Loading...
HomeMy WebLinkAbout35-Information Technology CITY OF SAN BERNARDINO — REQUEST FOR COUNCILOM N H A I 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 AN TECHNOLOGY DIVISION ANNUAL PURCHASE ORDER FOR POLICE VEHICLE SAFETY Date: June 4, 2008 LIGHTING AND SIREN EQUIPMENT TO FEDERAL SIGNAL CORP. OF UNIVERSITY PARK,IL. M/CC Meeting Date: June 16, 2008 Synopsis of Previous Council Action: Continued from June 2, 2008. July 2, 2007—Resolution #2007-217 —Approved the purchase of Police vehicle safety lighting and siren equipment from Federal Signal Corporation. June 5, 2006—Resolution #2006-155—Approved the purchased of the vehicle safety lighting and siren equipment directly from Federal Signal Corporation. Purchase directly from the company was made possible because the company offers full GSA discount pricing directly to the City. Recommended Motion: Adopt resolution. Signature Contact person: Tom Marek Phone: 384-5947 Supporting data attached: Staff Report Ward: ALL FUNDING REQUIREMENTS: Amount: $ 82,179.00 Source: (Acct. No.) 679-252-5702 $82,179 Finance: Council Notes: Agenda Item No. 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 an annual purchase order for police vehicle safety lighting and siren equipment to Federal Signal Corp of University Park, IL. Background: Police vehicle safety lighting and siren equipment purchase and installation overview falls under the County's maintenance agreement for City's 800MHz group. Safety lighting and siren equipment used by the San Bernardino Police Department is manufactured by Federal Signal Corporation of University Park, Illinois. Federal Signal products are used because of their long term (5 year)warranty and because the County 800 MHz Group is a licensed Federal Signal warranty service center. A standard safety kit for each patrol unit includes a roof-mounted LED light bar, emergency corner strobe lights,mirror mounted LED warning lights, a siren with its computerized controller, and other essential small components. One kit is purchased for each new patrol unit that will be cycled in to the patrol fleet each year. No service agreement is necessary as this is a purchase of hardware not services. This year the Police Department is purchasing 29 new patrol vehicles, but only 9 new LED light bars are being purchased. Existing/used light bars will be installed on the remaining 20 patrol vehicles. These 20 existing/used light bars will be repaired with purchased replacement parts. Financial Impact: The annual cost for the safety lighting and siren equipment kits for fiscal year 2008/2009 is $82,179 and is budgeted under account#679-252-5702. Similar to previous years,this cost is included in IT FY 08/09 and chargebacks for Police. It is a decrease from the previous year due to fewer cars being purchased. Recommendation: Adopt resolution. C (OPY I RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF 3 SAN BERNARDINO AUTHORIZING THE AWARD OF AN ANNUAL PURCHASE ORDER FOR POLICE VEHICLE SAFETY LIGHTING AND SIREN EQUIPMENT TO 4 FEDERAL SIGNAL CORP. OF UNIVERSITY PARK, IL. 5 WHEREAS, Federal Signal Corporation is the manufacturer and a direct distributor at 6 GSA pricing of police vehicle lighting and siren equipment used by the San Bernardino Police 7 Department; and, 8 WHEREAS, the specialized patrol vehicle safety hardware manufactured by Federal 9 10 Signal is the standardized equipment in all San Bernardino Police patrol vehicles; and, 11 WHEREAS, Federal Signal offers a GSA discount that 3rd party vendors cannot offer; and, 12 WHEREAS, Federal Signal Corporation will abide by the vendor product terms outlined on the 13 official purchase order document of the City of San Bernardino. 14 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 15 OF SAN BERNARDINO AS FOLLOWS: 16 SECTION 1. The Mayor and Common Council authorize the Director of Finance or 17 his/her designee to issue a purchase order for $ 82,179.00 to Federal Signal Corporation, of 18 University Park, Illinois for equipment purchases. The Purchase Order shall reference the number 19 of this resolution. The Purchase Order shall read, "Annual FY 2008/2009 contract PO for police 20 21 vehicle safety lighting and siren equipment. Not to exceed $82,179.00," and shall contain all of 22 the information and terms contained on and be in the form of the Purchase Order attached hereto 23 and incorporated herein as Exhibit "A." 24 SECTION 2. This purchase is made pursuant to San Bernardino Municipal Code Section 25 3.04.010(B)(3). 26 SECTION 3. The authorization to issue the above-referenced purchase order is rescinded 27 if it is not issued within ninety (90) days. 28 �.. I RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE AWARD OF AN ANNUAL PURCHASE ORDER FOR 2 POLICE VEHICLE SAFETY LIGHTING AND SIREN EQUIPMENT TO FEDERAL SIGNAL 3 CORP. OF UNIVERSITY PARK, IL. 4 I 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 BAXTER 10 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 23 Patrick J. Morris, Mayor City of San Bernardino 24 25 Approved as to form: 26 27 es F. Penman, City Attorney 28 CITY OF SAN BERNARDINO PURCHASE ORDE OFFICE OF THE PURCHASING DIVISION 300 N. "D" ST. SAN BERNARDINO, CALIFORNIA 92418 ' DELIVERY LOCATION.