3:30PM - City of Compton

Transcription

3:30PM - City of Compton
NOTICE
COMPTON CITY COUNCIL
AGENDA
Tuesday, January 05, 2016
3:30 PM
OPENING
MOMENT OF SILENCE
ROLL CALL
INTRODUCTION OF SPECIAL GUESTS
PUBLIC COMMENTS ON AGENDA ITEMS AND NON-AGENDA MATTERS
CONSENT AGENDA
Consent items are routine and expected to be non-controversial. They will be acted upon by the
Council at one time without discussion unless a Council Member requests an item be removed or
discussed.
APPROVAL OF MINUTES
1.
DECEMBER 22, 2015
REPORTS OF OFFICERS AND COMMISSIONS
END CONSENT AGENDA
REGULAR AGENDA
REPORTS OF OFFICERS, BOARDS, COMMISSIONS AND COMMITTEES AND
CITY COUNCIL
2.
REMOVAL OF OFFICERS, COUNCIL MEMBERS,
BOARDS/COMMISSIONS AND COMMITTEES
LETTER OF RESIGNATION - COUNCILWOMAN YVONNE
ARCENEAUX - CITY COUNCIL, DISTRICT 3 (Receive/File)
-2-
City Council Agenda
Tuesday, January 05, 2016
CITY MANAGER'S REPORT
3.
DECLARING CITY COUNCIL SEAT - DISTRICT 3 VACANT
CITY ATTORNEY'S REPORTS
4.
CONFERENCE WITH LEGAL COUNSEL - ANTICIPATED LITIGATION
One (1) Potential Case
Pursuant to California Government Code Section 54956.9(d)(2)
UNFINISHED BUSINESS
NEW BUSINESS
5.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER
TO THE STATE WATER RESOURCES CONTROL BOARD FOR ANNUAL
WASTE DISCHARGE FEES FOR THE PUBLIC WORKS/MUNICIPAL
UTILITIES DEPARTMENT ($34,092)
6.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE CITY MANAGER TO ACCEPT THE QUOTE FROM
FILTRONICS, INC. AND ISSUE A PURCHASE ORDER FOR THE
PURCHASE OF AN IRON AND MANGANESE FILTRATION SYSTEM FOR
THE WELL NO. 20 TREATMENT PLANT ($384,785.00)
7.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE ISSUANCE OF A PURCHASE ORDER FOR
CARMENITA TRUCK CENTER FOR COMPTON FIRE DEPARTMENT
VEHICLE MAINTENANCE AND REPAIR ($35,000)
8.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE CITY MANAGER TO ACCEPT MULTIPLE VENDOR
QUOTES AND ISSUE MULTIPLE PURCHASE ORDERS FOR THE
PURCHASE OF MISCELLANEOUS HEAVY DUTY WATER SERVICE
VEHICLES USED FOR MAINTENANCE OF THE WATER SYSTEM
($447,090.79)
-3-
City Council Agenda
Tuesday, January 05, 2016
APPROVAL OF WARRANTS
9.
Warrant #231183 - Date - 12/08/15 - Name - MDG Associates Inc. - Services
- Labor compliance services for CDBG Street Improvement Project - Amount
- $19,788.75 - Requested by: Grants Division
Warrant #231250 - Date - 12/10/15 - Name - Veer Oil Partners Inc. Services - Fuel for refueling of City Vehicles - Amount - $8,684.00 Requested by: General Services
Total Amount - $28,472.75
COUNCIL COMMENTS
ADJOURNMENT
NEXT REGULAR MEETING: Tuesday, January 12, 2016 @ 5:45 PM.
Visit our website at http://www.comptoncity.org
View Meetings Live at mms://livemedia.comptoncity.org:8080
DECEMBER 22, 2015
The City Council meeting was called to order at 5:55 p.m. in the Council Chambers of City Hall
by Mayor Aja Brown. The Pledge of Allegiance and Moment of Silence ceremonies were also
led by Mayor Aja Brown.
ROLL CALL
Council Members Present:
Council Members Absent:
Zurita, Arceneaux, Sharif, Brown
Galvan
Other Officials Present:
C. Cornwell, A. Godwin, R. Haley
PUBLIC COMMENTS ON AGENDA ITEMS AND NON-AGENDA MATTERS
Robert Ray, Compton resident, alleged that three weeks ago during an oral report, the City
Attorney made a statement indicating that he would like to work with illegal food vendors so that
they can earn a living. Mr. Ray maintained that selling food out of the trunks of cars and grocery
carts is not safe and something this City Council should not allow to.
City Attorney Cornwell clarified that he never stated that he would help illegal food vendors
make a living nor did he say that he would conform the code to meet their needs.
Benjamin Holifield, Compton resident, petitioned city management to work harder to retain its
department heads. He also asked that all members of the City Council come together to ensure
that they are attending the meetings on a regular basis. He further proposed that council switch
their focus from feeding the community to offering jobs, creating economic development,
coming together, and stabilizing the community.
Joyce Kelly, Compton resident, affirmed that she agrees with the statements made by Mr.
Holifield and that this City Council should be ashamed of themselves for not attending the last
three council meetings.
{Dialogue occurred between Joyce Kelly and Councilperson Arceneaux}
Ms. Kelly went on to recognize Councilperson Sharif for her efforts to support a local business
man. She further asked that Councilperson Arceneaux address how many families will be
serviced with 2,000 acre feet of water over a three year period. She also asked that the City
Manager ensure that staff proofreads their work prior to placing it on the agenda. She inquired
about why negotiations for 600 Alameda Street is being discussed privately and what the
logistics are for the proposed pavement resurfacing design.
Lynn Boone, Compton resident, inquired about warrant no. 230934 paid to Evan Brooks &
Associates and the number of grants written on behalf of the City. She further questioned the
need for a grants manager with regard to the $96,600 paid to Evan Brooks & Associates year-todate. She went on to state that she has never come to the podium wishing or seeking to send
anyone to jail, only restitution for what is owed to the City of Compton. Ms. Boone also
articulated her appreciation for Councilperson Arceneaux's 20+ years of dedicated service as an
elected official.
Councilperson Arceneaux announced her retirement from the Compton City Council.
Mayor Brown, members of the City Council, City Clerk Alita Godwin, City Treasurer Douglas
Sanders, and City Attorney Cornwell wished Councilperson Arceneaux a spirited farewell in all
of her future endeavors.
CONSENT AGENDA
On motion by Zurita, seconded by Sharif, the Consent Agenda was approved, by the following
vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
APPROVAL OF MINUTES
1.
NOVEMBER 17, 2015 (Approved)
DECEMBER 1, 2015 (Approved)
DECEMBER 8, 2015 (Approved)
CITY MANAGER/CITY ATTORNEY/CITY TREASURER REPORTS
2.
AN UPDATE REPORT OF THE PUBLIC FINANCE AUTHORITY LEASE REVENUE
BONDS SERIES 2008 (Received/Filed)
3.
REPORT OF THE SALES TAX REVENUES (Received/Filed)
4.
A REPORT OF THE CITY OF COMPTON 2015/2016 TAX AND REVENUE
(Received/Filed)
5.
REPORT OF LICENSE FEE REVENUES (BASED ON THE GROSS REVENUES
COMPUTATION) RECEIVED FROM CELEBRITY CASINOS, INC. FOR THE
FISCAL YEAR 2015-2016 (Received/Filed)
6.
INVESTMENT REPORT - October 2015 (Received/Filed)
RISK MANAGEMENT
7.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON TO
RENEW THE COMPTON DOLLARHIDE COMMUNITY CENTER SPECIAL
EVENTS POLICY ($4,750) (Resolution # 24,263)
END CONSENT AGENDA
REGULAR AGENDA
CITY MANAGER'S REPORTS - There were no City Manager's Reports.
CITY ATTORNEY’S REPORTS
CLOSED SESSION
8.
CONFERENCE WITH REAL PROPERTY NEGOTIATOR
Property: 600 North Alameda Street, Compton
Negotiating Properties: City of Compton/The ARC of Mid-Cities
Under Negotiation: Terms and Price
Pursuant to California Government Code Section 54956.8
CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION
Sipple, et al. v City of Alameda et al, LASC Case No. BC462270
Pursuant to California Government Code Section 54956.9(a)
CONFERENCE WITH LEGAL COUNSEL - ANTICIPATED LITIGATION
One (1) Potential Case
Pursuant to California Government Code Section 54956.9(b)
On motion by Zurita, seconded by Arceneaux, closed session was approved, by the following
vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
UNFINISHED BUSINESS
9.
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF COMPTON
AMENDING CHAPTER II OF THE COMPTON MUNICIPAL CODE BY AMENDING
SECTION 2-1.2 TO ESTABLISH A STANDARD MEETING TIME OF 5:30 P.M. FOR
ALL REGULAR MEETINGS OF THE CITY COUNCIL (SECOND READING)
On motion by Zurita, seconded by Sharif, to waive the reading of the ordinance in full, by the
following vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
On motion by Arceneaux, seconded by Zurita, Ordinance # 2,264 entitled "AN
ORDINANCE OF THE CITY COUNCIL OF THE CITY OF COMPTON
AMENDING CHAPTER II OF THE COMPTON MUNICIPAL CODE BY AMENDING
SECTION 2-1.2 TO ESTABLISH A STANDARD MEETING TIME OF 5:30 P.M. FOR
ALL REGULAR MEETINGS OF THE CITY COUNCIL (SECOND READING)" was
adopted, by the following vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
NEW BUSINESS
10.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE CITY MANAGER TO EXECUTE ALL MATTERS RELATING
TO THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION FOR
THE CITY OF COMPTON’S SAFE ROUTE TO SCHOOL TRANSPORTATION
GRANT
Mayor Brown proposed that the City work with the Compton Unified School District to identify
recommendations for the safe routes to school, such as one-way drop-offs, pick-ups, and
turnstiles.
Councilperson Arceneaux proposed that the drop-off location for Robert F. Kennedy School be
changed to the rear of the building to ensure the safety of the children is maintained.
On motion by Sharif, seconded by Zurita, Resolution # 24,264 entitled "A RESOLUTION
OF THE CITY COUNCIL OF THE CITY OF COMPTON AUTHORIZING THE
CITY MANAGER TO EXECUTE ALL MATTERS RELATING TO THE STATE OF
CALIFORNIA DEPARTMENT OF TRANSPORTATION FOR THE CITY OF
COMPTON'S SAFE ROUTE TO SCHOOL TRANSPORTATION GRANT" was
approved, by the following vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
11.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE CITY MANAGER TO AUTHORIZE PAYMENT OF THE
ANNUAL FEES TO THE STATE OF CALIFORNIA DEPARTMENT OF
INDUSTRIAL RELATIONS FOR CONTINUED ADMINISTRATION OF THE CITY’S
WORKERS’ COMPENSATION SELF-INSURANCE PROGRAM
On motion by Zurita, seconded by Arceneaux, Resolution # 24,265 entitled "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE CITY MANAGER TO AUTHORIZE PAYMENT OF THE
ANNUAL FEES TO THE STATE OF CALIFORNIA DEPARTMENT OF INDUSTRIAL
RELATIONS FOR CONTINUED ADMINISTRATION OF THE CITY'S WORKERS'
COMPENSATION SELF-INSURANCE PROGRAM" was approved, by the following vote
on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
12.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE RENEWAL OF THE CONTRACTUAL AGREEMENTS WITH
ALL CITY MANAGEMENT SERVICES, INC. AND COMPTON UNIFIED SCHOOL
DISTRICT REGARDING THE PROVISION OF CROSSING GUARD SERVICES AND
THE ISSUANCE OF A PURCHASE ORDER FOR FISCAL YEAR 2015-2016 IN THE
AMOUNT OF $284,649.75.
On motion by Sharif, seconded by Arceneaux, Resolution # 24,266 entitled "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE RENEWAL OF THE CONTRACTUAL AGREEMENTS WITH
ALL CITY MANAGEMENT SERVICES, INC. AND COMPTON UNIFIED SCHOOL
DISTRICT REGARDING THE PROVISION OF CROSSING GUARD SERVICES AND
THE ISSUANCE OF A PURCHASE ORDER FOR FISCAL YEAR 2015-2016 IN THE
AMOUNT OF $284,649.75" was approved, by the following vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
13.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE CITY MANAGER TO AMEND THE PROFESSIONAL
SERVICES AGREEMENT WITH DUDEK TO PERFORM CORRECTIVE ACTION
SERVICES IN ACCORDANCE WITH THE JUNE 22, 2015 DIRECTIVE OF THE LOS
ANGELES REGIONAL WATER QUALITY CONTROL BOARD REGARDING
REMEDIATION AT COMPTON FIRE STATION NO. 1 ($165,138)
Councilperson Zurita requested a report back from the City Manager regarding the corrective
actions taken by the Los Angeles Regional Water Quality Control Board as reported in the local
newspaper.
On motion by Zurita, seconded by Arceneaux, Resolution # 24,267 entitled "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE CITY MANAGER TO AMEND THE PROFESSIONAL
SERVICES AGREEMENT WITH DUDEK TO PERFORM CORRECTIVE ACTION
SERVICES IN ACCORDANCE WITH THE JUNE 22, 2015 DIRECTIVE OF THE LOS
ANGELES REGIONAL WATER QUALITY CONTROL BOARD REGARDING
REMEDIATION AT COMPTON FIRE STATION NO. 1 ($165,138)" was approved, by the
following vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
14.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
ACCEPTING PARCEL MAP NO. 72903 FOR RECORDATION, BEING A PORTION
OF THE NORTHEAST QUARTER OF THE SOUTHEAST QUARTER OF SECTION
17 AND A PORTION OF THE SOUTHWEST QUARTER OF SECTION 16,
TOWNSHIP 3 SOUTH, RANGE 13 WEST, SAN BERNARDINO MERIDIAN, IN THE
CITY OF COMPTON, STATE OF CALIFORNIA
On motion by Zurita, seconded by Arceneaux, Resolution # 24,268 entitled "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
ACCEPTING PARCEL MAP NO. 72903 FOR RECORDATION, BEING A PORTION
OF THE NORTHEAST QUARTER OF THE SOUTHEAST QUARTER OF SECTION 17
AND A PORTION OF THE SOUTHWEST QUARTER OF SECTION 16, TOWNSHIP 3
SOUTH, RANGE 13 WEST, SAN BERNARDINO MERIDIAN, IN THE CITY OF
COMPTON, STATE OF CALIFORNIA" was approved by the following vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
15.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AMENDING THE 2015-2016 FISCAL YEAR BUDGET AND AUTHORIZING THE
CITY MANAGER TO ENTER INTO MULTI-YEAR AGREEMENTS TO LEASE UP
TO 2,000 ACRE FEET OF WATER RIGHTS FROM THE CITY OF SOUTH GATE
FOR FISCAL YEARS 2015-2016, 2016-2017, 2017-2018 ($340,000)
Councilperson Zurita asked the City Manager to provide a brief explanation.
Chad Blais, Director of Public Works, announced that this would be his last City Council
meeting and that he is happy to end his tenure on this note - that this opportunity will save the
City at least $1M on water right purchases over the next three years, defer future costs to replace
equipment, and offset rate increases.
16.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
APPROVING AN INSTALLMENT PAYMENT PLAN PURSUANT TO HEALTH AND
SAFETY CODE SECTION 34179.6 IN CONNECTION WITH THE DUE DILIGENCE
REVIEWS OF THE UNENCUMBERED FUND AND ACCOUNT BALANCES OF THE
FORMER COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF
COMPTON, AND TAKING CERTAIN RELATED ACTIONS
Councilperson Zurita asked the City Manager if he could make certain that the arrangements
for the installment payment plan are kept and maintained according to schedule.
City Manager Haley remarked that the City Manager's Office will make certain that payments
are made on schedule in regards to this particular agreement.
Councilperson Zurita requested an audit on the original agreement and who was responsible for
making those payments. Ms. Zurita also proposed that staff create and implement a policy to
make certain payments are made without delay.
Mayor Brown conceded that the approval of a payment plan is a policy - and all city staff
connected with the resolution will have a responsibility to make certain the obligations are
fulfilled. In addition, Mayor Brown requested a workshop or closed session to explain the next
step to ensure the enforceable obligations are fulfilled.
Councilperson Zurita asked the City Manager to give her a report back on the installment
payment plan once enforced.
Councilperson Sharif inquired about the City's ability to make payments this year.
City Manager Haley stated that he met with the City Controller and that they are confident that
the City's budget is solid and economically viable to make payments towards this installment
plan.
Mayor Brown stated that for the record, the City has the money to pay the obligation but
unfortunately it was not paid due to the negligence of a staff member.
