Long Beach, CA
File #: 13-0342    Version: 1 Name: FD/FM - Symphotic TII Two Remotely Operated Vehicles
Type: Contract Status: CCIS
File created: 4/9/2013 In control: City Council
On agenda: 4/23/2013 Final action: 4/23/2013
Title: Recommendation to adopt Specification No. PA-01813 and award a contract to Symphotic TII Corporation, of Camarillo, CA (not a MBE, WBE, SBE or Local), for the purchase of two Saab Seaeye Falcon electric-powered Remotely Operated Vehicle (ROV) systems, in an amount not to exceed $678,325 including tax and fees. (Citywide)
Sponsors: Financial Management, Fire
Indexes: Contracts
Attachments: 1. 042313-R-13sr.pdf
TITLE
Recommendation to adopt Specification No. PA-01813 and award a contract to Symphotic TII Corporation, of Camarillo, CA (not a MBE, WBE, SBE or Local), for the purchase of two Saab Seaeye Falcon electric-powered Remotely Operated Vehicle (ROV) systems, in an amount not to exceed $678,325 including tax and fees.  (Citywide)
 
DISCUSSION
City Council approval is requested to enter into a contract for the purchase of two Saab Seaeye Falcon ROV systems from Symphotic TII Corporation for the Long Beach Fire Department's fire boats.
 
The ROV systems are vital for sub-surface water operations and will allow the fire boats to directly focus on sub-surface objects in conditions that are inaccessible or unsafe for divers.  The ROV systems, with its tools and standard accessories, will greatly enhance the ability of the fire boats to provide increased domain awareness during prevention and response activities.  Additionally, the ROV systems are equipped with cameras that will provide video surveillance over an extended period of time.
 
The bid was advertised in the Press-Telegram on January 7, 2013, and 515 potential bidders specializing in electric-powered remotely operated vehicles were notified of the bid opportunity.  Of those bidders, eight downloaded the bid via our electronic bid system.  The bid document was also made available from the Purchasing Division, located on the seventh floor of City Hall, and the Division's website at www.longbeach.gov/purchasing <http://www.longbeach.gov/purchasing>.  A bid announcement was also included in the Purchasing Division's weekly update of Open Bid Opportunities, which is sent to 30 local, minority and women-owned business groups.  One bid was received on January 22, 2013.  The sole bidder was not a Minority-owned Business Enterprise (MBE),  a Women-owned Business Enterprise (WBE), a Certified Small Business Enterprise (SBE), or a Long Beach business (Local).  Symphotic TII Corporation, of Camarillo, CA (not an MBE, WBE, SBE or Local), was the sole responsible bidder.
 
Local Business Outreach
 
In an effort to align with our outreach goal, Long Beach businesses were encouraged to submit bids for City contracts.  The Purchasing Division also assisted businesses with registering on the Bids Online database to download the bid specifications.  Through outreach, 59 Long Beach vendors were notified to submit bids, of which one downloaded and none submitted a bid.  The Purchasing Division is committed to continuing to perform outreach to local vendors to expand the bidder pool.
 
This matter was reviewed by Deputy City Attorney Amy R. Webber and Budget Management Officer Victoria Bell on April 3, 2013.
 
TIMING CONSIDERATIONS
City Council action to adopt Specifications No. PA-01813 and award a contract concurrently is requested on April 23, 2013 to expedite the purchase of the ROV systems before the grant award expires in May 2013.
 
FISCAL IMPACT
The total cost of the contract, in the not to exceed amount of $678,325, will be offset by grant funds awarded to the Harbor Department under the Federal Emerency Management Agency (FEMA) FY 2008 Port Security Grant Program and California Emergency Agency (CalEMA) FY 2008 California Port and Maritime Security Grant Program, which are budgeted in the Harbor Capital Fund (HR 431) in the Harbor Department (HA).  Future replacement of the equipment may become necessary and if, at that time, it is determined prudent to replace the equipment, the City will seek grant funds for that purpose.  There is no impact to the General Fund (GP) or the Tidelands Operations Fund (TF 401). There is no local job impact associated with this recommendation.
 
SUGGESTED ACTION
Approve recommendation.
 
Respectfully Submitted,
JOHN GROSS
DIRECTOR OF FINANCIAL MANAGEMENT
 
MICHAEL A. DuREE
FIRE CHIEF
 
 
APPROVED:
 
PATRICK H. WEST
CITY MANAGER