Loading...
11-17-2020 - AGENDA ITEM 15 CONSIDERATION OF POLICE DEPARTMENT VEHICLE EQUIPMENT AND CONVERSION PURCHASESAGENDA ITEM NO. 15 AGENDA STAFF REPORT City of West Covina I Office of the City Manager DATE: November 17, 2020 TO: Mayor and City Council FROM: David Carmany City Manager SUBJECT: CONSIDERATION OF POLICE DEPARTMENT VEHICLE EQUIPMENT AND CONVERSION PURCHASES RECOMMENDATION: It is recommended that the City Council take the following actions: 1. Pursuant to Section 2-333(i)(2) of the West Covina Municipal Code, waive the formal bidding requirements and procedures set forth in Section 2-333 of the West Covina Municipal Code in connection with the procurement of public safety vehicle equipment and installation services from Black and White Emergency Vehicles, LLC based upon the Purchasing Officer's determination that the City of Arcadia obtained a bid from Black and White Emergency Vehicles, LLC pursuant to formal contract procedures at least as rigorous as those of West Covina; and 2. Authorize the City Manager to execute purchase orders with Black & White Emergency Vehicles, LLC for public safety vehicle equipment and installation services for a period that coincides with the City of Arcadia's purchase orders. DISCUSSION: On January 17, 2017, the City Council authorized the Police Department to use Black and White Emergency Vehicles of Azusa for the purchase of public safety vehicle equipment and installation services, through Fiscal Year 2019-2020. This approval "piggybacked" on a competitive bid by the City of Arcadia, allowing West Covina to obtain the same competitively bid and awarded prices as Arcadia, as permitted by West Covina Municipal Code section 2-333(i)(2). Over the past three years, Police Department staff have been extremely satisfied with Black and White Emergency Vehicles. Their nearby location and their proficient vehicle handling services have saved considerable Police Department staff time, equipping Police vehicles quickly and efficiently. However, the term of the last agreement has ended. In February 2020, the City of Arcadia issued a new Request for Bid (RFB) to solicit proposals from qualified vendors for public safety vehicle equipment purchases and installation services. On the bid deadline, Arcadia received two bids. The lowest responsive bid was again from Black and White Emergency Vehicles of Azusa. On March 17, 2020, the Arcadia City Council approved a purchase order with Black and White Emergency Vehicles, with the ability to renew the purchase order for three (3) one (1) year periods. 9 (MB8U), NMO Antenna RG58U Coax Solid Center Wire,'/" hole Laird Technologies 1 (2 • i f Z , <s�1 Headache Rack: White powder coated finish Miscellaneous 0. - must accommodate mini light bar, Narrowstik work lights, and antenna 1 L/to 0O 0 . All - 00 11 (8815025), 6 position fuse block w/ground buss & cover Blue Sea Systems 1 1, • `T S 2 4 S' 9• 12. 4-pin trailer plug and bracket Miscellaneous 1 jjJ�• SD I "� ! n f7 •C 13 6001 batter ,TOP H.A.T, high -reliability 250-amp battery timer Copeland 65 14 (C31000), 1 )Ow Speaker wlUniversal Mounting Bracket Code 3 1 00 I e5- 0p Installation Labor Costs - Pickup Truck with jAjftbLftg ITEM DESCRIPTION Installation .if items 1-14 listed above into a full-size HOURS HOURLY RATE TOTAL utility bed p,ckup truck. (Installation to include center console, custom headache rack with Narrowstik and 60 4 oO 00 1 controller, aruber LED lights mounted front and rear, .10 