On motion by Zurita, seconded by Arceneaux, Resolution #24,269 entitled "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
APPROVING AN INSTALLMENT PAYMENT PLAN PURSUANT TO HEALTH AND
SAFETY CODE SECTION 34179.6 IN CONNECTION WITH THE DUE DILIGENCE
REVIEWS OF THE UNENCUMBERED FUND AND ACCOUNT BALANCES OF THE
FORMER COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF
COMPTON, AND TAKING CERTAIN RELATED ACTIONS" was approved, by the
following vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
17.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
RESCINDING RESOLUTION NO. 24,162 AND REVOKING SPECIAL BINGO
LICENSE NO. BL09-01 EFFECTIVE AS OF JUNE 30, 2016
Councilperson Sharif asked the City Manager to address how long it will take staff to complete
the Request For Proposal (RFP) process.
City Manager Haley remarked that staff is currently working on the RFP process and the item
should come before this council February 2016.
Councilperson Sharif asked the City Manager if one or more non-profit organizations can apply
for this permit to organize and manage bingo in the City of Compton.
City Manager Haley indicated that typically the City looks for one particular vendor to provide
this service however if staff is directed otherwise by the City Council they will include that
option.
On motion by Arceneaux, seconded by Zurita, Resolution # 24,270 entitled "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
RESCINDING RESOLUTION NO. 24,162 AND REVOKING SPECIAL BINGO
LICENSE NO. BL09-01 EFFECTIVE AS OF JUNE 30, 2016" was approved, by the
following vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
APPROVAL OF WARRANTS
City Clerk Godwin stated that per staff Warrant #231037 - 12/01/15 - Blue Diamond Materials Purchase of 3.98 tons of Asphalt - $264.78 - Requested by: Public Works Department is being
removed.
18.
Warrant #230863 - 11/19/15 - CEMEX - Delivery of sand/water - $1,280.08 - Requested
by: Water Department
Warrant #230934 - 11/25/15 - Evan Brooks Associates - Signage Grant Pilot Program
Application - $4,800.00 - Requested by: Grants Department
Warrant #231046 - 12/01/15 - Civil Source Inc. - Pavement Resurfacing Design $19,317.50 - Requested by: Public Works Department
Warrant #231156 - 12/03/15 - Trimming Land Co. Inc. - Crown Reduction on Ficus Trees
- $990.00 - Requested by: Public Works Department
Total Amount - $26,387.58
On motion by Arceneaux, seconded by Sharif, the above warrants were approved, by the
following vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
COUNCIL COMMENTS
Councilperson Arceneaux offered the following communications/announcements:
•
Thanked the citizens of Compton for the opportunity to serve them for 20+ years.
•
Wished Dorothy Miller a Happy Belated 75th Birthday.
Meeting adjournment
Ulysses Terry
Councilperson Sharif offered the following communications/announcements:
•
Stated that she had the opportunity to attend multiple events, i.e., Compton Unified
School District event organized for classified staff, Compton Chamber of Commerce
event for Mr. Fontenot, and the City of Compton 1920's themed event.
Councilperson Zurita offered the following communications/announcements:
•
Resident Complaint: Please remove graffiti on San Vicente Street between Bradfield and
Harris Street.
•
Asked the City Manager to consider increasing the level of security in the Council
Chambers to ensure the safety of the citizens and elected officials.
•
Inquired about a report on the status of the mobile speed meter readers.
•
Requested a report back on the number of consecutive meetings an elected official can
miss before being unseated, in addition to information on the City's policy on approved
absences.
Meeting adjournment
Stacy Garcia-Gray
Mayor Brown offered the following communications/announcements:
•
Beginning in January 2016, there will be a ban on bringing large bags into the Council
Chambers with signs posted to include additional safety precautions.
•
Commented on the success of the First Annual Senior Gospel Brunch with a special
thanks to TGIFridays, Mr. Derozan, and Ms. Curtis; acclamations were also sent to west
coast rappers Kendrick Lamar and Y.G. for their participation in the Compton Parade and
City Toy Giveaway.
•
Anthony Anderson will be hosting a "Christmas Grocery Giveaway" at Wilson Park to be
held Wednesday, December 23, 2015 beginning at 9 a.m.
•
Announced a significant decrease in the City's unemployment rate from 17.9% to 9.1%.
•
Notified the residents that the City is always creating new and improved employment
opportunities for its local residents, i.e., brickyard development and many new businesses
coming in 2016.
•
Requested a follow-up from the City Manager regarding previously requested signage for
littering and no smoking outside City facilities.
RECESSED TO CLOSED SESSION
On motion by Zurita, seconded by Sharif, the meeting was recessed to closed session at 7:09
p.m., by the following vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
RECONVENED FROM CLOSED SESSION
On motion by Zurita, seconded by Arceneaux, the meeting was reconvened at 9:45 p.m., by the
following vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
REPORT OUT OF CLOSED SESSION
City Attorney Cornwell reported out of closed session conference with real property
negotiator: 600 North Alameda Street, Compton Negotiating Properties: City of Compton/The
ARC of Mid-Cities Under Negotiation: Terms and Price. No reportable action was taken
pursuant to California Government Code Section 54956.8.
2) As it relates to conference with legal counsel - EXISTING LITIGATION Sipple, et al. v City
of Alameda et al, LASC Case No. BC462270 Pursuant to California Government Code Section
54956.9(a). Settlement parameters were given but there was no reportable action taken.
3) As it relates to conference with legal counsel - ANTICIPATED LITIGATION One (1)
Potential Case. No reportable action was taken in this matter pursuant to California Government
Code Section 54956.9(b).
ADJOURNMENT
On motion by Zurita, seconded by Sharif, the meeting was adjourned at 9:47 p.m. in memory of
Ulysses Terry and Stacy Garcia-Gray, by the following vote on roll call:
AYES: Council Members - Zurita, Arceneaux, Sharif, Brown
NOES: Council Members - None
ABSENT:Council Members - Galvan
______________________________
City Clerk of the City of Compton
__________________________
Mayor of the City of Compton
January 5, 2016
TO:
HONORABLE MAYOR AND CITY COUNCIL
FROM:
CITY CLERK
SUBJECT:
DECLARING CITY COUNCIL (DISTRICT 3) SEAT
VACANT
On December 30, 2015 City Councilwoman Yvonne Arceneaux submitted a letter of
resignation effective December 31, 2015. Once the seat is declared vacant the City
Council has two alternatives.
Option I: Appointment
If Council is prepared to make an appointment it may do so within thirty days of the seat
being declared vacant.
If Council does not appoint within the proscribed thirty-day period, a Special Election
would be required.
Option II: Special Election
If Council determines the vacated seat of City Council – District 3 should not be filled by
appointment, a Special Election shall be called.
Recommendation
It is hereby recommended that your Honorable Body declare the City Council – District 3
seat vacant and within the thirty day period select an option and approve by Minute
Motion.
Alita Godwin, CMC
City Clerk
January 5, 2016
TO:
MAYOR AND CITY COUNCIL MEMBERS
FROM:
GLEN W. C. KAU, P.E., DIRECTOR OF PUBLIC WORKS / MUNICIPAL
UTILITIES
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER
TO THE STATE WATER RESOURCES CONTROL BOARD FOR
ANNUAL WASTE DISCHARGE FEES FOR THE PUBLIC
WORKS/MUNICIPAL UTILITIES DEPARTMENT ($34,092)
SUMMARY
This resolution authorizes the City Manager to issue a purchase order in the amount of
$34,092 to the State Water Resources Control Board for annual waste discharge fees
for the Public Works/Municipal Utilities Department.
BACKGROUND
The Municipal Storm Water Permitting Program regulates storm water discharges from
municipal separate storm sewer systems (MS4). Storm water is runoff from rain or snow
melt that runs off surfaces such as rooftops, paved streets, highways or parking lots and
can carry with it pollutants such as: oil, pesticides, herbicides, sediment, trash, bacteria
and metals. The runoff can then drain directly into a local stream, lake or bay. Often, the
runoff drains into storm drains which eventually drain untreated into a local water body.
The Regional Water Quality Control Boards have adopted National Pollutant Discharge
Elimination System General Permit (NPDES) storm water permits for municipalities.
These permits are reissued as the permits expire.
The Phase I MS4 permits require the discharger to develop and implement a Storm
Water Management Plan/Program with the goal of reducing the discharge of pollutants
to the maximum extent practicable.
STATEMENT OF THE ISSUE
The Public Works/Municipal Utilities Department received an invoice associated with the
City enrollment under the MS4 municipal storm water permit. The Public
Works/Municipal Utilities Department pays an annual fee to the State Water Resources
Control Board for annual waste discharge fees pursuant to its enrollment in the MS4
permit process.
State Water Resources Control Board
Annual Waste Discharge Permit Fees
Page 2 of 2
FINANCIAL IMPACT
The funds for Fiscal Year 2015-2016 in the amount of $34,092 are in the Public
Works/Municipal Utilities Department’s 2015-2016 Fiscal Year budget as follows:
Account No.
2502-710-000-4269
Account Description
Landscape and Lighting
Amount
$34,092
*Account balance is before expenditure.
ALTERNATIVE
There are no viable alternatives.
STAFF RECOMMENDATION
Staff recommends the adoption of the attached Resolution.
GLEN W.C., P.E., DIRECTOR
PUBLIC WORKS/MUNICIPAL UTILITIES DEPARTMENT
APPROVED FOR FORWARDING:
ROGER L. HALEY
CITY MANAGER
RLH/GK/RC
Account Balance*
$ 232,968.74
RESOLUTION NO. __________
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER TO THE
STATE WATER RESOURCES CONTROL BOARD FOR ANNUAL WASTE
DISCHARGE FEES FOR THE PUBLIC WORKS/MUNICIPAL UTILITIES
DEPARTMENT ($34,092)
WHEREAS, the Municipal Storm Water Permitting Program regulates storm water
discharges from municipal separate storm sewer systems (MS4); and
WHEREAS, storm water is runoff from rain or snow melt that runs off surfaces such
as rooftops, paved streets, highways or parking lots and can carry with it pollutants such as:
oil, pesticides, herbicides, sediment, trash, bacteria and metals; and
WHEREAS, the runoff can then drain directly into a local stream, lake or bay. Often,
the runoff drains into storm drains which eventually drain untreated into a local water body;
and
WHEREAS, the Regional Water Quality Control Boards have adopted National
Pollutant Discharge Elimination System General Permit (NPDES) storm water permits for
municipalities; and
WHEREAS, these permits are reissued as the permits expire; and
WHEREAS, the MS4 permits require the discharger to develop and implement a
Storm Water Management Plan/Program with the goal of reducing the discharge of
pollutants to the maximum extent practicable; and
WHEREAS, the Public Works/Municipal Utilities Department received an invoice
associated with the City of Compton’s enrollment under the MS4 municipal storm water
permit; and
WHEREAS, the Public Works/Municipal Utilities Department pays an annual fee to
the State Water Resources Control Board for annual waste discharge fees pursuant to its
enrollment in the MS4 permit process; and
WHEREAS, due to the vendor exceeding the approved $25,000 threshold during the
current Fiscal Year 2015-2016, authorization from City Council is required.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF COMPTON DOES
HEREBY RESOLVE AS FOLLOWS:
SECTION 1. That the City Manager is hereby authorized to issue a purchase order
to the State Water Resources Control Board in an amount not to exceed $34,092.00 for
annual waste discharge fees for the Public Works/Municipal Utilities Department.
SECTION 2. The funds in the amount of $34,092.00 are in the Public
Works/Municipal Utilities Department’s 2015-2016 Fiscal Year budget in Account No. 2502710-000-4269.
SECTION 3. That a copy of this Resolution shall be forwarded to the offices of the
City Manager, City Controller and Public Works/Municipal Utilities Department.
RESOLUTION NO. _____________
PAGE 2
SECTION 4. That the Mayor shall sign and the City Clerk shall attest to the adoption
of this Resolution.
ADOPTED this ____ day of _______________, 2016.
________________________________
MAYOR OF THE CITY OF COMPTON
ATTEST:
____________________________________
CITY CLERK OF THE CITY OF COMPTON
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
CITY OF COMPTON: ss
I, Alita Godwin, City Clerk of the City of Compton, hereby certify that the foregoing
Resolution was adopted by the City Council, signed by the Mayor and attested by the City
Clerk at a regular meeting thereof held on the _____ day of _________________, 2016.
That said Resolution was adopted by the following vote, to wit:
AYES:
NOES:
ABSENT:
ABSTAIN:
COUNCIL MEMBERSCOUNCIL MEMBERSCOUNCIL MEMBERSCOUNCIL MEMBERS-
____________________________________
CITY CLERK OF THE CITY OF COMPTON
RESOLUTION SIGN-OFF FORM
DEPARTMENT:
Public Works-Engineering
RESOLUTION TITLE:
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
COMPTON AUTHORIZING THE CITY MANAGER TO ISSUE A
PURCHASE ORDER TO THE STATE WATER RESOURCES
CONTROL BOARD FOR ANNUAL WASTE DISCHARGE FEES FOR
THE PUBLIC WORKS/MUNICIPAL UTILITIES DEPARTMENT
($34,092)
Glen Kau
12/15/2015 3:13:19 PM
DEPARTMENT MANAGER’S SIGNATURE
DATE
REVIEW / APPROVAL
Ruth Rugley
12/30/2015 5:34:26 PM
CITY ATTORNEY
DATE
Stephen Ajobiewe
12/29/2015 12:19:37 PM
CITY CONTROLLER
DATE
Roger Haley
12/24/2015 1:58:31 PM
CITY MANAGER
DATE
Use when:
Public Works:
When contracting for Engineering Services.
City Attorney:
When contracting for legal services; contracts that require City Attorney’s review.
Controller/Budget Officer: Amending Budget; appropriating and/or transferring funds; adding and/or deleting
positions; any resolution having account numbers.
Asst. City Manager/OAS: All personnel actions.
January 5, 2016
TO:
MAYOR AND COUNCIL MEMBERS
FROM:
GLEN W.C. KAU, P.E., DIRECTOR
DEPARTMENT OF PUBLIC WORKS & MUNICIPAL UTILITIES
SUBJECT:
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
COMPTON AUTHORIZING THE CITY MANAGER TO ACCEPT
THE QUOTE FROM FILTRONICS, INC. AND ISSUE A
PURCHASE ORDER FOR THE PURCHASE OF AN IRON AND
MANGANESE FILTRATION SYSTEM FOR THE WELL NO. 20
TREATMENT PLANT ($384,785.00)
SUMMARY
This resolution authorizes the City Manager to accept the purchase quote from
Filtronics, Inc. and issue a purchase order in the amount of $384,785.00 (Three
Hundred Eighty-Four Thousand Seven Hundred Eighty-Five Dollars and Zero Cents) for
the purchase of an iron and manganese filtration system that will be installed during the
upcoming construction phase of the Well No. 20 Treatment Plant.
BACKGROUND
The City’s Well No. 20 was constructed in 2013 and pumps directly into a new 750,000
above ground reservoir. This new well and reservoir were designed and constructed to
provide additional infrastructure to augment the existing water system. Specifically, the
new reservoir would allow staff to increase the system pressure in the northeastern
portion of the water system and provide for critical emergency water storage to meet fire
flow demands. However, during well development it was determined the water quality
included high levels of manganese (approximately 110 ug/L) that is well above the
secondary drinking water standards of 50 ug/L for the State of California. Due to the
existing high level of manganese Well No. 20 has not been approved for potable use by
the Division of Drinking Water. Therefore, the City has determined the proper action
would be to design and construct an appropriate treatment system to remove the
manganese from the drinking water to non-detectable levels.
The goal of the project is to have a water treatment plant that can be located within the
existing reservoir fenced area and is designed with sufficient design capacity that can
utilize a single pass or phase treatment technology in order to remove manganese to
non-detectable levels. In June 2015, the City Council approved a professional services
contract with Stetson Engineers Inc to design the new treatment plant and provide
assistance with the construction bidding process and construction engineering support.
Staff Report – Resolution Authorizing Issuance of Purchase Order
Purchase Iron/Maganese Filtration System From Filronics, Inc.(Well No. 20)
January 5, 2016, page 2
STATEMENT OF THE ISSUE
Stetson Engineers, Inc. is nearing the completion of final design of the treatment system
and bid documents. Staff anticipates going out to bid for this project sometime in March
2016. The patented filtration system that was selected as part of the treatment plant
design is expected to require a 12-week lead time for assembly and delivery by the
manufacturer. Therefore, staff recommends the City directly purchase the required
filtration system for the new Well No. 20 Treatment Plant in order to have the filtration
system assembly completed by the time the bidding and selection of a construction
contractor is completed in March 2016. In addition, the City will benefit financially
because it will avoid the potential markup if the construction contractor was required to
purchase the filtration system.
