sr-061411-3tCity Council Meeting: June 14, 2011
Agenda Item: ~'" ~
To: Mayor and City Council
From: Carol Swindell, Director of Finance
Subject: Purchase of Safety Work Boots and Shoes
Recommended Action
Staff recommends that the City Council award Bid #3045 to Lehigh Outfitters, LLC, an
Ohio-based company, to provide safety work boots and shoes and accessories through
an onsite mobile shoe store for athree-year term, for a total amount of $260,000.
Executive Summary
Staff recommends award of bid to Lehigh Outfitters, LLC, to provide safety work boots
and shoes and accessories through an onsite mobile shoe store at specified unit prices
plus applicable sales tax. The onsite mobile shoe store will be provided as required at
various City locations. The total expenditure for the three-year term is $260,000.
Discussion
The City of Santa Monica supplies approved safety shoes and boots as necessary to
employees who are required to wear safety shoes. Cal-OSHA requires that employees
who are exposed to foot injuries from electrical hazards, hoY working conditions,
corrosive conditions, wet surfaces, poisonous substances, falling objects, crushing, or
penetrating objects be provided appropriate foot protection under General Industry
Safety Orders Subchapter 7, Article 10, 3385. Protective footwear for employees also
must meet the requirements and specifications in American Society for Testing and
Materials (ASTM) F 2412-05, Standard Test Methods for Foot Protection and ASTM F
2413-05. In addition to steel-toed safety shoes, composite-toed safety shoes that are
as protective and more comfortable to wear may be an option for some employees.
1
Vendor Selection
In April 2011, the City published Notices Inviting Bids to furnish and deliver composite
steel-toed and non-steel toed safety work boots and shoes and miscellaneous
accessories as required in accordance with City specifications. The bid was posted on
the City's on-line bidding site and notices were advertised in the Santa Monica Daily
Press in accordance with City Charter and Municipal Code provisions. Two bids were
received and publicly opened on May 3, 2011 per Attachment A. .Bids were evaluated
based on competitive pricing, the ability to meet specifications and provide a variety of
quality products, delivery of services, and references. Based on these criteria, Lehigh
Outfitters, LLC is recommended as the best bidder.
Financial Impacts & Budget Actions
The amount of the purchase orders to be awarded to Lehigh Outfitters LLC for the three
year term is $260,000. Funds are included in the proposed FY 2011-13 budget
submitted to Council for review and approval.
Prepared by: Kimberlie Nimori, Acting Purchasing Agent
Approved: Forwarded to Council:
Carol Swindell Rod Gould
Director of Finance City Manager
Attachments: Attachment A -Pricing
2
ATTACHMENT A
BID #3045
TITLE: PROVIDE VARIOUS STEEL-TOED/NON-STEEL-TOED SAFETY WORK BOOTS &SHOES AND
BID CLOSING DATE: OS/03/11 MISCELLANEOUS ACCESSORIES AS REQUIRED BY THE CITY OF SANTA MONICA.
Intlustrial Shoe Company Lehigh Outfitters, LLC
DESCRIPTIONNENDOR Santa Ana, CA Nelsonville, OH
Percentage discount off of retail price list 17% 30%
Mobile Services Provided as Required Yes Yes
Renewal Options
5%increase of previous year's prices,
Year 2 (07/01/12-06/30/13) if warranted Same prices, terms and conditions
mcreaseo prevous years paces,
Year 3 (07/01/13-06/30/14) if warranted 6% increase of previous year's prices