extemal speaker, 4 LED work lights, heavy duty battery timer wlall aXA3ssores for dual batteries, and the following owner provided items: mini lightbar, two-way radio, and secondary battery.) MATERIALS & INSTALLATION LABOR COST FOR (1) UTILITY PICKUP $ 140 0 3. Pq SALES TAX (10.25%) $ 311 — I TOTAL $ _ 10I 7 • gJ TOTAL MATERIALS & INSTALLATION LABOR COST FOR (8) UTILITY PICKUPS $ _ q, • 44 B (tonal above x a) ) BID SCHEDULE -C ITEM DESCRIPTION HOURS HOURLY RATE TOTAL LFixed Instal: ation Labor Hourly Shop Rate 100 , 0 U 0 06 - 00 TOTAL LABOR & MATERIAL COSTS TOTAL BID AMOUNT ALL SCHEDULES A, B, and C amount $_ 14 7. 1�i . 29 1+B4C) Me iva.,,'y�',¢ +MAft� juyt� (Dollar amount in writWh form) / °� IN THE EVENT OF AN EMERGENCY SITUATION DOES VENDOR WISH TO HAVE THEIR NUMBER ADDED TO THE CITY OF ARCADIA EMERGENCY CONTACT LIST? YES ❑ NO IF YES IS SELECTED PLEASE PROVIDE TWO PHONE NUMBERS THAT VENDOR CAN REACHED AT 24 HOURS A DAY. PRIMARY NUMBER: 6�,-_33oO CONTACT PERSON: �D '�Q �Y16 ALTERNANTE NUMBER: 6Z� 62' ,jm5z0 cw CONTACT PERSON: �r � p, - LYIi PLEASE PROVIDE ANY ADDITIONAL COSTS THAT MAY BE ASSOCIATED WITH THESE SERVICES. NOTE: THE SELECTION OF 'YES' OR 'NO' WILL IN NO WAY HAVE A DETERMINING AFFECT AS TO THE AWARD OF THIS BID. A. Address from wv the City will be serviced: NAME OF dLukaW �.. B. we V hereby agree to furnish lighting and electrical supplies for the period of CO P P;Y ME one (1) year b<. Inning on the date of contract execution. C. The City exercise its option to renew this agreement as stipulated under the General Conditions, MAY OF? NOT D. Invoice terms of �/, (minimum of 20 days required). Unless otherwise stated NET 30 days shall apply. E. Please indicate if this bid will be extended to other public agencies: YES -2\— NO BIDDER'S NAME: RtG.fk cJ w LLG AUTHORIZED SIGNATURE: Li l� PRINTED NAME: �p Mind TITLE: s�r,GSt aL ADDRESS: V j h Q yt"f Ay P, CITY STATE ZIP �t�6 , 3 �/• 3Ejp t626, 33q- 00 / Ca»cQ l ev•coh, TELEPHONE NUMBER �/p 6 pFAX NUMBER jy ` FAIL TAXPAYER I.D. NUMBER: 7 1- ! -7 7 Black and White Emergency Vehicles has agreed to offer the same pricing terms to the City of West Covina see Attachment No. 1. "Piggybacking" on this bid is permitted by Section 2-333(i)(2) of the West Covina Municipal Code, which authorizes the waiver of formal contract procedures "[w]hen the successful bidder for a contract with another county, city, special district or other local agency makes the same written bid to the city, and the purchasing officer finds that the other local agency originally obtained the bid pursuant to formal contract procedures at least as rigorous as those of the city." Finance staff and the Purchasing Officer (Finance Director) have reviewed Arcadia's competitive bid process and award, and found that the process is the same, which satisfies West Covina's requirements. Authorizing the Police Department to utilize Black and White Emergency Vehicles while the City of Arcadia's purchase orders are in effect allows West Covina to obtain identical pricing, save staff time by utilizing the most local vendor, and streamline the City's purchasing process for the purchases of public safety equipment with installation services. Prepared by: Alex B. Houston, Police Administrative Services Manager Additional Approval: Richard Bell, Chief of Police Additional Approval: Robbeyn Bird, Finance Director Fiscal Impact FISCAL IMPACT: Designating Black & White Emergency Vehicles as the authorized vendor for the