Based on specifications prepared by the City’s consultant (Stetson Engineers), staff
researched filtration systems offered by several vendors, however, it was Filtronics,
Inc.’s system that met the specifications recommended by the consultant at a
reasonable cost of $384,785.00.
ALTERNATIVE
Council could choose to include the purchase of the filtration system as part of the
construction bid process, but the City will likely pay a higher cost versus purchasing
directly.
FISCAL IMPACT
Funds in the amount of $383,785.00 are allocated in the 2015-16 Fiscal Year budget in
Account No. 5003-880-000-4241 (Water Quality Project) for this purchase. This account
has a balance of $3,000,000.00 and after this deduction there will be $2,615,250.00 left
in the (Water Quality Project) account.
Staff Report – Resolution Authorizing Issuance of Purchase Order
Purchase Iron/Maganese Filtration System From Filronics, Inc.(Well No. 20)
January 5, 2016, page 3
RECOMMENDATION
It is staff’s recommendation that the City Council adopt this Resolution authorizing the
City Manager to issue a purchase order in the amount of $384,785.00 (Three Hundred
Eighty-Four Thousand Seven Hundred Eighty-Five Dollars and Zero Cents) for
Filtronics, Inc.
GLEN W. C. KAU, P.E., DIRECTOR
DEPARTMENT OF PUBLIC WORKS & MUNICIPAL UTILITIES
APPROVED FOR FORWARDING:
ROGER L. HALEY
CITY MANAGER
RESOLUTION NO. _________
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE CITY MANAGER TO ACCEPT THE QUOTE FROM
FILTRONICS, INC. AND ISSUE A PURCHASE ORDER FOR THE
PURCHASE OF AN IRON AND MANGANESE FILTRATION SYSTEM
FOR THE WELL NO. 20 TREATMENT PLANT ($384,785.00)
WHEREAS, it is the responsibility of the Water Utility Division of the Public
Works & Municipal Utilities Department to ensure a safe and adequate water supply
for drinking and firefighting purposes; and
WHEREAS, the City’s Well No. 20 was constructed in 2013 and pumps
directly into a new 750,000 above ground reservoir which was designed and
constructed to provide additional infrastructure to augment the existing water
system; and
WHEREAS, during well development it was determined the water quality
included high levels of manganese (approximately 110 ug/L) that is well above the
secondary drinking water standards of 50 ug/L for the State of California, thus due
to the existing high level of manganese Well No. 20 has not been approved for
potable use by the Division of Drinking Water; and
WHEREAS, staff believes the proper action would be to design and construct
an appropriate treatment system to remove the manganese from the drinking water
to non-detectable levels; and
WHEREAS, in June 2015, the City Council approved a professional services
contract with Stetson Engineers, Inc. to design the new treatment plant and provide
assistance with the construction bidding process and construction engineering
support.; and
WHEREAS, Stetson Engineers, Inc. is nearing the completion of final design
of the treatment system and bid documents and staff anticipates going out to bid for
the construction portion of this project sometime in March 2016; and
WHEREAS, staff recommends the City directly purchase the required
filtration system for the new Well No. 20 Treatment Plant in order to have the
filtration system assembly completed by the time the bidding and selection of a
construction contractor is completed in March 2016; and
WHEREAS, staff solicited and received a quote from Filtronics Inc to
provide the filtration system that was selected during the design phase at a cost of
$384,785.00 (Three Hundred Eighty-Four Thousand Seven Hundred Eighty-Five
Dollars and Zero Cents); and
WHEREAS, funds are available in the Water Utility Division’s 2015-16 Fiscal
Year Budget in Account No. 5003-880-000-4241 (Water Quality Project).
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF COMPTON
DOES HEREBY RESOLVE AS FOLLOWS:
SECTION 1. That the purchase quote of Filtronics, Inc. in the amount of
$384,785.00 (Three Hundred Eighty-Four Thousand Seven Hundred Eighty-Five
Dollars and Zero Cents) to provide a manganese filtration system to be installed
during the construction phase of the Well No. 20 Treatment Plant is hereby
accepted.
Resolution No. _________
Page 2
SECTION 2. That funds for this expenditure are available in the Water Utility
Division’s Fiscal Year 2015-2016 budget in Account No. 5003-880-000-4241 (Water
Quality Project).
SECTION 3. That a purchase order is hereby authorized to issued in the
amount of $384,785.00 (Three Hundred Eighty-Four Thousand Seven Hundred
Eighty-Five Dollars and Zero Cents) for Filtronics, Inc.
SECTION 4. That a certified copy of this Resolution shall be filed in the
offices of the City Manager, City Controller, City Clerk and the Public
Works/Municipal Utilities Department, Water Utility Division.
SECTION 5. That the Mayor shall sign and the City Clerk shall attest to the
adoption of this Resolution.
ADOPTED this ____ day of ________________, 2016.
________________________________
MAYOR OF THE CITY OF COMPTON
ATTEST:
____________________________________
CITY CLERK OF THE CITY OF COMPTON
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
CITY OF COMPTON: ss
I, Alita Godwin, City Clerk of the City of Compton, hereby certify that the
foregoing Resolution was adopted by the City Council, signed by the Mayor, and
attested by the City Clerk at a regular meeting thereof held on the ____ day of
________________, 2016.
That said Resolution was adopted by the following vote to wit:
AYES:
NOES:
ABSENT:
ABSTAIN:
COUNCIL MEMBERSCOUNCIL MEMBERSCOUNCIL MEMBERSCOUNCIL MEMBERS-
____________________________________
CITY CLERK OF THE CITY OF COMPTON
3726 E. Miraloma Ave., Anaheim, California 92806
Phone: (714)-630-5040 Fax: (714)-630-1160
December 15, 2015
Chad Blais
City of Compton
205 S. Willowbrook
Compton, CA 90220
QUOTATION NUMBER: 140715-1.C
OUR REFERENCE: 140715-1.C City of Compton_Pro
PROJECT: 140715-1 Compton Well #20
Dear Mr. Blais:
We are pleased to offer our proposal covering the following filtration system:
Application: Iron & Manganese Removal
The system is designed for a maximum flow of 1000 gpm at 60 psi pressure, having a maximum
Iron content of 2 mg/L, Manganese content of 1.0 mg/L, Hydrogen Sulfide/Dissolved Sulfide
content of 0.1 mg/L and Total Organic Carbon content of <1 mg/L in the raw water supply.
The filtered water will be in accordance with applicable State Health Department Standards
for these elements/compounds.
1 Each, Filtronics Model FH-14 Electromedia® - I Single Automatic Filter Station designed
according to the following specifications utilizing ANSI 60/61 materials as applicable:
FILTER VESSEL
The filter vessel shall be 84" diameter x 161" straight sideshell ends fitted with semi-eliptical heads.
Tank shall be fabricated from carbon steel according to ASME code procedures for unfired pressure
vessels, stamped and shall have a working pressure of 60 psig and test pressure of 80 psig. Ports
and connections shall be enclosed as follows:
Inlet and Outlet:
10" Flanged
Access Handholes: One each, 20" round type in top
Access Manway:
20" Diameter round type in end
Drain:
4" victaulic
Air Vent:
1½" flanged
Supports:
Welded cradle type support bases
Concrete Sealant:
Sealant, catalyst, and color cups for
concrete ballast for media support
(Concrete & installation by others)
State of California Small Business And DVBE Certification #41112
FILTRONICS, INC.
QUOTATION NUMBER: 140715-1.C
DATE: 12/15/15
PAGE: 2 of 9
FILTER INTERNALS
Filter internal equipment shall consist of upper and lower manifold assemblies of Schedule 80 PVC1 pipe, ABS upper manifold distribution heads, and PVC collector tubes specifically designed for each
vessel size and hydraulically tested at the factory to ensure near uniform distribution of water. Couplings,
support braces and hardware to be stainless steel and epoxy coated.
REACTION VESSELS
2 each, Filtronics Model RV-1000 Reaction Vessels shall be 54" diameter x 108" straight sideshell ends fitted with semi-eliptical heads. Tanks shall be fabricated from Carbon Steel according to
ASME code procedures for unfired pressure vessels, and shall have a working pressure of 60 psig and
test pressure of 80 psig. Interior and exterior finishes shall be the same as for filter vessel. Each Reaction Vessel provided with air vent valve, stainless steel body and stainless steel internals.
LINING AND PAINTING
The filter vessel shall be internally cleaned and finished to remove all weld splatter or surface irregularities and provide a minimum 1/8" radius. All contaminants shall be removed by solvent washing or
steam cleaning per SSPC-SP-1.
All wetted surfaces shall be sandblasted to a shadow free white metal surface per SSPC-SP-5 and
shall have an angular profile of 2 to 4 mils. The white metal shall be per pictorial standard VIS-1. The
coating shall be factory-applied within eight hours of sandblasting under controlled conditions of humidity and temperature.
The coating shall consist of Tnemec 140, high solids epoxy applied in a cross-spray application of
6 to 8 mils per coat. The second coat shall not be applied until the first coat has achieved a dry tack-free
surface. Each coat will be tested for a holiday free surface and proper thickness with a Tinkor and Razor
67 volt holiday detector and Nordson dry film thickness gauge calibrated prior to each test.
Exterior surfaces shall be hand-cleaned and 1 shop coat of Tnemec Series 140 applied as primer.
PIPE, VALVES, FITTINGS
Face piping and valve assembly will be provided to complete the system for normal filtration, backbackwash and purge operations. Piping shall be 10" Schedule 40 steel pipe with 150# forged steel
flanged connections. Fittings shall be 125# cast iron flanged. Pipe 2" and smaller shall be standard
galvanized iron threaded with galvanized iron 125# fittings.
5 Each, 10" wafer type butterfly valves shall be of the wafer body design for installation between
125# flat face or 150# raised face flanges. The valve shall be non-directional and of the dry stem journal
design, providing bubble-tight shut off at 200 psi differential pressure.
Valve bodies shall be gray iron to ASTM-A-48 class 20. Valve stems shall be 416 stainless steel of
the non-wetted two piece design with the lower stem acting as a trunnion for the valve disc and the upper
stem being the drive shaft.
State of California Small Business And DVBE Certification #41112
FILTRONICS, INC.
QUOTATION NUMBER: 140715-1.C
DATE: 12/15/15
PAGE: 3 of 9
The valve disc shall be of a high flow design of ASTM B148 aluminum bronze alloy.
The valve disc to stem engagement shall have no mechanical fasteners, allowing the valve disc to
float to a perfect seal in the valve seat. The valve seat shall have a rigid phenolic backup ring with BunaN elastomer bonded to it, rendering the valve seat suitable for pressure or vacuum service. The valve
seat shall incorporate its own flange seals and they shall mate with full face or raised face flanges.
The valve body shall incorporate O-ring secondary seals to maintain lubricant in the stem journals
and eliminate exterior moisture from the stem journals.
The butterfly valve actuators shall be of the pneumatic, double rack and pinion, double acting design, close coupled to the butterfly valve top plate. The pneumatic actuator shall be constructed of
aluminum with replaceable steel rack, and steel pinion output shaft. The actuator shall have fiberglass/
carbon guide bands that maintain clearance between the piston and cylinder walls, and O-ring piston
seals. The pneumatic actuators shall be sized for an 80 psi minimum supply air pressure and shall have
an output torque greater than the required operating seating and unseating torque of the butterfly valve.
Butterfly valve torque used for sizing purposes shall be the wet torque as published by the butterfly valve
manufacturer.
Air vent valve to be cast iron body and stainless steel internals. Pressure gauges to be 0 to 100
psig.
1 Each, 10" Filtronics Model 8366-8R, hydraulically operated diaphragm backwash flow control
valve, 150# class, ASTM-A-126-CL-B, stainless steel stem and spring, guided stem assembly top
and bottom, brass trim, brass pilot valve, copper tubing with Y-strainer, flow limiter and set at 2000 gpm.
1 Each, 8" Filtronics Model 8366-8R, hydraulically operated diaphragm effluent flow control
valve, 150# class, ASTM-A-126-CL-B, stainless steel stem and spring, guided stem assembly top
and bottom, brass trim, brass pilot valve, copper tubing with Y-strainer, flow limiter and set at 1000 gpm.
1 Each, 10" Filtronics Tube Meter, designed to meet AWWA standard C704, flanged 150# AWWA
class D flat face steel, straightening vanes, and fusion epoxy coated internally and externally, shall be
provided to be installed in the backwash inlet line to accurately measure backwash rate.
1 Each, 10" Filtronics Tube Meter, designed to meet AWWA standard C704, flanged 150# AWWA
class D flat face steel, straightening vanes, and fusion epoxy coated internally and externally, shall be
provided to be installed in the effluent line to accurately measure effluent rate.
Nuts, bolts and gaskets for mated flanges only.
AUTOMATION
Automatic controls for full, unattended operation shall be provided. Controls shall be housed in a
NEMA 12 steel cabinet mounted on the filter or optional remote mounting as specified:
The controls shall include the following features:
▪ Allen-Bradley Micrologix 1400 programmable controller with graphic display
▪ Remote access modem connection for maintenance/troubleshooting
State of California Small Business And DVBE Certification #41112
FILTRONICS, INC.
QUOTATION NUMBER: 140715-1.C
DATE: 12/15/15
PAGE: 4 of 9
▪ Automatic reset timers for each filter cycle
▪ Time delayed process start signal
▪ NEMA 13 oil tight pilot lights and switches
▪ Status lights for each filter mode
▪ Low air alarm/push to test pilot light
▪ Power status pilot light
▪ Cabinet mounted adjustable differential pressure switch
▪ Adjustable low air pressure switch monitor
▪ 4-way electro-pneumatic solenoid valves with manual override
▪ Air filter and air lubricator for pneumatic system
▪ Inlet and outlet pressure gauges for monitoring differential pressure
▪ Interlocking control relays for chemical treatment equipment/associated
pumps
▪ Plug-in components for easy servicing and troubleshooting
▪ Cabinet factory wired and completely tested for function prior to shipment
▪ 2 hp, 1/60/115-230 compressor for instrument air including V-belt, guard,
motor, drive and air tank
▪ 500 feet of ¼ inch black poly tubing
▪ UL 508 Certified
MEDIA
1 each, Electromedia® - I load, ANSI 60/61 approved, including support layers, shall be provided.
Installation of concrete ballast for media support, sealant, and media shall be by others.
CHEMICAL PRETREATMENT EQUIPMENT
Chemical Feed: Sodium Hypochlorite
1 each, Filtronics Model CF-75 chemical feed system including the following equipment and
components:
▪ 1 each, 750 gallon polyethylene tank, solution level indication, hinged
corporation cock, diffuser assembly system, and 100’ of tubing.
cover, pump suction piping with PVC foot valve strainer, and ½ inch
diameter drain valve.
▪ 1 each, Chemical feed pump shall have chemical resistant wetted
parts, capacity of 50 gallons per day at 60 psig, back pressure valve,
pressure relief valve, micrometer dial for flow adjustment, and motor.
▪ 1 each, Chemical Injection Technologies model WG-702FOT
Chlorine Residual Analyzer
State of California Small Business And DVBE Certification #41112
FILTRONICS, INC.
QUOTATION NUMBER: 140715-1.C
DATE: 12/15/15
PAGE: 5 of 9
Chemical Feed: Sodium Bisulfite (Maximum Concentration 25%)
1 each, Filtronics Model CF-5 chemical feed system including the following equipment and
components:
▪ 1 each, Drum suction package with suction piping and PVC foot valve,
strainer, and ½ inch diameter drain valve (Chemical drum provided
by others).
▪ 1 each, Chemical feed pump shall have chemical resistant wetted
parts, capacity of 6 gallons per day at 60 psig, micrometer dial for flow
adjustment, and motor.
RECLAIM EQUIPMENT
One each, backwash reclaim system designed for Filtronics Model FH-14 at a working pressure
of 60 psig and shall include the following equipment:
Two each, normally open float switches to be mounted in the stilling well in the backwash
reclaim tank for reclaim start and low suction pump protection.
One each, 3/60/230-460 TEFC reclaim pump capable of delivering 100 gpm at 60 psig,
under flooded suction conditions.
One each, 3" reclaim flow control valve, fixed rate, variable orifice, cast iron body,
stainless steel internals, set at 100 gpm.
One lot, automatic reclaim control logic and hardware incorporated in the filter control
panel.
One each, double acting pneumatic butterfly valves, 4" for reclaim return.
One each, manual butterfly valve, 2" for sludge drain.
One each, 3" wafer check valve cast iron body, Buna-N seal, stainless steel internals.
One each, 4" floating suction strainer with non-floating hose.
NOTE: Reclaim tank is NOT included.
State of California Small Business And DVBE Certification #41112
FILTRONICS, INC.
QUOTATION NUMBER: 140715-1.C
DATE: 12/15/15
PAGE: 6 of 9
CUSTOMER TO FURNISH
Single phase power to terminal strips located on control enclosure.
