means Director of Purchasing and Services of the City and
County of San Francisco. "City" means City and County of Son Francisco.
"Controller" and' Chief Administrative Officer" refer to those respective Offi-
cers of the City and County of Son Francisco. "Contractor" means bidder to
whom award is made.
BiDS
2, The Purchaser will furnish blanks for bids- Bids to receive consideration
must be delivered prior to time set for bid opening.
3. Prices should be clearly written by typewriter or pen and ink.
BONDS
4. Before the acceptance of any bid, the Purchaser may require the bidder to
file o corporate surety bond for the faithful performance of the contract.
Bonds are subject to approve! of the Controller as to sufficiency and qualifi-
cations of sureties.
ALTERNATES
5. When the name of a manufacturer, brand or make, with or without model
number, is used in describing any item in this document, bids for similar articles
will be considered unless otherwise stated, but the Purchaser shall be the sole
judge as to whether such alternate articles are acceptable. Unless the bidder
states to the contrary, articles offered will be assumed to be the specific articles
named in this document. if not offering the specific article named, bidder
should enclose with bid full information, specifications and descriptive data on
items offered.
5.1 The Purchaser reserves the right to permit deviations from the snecifica-
tions if an article offered is substantially in accord with the specifications and is
deemed by the Purchaser to be of as dead quality and as fully satisfactory for
its intended use as an article fully meeting specifications. Unless exceptions
are noted by bidder the article offered will be assumed to be in accord with
specifications.
ARTICLES FURNISHED
6. Articles and services covered by this document must comply with app!ico-
ble laws, ordinances and other legal requirements, including (omona others)
the Cal -OSHA regulations in Title 8 of the California Administrative erode.
PLACE OF MANUFACTURE
7. No article furnished hereunder shall have been made in prison or by
convict labor, except articles purchased for use by City's detention facilities.
CONDITION OF ARTICLES
S. Articles offered and furnished mus: be new and previously unused, and of
manufacturer's latest model, unless otherwise specified herein.
INSPECTIONS
9. All articles supplied shall be subject to inspection and rejection by the
Purchaser or any deportment official charged with such duty.
SAMPLES
10. Articles offered as equal to "City sample" must fully conform thereto; said
"City samples" may be inspected at the place designated by the Purchaser.
11. Sompies must be furnished as required in this document. Those submitted
bYsuccessful bidders maybe retained for testing or check against deliveries, in
which case allowance will be mode to Contractor.
11-1 Each sample shall be plainly marked in a durable manner with the name
of the bidder; the contract proposal number; and the item number.
11.2 Submitted samoie-ill beassumed tobeexactly what bidder pr000sesto
furnish unless otherwise clearly indicated by the bidder- Sufficiency of sample
will be determined by the Purchaser.
11.3 Sample shall not be enclosed with the bid, and the bid shall not be
wrapped in package with sample.
DELIVERIES
12- F.O.B. destination in San Francisco unless otherwise specified by the
Purchaser in this document.
AFFIRMATIVE ACTION
13. The provisions of Administrative Code Chapter 126, as amended,
(Nondiscrimination in Contracts), ore incorporated herein and by reference
mode a part of this contract as though fully set forth. See Adendum attoched
hereto for nondiscrimination provisions.
14. The provisions of Administrative Code Cheater 120, Ordinance 139.84,
(Minority, Women, and Local Business Enterprises), relating to the procure-
ment of goods and services and awarding of contracts, are incorporated
herein and b reference made a part of this contract as though fully set iorth.
The failure aF a bidder, contractor or subcontractor to comply with any of the
requirements of Administrative Code Chapter 12D shall be deemed a material
breach of contract.
CONTRACT INTERPRETATiON - ASSIGNMENT
15. Should any questions arise as to the meaning and intent of the contract,
the matter shol I be referred to the Purchaser, who shall decide the true meaning
and intent of the contract.
15.1 This contract shall be deemed to be mode in, and shall be construed in
accordance with the lows of, the State of California.
15.2 Contract awarded hereunder may be assigned only with the written
approval of the Purchaser.
INFRINGEMENTS - INDEMNIFICATION
16. The Contractor shall assume the defense of oil claims and suits against the
City, its officers and agents, for infringement of the patents, copyrights, or
trade -marks of any person arising out of the use by City, its officers or agents,
of any article suppi ed unser this contract proposal, and the Contractor shall
indemnify and hold harmless the City, its officers and agents, from any and oil
liability, loss, or damage arising from such claims or suits.
16.1 The Contractor agrees to hold the City and County of Son froncisc6
and/or the Son Francisco Community College District harmless from any and
all claims and liabilities for damages to all persons, corporations and partner-
ships including but not limited to employees of the Contractor and heirs of
employees of the Contractor, orising out.of,ond in<the course of t e pe or,
mance of this agreement, - * ,., }: i[
.FAILURE TO DELIVER;
17. When a Contractor fails to deliver on article or service of the quality, in the
manner or within the time called for by this contract, such article or service may
be bought from any source by the Purchaser and if a greater price than that
named in the controct be paid for such article or service the excess price will be
charged to and collected from the Contractor orsurelies on its bond if bond has
been required.