- ENDOR FEDERAL SIGNAL CORP INFORMATION TECHNOLOGY 2645 FEDERAL SIGNAL DR. 300 N. "D" ST. UNIVERSITY PARK, IL. 60466-3195 SAN BERNARDINO, CA 92401 'D N( RFQlASI I ION: REQUISIA IONER TERMS BIANKFA ORDI'll[APIRI-Is F.O.R.INFORMATION F xs DEST'INAT'ION )MMENTS 1 EA --- 82, 179.00 x;. &�;***i:*1k*iris*isik-******#******ic***�ttiticdricirir*ykktikir*irskit****ir*#*i�#*3* fkiir��it•*ti:#**irit��'i<7ks MEMO ACCOUNTING INFORMATION ONLY GENERAL I:,EDGFR ACCOUNT NUMBER Dl:I`I`R I I3UTI ON 67 252--5702 -000 82, ,7 S. k f SUBJECT TO TERMS e'r CONDITIONS STATED ONREVERSE a 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 FORARTICLES 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. Stich 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.) (Cagy+ - City - $696,633 from Information Technology Fund) Approved 3 MOTION.. That the matter be continued to June 16, 21 XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXx 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 AN TECHNOLOGY DIVISION ANNUAL PURCHASE ORDER FOR POLICE VEHICLE SAFETY Date: May 20, 2008 LIGHTING AND SIREN EQUIPMENT TO FEDERAL SIGNAL CORP. OF UNIVERSITY PARK, IL. M/CC Meeting Date: June 2, 2008 Synopsis of Previous Council Action: July 2, 2007 — Resolution #2007-217 —Approved the purchase of Police vehicle safety lighting and siren equipment from Federal Signal Corporation. June 5, 2006— Resolution #2006-155—Approved the purchased of the vehicle safety lighting and siren equipment directly from Federal Signal Corporation. Purchase directly from the company was made possible because the company offers full GSA discount pricing directly to the City. Recommended Motion: Adopt resolution. Signature Contact person: Tom Marek Phone: 384-5947 Supporting data attached: Staff Report Ward: ALL FUNDING REQUIREMENTS: Amount: $ 82,179.00 Source: (Acct. No.) 679-252-5702 $82,179 Finance: Council Notes: Agenda Item No. �� 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 an annual purchase order for police vehicle safety lighting and siren equipment to Federal Signal Corp of University Park, IL. Background: Police vehicle safety lighting and siren equipment purchase and installation overview falls under the County's maintenance agreement for City's 800MHz group. Safety lighting and siren equipment used by the San Bernardino Police Department is manufactured by Federal Signal Corporation of University Park, Illinois. Federal Signal products are used because of their long term (5 year)warranty and because the County 800 MHz Group is a licensed Federal Signal warranty service center. A standard safety kit for each patrol unit includes a roof-mounted LED light bar, emergency corner strobe lights, mirror mounted LED warning lights, a siren with its computerized controller, and other essential small components. One kit is purchased for each new patrol unit that will be cycled in to the patrol fleet each year. This year the Police Department is purchasing 29 new patrol vehicles, but only 9 new LED light bars are being purchased. Existing/used light bars will be installed on the remaining 20 patrol vehicles. These 20 existing/used light bars will be repaired with purchased replacement parts. Financial Impact: The annual cost for the safety lighting and siren equipment kits for fiscal year 2008/2009 is $82,179 and is budgeted under account#679-252-5702. Similar to previous years,this cost is included in IT FY 08/09 and chargebacks for Police. It is a decrease from the previous year due to fewer cars being purchased. 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 AN ANNUAL PURCHASE 4 ORDER FOR POLICE VEHICLE SAFETY LIGHTING AND SIREN EQUIPMENT TO FEDERAL SIGNAL CORP. OF UNIVERSITY PARK, IL. 5 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN RF.RNARDWO AS FOLLOWS- 7 SECTION 1. That Federal Signal Corporation is the manufacturer and a direct 8 9 distributor at GSA pricing of police vehicle lighting and siren equipment used by the San 10 Bernardino Police Department. 11 SECTION 2. That the Mayor and Common Council authorize the Director of 12 Finance or his/her designee to issue a purchase order for $ 82,179.00 to Federal Signal 13 Corporation, of University Park, Illinois for equipment purchases. The Purchase Order shall 14 reference the number of this resolution. The Purchase Order shall read, "Annual FY 15 2008/2009 contract PO for police vehicle safety lighting and siren equipment. Not to 16 17 exceed$77,179.00." 18 19 20 21 22 23 24 25 26 � zD 27 28 i 1 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE AWARD OF AN ANNUAL PURCHASE 3 ORDER FOR POLICE VEHICLE SAFETY LIGHTING AND SIREN EQUIPMENT TO FEDERAL SIGNAL CORP. OF UNIVERSITY PARK, IL. 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 92008. 22 23 Patrick J. Morris, Mayor 24 City of San Bernardino 25 Approved as to form: 26 27 28 James F. Penman, City Attorney