THIS PROPOSAL DOES NOT INCLUDE
1.
2.
3.
4.
5.
6.
Installation
Exterior plumbing
Exterior wiring, magnetic starters, disconnect switches, or overload protection
Concrete or concrete design
Any other item not specifically mentioned in this proposal
Freight
THIS PROPOSAL DOES INCLUDE
1.
2.
3.
Four sets of filtration system drawings, and four sets of submittal data
Five days of assistance to contractor/owner to place system in operation
Three sets of operation and maintenance manuals
TERMS
▪ To approved credit accounts
* 20% with order, Net 15 days
* 20% with drawings, Net 15 days
* 55% upon shipment, or available on our dock for shipment
* 5% with start‑up or net 90 days, whichever comes first
▪ F.O.B. Anaheim, California
▪ Price does not include any applicable taxes
▪ This proposal valid for thirty (30) days
▪ Field Service Daily Rate: $960.00 Per Day (Thru December 31, 2015)
SHIPMENT
▪ 10 - 12 weeks after approval of all drawings
▪ Approximate shipping weight: 52200 lbs.
▪ Partial Shipments accepted
State of California Small Business And DVBE Certification #41112
DATE: 12/15/15
PAGE: 7 of 9
FILTRONICS, INC.
QUOTATION NUMBER: 140715-1.C
This equipment is in accordance with the design as proposed by Stetson Engineering. Filtronics
will construct and maintain the equipment at its facility until required by the installing contractor.
Filtronics will coordinate with both Stetson Engineering and the selected contractor regarding
its supply and delivery.
Firm Price------------------------------------------------------------------------------------------------$
Very truly yours,
FILTRONICS, INC.
Bill Hoyer
Chairman & CEO
Office: (714) 630-5040 X207
ACCEPTED:
City of Compton
PROJECT:
140715-1.C Compton Well #20
By:
Title:
Date:
Copyright Notice Copyright© 2015 by Filtronics, Incorporated. All rights reserved.
Trademarks Electromedia® is a registered trademark of Filtronics, Incorporated.
Electromedia® I is a trademark of Filtronics, Incorporated
State of California Small Business And DVBE Certification #41112
$384,785.00
FILTRONICS, INC.
QUOTATION NUMBER: 140715-1.C
TRADE SECRET NOTICE: ALL RIGHTS RESERVED
This material contains the valuable properties and trade secrets
of Filtronics Incorporated, a California corporation, embodying
substantial creative efforts and confidential information, ideas
and expressions, no part of which may be reproduced or
transmitted in any form or by any means, electronic, mechanical,
or otherwise, including photographic and recording, or in
connection with any information storage or retrieval system
without written permission from Filtronics Inc.
COPYRIGHT NOTICE: COPYRIGHT (C) 2015
by Filtronics Incorporated. All rights reserved.
An unpublished work.
State of California Small Business And DVBE Certification #41112
DATE: 12/15/15
PAGE: 8 of 9
FILTRONICS, INC.
QUOTATION NUMBER: 140715-1.C
DATE: 12/15/15
PAGE: 9 of 9
Filtronics GENERAL TERMS OF SALE
Filtronics, Inc. hereinafter “Seller” is an original equipment manufacturer. The equipment sold contains proprietary, trade secrets of Seller
and shall not be disclosed.
1. Terms of Payment: All invoices are due and payable fifteen (15) days from the date of the invoice. No discounts are authorized, unless otherwise
specified.
2. Shipping Point: All prices are F.O.B. Seller’s plant in Anaheim, California, unless otherwise expressly provided in this contract.
3. Delivery: The shipping dates as specified above are approximate; are subject to the Seller’s prompt receipt from the buyer of all necessary information and are subject to the Seller’s current production schedules. Seller shall not be liable in any respect for failure to ship or for delay in
shipment where such failure or delay shall be due in whole or in part to shortage or curtailment of materials, labor, transportation or utility services,
or due to any labor or production difficulty in Seller’s plant or those of its suppliers, or to any cause beyond Seller’s control.
4. Failure to Reject: Before the materials covered hereby are used and within five (5) days of receipt of shipment, the Buyer shall notify the Seller
in writing, of any defects or omissions. Failure to so notify the Seller shall constitute an irrevocable acceptance of the goods.
5. Taxes: Sales, use, excise, property or similar taxes arising out of or relating to this order or the goods delivered are not included in the price, except
as otherwise specifically stated in the invoice. All such taxes are the responsibility of the Buyer. The Seller shall have the right at any time to
separately bill the Buyer for any such tax which the Seller may be called upon to pay, and the Buyer shall be obligated to pay Seller such amount.
6. Force Majeure: Neither party shall be liable for any failure or delay in performance under this Agreement (other than for delay in the payment of
Money due and payable hereunder) to the extent said failures or delays are proximately caused by causes beyond that party’s reasonable control
and occurring without its fault or negligence, including, without limitation, failure of suppliers, subcontractors, and carriers, or party to substantially
meet its performance obligations under this Agreement, provided that, as a condition to the claim of non-liability, the party experiencing the difficulty
shall give the other prompt written notice, with full details following the occurrence of the cause relied upon. Dates by which performance obligations
are scheduled to be met will be extended for a period of time equal to the time lost due to any delay so caused.
7. Warranty: Seller guarantees equipment of its own manufacture to be free from defects in material and workmanship for a period of 18 months from
the invoice date or 12 months from the date of installation, whichever is sooner, and when the equipment is paid for, properly operated and maintained. No warranty if given for products or components which have been subject to misuse, improper installation, corrosion, or which have been
disassembled, modified, or repaired by unauthorized persons. No other express or implied warranty is given and THE SELLER MAKE NO WARRANTY OF MERCHANTABILITY AND THERE ARE NO WARRANTIES WHICH EXTEND BEYOND THE DESCRIPTION ON THE FACE HEREOF.
8. Seller’s liability, if any, shall be limited to the value of the product as supplied to the Buyer. The Seller at its option may repair or replace any
equipment found to be defective. All shipping and field warranty inspection costs shall be paid by the Buyer. It is expressly agreed that the remedy
provided in this section shall be the exclusive remedy against the Seller for all such claims of any kind. In no event, whether as a result of breach
of contract or warranty or alleged negligence, or of any other claim or any other kind shall the Seller be liable for special or consequential damages
including, but not limited to loss of profits or revenue, loss of use of the equipment or any associated equipment, cost of capital, cost of substitute
equipment, facilities or services, down time costs, or claims of customers of the purchasers for such damages. The Buyer assumes all responsibility
for loss or damages resulting from the handling or use of the material or goods covered hereby.
9. Technical Advice: Seller, upon Buyer’s request, may furnish technical advice with reference to the use of the material sold hereunder, if and to
such extent as Seller has such advice conveniently available; but it is expressly agreed that there is no obligation to furnish any such advice, and
that if any advice or assistance is furnished, which will be without charge, it shall be given and accepted at Buyer’s risk, and Seller shall not be
responsible or liable for the advice or assistance given or results thereof.
10. Entire Contract: This Agreement constitutes the entire contract of sale and purchase of the goods named herein. No modification hereof shall be
of any force or effect unless in writing and signed by the party claimed to be bound thereof.
11. Waiver: The failure of the Seller to insist, in any one instance or more, upon the performance of any of the covenants or conditions of this contract,
or to exercise any right or privilege herein conferred, shall not be construed as thereafter waiving any such covenants, conditions, rights or
privileges, but the same shall continue and remain in full force and effect.
12. Financial Responsibility: If payment is not made in accordance with the terms of this agreement, or if the Seller shall have any doubt at any time
of Buyer’s financial responsibility, Seller may withhold delivery of goods or services called for hereunder.
13. Risk of Loss: The risk of loss of the goods shall pass to Buyer as soon as the goods are delivered to Buyer at Seller’s plant.
14. Attorney’s Fees: The Buyer shall pay for the Seller’s costs of collection of Buyer’s debt hereunder, including attorney’s fees.
15. Applicable Law: This agreement shall be governed by the laws of the State of California and any claim arising hereunder shall, at the Seller’s
election, be prosecuted in the appropriate court of Orange County, California. The Buyer hereby attorns to the jurisdiction and judgment of the
courts of the County of Orange, State of California, and agrees that a judgment of an Orange County, California court shall be enforceable in the
jurisdiction in which the Buyer is located.
16. Late Charges: Overdue accounts shall bear interest at the rate of one and one half percent (1 ½%) per month until paid.
17. Acceptance of Shipment: Acceptance of shipment constitutes acceptance of above terms and conditions.
State of California Small Business And DVBE Certification #41112
RESOLUTION SIGN-OFF FORM
DEPARTMENT:
Water Department
RESOLUTION TITLE:
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
COMPTON AUTHORIZING THE CITY MANAGER TO ACCEPT THE
QUOTE FROM FILTRONICS, INC. AND ISSUE A PURCHASE ORDER
FOR THE PURCHASE OF AN IRON AND MANGANESE FILTRATION
SYSTEM FOR THE WELL NO. 20 TREATMENT PLANT ($384,785.00)
Chad Blais
12/30/2015 6:14:39 PM
DEPARTMENT MANAGER’S SIGNATURE
DATE
REVIEW / APPROVAL
Ruth Rugley
12/31/2015 12:37:25 PM
CITY ATTORNEY
DATE
Stephen Ajobiewe
12/31/2015 10:12:08 AM
CITY CONTROLLER
DATE
Roger Haley
12/31/2015 7:53:56 AM
CITY MANAGER
DATE
Use when:
Public Works:
When contracting for Engineering Services.
City Attorney:
When contracting for legal services; contracts that require City Attorney’s review.
Controller/Budget Officer: Amending Budget; appropriating and/or transferring funds; adding and/or deleting
positions; any resolution having account numbers.
Asst. City Manager/OAS: All personnel actions.
January 5, 2016
TO:
MAYOR AND CITY COUNCIL MEMBERS
FROM:
BRYAN BATISTE, (INTERIM) FIRE CHIEF
COMPTON FIRE DEPARTMENT
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE ISSUANCE OF A PURCHASE ORDER FOR
CARMENITA TRUCK CENTER FOR COMPTON FIRE DEPARTMENT
VEHICLE MAINTENANCE AND REPAIR ($35,000)
SUMMARY
Adoption of the attached resolution will authorize the City Manager to issue a purchase
order in the amount of $35,000.00 for Carmenita Truck Center for performing heavy-duty
repairs for vehicles of the Compton Fire Department during Fiscal Year 2015-2016.
BACKGROUND
Maintenance of emergency and staff vehicles is essential to the Fire Department’s
operations. The Department performs routine maintenance and repairs in-house, and
refers specialized and heavy-duty repairs to an outside vendor.
Three proposals were submitted by vendors to provide services for Department Ford
vehicles; to wit: Emergency Vehicle Group, Central Ford, and Carmenita Trucking
Center, however, Carmenita Trucking Center provided the most attractive pricing and
resources available in that they offer more diesel mechanics that are familiar with the
City’s apparatus, are located minutes away from the City and provide the Department with
pick-up and delivery services. Additionally, Carmenita Truck Center is part of the Ford
Franchise that sells and services the Ford ambulances and sedans that the Fire
Department has in its inventory. The City of Compton does not have a vendor or a Ford
Dealership in the City’s boundaries that is certified to service ambulances or Ford
warranty products.
STATEMENT OF ISSUE
The Fire Department requests that a purchase order be issued for Carmenita Truck
Center to compensate the vendor for future anticipated maintenance and repairs to its
fleet of ambulances and sedans. The Fire Department has created a productive and
viable relationship with Carmenita Truck Center and depends on their reasonable,
responsible and reliable services and believes it is the best interest of the City to issue a
purchase order to satisfy the future financial obligations created with Carmenita Ford for
the Fiscal Year 2015- 2016.
Staff Report – Resolution Authorizing Purchase Order Carmenita
Truck Center/Maintenance & Repair to Fire Dept. Vehicles
January 5, 2016, page 2
FINANCIAL IMPACT
Total estimated repair and maintenance costs are THRITY FIVE -THOUSAND DOLLARS
($35,000.00). The funds have been allocated in Account No. 1001 690 000 4229 of the
2015-16 Fiscal Year Budget.
ALTERNATIVE
The alternative would be for the Fire Department to use the other vendors that submitted
proposals. Emergency Vehicle Group located in Anaheim, specializes in New Ambulance
Sales and has a smaller staff of mechanics. Central Ford, located in the City of Bell, does
exceptional work but lack the high number of diesel mechanics that Carmenita Truck
Center employs.
RECOMMENDATION
It is recommended that the City Council adopt the attached Resolution.
BRYAN BATISTE, (INTERIM) FIRE CHIEF
COMPTON FIRE DEPARTMENT
APPROVED FOR FORWARDING:
ROGER L. HALEY
CITY MANAGER
RESOLUTION NO. __________
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE ISSUANCE OF A PURCHASE ORDER FOR
CARMENITA TRUCK CENTER FOR COMPTON FIRE DEPARTMENT
VEHICLE MAINTENANCE AND REPAIRS ($35,000)
WHEREAS, the Fire Department has a continuous need for vehicle repair and
maintenance; and
WHEREAS, proposals were collected from Central Ford, Carmenita Ford, and
Emergency Vehicle Group Inc., for the Fire Department’s Ford vehicle maintenance
and repair needs; and
WHEREAS, the City of Compton does not have a vendor or a Ford Dealership
that provides certified service needs for Ford vehicles within the City’s boundaries;
and
WHEREAS, during the past year this need was met by Carmenita Truck
Center for maintenance and repair for our Ford sedans and ambulances; and
WHEREAS, Carmenita Truck Center has provided the Fire Department with
quality service in the past and the most responsive proposal in terms of cost, service
and staffing; and
WHEREAS, Carmenita Truck Center will service the Department’s preventive
maintenance needs for Department sedans and ambulances as well as a back-up
vendor to satisfy repair needs on our Fire Apparatus, if needed; and
WHEREAS, the funds have been allocated in the Fire Department 2015-2016
fiscal year budget for this expenditure.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF COMPTON
DOES HEREBY RESOLVE AS FOLLOWS:
SECTION 1. That the City Manager is hereby authorized to issue a purchase
order for Carmenita Truck Center for an amount not to exceed Thirty Five Thousand
Dollars ($35,000.00) to provide maintenance and repair for Fire Department
emergency vehicles during Fiscal Year 2015-2016.
SECTION 2. That the funds for this expenditure are available in Account No.
1001-69-0000-4229 of the 2015-16 Fiscal Year budget.
SECTION 3. That a copy of this Resolution shall be forwarded to the offices of
the City Manager, City Controller and Fire Department
SECTION 4. That the Mayor shall sign and the City Clerk shall attest to the
adoption of this Resolution.
ADOPTED this _______ day of _______________, 2016.
________________________________
MAYOR OF THE CITY OF COMPTON
Resolution No. ________
Page 2
ATTEST:
____________________________________
CITY CLERK OF THE CITY OF COMPTON
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
CITY OF COMPTON: ss
I, Alita Godwin, City Clerk of the City of Compton, hereby certify that the
foregoing Resolution was adopted by the City Council, signed by the Mayor and
attested by the City Clerk at a regular meeting thereof held on the _____ day of
___________, 2016.
That said Resolution was adopted by the following vote, to wit:
AYES:
NOES:
ABSENT:
ABSTAIN:
COUNCIL MEMBERSCOUNCIL MEMBERSCOUNCIL MEMBERSCOUNCIL MEMBERS-
____________________________________
CITY CLERK OF THE CITY OF COMPTON
RESOLUTION SIGN-OFF FORM
DEPARTMENT:
Fire Department
RESOLUTION TITLE:
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
COMPTON AUTHORIZING THE ISSUANCE OF A PURCHASE
ORDER FOR CARMENITA TRUCK CENTER FOR COMPTON FIRE
DEPARTMENT VEHICLE MAINTENANCE AND REPAIR ($35,000)
Bryan Batiste
12/15/2015 3:32:56 PM
DEPARTMENT MANAGER’S SIGNATURE
DATE
REVIEW / APPROVAL
Ruth Rugley
12/30/2015 6:34:56 PM
CITY ATTORNEY
DATE
Stephen Ajobiewe
12/29/2015 11:53:05 AM
CITY CONTROLLER
DATE
Roger Haley
12/24/2015 1:53:15 AM
CITY MANAGER
DATE
Use when:
Public Works:
When contracting for Engineering Services.
City Attorney:
When contracting for legal services; contracts that require City Attorney’s review.
Controller/Budget Officer: Amending Budget; appropriating and/or transferring funds; adding and/or deleting
positions; any resolution having account numbers.
Asst. City Manager/OAS: All personnel actions.
