Loading...
HomeMy WebLinkAbout34-Information Technology CITY OF SAN BERNARDINO— REQUEST FOR COUNCIL C MGINAL From:TOM MAREK, Subject: RESOLUTION OF T E IT DIRECTOR MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO Dept: INFORMATION AUTHORIZING THE AWARD OF A TECHNOLOGY DIVISION PURCHASE ORDER FOR POLICE VEHICLE SAFETY EQUIPMENT TO Date: June 4, 2008 ADAMSON POLICE PRODUCTS OF LOS ALAMITOS, CA. M/CC Meeting Date: June 16, 2008 Synopsis of Previous Council Action: Continued from June 2, 2008. July 2, 2007 — Resolution #2007-218—Approved the annual renewal of a maintenance contract with the County of San Bernardino's 800 MHz Group (a government agency) for the City's 800 MHz voice system backbone, 800 MHz data system backbone and user radio equipment. The police vehicle safety equipment was included in the above action. Recommended Motion: Adopt resolution. �. Signature Contact person: Tom Marek Phone: 384-5947 Supporting data attached: Staff Report Ward: ALL FUNDING REQUIREMENTS: Amount: $ 41,760.00 Source: (Acct. No.) 679-252-5502 $41,760 Finance: Council Notes: Agenda Item No. __s1� CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the award of a purchase order for police vehicle safety equipment to Adamson Police Products of Los Alamitos, CA. Background: Police vehicle safety equipment purchase and installation overview falls in the City's 800MHz group. The City has traditionally contracted with the County of San Bernardino's 800 MHz Group to purchase the equipment at partial GSA discount pricing and to perform the installations. Safety equipment used by the San Bernardino Police Department is purchased through Adamson Police Products of Los Alamitos, California by the County of San Bernardino's 800 MHz Group. Due to recent changes,this company is now offering full GSA discount pricing directly to the City. Purchasing directly from this reseller will allow the City's 800 MHz group better tracking of equipment. The full discount will also help offset rising equipment costs. The City will still contract with the County for installation services. No service agreement is necessary as this is a purchase of hardware and not services. A standard safety kit for each patrol unit includes a front push bumper, officer/prisoner partition, Prostraint seats and seatbelts, rear window guard, door panels and other essential small components. An entire kit or portions of one kit are purchased for each new patrol unit that will be cycled in to the patrol fleet each year. Twenty-nine (29) entire kits, at the cost of$1,440.00 each, will be purchased for FY 2008/2009 for a total of$41,760.00. There is a savings of$6,264 by purchasing directly from Adamson Police Products instead of through the County. Financial Impact: The annual cost for the safety lighting and siren equipment kits for fiscal year 2008/2009 is $41,760. This cost is included in IT 08/09 budget and chargebacks for Police. Recommendation: Adopt resolution. 1 RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF 3 SAN BERNARDINO AUTHORIZING THE AWARD OF A PURCHASE ORDER FOR POLICE VEHICLE SAFETY EQUIPMENT TO ADAMSON POLICE PRODUCTS OF 4 LOS ALAMITOS, CA. 5 WHEREAS, Adamson Police Products is a direct distributor of police vehicle safety 6 equipment used by the San Bernardino Police Department; and, 7 WHEREAS, these products match the existing equipment in use at the Police Department, 8 and standardized equipment is necessary because difference between equipment could result in 9 10 safety concerns for patrol officers; and, 11 WHEREAS, Adamson Police Products have agreed to give the City of San Bernardino 12 GSA pricing; and, 13 WHEREAS, Adamson Inc. will abide by the vendor product outlined on the purchase 14 order document of the City of San Bernardino. 15 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 16 OF SAN BERNARDINO AS FOLLOWS: 17 SECTION 1. Mayor and Common Council authorize the Director of Finance or his/her 18 designee to issue a purchase order for $41,760.00 to Adamson Police Products of Los Alamitos, 19 California, for equipment purchases. The Purchase Order shall reference the number of this 20 21 resolution. The Purchase Order shall read, "Annual FY 2008/2009 contract PO for police vehicle 22 safety equipment. Not to exceed $41,760.00," and shall contain all of the information and terms 23 contained on and be in the form of the Purchase Order attached hereto and incorporated herein as 24 Exhibit "A." 25 SECTION 2. This purchase is exempt from the formal contract provisions of Municipal 26 Code Section 3.04.010(13)(3), "Purchase approved by the Mayor and Common Council." 