Police Department's vehicle equipment and installation will guarantee that West Covina obtains the lowest, competitively bid prices for several years (through Fiscal Year 2022-2023), and will save considerable staff time. Attachments Attachment No. 1 - Letter from Black & White Emergency Vehicles, with 3/17/2020 Staff Report and RFB Bidder Sheet from City of Arcadia CITY COUNCIL GOALS & OBJECTIVES: Protect Public Safety ATTACHMENT NO. 1 September 14, 2020 Sgt. Brian Daniels, Black and White Emergency Vehicles LLC, will honor the same pricing discount as the City of Arcadia's RFP awarded to us March 17, 2020 in which we came in the lowest bidder. Labor rates will be $80 an hour with an hour minimum charge. Parts anti material not to exceed 35% of manufacturer's cost and does not include freight c urges. These discounts will take effect immediately and shall continue for three years from proposal date. We look forward to working with your department, and yourself. Please feel free to contact us with any additional questions. Sincerely, John D�atino President 590 South Vincent Avenue, Azusa, CA 91702 Office 626-334-6300 Fax 626-334-6301 FA �,�uoeNy °me°-03 °; � • STAFF REPORT Public Works Services Department DATE: March 17, 2020 TO: Honorable Mayor and City Council FROM: Tom Tait, Public Works Services Director By: Tyler Polidori, General Services Superintendent SUBJECT: PURCHASE ORDER WITH BLACK AND WHITE EMERGENCY VEHICLES, INC. FOR THE PURCHASE OF VEHICLE OUTFITTING SUPPLIES AND SERVICES IN THE AMOUNT OF $167,149.29 Recommendation: Approve SUMM/ CRY The Public Works Services Department ("PWSD") is responsible for outfitting new fleet vehicle, with safety lighting, radio communication systems, and other job specific specialt/ equipment. This outfitting service is performed by an outside vendor. To ensure that the City is receiving the most competitive prices for the purchase of outfitting supplies and services, a formal bid process was conducted and Black and White Emergency Vehicles, Inc. submitted the lowest responsive bid. It is recommended that the City Council approve a purchase order with Black and White Emergency Vehicles, Inc. for the purchase of vehicle outfitting supplies and services in the amount of $167,149.29, with the option of three, one-year renewals. BACKGROUND The PWSD is responsible for the purchase of fleet vehicles described in the City's annual quipment Replacement Plan. When new police pursuit vehicles, service trucks, and miscellaneous vehicles are purchased, they are sent to an outside vendor for vehicle :)uffitting, which includes the installation of safety lighting, radio communication system!:, and other job specific specialty equipment. Police pursuit vehicles are outfitted with a K risoner seat, acrylic partition, push bar, gun mounts, and lights and sirens. The service (rucks and other miscellaneous vehicles are sent to the vendor to be equipped with sa aty lights and a City issued two-way radio. After the vendor has installed all outfitting related equipment, the vehicle is ready for duty. Award Purchase Order for Vehicle Outfitting Supplies and Services March 17, 2020 Page 2 of 3 DISCUSSION A Notice Inviting Bids was published in the City's adjudicated newspaper and sent directly to numerous local vehicle outfitting firms. On February 25, 2020, the Office of the City Clerk received and opened two sealed bids with the following results: Bidder Location Bid Black & White Emergency Vehicles, Inc. Azusa, CA $167,149.29 West Coast Lights & Sirens Riverside, CA $175,691.63 All bid documents were reviewed for content and the vendor's ability to best meet the City's needs as described in the bid specifications. Based on the evaluation of the bids, it was concluded that Black and White Emergency Vehicles, Inc. is the lowest responsive bidder. Black and White Emergency Vehicles, Inc. is currently the vehicle outfitting supplies and services provider for the City and have provided excellent service. All bid documents were reviewed for content and the vendor's ability to best meet the City's needs as described in the bid specifications. Based on the evaluation of the bids, it was concluded that Black and White Emergency Vehicles, Inc. is the lowest responsive bidder and has satisfactorily provided outfitting supplies and services to the City in tiie past. ENVIRONMENTAL ANALYSIS The proposed action does not constitute a project under the California Environmental Quality Act ("CEQA" ), and it can be seen with certainty that it will have no impact on the environment. Thus, this matter is exempt under CEQA. FISCAL IMPACT Sufficient funds have been budgeted in each Department's Fiscal Year 2019-20 Equipment Replacement Fund for the purchase of vehicle outfitting supplies and services. RECOMMENDATION It is recommended the City Council determine that this action does not constitute a project and is therefore exempt under the California Environmental Quality Act ("CEQA'); and approve a Purchase Order with Black and White Emergency Vehicles, Inc. for the purchase of vehicle outfitting supplies and services in the amount of $167,149.29, with the option of three, one-year renewals. Award Purchase Order for Vehicle Outfitting Supplies and Services March 17, 2020 Page 3 of 3 Bl&&k "40" CONSIDERATION CANNOT BE GIVEN TO BIDS RECEIVED AFTER FOR FURTHER PWS-VEHICLE UPFITTING AND 11:00 AM FEBRUARY 25, 2020 DETAIL -CALL: EQUIPMENT2020 l69919Fe.971n State Brand and/or manufacturer for each item. The manufacturer's name must be given. All products that meet the minimum specifications will be considered, with final determination of acceptable product to be made by City Staff. If you cannot provide an item, please mark "not available" or "N/A". Please do not leave any items blank. Verify your )id before submission. In the event of an extension error, the unit price shall prevail. BID SCHEDULE A Material Costs — Ford Explorer Patrol: ITEM DESCRIPTION BRAND! MANUFACTURER OTy UNIT PRICE TOTAL (2747ACC) 47" 270OCC BYO lightbar configuration #C40209 Code 3 2 (Z3SP-1) Z38 MATRIX SIREN Code 3 1 62� •oo b1S•aa a (3450) Banshee Amplifier Siren System Code 3 1 282.66 �-g2• G6 4. (C3100X) C3100 Series Siren Speaker Code 3 2 15S. 31a•a° 5. (MR6MC-RM Multi -color red/white LED light Code 3 2 66 6. (MR6MC-BW) Multi -color blue/white LED light Code 3 2 tD� G 7. (HDLGTBK7.PIU) MR6 Light Bracket Code 3 2s• 3� Z5.3s 8. (FSM-BKT-PIU) M180 Bracket Code 3 1 .J �JJD .65 SS 30 9. (M180SMC-RB) M180 Combination light Code 3 2 I /� (p� DO V 0• 00 10. (BSM-BKT-PIU) M180 Bracket Code 3 1 So 1, (5342-2L91) 2-Light LR Series Push Bumper (Code 3 MR6) Go Rhino Public Safety 1 O3 3 ¢ 83 6 12. (950-PiU) Plug-in Headlight Flasher Code 3 1 1�•9` fo-vb ITEM DESCRIPTION BRAND/ MANUFACTURER QTY UNIT PRICE TOTAL 3 tWDK01001TU12) Door Panel TPO BlackSETINAolymer 114.K05951TU12)WindowBarrierPoly SETINA 1 / ` 7 qC 15 (1K05741TU12SCASS) #6VS SPT Coated Poly Partition SETINA 1 7 Y0 �� .7 on IFS �/ 16. (QK0491ITU72) TPO Floor Pan SETINA 1 164. tg J6V•c� 17. (PP9640) WDrain for Floor Pan V/Drain 2 3X 20 38 1e (OK04961TU12) #12 Coated Poly Partition W/TPOSeat SETINA 1 G i r17 • / 18 (225-2373) Single Drawer Box 36"W x 28 %"D x 15 h"H, includes 2" Lip B&B Enterprises 1 / ! 