January 5, 2016
TO:
MAYOR AND COUNCIL MEMBERS
FROM:
GLEN W.C. KAU, P.E., DIRECTOR
DEPARTMENT OF PUBLIC WORKS & MUNICIPAL UTILITIES
SUBJECT:
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
COMPTON AUTHORIZING THE CITY MANAGER TO ACCEPT
MULTIPLE VENDOR QUOTES AND ISSUE MULTIPLE
PURCHASE
ORDERS
FOR
THE
PURCHASE
OF
MISCELLANEOUS HEAVY DUTY WATER SERVICE VEHICLES
USED FOR MAINTENANCE OF THE WATER SYSTEM
($447,090.79)
SUMMARY
This resolution authorizes the City Manager to accept the quotes and issue purchase
orders for multiple vendors – Transwest Truck Center, Yale/Chase Equipment Services
and National Auto Fleet Group -- in the total amount of $447,090.79 for the purchase of
miscellaneous heavy duty service vehicles used for routine and emergency
maintenance of the City’s water infrastructure system.
BACKGROUND
The Department of Public Works & Municipal Utilities, Water Utility Division, maintains
over one-hundred and sixty-three (163) miles of water mainlines as well as over 14,000
service connections and is responsible for the regular maintenance and operation of this
critical infrastructure system.
The Water Utility Division utilizes various heavy duty water service vehicles (e.g.
backhoes, valve trucks, vacuum trucks, dump trucks) to perform regular maintenance of
the water distribution system, as well as for emergency main breaks and other field
duties. These heavy duty vehicles are the work horse of the Water Utility Division and
are designed and managed to have all the equipment necessary to conduct routine and
emergency maintenance on the water system at any time. However, these vehicles
are now reaching the end of their useful life and need replacement.
STATEMENT OF THE ISSUE
The Water Utility Division is in need of one (1) Backhoe, one (1) Dump Truck, one (1)
Valve Operator Truck, and one (1) Vacuum Excavator Truck to be used by the Water
Utility Division’s field crew for regular duties as well as emergency main breaks, fire
protection, and other field duties.
Staff Report – Resolution Authorizing Issuance of Purchase
Orders for Purchase of Heavy Duty Water Division Vehicles
(Transwest Truck Center, Yale/Chase Equipment Services and National Auto Fleet Group)
January 5, 2016, page 2
Staff solicited quotes from multiple vendors. However, it should be noted that the
vacuum truck and valve truck are specialized equipment with only one vendor able to
meet the Department’s specifications. The following quotes were received (see
attached):
VEHICLE
VENDOR
AMOUNT
Dump Truck
Transwest Truck Center
Carmenita Truck Center
$91,472.27
$94,425.25
Backhoe
Yale/Chase Equipment Services
Quinn CAT
$115,789.61
$142,446.20
Vacuum Excavator
Truck
National Auto Fleet Group
$111,514.30
Valve Operator Truck
National Auto Fleet Group
$128,314.61
ALTERNATIVE
None recommended.
FISCAL IMPACT
Funds in the total amount of $447,090.79 are allocated in the 2015-16 Fiscal Year
budget in Account No. 5003-880-000-4334 (Machinery & Equipment) for these
purchases. This account has a balance of $1,000,000.00 and after this deduction there
will be $552,909.21 left in the Machinery & Equipment account.
Staff Report – Resolution Authorizing Issuance of Purchase
Orders for Purchase of Heavy Duty Water Division Vehicles
(Transwest Truck Center, Yale/Chase Equipment Services and National Auto Fleet Group)
January 5, 2016, page 3
RECOMMENDATION
It is staff’s recommendation that the City Council adopt this Resolution authorizing the
City Manager to issue a purchase orders in the amount of $91,472.27 (Ninety-One
Thousand Four Hundred Seventy-Two Dollars and Twenty-Seven Cents) for Transwest
Truck Center; $115,789.61 (One Hundred Fifteen Thousand Seven Hundred EightyNine Dollars and Sixty-One Cents) for Yale/Chase Equipment Services; $239,828.91
(Two Hundred Thirty-Nine Thousand Eight Hundred Twenty-Eight Dollars and NinetyOne Cents) for National Auto Fleet Group.
GLEN W. C. KAU, P.E., DIRECTOR
DEPARTMENT OF PUBLIC WORKS & MUNICIPAL UTILITIES
APPROVED FOR FORWARDING:
ROGER L. HALEY
CITY MANAGER
RESOLUTION NO. ___________
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COMPTON
AUTHORIZING THE CITY MANAGER TO ACCEPT MULTIPLE VENDOR
QUOTES AND ISSUE MULTIPLE PURCHASE ORDERS FOR THE
PURCHASE OF MISCELLANEOUS HEAVY DUTY WATER SERVICE
VEHICLES USED FOR MAINTENANCE OF THE WATER SYSTEM
($447,090.79)
WHEREAS, the Water Utility Division maintain over one-hundred and sixtythree (163) miles of water mainlines as well as over 15,000 service connections;
and
WHEREAS, the Water Utility Division is responsible for the regular
maintenance and operation of this critical infrastructure system; and
WHEREAS, the Water Utility Division utilizes various heavy duty water
service vehicles (backhoes, valve trucks, vacuum trucks, dump trucks) to perform
regular maintenance of the water distribution system, as well as for emergency
main breaks and other field duties; and
WHEREAS, the Water Utility Division is in need of one (1) Backhoe, one (1)
Dump Truck, one (1) Valve Operator Truck, and one (1) Vacuum Excavator Truck
because these vehicles are now reaching the end of their useful life and need
replacement; and
WHEREAS, staff solicited quotes from multiple vendors.
quotes were received and the results were as follows:
The following
VEHICLE
VENDOR
AMOUNT
Dump Truck
Transwest Truck Center
Carmenita Truck Center
$91,472.27
$94,425.25
Backhoe
Yale/Chase Equipment Services
Quinn CAT
$115,789.61
$142,446.20
Vacuum Excavator
Truck**
National Auto Fleet Group
$111,514.30
Valve Operator Truck**
National Auto Fleet Group
$128,314.61
** Specialized equipment with only one vendor able to meet our specifications.
WHEREAS, funds are allocated in the 2015-16 Fiscal Year budget in
Account No. 5003-880-000-4334 (Machinery & Equipment) for these purchases.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF COMPTON
DOES HEREBY RESOLVE AS FOLLOWS:
SECTION 1. That the following quotes of $91,472.27 (Ninety-One Thousand
Four Hundred Seventy-Two Dollars and Twenty-Seven Cents) from Transwest
Truck Center; $115,789.61 (One Hundred Fifteen Thousand Seven Hundred EightyNine Dollars and Sixty-One Cents) from Yale/Chase Equipment Services; and
$239,828.91 (Two Hundred Thirty-Nine Thousand Eight Hundred Twenty-Eight
Resolution No. ________
Page 2
Dollars and Ninety-One Cents) from National Auto Fleet Group are hereby
accepted.
SECTION 2. That funds in the amount of $447,090.79 are allocated in the
2015-16 Fiscal Year budget in Account No. 5003-880-000-4334 (Machinery &
Equipment) for these purchases.
SECTION 3. That the City Manager is hereby authorized to issue a
purchase orders in the amount of $91,472.27 (Ninety-One Thousand Four Hundred
Seventy-Two Dollars and Twenty-Seven Cents) to Transwest Truck Center;
$115,789.61 (One Hundred Fifteen Thousand Seven Hundred Eighty-Nine Dollars
and Sixty-One Cents) for Yale/Chase Equipment Services; $239,828.91 (Two
Hundred Thirty-Nine Thousand Eight Hundred Twenty-Eight Dollars and Ninety-One
Cents) for National Auto Fleet Group.
SECTION 4. That a copy of this Resolution shall be filed in the offices of the
City Manager, City Controller and Public Works/Municipal Utilities Department,
Water Utility Division.
SECTION 5. That the Mayor shall sign and the City Clerk shall attest to the
adoption of this Resolution.
ADOPTED this ____ day of ________________, 2016.
________________________________
MAYOR OF THE CITY OF COMPTON
ATTEST:
____________________________________
CITY CLERK OF THE CITY OF COMPTON
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
CITY OF COMPTON: ss
I, Alita Godwin, City Clerk of the City of Compton, hereby certify that the
foregoing Resolution was adopted by the City Council, signed by the Mayor and
attested by the City Clerk at a regular meeting thereof held on the ____ day of
__________________, 2016.
Resolution No. ________
Page 3
That said Resolution was adopted by the following vote to wit:
AYES:
NOES:
ABSENT:
ABSTAIN:
COUNCIL MEMBERSCOUNCIL MEMBERSCOUNCIL MEMBERSCOUNCIL MEMBERS-
____________________________________
CITY CLERK OF THE CITY OF COMPTON
Product Quotation
Prepared For:
Chad Blais
City of Compton
90220
Prepared By:
Robert Lara
JCB OF SOUTHERN CALIFORNIA
mobile:562-244-2623
Image is for indicative purpose only and may not represent exact equipment being quoted
Standard Equipment
Standard Equipment and Features & Benefits related to this product are subject to change without notice
SAFETY and SECURITY
Two post Roll Over Protective Structure (ROPS), Falling Objects Protective
Structure (FOPS) and retractable seat belt. Equipped with independent park
brake and loader service strut. Rear boom lock activated from operator's
compartment; boom swing lock. Vandalism protection with key lock-able cab,
hydraulic fill, fuel cap. All locks with the exception of the Diesel Exhaust
Fluid (DEF) tank operate with ignition key. Front and rear horn buttons.
Automatic backup alarm.
ENGINE
91 HP Gross (109 HP Gross option), turbocharged, water-cooled, 4 cylinder,
direct injection diesel. Tier 4 Final compliant engine with Selective Catalytic
Reduction (SCR) and 5 gallon DEF tank. Hand and foot throttle. Selective full
flow pressure engine oil lubrication with spin-on filter cartridge. Air to fluid
coolers. Separately serviceable radiator, hydraulic and transmission oil
coolers. Two stage fuel filtering system utilizing a water/sediment separator
and spin-on type filter element. Dual element air filter, dry type with
cleanable outer element, replaceable inner element and under hood pre-cleaner.
TRANSMISSION
Separate unit mounted to engine containing torque converter and all transmission
components. Pressure lubrication with spin on filter. Electrically operated Fwd
/ Rev lever on steering column. Electrically operated transmission. disconnect
on gear shift and loader levers. Powershift gear selection with 4 Fwd / 4 Rev
speeds.
FRONT AXLE
4WD - Industrial duty JCB Max-Trac torque proportioning, outboard Planetary
reduction axle, 4WD shift-on-the-go; steering cylinderinder located behind
front axle.
REAR AXLE
Separate, rigidly mounted to mainframe and connected to transmission via drive
shaft. Heavy duty double reduction, outboard Planetary gear final reduction.
Limited slip differential to provide automatic equalization of wheel spin
under conditions of unequal flooting.
BRAKES
Sealed wet multiple disc. Brake pedals can be independently operated or locked
together. Power assisted, hydraulic brakes. Independent over center actuation,
park brake. Transmission shifts to neutral when park brake is activated. 4
wheel braking in 2 wheel drive activated by switch.
STEERING
Hydrostatic power, with priority valve. Three steering wheel turns (lock to
lock). Unbraked turning circle - 26 ft 5 in.
BACKHOE AND MAINFRAME
Unitized, one piece heavy duty mainframe with integral backhoe. Sealed swing
post pins and swing cylinderinder pins, 2 in top and bottom rear frame plates
(centermount). Fabricated boom and dipper. SAE maximum dig depth: Extradig
dipper - 14 ft 7 in - 18 ft 6 in. EasyControl backhoe controls Fabricated
stabilizer legs with anti-drift valves. 11000 lbs lifting hook as standard.
LOADER
Equipped with integrally mounted front end loader using two lift
cylinderinders and two bucket dump cylinderinders. Parallel lift standard during
loader raise and lower functions. Dump height: 9 ft 0 in. Bucket return-to-dig
and third spool loader valve standard. Dump reach at full height - 32 in. Auto
Smooth Ride System (AutoSRS). Front bumper protection fitted as standard.
Standard Equipment
ELECTRICAL SYSTEM
12 volt system with 150 amp alternator Standard Wiring harness and outside cab
connectors meet IP69 standard for protection against ingress of dust, and
pressure spray of 4.23 gpm at 1450 psi. Inside cab connectors meet IP67 standard
for protection against ingress of dust, and water when submerged. Single,
maintenance free battery rated at 900 cold cranking amps. Four halogen work
lights in front and four separate halogen work lights in the rear. Stop lights,
turn signals, and four way hazards standard. Backlit gauges and readouts
consisting of a tachometer, fuel gauge, engine coolant temperature gauge,
digital hour meter and digital clock. Light and alarm for battery charge
condition, coolant temp., engine oil pressure, transmission oil pressure,
transmission oil temp., air cleaner restriction, water in fuel indicator, and
park brake engaged. Light indicators for hazard flashers on, turn signals,
steering mode, and lights on. 12 volt outlet for powered accessories. Common
fuses and relays located in an easy access panel. Main circuit breakers at
battery positive terminal for added circuit protection. Battery ISOlator
fitted as standard.
OPERATORS ENVIRONMENT
Suspension seat with adjustments for weight, seat angle, and back angle.
Armrests and retractable seat belt standard. Two door entry with deluxe trim.
Composite sure grip molded floor, tilt steering column, front windshield with 2
speed plus intermittent wiper and washer, interior rear view mirror, pre-wired
for beacon, cup holders, storage compartment. Cab includes door ajar stays, 14
adj. vents, operable side windows, one piece rear window with wiper and washer
that acts as a shield during inclement weather, heater with defogger vents,
and radio pre-wire with speakers in-cabs. AutoTHROTLE returns engine speed to
pre-set hand throttle position when work is resumed. AutoDRIVE provies cruise
control-type characteristics during roading. Advanced Easy Controls and Easy
Controls only: AutoSTABILIZERS and AutoBOOMLOCK.
HYDRAULIC SYSTEM
Open center system, variable displacement piston pump, engine driven, 44 gpm
at 3650 psi. Separate oil reservoir not shared with other systems, externally
mounted to mainframe for ground level servicing. Abrasion protection of valve to
boom hoses. Hoses have burst pressure of 4 times working pressure. Structural
steel pipes to withstand minor impacts. Auto Idle reduces engine speed when no
hydraulic functions are requested.
SERVICEABILITY AND MAINTENANCE
Ground level check for engine and transmission oil, brake fluid, engine coolant,
and windshield washer levels. Ground level top off of engine oil, transmission
oil, hydraulic fluid, brake fluid, fuel, and engine coolant. Tilt engine hood
and lockable front grill. 15 second engine manifold preheat (activated through
ignition switch). 40 gallon fuel tank. 20 gallon hydraulic tank with 5 micron
filter. 500 hour engine oil and filter service interval. 1000 hour DEF filter
interval. 1000 hour transmission oil and 500 hour transmission filter service
interval. 2000 hour hydraulic oil and 500 hour hydraulic filter service
interval. External Toolbox. AutoCHECK automatically performs daily under hood
maintenance checks on 'key on'
TELEMATICS
JCB Livelink telematics. Monitored and managed remotely via a PC or Smartphone.
Two year subscription. Real time reporting of machine hours, routine maintenance
alerts, location, critical health alerts, fuel level/consumption and work cycle
information. Ability to set machine geo-fences and curfews for improved
security.
Standard Equipment
ELECTRICAL SYSTEM
12 volt system with 150 amp alternator Standard Wiring harness and outside cab
connectors meet IP69 standard for protection against ingress of dust, and
pressure spray of 4.23 gpm at 1450 psi. Inside cab connectors meet IP67 standard
for protection against ingress of dust, and water when submerged. Single,
maintenance free battery rated at 900 cold cranking amps. Four halogen work
lights in front and four separate halogen work lights in the rear. Stop lights,
turn signals, and four way hazards standard. Backlit gauges and readouts
consisting of a tachometer, fuel gauge, engine coolant temperature gauge,
digital hour meter and digital clock. Light and alarm for battery charge
condition, coolant temp., engine oil pressure, transmission oil pressure,
transmission oil temp., air cleaner restriction, water in fuel indicator, and
park brake engaged. Light indicators for hazard flashers on, turn signals,
steering mode, and lights on. 12 volt outlet for powered accessories. Common
fuses and relays located in an easy access panel. Main circuit breakers at
battery positive terminal for added circuit protection. Battery ISOlator
fitted as standard.
OPERATORS ENVIRONMENT
Suspension seat with adjustments for weight, seat angle, and back angle.
Armrests and retractable seat belt standard. Two door entry with deluxe trim.