27 28 I RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE AWARD OF A PURCHASE ORDER FOR POLICE 2 VEHICLE SAFETY EQUIPMENT TO ADAMSON POLICE PRODUCTS OF LOS 3 ALAMITOS, CA. 4 SECTION 3. The above authorization is rescinded if it is not executed within ninety (90) 5 days of the passage of this resolution. 6 7 8 9 HI 10 11 /// 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 /// I RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE AWARD OF A PURCHASE ORDER FOR POLICE 2 VEHICLE SAFETY EQUIPMENT TO ADAMSON POLICE PRODUCTS OF LOS 3 ALAMITOS, CA. 4 1 HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and 5 Common Council of the City of San Bernardino at a meeting thereof, held on 6 the day of , 2008, by the following vote, to wit: 7 Council Members Ayes Nays Abstain Absent 8 ESTRADA 9 10 BAXTER 11 BRINKER 12 DERRY 13 KELLEY 14 JOHNSON 15 McCAMMACK 16 17 18 Rachel G. Clark, City Clerk 19 20 The foregoing resolution is hereby approved this day of , 2008. 21 22 Patrick J. Morris, Mayor 23 City of San Bernardino 24 Approved as to form: 26 a es F. Penman, City Attorney 27 28 + i , i CITY OF SAN BERNARDINO OFFICE OF THE PURCHASING DIVISION .: 300 N. "D" ST. SAN BERNARDINO, CALIFORNIA 92418 . DELIVERY LOCATION: ENDOR ADAMSON POLICE INFORMATION TECHNOLOGY 10764 NOEL ST. 300 N. "D" ST. LOS AlAMITOS, CA 90720 SAN BERNARDINO, CA 92401 t,. DESTINATION )MMENTS 1 EA 41,760.00 r Y�� MEMO ACCOUNTING TNFORMATION ONLY GENERAL LEDGER ACCOUNT NUMBER I S"[`BI F5 I_ T] ON 679- 252--5_`)02_.-C?OCii{ 4i !b(i , 00 i fl ,C a SUBJECT TO TERMS&CONDITIONS STATED ON REVERSE � 1. .760. 00 k, This order is subject to the following terms and conditions IMPORTANT INVOICES MUST BE FORWARDED TO THE DEPARTMENT PLACING THIS ORDER immediately upon delivery of articles or performance of services ordered hereon or unless otherwise indicated Invoices must show on their face the number of this order,which appears in the upper right hand corner hereof, the name of the department to which the goods were furnished;that the same covers complete or partial delivery or performance as the case may be,and amount of prompt payment discount. FREIGHT CHARGES, IF ALLOWED, MUST BE PREPAID AND ITEMIZED ON INVOICE. ALL PURCHASES F.O.B. DELIVERY ADDRESS UNLESS OTHERWISE SPECIFIED ON PURCHASE ORDER.ALL ARTICLES OR SERVICES FURNISHED PURSUANT TO THIS PURCHASE ORDER SHALL COMPLY WITH ALL CAL-OSHA STANDARDS AND REGULATIONS AND ALL APPLICABLE GOVERNMENTAL LAWS AND ORDERS. 1. This Purchase Order is limited to the Terms and Conditions contained on the face and back hereof. Any ;additional or different terms in the seller's form are hereby deemed to be material alterations and notice of objection to them and rejection of them is hereby given. No variation in prices, quality, quantity, deliveries or specifications of this order, nor automatic renewal of services or annual orders, irrespective of the wording of seller's acceptance,will be effective without the written consent of the Purchasing Manager. 2. ALL PURCHASES F.O.B. DESTINATION DELIVERY ADDRESS UNLESS OTHERWISE SPECIFIED ON PURCHASE ORDER. 3. Packing lists must accompany each shipment showing our order number,description,part number for each item and name of"Deliver to" department. 4. Shipments must be identified as"Partial" or "Complete". 5. Material is subject to buyer's inspection and approval within a reasonable time after delivery; if specifications are not met or if material is not approved, material may be returned at seller's expense. 6. Send invoice promptly for each partial or complete shipment,showing our order number. 7. Invoice each Purchase Order separately, in duplicate. 8. In connection with any prompt payment discount specified on this order,time will be computed from the date of complete delivery of articles or services as specified; or from the date correct invoices are received in the Finance Department if the latter date is later than the date of delivery. Payment is deemed to be made,for the purpose of earning the discount on the date of mailing the city warrant or check. 