76 - 6& ! 7 6 • °b (HWLFEI3) Siren Amplifier with One Speaker, Whelen 20. Includes Mounting Bracket 1 •3 T P-r 3. 7s J i 21 (CMSDMT-SA-LED) Console Side Swing Arm Docking Sta!-on Mount Troy 1 .�.-%`(• e� 27'f ps 22 (CP-UV-CARGO-MNT) Police Interceptor UV lift -up cargo platform Troy ,3 30 31 3 30.E 23. css T ) Cargo Mount Attachment Electronics Troy 1 Z �S I S. ��• I 24 (CC-UV-L-18) Police Interceptor Utility Specific , 6• Console Troy 1 36 q •`' ,369 97 25 holderNBHG), Internal two-piece dual beverage Troy 1 y2 3 3s 4�2 . Troy 26, (AC-TS-ARMMNT-LP) Console mounted height adjustable low profile swivel arm rest 1 �•?,'�� q 'J { ; �D 27 (SC-6) Geneation 2 Universal gun lock with #2 key Santa Cruz Gunlocks 2 �.Z.g. 1.S 27%.f0 28. (W6BR) Wilecat Hidea-Blast W600 Vertical flange mount. 9ft Blue/Red Code 3 2 /s-'L, 9� A. 29 (CITEZPIU-RABA-MTC) Citadel EZ Mount PIU, Mulb-color, RA, BA, Controller Code 3 1 q ti7. 911 30. (ULTTC-RBA) Mega Thin Tri-color 16 LED exterior light, surface mount, red/blue/amber Code 3 2 7D 31 (MB8U), NMO Antenna RG58U Coax Solid Center Wire, %" hole Laird Technologies 5 32. (35961)152-162 Mhz % Wave Antenna Black Laird Technologies 1 Q 1 ,�,� L?• d� 1 33. (743") 450-470 Mhz Y. Wave Antenna Black Laird Technologies 1 • 7'1, G 71 I 34 (RPT-3000-1C) Connector, Reverse gender & reverse threaded SMA Male RF Industries 2 35. (NM0150/450C) Dual Band Antenna, 50-154 1.6 dB/450-460 3.5 dB Pulse Larsen 2 q3 •S� ITEM DESCRIPTION BRANDI MANUFACTURER QTY UNIT PRICE TOTAL 36. (GPSUI5M) GPS Active Antenna Black NMO mount 3-5V Laird Technologies 1 Za ��i0 7 •18 37. (MMSU-1) Magnetic Mic single unit Magnetic Mir 3 32.00 �� • OA 38. 0122100 series compartment light, 5.4" LED124V Code 3 1 9 Ignition Interlock System, 27 Circuits Smart Start Or• 39. w/modular Smart Start timer, L3 bracket for Ford 1 % 5• ISM /' +�' 0a Utility, w/20 it, output wires v 7 u Installation Labor Costs — Ford Explorer Patrol• ^ITEM DESCRIPTION HOURS HOURLY RATE TOTAL lnstaliatiOnof all items 1.39 listed above into a Ford L Explorer Pciice Interceptor Unit Installation to include the following owner items: UHFNHF 1 1 f1 —J V QP1 �Q ill 3 2 s o a a provided two-way radio, laptop mount, and 2 gun racks r MATERIALS & INSTALLATION LABOR COST FOR (1) FORD EXPLORER $ / J �./?'��f• �� SALES TAX (10.25%) $ ) 1� ry7s/• �� TOTAL $ j! 6 i �qy. $'S TOTAL MATERIALS & INSTALLATION LABOR COST FOR (7) FORD EXPLORERS $ ! ! ro iq' 86' (A) (total above x 7) BID SCHEDULE — B Material Costs — Utility Bed Pickup Truck: ITEM DESCRIPTION BRANMANUFACTURER TURER OTY UNIT PRICE TOTAL I (NASL847), 8-LED amber NartowStik 47" with Controller Code 3 1 p 1 / I 2. 24WF Flood 9-LED Worklight, square swivel 12. Code 3 4 ' l 6x• N A 3. (MR6-A), surface mount amber LED Code 3 2 b 7 • sc /3.�• tsl° 4 12 2 V P) mbe(D Mega Thin Surface Mount, Code 3 2 (O , �.� 3 16 3, „�T 6 (Col -W BOS-20), Wide body console w/open Troy 1 70 520• sue. Te 6 (AC4NBHG), Internal two-piece dual beverage holder Troy 1 (L1. 3s 1 r 1,h • 3S `C 7 (AC-TB-ARMMNT-LP), Console mounted height adjustable low -profile swivel arm Troy 1 i 1.+', 8J� ' • QS a (MRC113450), OC 150-amp manual reset circull breaker Eaton Buseman , g 3 . s4 33 •s9