Composite sure grip molded floor, tilt steering column, front windshield with 2
speed plus intermittent wiper and washer, interior rear view mirror, pre-wired
for beacon, cup holders, storage compartment. Cab includes door ajar stays, 14
adj. vents, operable side windows, one piece rear window with wiper and washer
that acts as a shield during inclement weather, heater with defogger vents,
and radio pre-wire with speakers in-cabs. AutoTHROTLE returns engine speed to
pre-set hand throttle position when work is resumed. AutoDRIVE provies cruise
control-type characteristics during roading. Advanced Easy Controls and Easy
Controls only: AutoSTABILIZERS and AutoBOOMLOCK.
HYDRAULIC SYSTEM
Open center system, variable displacement piston pump, engine driven, 44 gpm
at 3650 psi. Separate oil reservoir not shared with other systems, externally
mounted to mainframe for ground level servicing. Abrasion protection of valve to
boom hoses. Hoses have burst pressure of 4 times working pressure. Structural
steel pipes to withstand minor impacts. Auto Idle reduces engine speed when no
hydraulic functions are requested.
SERVICEABILITY AND MAINTENANCE
Ground level check for engine and transmission oil, brake fluid, engine coolant,
and windshield washer levels. Ground level top off of engine oil, transmission
oil, hydraulic fluid, brake fluid, fuel, and engine coolant. Tilt engine hood
and lockable front grill. 15 second engine manifold preheat (activated through
ignition switch). 40 gallon fuel tank. 20 gallon hydraulic tank with 5 micron
filter. 500 hour engine oil and filter service interval. 1000 hour DEF filter
interval. 1000 hour transmission oil and 500 hour transmission filter service
interval. 2000 hour hydraulic oil and 500 hour hydraulic filter service
interval. External Toolbox. AutoCHECK automatically performs daily under hood
maintenance checks on 'key on'
TELEMATICS
JCB Livelink telematics. Monitored and managed remotely via a PC or Smartphone.
Two year subscription. Real time reporting of machine hours, routine maintenance
alerts, location, critical health alerts, fuel level/consumption and work cycle
information. Ability to set machine geo-fences and curfews for improved
security.
SAFETY and SECURITY
Two post Roll Over Protective Structure (ROPS), Falling Objects Protective
Structure (FOPS) and retractable seat belt. Equipped with independent park
brake and loader service strut. Rear boom lock activated from operator's
compartment; boom swing lock. Vandalism protection with key lock-able cab,
hydraulic fill, fuel cap. All locks with the exception of the Diesel Exhaust
Fluid (DEF) tank operate with ignition key. Front and rear horn buttons.
Automatic backup alarm.
Standard Equipment
ENGINE
91 HP Gross (109 HP Gross option), turbocharged, water-cooled, 4 cylinder,
direct injection diesel. Tier 4 Final compliant engine with Selective Catalytic
Reduction (SCR) and 5 gallon DEF tank. Hand and foot throttle. Selective full
flow pressure engine oil lubrication with spin-on filter cartridge. Air to fluid
coolers. Separately serviceable radiator, hydraulic and transmission oil
coolers. Two stage fuel filtering system utilizing a water/sediment separator
and spin-on type filter element. Dual element air filter, dry type with
cleanable outer element, replaceable inner element and under hood pre-cleaner.
TRANSMISSION
Separate unit mounted to engine containing torque converter and all transmission
components. Pressure lubrication with spin on filter. Electrically operated Fwd
/ Rev lever on steering column. Electrically operated transmission. disconnect
on gear shift and loader levers. Powershift gear selection with 4 Fwd / 4 Rev
speeds.
FRONT AXLE
4WD - Industrial duty JCB Max-Trac torque proportioning, outboard Planetary
reduction axle, 4WD shift-on-the-go; steering cylinderinder located behind
front axle.
REAR AXLE
Separate, rigidly mounted to mainframe and connected to transmission via drive
shaft. Heavy duty double reduction, outboard Planetary gear final reduction.
Limited slip differential to provide automatic equalization of wheel spin
under conditions of unequal flooting.
BRAKES
Sealed wet multiple disc. Brake pedals can be independently operated or locked
together. Power assisted, hydraulic brakes. Independent over center actuation,
park brake. Transmission shifts to neutral when park brake is activated. 4
wheel braking in 2 wheel drive activated by switch.
STEERING
Hydrostatic power, with priority valve. Three steering wheel turns (lock to
lock). Unbraked turning circle - 26 ft 5 in.
BACKHOE AND MAINFRAME
Unitized, one piece heavy duty mainframe with integral backhoe. Sealed swing
post pins and swing cylinderinder pins, 2 in top and bottom rear frame plates
(centermount). Fabricated boom and dipper. SAE maximum dig depth: Extradig
dipper - 14 ft 7 in - 18 ft 6 in. EasyControl backhoe controls Fabricated
stabilizer legs with anti-drift valves. 11000 lbs lifting hook as standard.
LOADER
Equipped with integrally mounted front end loader using two lift
cylinderinders and two bucket dump cylinderinders. Parallel lift standard during
loader raise and lower functions. Dump height: 9 ft 0 in. Bucket return-to-dig
and third spool loader valve standard. Dump reach at full height - 32 in. Auto
Smooth Ride System (AutoSRS). Front bumper protection fitted as standard.
Features and Benefits
Standard Equipment and Features & Benefits related to this product are subject to change without notice
JCB EcoMAX 4.4L Turbocharged
No DPF or after treatment keeping servicing cost low and
downtime minimal but still providing high levels of torque
Low cost increased efficiency
Fuel efficient JCB engine provides high torque at low revs
enabling high a breakout force at the same rate
High performance hydraulics
44 gpm hydraulic pump accomodating variety of attachments
and increase cycle times
JCB Efficient Design program
JCB high back-ff brakes and viscous fan increase
efficiency and savings
JCB Max-Trac torque proportioning
differential axle
Increases tractive effort in all ground conditions
Advanced Easy Controls
JCB's controls provide finger tip control and supreme
comfort with various configurations to accomodate all
users
Comfort and ease of use
Fully adjustable seat, dash mounted display for machine
performance and ISO, SAE and JCB X control patterns change
over accomodates all users
Automated features
Auto Idle, Auto Check, Auto Throttle, Auto Boomlock, Auto
SmoothRide System, Auto Pre-Heat, Auto Stabilizer-up only
make operation easier
Kingpost design
Hoses are strategically routed to prevent pinching and
maximize backhoe movement
Front and rear quickhitch
Easy and effortless switching between attachments
Fixed or extending dipper
14 ft dipper decreases time spent repositioning
translating into efficiency
Twin hose burst technology
Hose burst check valve keep legs from moving during
operation
Safe and secure
Anti-slip steps, laminated front screen, rear boom lock,
self leveling loader and stabilizer from dropping in the
event of hose failure
Features and Benefits
Optional hand tool circuit
Provides ability to prepare sites
Optional Extradig package
Allows for an additional 4 ft 1 in in dig depth increasing
efficiency while decreasing time spent repositioning
Added value through JCB Assetcare
Provides comprehensive peace at mind warranty and service
agreements worldwide
Technical support service
Provides instant access to factory expertise, day or night
Parts distribution
Global network of part centers, delivering 95 percent of
all parts any where in the world within 24 hrs
SAFETY AND SECURITY
Two post Roll Over Protective Structure (ROPS), Falling
Objects Protective Structure (FOPS) and retractable seat
belt. Equipped with independent park brake and loader
service strut. Rear boom lock activated from operator's
compartment; boom swing lock. Vandalism protection with
key lock- able cab, hydraulic fill, fuel cap. All locks
with the exception of the Diesel Exhaust Fluid (DEF) tank
operate with ignition key. Front and rear horn buttons.
Automatic backup alarm.
ENGINE
91HP gross (109HP gross option), turbocharged, watercooled, 4 cyl, direct injection diesel. T4F compliant
engine with Selective Catalytic Reduction (SCR) and 5
gallon DEF tank. Hand and foot throttle. Selective full flow
pressure engine oil lubrication with spin-on filter
cartridge. Air to fluid coolers. Separately serviceable
radiator, hydraulic and transmission oil coolers. Two
stage fuel filtering system utilizing a water/sediment
separator and spin-on type filter element. Dual element
air filter, dry type with cleanable outer element,
replaceable inner element and under hood pre-cleaner.
TRANSMISSION
Separate unit mounted to engine containing torque converter
and all transmission components. Pressure lubrication with
spin on filter. Electrically operated Fwd / Rev lever on
steering column. Electrically operated transmission.
disconnect on gear shift and loader levers. Powershift gear
selection with 4 Fwd / 4 Rev speeds.
FRONT AXLE
4WD - Industrial duty JCB Max-Trac torque proportioning,
outboard planetary reduction axle, 4WD shift-on-the-go;
steering cylinder located behind front axle.
REAR AXLE
Separate, rigidly mounted to mainframe and connected to
transmission via drive shaft. Heavy duty double reduction,
outboard planetary gear final reduction. Limited slip
differential to provide auto- matic equalization of wheel
spin under conditions of unequal footing.
Features and Benefits
BRAKES
Sealed wet multiple disc. Brake pedals can be independently
operated or locked together. Power assisted, hydraulic
brakes. Independent over center actuation, park brake.
Transmission shifts to neutral when park brake is
activated. 4 wheel braking in 2 wheel drive activated by
switch.
STEERING
Hydrostatic power, with priority valve. Three steering
wheel turns (lock to lock). Unbraked turning circle - 26'
5".
BACKHOE AND MAINFRAME
Unitized, one piece heavy duty mainframe with integral
backhoe. Sealed swing post pins and swing cylinder pins, 2"
top and bottom rear frame plates (centermount). Fabricated
boom and dipper. SAE maximum dig depth: Extradig dipper 14' 7" - 18' 6". EasyControl backhoe controls. Fabricated
stabilizer legs with anti-drift valves. 11,000 lb. lifting
hook as standard.
LOADER
Equipped with integrally mounted front end loader using two
lift cylinders and two bucket dump cylinders. Parallel lift
standard during loader raise and lower functions. Dump
height: 9' 0". Bucket return-to-dig and third spool loader
valve standard. Dump reach at full height - 32". Auto
Smooth Ride System (AutoSRS). Front bumper protection
fitted as standard.
ELECTRICAL SYSTEM
12 volt system with 150 amp alternator std. Wiring harness
and outside cab connectors meet IP69 standard for
protection against ingress of dust, and pressure spray of
4.23 gpm at 1450 psi. Inside cab connectors meet IP67
standard for protection against ingress of dust, and water
when submerged. Single, maintenance free battery rated at
900 cold cranking amps. Four halogen work lights in front
and four separate halogen work lights in the rear. Stop
lights, turn signals, and four way hazards standard. Backlit
gauges and readouts consisting of a tachometer, fuel
gauge, engine coolant temperature gauge, digital hour
meter and digital clock. Light and alarm for battery charge
condition, coolant temp., engine oil pressure,
transmission oil pressure, transmission oil temp., air
cleaner restriction, water in fuel indicator, and park
brake engaged. Light indicators for hazard flashers on, turn
signals, steering mode, and lights on. 12 volt outlet for
powered accessories. Common fuses and relays located in an
easy access panel. Main circuit breakers at battery
positive terminal for added circuit protection. Battery
Isolator fitted as standard.
Features and Benefits
OPERATORS ENVIRONMENT
Suspension seat with adjustments for weight, seat angle,
and back angle. Armrests and retractable seat belt standard.
Two door entry with deluxe trim. Composite sure grip
molded floor, tilt steering column, front windshield with 2
speed plus intermittent wiper and washer, interior rear
view mirror, pre-wired for beacon, cup holders, storage
compartment. Cab includes door ajar stays, 14 adj. vents,
operable side windows, one piece rear window with wiper
and washer that acts as a shield during inclement weather,
heater with defogger vents, and radio pre-wire with speakers
in-cabs. AutoTHROTLE returns engine speed to pre-set hand
throttle position when work is resumed. AutoDRIVE provies
cruise control-type characteristics during roading. Advanced
Easy Controls and Easy Controls only: AutoSTABILIZERS and
AutoBOOMLOCK.
HYDRAULIC SYSTEM
Open center system, variable displacement piston pump,
engine driven, 44 gpm @ 3650 psi. Separate oil reservoir
not shared with other systems, externally mounted to
mainframe for ground level servicing. Abrasion protection of
valve to boom hoses. Hoses have burst pressure of 4 times
working pressure. Structural steel pipes to withstand minor
impacts. Auto Idle reduces engine speed when no hydraulic
functions are requested.
SERVICEABILITY AND MAINTENANCE
Ground level check for engine and transmission oil, brake
fluid, engine coolant, and windshield washer levels. Ground
level top off of engine oil, transmission oil, hydraulic
fluid, brake fluid, fuel, and engine coolant. Tilt engine
hood and lockable front grill. 15 second engine manifold
preheat (activated through ignition switch). 40 gallon fuel
tank. 20 gallon hydraulic tank with 5 micron filter. 500
hour engine oil and filter service interval. 1000 hour DEF
filter interval. 1000 hour transmission oil and 500 hour
transmission filter service interval. 2000 hour hydraulic
oil and 500 hour hydraulic filter service interval. External
Toolbox. AutoCHECK automatically performs daily under hood
maintenance checks on 'key on'
TELELMATICS
JCB Livelink telematics. Monitored and managed remotely
via a PC or Smartphone. Two year subscription. Real time
reporting of machine hours, routine maintenance alerts,
location, critical health alerts, fuel level/consumption
and work cycle information. Ability to set machine geofences and curfews for improved security.
Prepared For:
Chad Blais
City of Compton
205 S. Willowbrook
Compton
90220
Ca.
phone:(310) 605-5555
[email protected]
Dealer Information
JCB OF SOUTHERN CALIFORNIA
2615 PELLISSIER PLACE
USA
Model: 3CX 14MFCE
Prepared By:
Robert Lara
[email protected]
mobile:562-244-2623
Quote Date: 21/12/15
Valid Until: 20/01/16
Quotation Reference: 107066
Qty: 1
Equipment Description
3CX-14 SUPER, 4WD, 2WS, 91 HP TIER 4 FINAL, 14 FT CENTERMOUNT
BACKHOE WITH EXTRADIG DIPPER. EASY CONTROLS. 150A ALTERNATOR,
100LBS COUNTERWEIGHT. INCLUDES 2 SPOOL LOADER VALVE, DIRT FEET,
INTERIOR MIRROR, FRONT AND REAR WORKLIGHTS, BATTERY ISOLATOR,
TOOLBOX AND AUTOMATE (AUTOCHECK, AUTOIDLE, AUTODRIVE AND
AUTOTHROTTLE).
3CX-14 SUPER 91 HP CM MODEL PACK
GALAXY INDUSTRIAL 14-17.5-10 AND 19.5L-24-12 POWERSHIFT + LSD,
4WD/2WS
CAB WITH A/C CLOTH SUSPENSION SEAT
CAB, LIVELINK,
HAMMER/BI-DIRECTIONALRECTIONAL PIPEWORK
5/8 LOADER PIPEWORK RTD AND AUTO SRS FOR BIDIRECTIONALRECTIONAL USE
ENGLISH TERRITORY PACK
DIRECT MOUNT 6 IN1 SHOVEL 92 IN, 1.3yd3, STANDARD DUTY WITH BOLTON-TOEPLATE
BACKHOE BUCKET - 12 IN (300MM) HEAVY DUTY 3 TEETH
397 LB (180KG) COUNTERWEIGHT 2WS ONLY
SEATBELT 3 IN
FLIPOVER STABILIZER FEET - CENTERMOUNT
HD CP Hydraulic Breaker model RX8 1000 Class
HD CP Hydraulic Tamper/Compactor model RC409
Equipment Total
Sales tax @ 9% (if applicable)
Total Customer Sale Price
106,229.00
9,560.61
115,789.61
Notes: Unit will include a 24 month or 2000 hour FULL MACHINE warranty
Municipal Discount is applied to this proposal/ Proposal is FOB Compton City Yard.
Subject to Yale/Chase terns and conditions (see attached)
The above quote supersedes all preceding price quotes. Prices quoted are valid for 30 days from quote date.
Customer Acceptance:
Date
Dealer
Date
Quote 116
6147-01
December 16, 2015
CITY OF COMPTON
C
205 S WILLOWBROOK AVE
A
N
COMPTON
California
90220-319
90
Attention: Chad
C
Blais
Dear Sir,
We would like
l
to thank yo
ou for your interrest in our comp
pany and our p
products, and are pleased to q
quote the follow
wing for
your consid
deration.
CATERPIILLAR INC. Model:
M
420F2
2 Backhoe Lo
oader with B
Buckets, Brea
aker and Com
mpactor
We wish to
o thank you for the opportunity
y of quoting on
n your equipme
ent needs. Thiss quotation is va
alid for 30 dayss, after
which time we reserve the
e right to re-qu
uote. If there are
e any question
ns, please do not hesitate to ccontact me.