PRICE LISTS -DISCOUNTS FROM
18. When bids ore to be based on the prices contained in o catalog or'price
list, copies shall be furnished as required herein. Contractor shall furnish
additional lists as required.
18.1 Bids will be considered offering discounts from a ce list other than
specified provided the alternate price list can be readily compared on on
over-all basis with the specified price list.
16.2 Price list in effect of time order is placed will apply provided Contractor
gives Purchaser ten days advance notice of any price increase. Unless other-
wise provided herein, if a price change occurs which is not reflected in a
revised price list with discounts remaining firm, a different pricing method may
be established by mutual agreement which will accomplish substantially the
some result, or if agreement cannot be reached the contract may be terminated
by either party.
ITEM, AGGREGATE BIDS
19. Any bidder may bid separately for any item unless otherwise provided -
20. Bidders may make offer for award in an aggregate of several or all items.
OPENING OF BIDS
21. Bids will be opened by the Purchaser at the hour and place stated in the
advertisement in the presence of oil bidders who offend, and bid prices will be
read upon request as time permits.
21.1 Bidders may inspect the bids after tabulation.
PRICES
22. Prices quoted must be firm except as otherwise specified by the Purchaser
in this document. Any bid requiring receipt of order in less than 30 days will be
unacceptable unless otherwise specified by the Purchaser herein.
AWARDS
23. The Purchaser may make awards on separate items or in an aggregatemt
several or ell items.
24. The Purchaser reserves the right to reject any and all bids.
BUDGET AND FISCAL PROVISIONS
25. This contract issubiecttomebudaetand fiscal provisions ofCity's Charter.
Charges will accrue oniy after prior written authorization certified by City's
Controller and any amount of City's obligation hereunder shall not of any time
exceed the amount certified for the purpose and period stated in such advance
authorization. This section shall control against any and all other provisions of
this contract.
CASH DISCOUNTS -TERMS OF PAYMENT
26. Cash Discount (discount for prompt payment) will be taken into consider-
otion in determining the low bid under the following conditions:
a. Discount period must be at least 30 days. Example: "1 % 30 days".
b. The discount period will start upon date of completion of delivery of all
- items on any Purchase Order or other authorization certified by Controller,
or upon date of receipt of properly prepared invoices covering such
deliveries, whichever is later.
c. Payment is deemed to be made, for the purpose of earning the discount,
on the date of mailing the City and County warrant or check.
26.1 Whether or not the discount is taken into consideration in determining
the low bid, it will be deducted from the invoice amount in accordance with tf+e
provision of 26b and 26c above, unless otherwise provided by bidder.
26.2 It is understood and agreed that no additional charge shall accrue
against City in the event that City does not make payment within any time
specified by bidder.
TAXES
27. City is exempt from federal excise taxes except on articles for resole.
Contractor will enter state and local sales or use tax, and excise fox if applicable,
an invoices, but neither should be included in bid prices.
TERM BID - QUANTITIES
28. This is a term, indefinite quantity contract. Unless otherwise specified
herein, deliveries will be required in ouantities and at times as ordered during
the period of the contract.
Estimated quantities are approximate only. The right is reserved to purchase
any greater or lesser quantity, os the interests of the Cly may dictate, provided,
however, that Contractor will not be required to furnish o quantity over 25 per
cent in excess of on estimate.
Requirements for use outside Son Francisco may be excluded at the Purchasers
option unless otherwise provided in bid.
Purchaser reserves the right to make minor purchases of articles from other
than the Contract when Purchaser determines that such articles are immedi-
ately needed or that it is obviously not practical to purchase against the
contract.
cool t o_.. clot - 0. 7
R..rchasing Department - AWARD -
City and County of San Francisc. VESTS, BALLISTIC REST ANT
Award Date through April 30, 1989
San Francisco Police Dept.
Citem Article
No.
Unit
L
1. VEST BALLISTIC RESISTANT...........
American Body Armor & Equipment Inc.
Model #ABA -105
Threat Level III A
Torso, Front, back and sides with
spine and kidney protectors
custom fitted for male or female
as required.
2. VEST, BALLISTIC RESISTANT...........
American Body Amor ABA -17
Class II, Torso Front Back & Sides
Color: Navy
Custom Fitted for male or female
as required.
Vendors:
Butler's Uniforms
333 9th St.
San Francisco, CA 94103
Phone: (415) 863-8119
Contact: William Schlenker
HRC Certification 011-109-30 340
Terms: 5% 30
Delivery: 60 Days
L & A Leather
1133 San Leandro Blvd.
San Leandro, CA 94577
Phone: (415) 483-8969
Contact: Rita Whiteley
HRC Certification #92
Terms: Net 30
Delivery: 30 Days
Further information please
call Mr. Marc Buchalter,
Purchaer. (415) 554-6738
2640G
Page 1 of 1
Contract Proposal
81801
VENDOR
Butler's Uniforms]
L & A Leather
Price
Per Uni
$275.0
$191.0