9• C.O.D.Shipments will not be accepted. 10. Overshipments, unless specifically authorized by the Purchasing Manager will not be accepted. 11. Vendor shall supply all items, components, parts, processes, etc. as furnished and supplied as his "standard" article or service and as so advertised,whether or not such items,components, parts,processes, etc. are specifically specified herein. 12. All articles or services furnished pursuant to this purchase order shall comply with all CAL-OSHA standards and regulations and all applicable governmental laws and orders. 13. Ownership of all artwork, film, negatives, computer files, diskettes, CD Roms and other related media, whether supplied by the City to Seller or produced for the City by the Seller for the fulfillment of this order,.shall be retained by the City. Seller shall surrender all such materials to the City upon demand. 14. TERMINATION-City reserves the right to terminate its obligations under this order or any part hereof if any delivery is not made within the time provided, or, if no time is specified,within a reasonable time, or if the material that is delivered is not as specified. Such right shall be in addition to City's other legal rights, whether set forth in this order or not. Acceptance of any part of the order shall not bind City to accept future services or shipments, nor deprive it of the right to stop performance of existing services or return goods already accepted. THE CITY OF SAN BERNARDINO WILL NOT BE RESPONSIBLE FOR ARTICLES OR SERVICES FURNISHED OFFICIALS OR EMPLOYEES WITHOUT A PURCHASE ORDER SIGNED BY THE PURCHASING MANAGER OR HIS AUTHORIZED REPRESENTATIVE. In submitting a bid to a public purchasing body,the bidder offers and agrees that if the bid is accepted,it will assign to the purchasing body all rights,title,and interest in and to all causes of action it may have under any applicable Federal or State Laws arising from purchases of goods, materials, or services by the bidder for sale to the Purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 19. Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the award of a purchase order for police vehicle safety equipment to Adamson Police Products of Los Alamitos, CA. (See Attached) (Cost to the City - $41,760 from Information Technology Fund) (Resolution not available at time of printing.) All Wards Approved MOTION: That the matter be continued to June 16, 2008. xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 20. Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the award of an annual purchase order for police vehicle safety lighting and siren equipment to Federal Signal Corp. of University Park, IL. (See Attached) (Cost to the City - $82,179 from Information Technology Fund) (Resolution not available at time of printing.) All Wards Approved MOTION: That the matter be continued to June 16, 2008. xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 21. Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the award of a purchase order for maintenance services to Tiburon Inc. of Pleasanton, California. (See Attached) (Cost to the City - $170,124 from Information Technology Fund) (Resolution not available at time of printing.) All Wards Approved MOTION: That the matter be continued to June 16, 2008. xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 22. Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the award of an annual purchase order for the City's 800MHz voice/date backbone, MDC maintenance, dispatch console maintenance, and user equipment maintenance to the County of San Bernardino's 800 MHz group. (Document and Resolution not available at time of printing.) (Cost to the City - $696,633 from Information Technology Fund) All Wards Approved MOTION: That the matter be continued to June 16, 2008. xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 8 06/02/2008 CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION From: TOM MAREK, Subject: RESOLUTION OF THE IT DIRECTOR MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO Dept: INFORMATION AUTHORIZING THE AWARD OF A TECHNOLOGY DIVISION PURCHASE ORDER FOR POLICE VEHICLE SAFETY EQUIPMENT TO Date: May 20, 2008 ADAMSON POLICE PRODUCTS OF LOS ALAMITOS, CA. M/CC Meeting Date: June 2, 2008 Synopsis of Previous Council Action: July 2, 2007 — Resolution #2007-218—Approved the annual renewal of a maintenance contract with the County of San Bernardino's 800 MHz Group (a government agency) for the City's 800 MHz voice system backbone, 800 MHz data system backbone and user radio equipment. The police vehicle safety equipment was included in the above action. Recommended Motion: Adopt resolution. SignatureGo� 77 Contact person: Tom Marek Phone: 384-5947 Supporting data attached: Staff Report Ward: ALL FUNDING REQUIREMENTS: Amount: $ 41,760.00 Source: (Acct. No.) 679-252-5502 $41,760 Finance: Council Notes: Agenda Item No. q (,pl40r CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the award a purchase order for police vehicle safety equipment to Adamson Police Products of Los Alamitos, CA. Background: Police vehicle safety equipment purchase and installation overview falls in the City's 800MHz group. The City has traditionally contracted with the County of San Bernardino's 800 MHz Group to purchase the equipment at partial GSA discount pricing and to perform the installations. Safety equipment used by the San Bernardino Police Department is purchased through Adamson Police Products of Los Alamitos, California by the County of San Bernardino's 800 MHz Group. Due to recent changes, this company is now offering full GSA discount pricing directly to the City. Purchasing directly from this reseller will allow the City's 800 MHz group better tracking of equipment. The full discount will also help offset rising equipment costs. The City will still contract with the County for installation services. A standard safety kit for each patrol unit includes a front push bumper, officer/prisoner partition, Prostraint seats and seatbelts, rear window guard, door panels and other essential small components. An entire kit or portions of one kit are purchased for each new patrol unit that will be cycled in to the patrol fleet each year. Twenty-nine (29) entire kits, at the cost of$1,440.00 each, will be purchased for FY 2008/2009 for a total of$41,760.00. There is a savings of$6,264 by purchasing directly from Adamson Police Products instead of through the County. Financial Impact: The annual cost for the safety lighting and siren equipment kits for fiscal year 2008/2009 is $41,760. This cost is included in IT 08/09 budget and chargebacks for Police. Recommendation: Adopt resolution. 1 2 RESOLUTION NO. 3 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE AWARD OF A PURCHASE ORDER FOR 4 POLICE VEHICLE SAFETY EQUIPMENT TO ADAMSON POLICE PRODUCTS OF LOS ALAMITOS, CA. 5 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE ('TTY nF SAN BERNARDINO AS FOLLOWS; 7 SECTION 1. That Adamson Police Products is a direct distributor at GSA pricing 8 of police vehicle safety equipment used by the San Bernardino Police Department. 9 10 SECTION 2. That the Mayor and Common Council authorize the Director of 11 Finance or his/her designee to issue a purchase order for $ 41,760.00 to Adamson Police 12 Products, of Los Alamitos, California for equipment purchases. The Purchase Order shall 13 reference the number of this resolution. The Purchase Order shall read, "Annual FY 14 2008/2009 contract PO for police vehicle safety equipment. Not to exceed $41,760.00." 15 16 17 18 19 20 21 22 23 24 25 26 27 //// / 1 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE AWARD OF A PURCHASE ORDER FOR 3 POLICE VEHICLE SAFETY EQUIPMENT TO ADAMSON POLICE PRODUCTS OF LOS ALAMITOS, CA. 4 5 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor 6 and Common Council of the City of San Bernardino at a meeting thereof, 7 held on the day of , 2008, by the following vote, to wit: 8 Council Members Ayes Nays Abstain Absent 9 ESTRADA 10 BAXTER 11 BRINKER 12 13 DERRY 14 KELLEY 15 JOHNSON 16 McCAMMACK 17 18 19 Rachel G. Clark, City Clerk 20 21 The foregoing resolution is hereby approved this day of , 2008. 22 23 Patrick J. Morris,Mayor 24 City of San Bernardino 25 Approved as to form: 26 27 28 James F. Penman, City Attorney