Sincerely,
Tony Mykris
Governmental Sales
Page
e 1 of 5
Quinn Group
Quote 116147-01
CATERPILLAR INC. Model: 420F2 Backhoe Loader with Buckets, Breaker and Compactor
STANDARD EQUIPMENT
CONSIST NOTE
THIS LISTING IS A GENERAL DESCRIPTION
THE LOWEST CHARGE ITEMS.
OF A 420F2 BACKHOE LOADER EQUIPPED WITH
BOOMS, STICKS AND LINKAGES
14'4'' Center pivot excavator style
backhoe
Pilot operated joystick hydraulic
controls with pattern changer valve
Pilot operated stabilizer controls
Boom transport lock
Swing transport lock
Street pads stabilizer shoes
Anti-drift hydraulics
(Boom, Stick and E-Stick)
Cat Cushion Swing(tm) system
Bucket level indicator
Lift cylinder brace
Return-to-dig (auto bucket positioner)
Self-leveling loader with single lever
control
Transmission neutralizer switch
Single Tilt Loader
POWERTRAIN
Cat C4.4, 74.5KW (Net 93HP / 69kW)
Direct Injection Turbo Charged Engine,
with ACERT technology.
US EPA Tier4 Final Emissions Compliant
with Selective Catalytic Reduction(SCR)
Water separator with service indicator
Thermal starting aid system
Eco mode
A dry-type axial seal air cleaner with
integral precleaner, automatic dust
ejection system and filter condition
indicator
disk brake with dual pedals and interlock
Differential lock
Drive-line parking brake
High Ambient Cooling Package
Torque converter
Transmission--four speed synchro mesh
with power shuttle and neutral safety
switch
Spin-on fuel, engine oil and transmission
oil filters
Outboard planetary rear axles
Open Circuit Breather
Hydraulically boosted multi-plate wet
HYDRAULICS
Load sensing, variable flow system
with 43 gpm axial piston pump
6 micron hydraulic filter
O-ring face seal hydraulic fittings
Hydraulic oil cooler
Pilot control shutoff switch
PPPC, Flow-sharing hydraulic valves
Hydraulic suction strainer
Caterpillar XT-3 hose
ELECTRICAL
12 volt electrical start
Key start/stop system
Page 2 of 5
Quinn Group
150 ampere alternator
Horn and Backup Alarm
Hazard flashers/turn signals
Halogen head lights (4)
Halogen rear flood lights (4)
Stop and tail lights
Quote 116147-01
880 CCA maintenance free battery
Battery disconnect switch
External/internal power receptacles(12v)
Diagnostic ports for engine and machine
Electronic Control Modules
Remote jump start connector
Audible system fault alarm
OPERATOR ENVIRONMENT
Lighted gauge group
Interior rearview mirror
Rear fenders
ROPS canopy
2-inch retractable seat belt
Tilt steering column
Hand and foot throttle
Automatic Engine Speed Control
One Touch Low Idle
Floor mat and Coat Strap
Lockable storage area
Air suspension seat
Steering knob
OTHER STANDARD EQUIPMENT
Hydrostatic power steering
Standard Storage Box
Transport tie-downs
Ground line fill fuel tank with 44
gallon capacity
Ground line fill diesel exhaust fluid
tank with 5 gallon capacity
Rubber impact strips on radiator guards
Bumper
CD-ROM Parts Manual
Backhoe Safety Manual
Operations and Maintenance Manual
Lockable hood
Tire Valve Stem Protection
Long Life Coolant -30C (-20F)
Padlocks (2 on ST, 3 on IT)
Page 3 of 5
Quinn Group
Quote 116147-01
MACHINE SPECIFICATIONS
Description
Reference No
420F2 BHL ST, TIER 4, HRC
450-8448
SEAT BELT, 3'' SUSPENSION
206-1748
COUPLER, PIN LOCK
222-7379
BUCKET-HD, 24'', 7.3 CFT PL
247-1950
BUCKET-MP, 1.3 CYD
337-7436
COUNTERWEIGHT, 1015 LBS
337-9696
TIRES, 12.5 80/19.5L-24, FS
380-8961
RADIO and CD PLAYER
387-6597
RIDE CONTROL
398-2681
LINES, COMBINED AUX, E-STICK
398-2853
PLATE GROUP - BOOM WEAR
423-7607
INSTRUCTIONS, ANSI
430-9944
BEACON, MAGNETIC MOUNT, STROBE
433-0154
SEAT, DELUXE FABRIC
433-4806
HYDRAULICS, MP, 5FCN/7BNK, ST
450-8528
PT, 4WD, STD SHIFT
450-8606
CAB, DELUXE
450-8683
AIR CONDITIONER, T4
450-8715
STICK, EXTENDABLE, 14FT
450-8730
ENGINE, 74.5KW,C4.4 ACERT, T4F
450-8757
CUTTING EDGE, TWO PIECE
9R-5321
STABILIZER PADS, FLIP-OVER
9R-6007
PACK, DOMESTIC TRUCK
0P-0210
LANE 2 ORDER
0P-9002
SERIALIZED TECHNICAL MEDIA KIT
421-8926
PRODUCT LINK, CELLULAR, PL641I
447-0049
BUCKET-HD, 12'', 3.4 CFT PL
247-1947
BUCKET-HD, 16'', 4.3 CFT PL
247-1948
CVP40 COMPACTOR PLATE
205-5900
BRACKET,MOUNTING (QC)-PIN LOCK
416-8031
LINES, CONNECTOR
211-8195
H75E S HAMMER
369-1542
TOOL, CROSS CUT CHISEL
399-1711
BRACKET,MOUNTING (QC)-PIN LOCK
416-8031
LINES, CONNECTOR
399-6964
Page 4 of 5
Quinn Group
Quote 116147-01
Sell Price with Governmental Discount
County Sales Tax (1.5%)
State Sales Tax (7.5%)
After Tax Balance
$130,684.59
$1,960.27
$9,801.34
$142,446.20
WARRANTY
12 Months Full Machine
Standard Warranty:
F.O.B/TERMS
Delivered, Net 30 Days
Accepted by
_________________________________________
on
_____________________
_____________________________________________________________
Signature
Page 5 of 5
National Auto Fleet Group
A Division
490
Auto
of
Center
(855)
(855)
Chevrolet
Drive,
BUY-NJPA
289-6572
of
Watsonville
Watsonville,
• (626)
• (831)
457-5590
480-8497
CA 95076
Fax
12/22/2015
QuotelD: 941
Mr Chad Blais
City of Compton
205 S. Willowbrook
Compton, California, 90221
Dear Chad Blais,
National Auto Fleet Group is pleased to quote the following vehicle{s) for your consideration.
One (1)New/Unused (2016 Ford Super Duty F-550 DRW (F5G) 2WD Reg Cab 201" WB 120" CA XL, Pacific Tek PV500-DHo) and delivered to
your specified location, each for
One Unit
Base Price
$40,864.26
Pacific Tek PV500-DHo
$62,380.00
Tax (8.00 %)
$8,259.54
Tire fee
$10.50
Total
$111,514.30
- per the attached specifications
This vehicle(s) is available under the National Joint Powers Alliance
orders. Payment terms are Net 30 days after receipt of vehicle.
Contract
102811. Please reference this Bid number on all purchase
Thank you in advance for your consideration. Should you have any questions, please do not hesitate to call.
Email: [email protected]
Office: (855) 289-6572
Fax: (831) 489-8497
Quote
Pacific Tek
1298 N Blue Gum Street
Anaheim CA 92806
P:(714) 835-3088
F:(714) 835-3091
Quote #
12/211201 :;
991897
Ship To
Name I Address
Water Department
City of Compton
205 S. Willowbrook
Compton, CA 90221 Attn: M'Urquhart
City of Compton
City Controller
205 S. Willowbrook
Compton, CA 90221
Terms
Rep
Net 30
DLS
Qty
Description
Item
SOO-00061
Date
PV500-DHO
FOB
Cost
Total
38,500.00
38,500.00T
6.20000
6,200.00T
1,800.00
1.800.001'
5,410.00
5.410.00T
575.00
1.150.00T
6,350.00
6350.001'
- Skid mounted SOO gallon debris tank. 825 ClM blower belt driven by a 46hp electric stan
diesel engine, enclosed sealed 12 V/DC battery. relief valve set at 15" otvacuurn. Cleanout door
is a 36" diameter hatch opened and closed with the hydraulic One-Step-Hatch
A 10 micron
vacuum filter element mounted separate trorn debris tank for easy change. Vacuum comes
supplied with one 4" x 15' and one 4" x 10' vacuum hose that connects to the supplied pick-up
tube
88-953lO
8X 12' Truck bed with headache
custom flatbed
custom vacuum skid to chasiss flatbed mount to Customer's
National Sig do..
#2165847 (1922-25)
30" x 60" double side control board - motorized raise/lower with seperate controllers - in cab
controller - mounting
rack and dock bumper with 5K receiver hitch
supplied vehicle
included
2
48" x 18" x 18"
under deck lockable storage box
.35-35100
3500 psi Pressure Washer System
Self-Contained 35(1) psi pressure washer. I Uhp gas electric start gas engine. adjustable ()-.l500
psi. 100 gallon water holding tank wi mounting straps, hose reel with 50' <)1' hose. wash wand
with extra QD nozzles.
- Components are shipped scperate
l.abor
Labor hours to install all above equipment
22
onto customer supplied cab/chasiss
135.00
2.97000
DELIVERY IS 6-8 WEEKS ARO
TAX RATE SET TO OHANGE COUNTY
SHIPPfNG SET TO WILL-CALL AT PACIFIC 'ILK - ANAHEll'vl
Subtotal
Sales Tax (8.0%)
Total
$6V80.00
$4.752.80
$67,132.80
In order to Finalize your Quote, please submit this
purchase packet to_your governing body for Purchase
Orde r Ap prova I.__
Qn~~mY_QJJmj_~_§_Y_~jLe_Urcb~se _OrqeI_QJea~e
send by:
Fax:
Mail:
Email:
(831) 480-8497
National Auto Fleet Group
490 Auto Center Drive
Watsonville, CA 95076
Fleet@nati_onC!J~utofleetgroup.com
We will then send a W..9 if you need one
Please contact our main office with any questions:
1-855..289..6572
Vehicle Configuration
Options
ENGINE
Code
99T
Description
ENGINE 6.7L 4V OHV POWER STROKE V8 TURBO DIESEL 820, -inc: intelligent oillife monitor and turbo gauges, 200 Amp Extra Heavy Duty Alternator, Dual 78 AH 750
CCA Batteries, 4.10 Axle Ratio
TRANSMISSION
Code
44W
Description
TRANSMISSION: TORQSHIFT 6-SPEED AUTOMATIC, -inc: SelectShift
TIRES
Code
TFB
PRIMARY PAINT
PAINT SCHEME
Description
TIRES 225f70RX19.5G BSW AS,
IDescriPtion
STANDARD PAINT
SEAT TYPE
Code
AS
Description
STEEL, HD VINYL 40/20/40 SPLIT BENCH SEAT, -inc: driver side manual lumbar,
center armrest, cupholder and storage
AXLE RATIO
Code
X8l
Description
LIMITED SLIP W/4.88 AXLE RATIO
ADDITIONAL EQUIPMENT
Code
90l
62R
68M
Description
POWER EQUIPMENT GROUP, -inc: Deletes passenger side lock cylinder, upgraded
door-trim panel, Accessory Delay, Remote Keyless Entry, MyKey, owner controls
feature, Perimeter Anti-Theft Alarm, Power Front Side Windows, t-touch up and down
power driver and passenger window, Manual Telescoping 2-Way Fold Trailer Tow
Mirrors, power/heated glass, heated convex spotter mirror and integrated clearance
lamps/turn signals, Power locks, Securilock Passive Anti-Theft System (PATS)
TRANSMISSION POWER TAKE-OFF PROVISION,-inc: transmission mounted live
drive and stationary mode PTO
GVWR 19,500 lB PAYLOAD PLUS UPGRADE PACKAGE, -inc: upgraded frame, rearaxle and springs and low deflection/high capacity, Increases max RGAWR to 14, 706,
NOTE: See Order Guide Supplemental Reference for further details on GVWR
OPTION PACKAGE
[fde
660A
SHIP THRU CODES
ICode
IDescription
2016 Fleet/Non-Retail Ford Super Duty F-550 DRW 2WD
Reg Cab 201 II WB 120" CA XL
WINDOW STICKER
2016 Ford Super Duty F-SSO DRW 2WD Reg Cab 201" WB 120" CA
6.7 Ll406 Intercooled Turbo Diesel V-8
6 Speed Automatic w/OD
Xl
Interior:
Exterior 1: OXFORD WHITE
Exterior 2' No color has been selected.
f----------------.-.-.-.-.--~.------.
CODE
FSG
99T
44W
TFB
Z1
----i
MODEL
MSRP
2016 Ford Super Duty F-SSO DRW 2WD Reg Cab 201" WB 120" CA XL
OPTIONS
ENGINE: 6.7L 4V OHV POWER STROKE V8 TURBO DIESEL B20, -inc intelligent oil-life monitor and turbo
gauges, 200 Amp Extra Heavy Duty Alternator, Dual 78 AH 750 CCA Batteries, 4.10 Axle Ratio
TRANSMISSION:
TORQSHIFT 6-SPEED AUTOMATIC, -inc SelectShift
TIRES: 225/70RX19.5G
$38,345.00
$8,130,00
$190,00
BSW AS, (STD)
$0,00
OXFORD WHITE
$000
STANDARD PAINT
$0,00
AS
STEEL, HD VINYL 40/20/40 SPLIT BENCH SEAT, -inc driver side manual lumbar, center armrest, cup holder and
storage
X8l
90l
LIMITED SLIP W/4.88 AXLE RATIO
$360,00
POWER EQUIPMENT GROUP, -inc: Deletes passenger side lock cylinder, upgraded door-trim panel, Accessory
Delay, Remote Keyless Entry. MyKey, owner controls feature, Perimeter Anti-Theft Alarm, Power Front Side
Windows, t-touch up and down power driver and passenger window, Manual Telescoping 2-VVay Fold Trailer Tow
Mirrors, power/heated glass, heated convex spotter mirror and integrated clearance lamps/turn signals, Power
Locks, SecuriLock Passive Anti-Theft System (PATS)
62R
TRANSMISSION
PTO
68M
GVWR: 19,500 LB PAYLOAD PLUS UPGRADE PACKAGE, -inc: upgraded frame, rear-axle and springs and low
deflection/high capacity, Increases max RGAWR to 14, 706, NOTE: See Order Guide Supplemental Reference for
further details on GVWR
660A
$0,00
POWER TAKE-OFF PROVISION, -inc transmission mounted live drive and stationary mode
$89S,00
$280,00
$1,155,00
ORDER CODE 660A
SUBTOTAL
$0,00
$49,355.00
Advert/ Adjustments
Manufacturer Destination Charge
TOTAL PRICE
$0,00
$1,19S.00
$50,550.00
Est City N/A MPG
Est Highway N/A MPG
Est Highway Cruising Range: N/A mi
Any performance-related
calculations are offered solely as guidelines
Actual unit performance will depend on your operating conditions.
Standard
Equipment
MECHANICAL
Engine: 6.8L 3-Valve SOHC EFI NA Vi 0 Balanced out for fleet orders effective October 2, 2015.
Transmission: TorqShift 5-Speed Automatic
4.88 Axle Ratio
GVWR: 18,000 Ibs Payload Package
50-State Emissions System
Transmission w/Oil Cooler
Rear-Wheel Drive
78-Amp/Hr 750CCA Maintenance-Free Battery w/Run Down Protection
175 Amp Alternator
Towing w/Harness
10986# Maximum Payload
HD Shock Absorbers
Front And Rear Anti-Roll Bars
Firm Suspension
Hydraulic Power-Assist Steering
40 Gal. Fuel Tank
Single Stainless Steel Exhaust
Front Suspension w/Coil Springs
Leaf Rear Suspension w/Leaf Springs
4-Wheel Disc Brakes w/4-Wheel ABS, Front And Rear Vented Discs
Upfitter Switches
EXTERIOR
-
Wheels: 19.5" Argent Painted Steel -inc: Hub covers/center ornaments not included
Tires: 225/70Rx19.5G BSW AS
Clearcoat Paint
Black Front Bumper w/2 Tow Hooks
Black Fender Flares
Black Side Windows Trim and Black Front Windshield Trim
Black Door Handles
Black Manual Side Mirrors w/Manual Folding
Manual Extendable Trailer Style Mirrors
Fixed Rear Window
Light Tinted Glass
Variable IntermittentWipers
Fully Galvanized Steel Panels
Black Grille
Front License Plate Bracket
Aero-Composite Halogen Headlamps
Cab Clearance Lights
ENTERTAINMENT
Radio: AM/FM Stereo w/Digital Clock -inc: 2 speakers
Fixed Antenna
INTERIOR
4-Way Driver Seat -inc: Manual Recline and Fore/Aft Movement
4-Way Passenger Seat -inc: Manual Recline and Fore/Aft Movement
Manual TiltfTelescoping
Steering Column
Gauges -inc: Speedometer, Odometer, Oil Pressure, Engine Coolant Temp, Tachometer, Transmission Fluid Temp, Engine
Hour Meter and Trip Odometer
3 Person Seating Capacity
Front Cupholder
Manual Air Conditioning
Glove Box
Interior Trim -inc: Chrome Interior Accents
Full Cloth Headliner
Urethane Gear Shift Knob
HD Vinyl 40/20/40 Split Bench Seat -inc: driver side manual lumbar, center armrest, cupholder and storage
Day-Night Rearview Mirror
Passenger Visor Vanity Mirror
2 12V DC Power Outlets
Front Map Lights
Fade-To-Off Interior Lighting
Full Vinyl/Rubber Floor Covering
Underhood Lights
Instrument Panel Bin and Dashboard Storage
Manual 1st Row Windows
Systems Monitor
Outside Temp Gauge
Analog Display
Manual Adjustable Front Head Restraints
SAFETY
Driveline Traction Control
Side Impact Beams
Dual Stage Driver And Passenger Seat-Mounted Side Airbags
Dual Stage Driver And Passenger Front Airbags w/Passenger Off Switch
Curtain 1st Row Airbags
Outboard Front Lap And Shoulder Safety Belts -inc: Height Adjusters
National Auto Fleet Group
A Division
490
Auto
of
Center
(855)
(855)
Chevrolet
Drive,
of
Watsonville
Watsonville,
BUY-NJPA
289-6572
• [626)
• (831)
457-5590
480-8497
CA 95076
Fax
12/22/2015
OuotelD: 940
Mr Chad Blais
City of Compton
205 S. Willowbrook
Compton, California, 90221
Dear Chad Blais,
National Auto Fleet Group is pleased to quote the following vehicle(s) for your consideration.
One (1)New/Unused (2016 Ford Super Duty F-550 DRW (X5G) 2WD SuperCab 186" WB 84" CA XL, Pacific Tek PV250) and delivered to your
specified location, each for
One Unit
Base Price
$41,366.10
Pacific Tek PV250
$77,434.00
$9,504.01
Tax (8.00 %)
$10.50
Tire fee
$128,314.61
Total
- per the attached specifications.
This vehicle(s) is available under the National Joint Powers Alliance
orders. Payment terms are Net 30 days after receipt of vehicle.
Contract
102811. Please reference this Bid number on all purchase
Thank you in advance for your consideration. Should you have any questions, please do not hesitate to call.
Email: [email protected]
Office (855) 289-6572
Fax: (831) 489-8497
Quote
Pacific Tek
1298 N Blue Gum Street
Anaheim CA 92806
P:(714) 835-3088
F:(714) 835-3091
Quote #
1211512015
991882
Ship To
Name I Address
Water Department
City of Compton
205 S. Willowbrook
Compton, CA 90221 Attn: M.Urquhart
City of Compton
City Controller
205 S. Willowbrook
Compton, CA 90221
Item
Date
Terms
Rep
FOB
Net 30
DLS
Destination
Qty
Description
Cost
Total
250-00012
PV-251)-DI
- PV-250 Power Vac - 525 din vacuum blower is belt driven bv a 27hr clecuic srarr gas engine
Debris tant lift and 3(>" hatch door operated bl' 12 volt DC hoydraulrc power supply. Unit comes
WIth 25' x 4" vacuum hose with pick-up tube - DR1VF ONE READY (ready to power either
3000psi pressure washer or hydraulic power source)
3D,no.oo
30,72D.OOT
25-30023
PT-25-D I
Pacific Tek Valve Operator Drive One Ready - Reaches :,0" from 1110LlIHll1g
station - produces
251)0 f/# of torque. Manual torque and speed controls With mechanical rcvoluuou counter and
liquid filled torque gauge Includes 19 galion hydraulic tank with drop-in return filter,
sump/suction filter and level/temp gauge - NO POWER PACK SUPPLIED - APPUED TO D I
READY COMPONENT
21,849.00
21.849.00T
25- i 1025
Swinger Kit for 1'T-25 - Ineludes 3 part stainless steel travel rings. bronze deck bushings.
turntable, custorne gliding carriage that rotates up to 181)degrees.
3,990.00
3.99000T
30-31021
3000-DI-[OO
Pressure Washer 31)0()-w (100 gal)
3000 psi pressure washer pump belt driven li\)111 tire Drive One system (sold with vacuum
systems), electric clutch engagement. Also Includes HIO gallon water holding lank, "I)' pressure
washer hose contained on a hand crank hose reel. adjustable pressure control
4,190.00
4.190.00T
88-9531 ()
RX 12' Truck bed With headache rack and dock bumper WIth 5K receiver hitch
5,900.00
5,900.00T
36"x 18"x IS" si.
j(1"x IS"x 18" side lid lockable - white - underdcck
475.00
950.00T
(110-9621 (I
Corner-Cuts-1'T25
Custom cut corners on flatbed truck to accommodate
600.00
(iOOOOT
225.00
450.00T
6550;\ amber s.
1500/i
2
PT-25-Swinger
kit
stobe beacon - amber - DOES NOT INCLUDE MOUNTING
2
Subtotal
Sales Tax (8.0%)
Total
Page 1
Pacific Tek
Quote
1298 N Blue Gum Street
Anaheim CA 92806
P:(714) 835-3088
F:(714) 835-3091
Name I Address
Quote #
1211512015
991882
Ship To
Water Department
City of Compton
20S S. Willowbrook
Compton, CA 90221 Attn: M.Urquhart
City of Compton
City Controller
205 S. Willowbrook
Compton. CA 90221
Item
Date
Terms
Rep
FOB
Net 30
DLS
Destination
Qty
Description
National Sig do.
#2165847 (1922-25)
30" x 6011 double SIde control board - motorized raise/lower with scperate comrolters - in cab
controller
L:1bor
Labor hours to mount flatbed, vacuum, swinger kir. PT-2\ pressure washer components, arrow
board. under deck boxes and strobe beacons
Cost
5,410.00
25
Subtotal
Sales Tax (8.0%)
Total
Page 2
135.00
Total
5,410.00T
3,375.00
$77.434.00
$5,924.72
$83.358.72
In order to Finalize your Quote, please submit this
purchase packet to your governing body for Purchase
Order Approval. On~_~_youjssu~a_eurchase Order please
send by:
Fax:
Mail:
Email:
(831) 480-8497
National Auto Fleet Group
490 Auto Center Drive
Watsonville, CA 95076
[email protected]
We will then send a W-9 if you need one
Please contact our main office with any questions:
1-855-289-6572
Vehicle Configuration Options
ENGINE
Code
99T
Description
ENGINE 6.7L 4V OHV POWER STROKE V8 TURBO DIESEL B20, -inc: intelligent oillife monitor and turbo gauges, 200 Amp Extra Heavy Duty Alternator, Dual 78 AH 750
CCA Batteries, 4.10 Axle Ratio
TRANSMISSION
Code
44W
Description
TRANSMISSION: TORQSHIFT 6-SPEED AUTOMATIC, -inc: SelectShift
TIRES
Code
TFB
Description
. TIRES: ~251!ORX19 58 BSW~S, (STD)
PRIMARY PAINT
OXFORD WHITE
PAINT SCHEME
IDescriPtion
SEAT TYPE
Code
AS
Description
STEEL, HD VINYL 40/20/40 SPLIT BENCH SEAT, -inc: driver side manual lumbar,
center armrest, cupholder and storage
AXLE RATIO
IDescriPtion
4.10 AXLE RATIO
ADDITIONAL EQUIPMENT
Code
90l
62R
Description
POWER EQUIPMENT GROUP, -inc: Deletes passenger side lock cylinder, upgraded
door-trim panel, Accessory Delay, Remote Keyless Entry, MyKey, owner controls
feature, Perimeter Anti-Theft Alarm, Power Front Side Windows, 1-touch up and down
power driver and passenger window, Manual Telescoping 2-Way Fold Trailer Tow
Mirrors, power/heated glass, heated convex spotter mirror and integrated clearance
lamps/turn signals, Power locks, Securilock Passive Anti-Theft System (PATS)
TRANSMISSION POWER TAKE-OFF PROVISION
OPTION PACKAGE
IDescriPtion
ORDER CODE 660A
SHIP THRU CODES
ICode
IDescription
2016 Fleet/Non-Retail Ford Super Duty F-550 DRW 2WD
SuperCab 186" WB 84" CA XL
WINDOW STICKER
2016 Ford Super Duty F-550 DRW 2WD SuperCab 186" WB 84" CA
6.7 Ll406 Intercooled Turbo Diesel V-8
6 Speed Automatic w/OD
CODE
X5G
xi.
Exterior 1. OXFORD WHITE
Exterior 2: No color has been selected.
MODEL
2016 Ford Super Duty F-550 DRW 2WD SuperCab 186" WB 84" CA Xl
MSRP
I
$40,145.00
I
I
99T
44W
TFB
Z1
OPTIONS
ENGINE: 6.7l 4V OHV POWER STROKE V8 TURBO DIESEL B20. -inc intelligent oil-life monitor and turbo
gauges, 200 Amp Extra Heavy Duty Alternator, Dual 78 AH 750 CCA Batteries, 4.10 Axle Ratio
TRANSMISSION:
TORQSHIFT 6-SPEED AUTOMATIC. -inc: SelectShift
TIRES: 225/70RX19.5G
$8,130.00
$190.00 ,
I
BSW AS, (STD)
$0.00 !
OXFORD WHITE
$0.00
STANDARD PAINT
AS
I
X41
90l
62R
660A
$0.00
STEEL, HD VINYL 40/20/40 SPLIT BENCH SEAT. -inc: driver side manual lumbar. center armrest, cupholder and
storage
$0.00 i
4.10 AXLE RATIO
INC
POWER EQUIPMENT GROUP, -inc: Deletes passenger side lock cylinder, upgraded door-trim panel. Accessory
Delay, Remote Keyless Entry. MyKey, owner controls feature, Perimeter Anti-Theft Alarm. Power Front Side
Windows, t-touch up and down power driver and passenger window. Manual Telescoping 2-Way Fold Trailer Tow
Mirrors, power/heated glass, heated convex spotter mirror and integrated clearance lamps/turn signals, Power
locks. Securilock Passive Anti-Theft System (PATS)
TRANSMISSION
POWER TAKE-OFF PROVISION
$895.00
$280.00
ORDER CODE 660A
$0.00
$49,640.00
SUBTOTAL
$0.00
Advert/ Adjustments
Manufacturer Destination Charge
TOTAL PRICE
$1,195.00
$50,835.00
Est City: N/A MPG
Est Highway: N/A MPG
Est Highway Cruising Range: N/A mi
Any performance-related
calculations are offered solely as guidelines. Actual unit performance wil! depend on your operating conditions.
Standard
Equipment
MECHANICAL
Engine:6.SL 3~Vai~eS6HCEFI NA V10Baianced out for fleet orders effective October 2,2015.
Transmission: TorqShift 5-Speed Automatic
4.88 Axle Ratio
GVWR: 18,000 Ibs Payload Package
50-State Emissions System
Transmission w/Oil Cooler
Rear-Wheel Drive
78-Amp/Hr 750CCA Maintenance-Free Battery w/Run Down Protection
175 Amp Alternator
Towing w/Harness
10769# Maximum Payload
HD Shock Absorbers
Front And Rear Anti-Roll Bars
Firm Suspension
Hydraulic Power-Assist Steering
40 Gal. Fuel Tank
Single Stainless Steel Exhaust
Front Suspension w/Coil Springs
Leaf Rear Suspension w/Leaf Springs
4-Wheel Disc Brakes w/4-Wheel ABS, Front And Rear Vented Discs
Upfitter Switches
EXTERIOR
Wheels: 19.5" Argent Painted Steel -inc: Hub covers/center ornaments not included
Tires: 225/70Rx19.5G BSW AS
Clearcoat Paint
Black Front Bumper w/2 Tow Hooks
Black Fender Flares
Black Side Windows Trim and Black Front Windshield Trim
Black Door Handles
Black Manual Side Mirrors w/Manual Folding
Manual Extendable Trailer Style Mirrors
Fixed Rear Window
Light Tinted Glass
Variable IntermittentWipers
Fully Galvanized Steel Panels
Black Grille
Front License Plate Bracket
Reverse Opening Rear Doors
Aero-Composite Halogen Headlamps
Cab Clearance Lights
ENTERTAINMENT
Radio: AM/FM Stereo w/Digital Clock -inc: 2 speakers
Fixed Antenna
INTERIOR
4-Way Driver Seat -inc: Manual Recline and Fore/Aft Movement
4-Way Passenger Seat -inc: Manual Recline and Fore/Aft Movement
60-40 Folding Split-Bench Front Facing Fold-Up Cushion Rear Seat
Manual TilUTelescoping Steering Column
Gauges -inc: Speedometer, Odometer, Oil Pressure, Engine Coolant Temp, Tachometer, Transmission Fluid Temp, Engine
Hour Meter and Trip Odometer
Manual Vented Rear Windows
6 Person Seating Capacity
Front Cupholder
Manual Air Conditioning
HVAC -inc: Underseat Ducts
Glove Box
Interior Trim -inc: Chrome Interior Accents
Full Cloth Headliner
Urethane Gear Shift Knob
HD Vinyl 40/20/40 Split Bench Seat -inc: driver side manual lumbar, center armrest, cupholder and storage
Day-Night Rearview Mirror
Passenger Visor Vanity Mirror
2 12V DC Power Outlets
Full Overhead Console w/Storage and 2 12V DC Power Outlets
Front Map Lights
Fade-To-Off Interior Lighting
Full Vinyl/Rubber Floor Covering
Underhood Lights
Instrument Panel Bin and Dashboard Storage
Manual 1st Row Windows
Systems Monitor
Outside Temp Gauge
Analog Display
Manual Adjustable Front Head Restraints and Fixed Rear Head Restraints
SAFETY
Driveline Traction Control
!
ij
Side Impact Beams
Dual Stage Driver And Passenger Seat-Mounted Side Airbags
Dual Stage Driver And Passenger Front Airbags w/Passenger Off Switch
Outboard Front Lap And Shoulder Safety Belts -inc: Height Adjusters
Curtain 1st And 2nd Row Airbags ~~~
RESOLUTION SIGN-OFF FORM
DEPARTMENT:
Water Department
RESOLUTION TITLE:
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
COMPTON AUTHORIZING THE CITY MANAGER TO ACCEPT
MULTIPLE VENDOR QUOTES AND ISSUE MULTIPLE PURCHASE
ORDERS FOR THE PURCHASE OF MISCELLANEOUS HEAVY DUTY
WATER SERVICE VEHICLES USED FOR MAINTENANCE OF THE
WATER SYSTEM ($447,090.79)
Chad Blais
12/30/2015 6:15:05 PM
DEPARTMENT MANAGER’S SIGNATURE
DATE
REVIEW / APPROVAL
Ruth Rugley
12/31/2015 12:06:17 PM
CITY ATTORNEY
DATE
Stephen Ajobiewe
12/31/2015 10:30:10 AM
CITY CONTROLLER
DATE
Roger Haley
12/31/2015 8:43:41 AM
CITY MANAGER
DATE
Use when:
Public Works:
When contracting for Engineering Services.
City Attorney:
When contracting for legal services; contracts that require City Attorney’s review.
Controller/Budget Officer: Amending Budget; appropriating and/or transferring funds; adding and/or deleting
positions; any resolution having account numbers.
Asst. City Manager/OAS: All personnel actions.
WARRANTS APPROVED BY COUNCIL
Amount Paid
Year to Date
Warrant #
Date
Name
Services Provided
Amount
231183
12/8/15
MDG Associates Inc
Labor compliance services for CDBG street
improvement project
$19,788.75
$34,866.56
Fuel for refueling of City Vehicles from dates
11/8/15-11/30/15
$8,684.00
$33,684.00
Requested by Grants Division
231250
12/10/15
Veer Oil Partners Inc.
Requested be General Services
I hereby certify that the above demands in the amount of $28,472.75 were approved at a regular meeting of the City Council and reject __________________ as
of January 5, 2016.
___________________
Council Member
___________________
Council Member
__________________
City Manager
I hereby certify that the Finance Committee at a regular meeting of the City Council on January 5, 2016 allowed the above demands.
___________________
Alita Godwin
City Clerk