Long Beach, CA
File #: 14-0633    Version: 1 Name: FM - Contract to Adamson Industries for emergency response vehicles
Type: Contract Status: CCIS
File created: 7/31/2014 In control: City Council
On agenda: 8/19/2014 Final action: 8/19/2014
Title: Recommendation to adopt Specifications No. PA-06013 and award contracts to Professional Police Supply, dba Adamson Industries, of Los Alamitos, CA, B B & J Enterprises, Inc., dba B & B Enterprises, of Phoenix, AZ, and The Truck Lighthouse, dba The Lighthouse, Inc., of Santa Fe Springs, CA, for the purchase of auxiliary equipment for emergency response vehicles, in an aggregate annual amount not to exceed $360,000 for a period of two years, with the option to renew for two additional one-year periods, at the discretion of the City Manager. (Citywide)
Sponsors: Financial Management
Indexes: Contracts
Attachments: 1. 081914-R-21sr.pdf
Related files: 33724_000, 17-0350, 33724_001
TITLE
Recommendation to adopt Specifications No. PA-06013 and award contracts to Professional Police Supply, dba Adamson Industries, of Los Alamitos, CA, B B & J Enterprises, Inc., dba B & B Enterprises, of Phoenix, AZ, and The Truck Lighthouse, dba The Lighthouse, Inc., of Santa Fe Springs, CA, for the purchase of auxiliary equipment for emergency response vehicles, in an aggregate annual amount not to exceed $360,000 for a period of two years, with the option to renew for two additional one-year periods, at the discretion of the City Manager.  (Citywide)
 
DISCUSSION
City Council approval is requested to enter into annual contracts with Adamson Industries, B & B Enterprises, and The Lighthouse, Inc., for the purchase of auxiliary equipment, such as light bars, sirens and electronic controllers, needed to equip emergency response vehicles for the Police and Fire Departments.
 
The bid was advertised in the Press-Telegram on July 23, 2013, and 777 potential bidders specializing in automotive parts and services and Homeland Security products and services were notified of the bid opportunity.  Of those bidders, 29 downloaded the bid via our electronic bid system.  The bid document was made available from the Purchasing Division, located on the seventh floor of City Hall, and the Division's website at 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.  Four bids were received on August 13, 2013.  Of those four bidders, none were Minority-owned Business Enterprises (MBEs), one was a Women-owned Business Enterprise (WBE), none were certified Small Business Enterprises (SBEs), and none were Long Beach businesses (Local).  Adamson Industries, of Los Alamitos, CA (WBE), was the lowest responsible bidder.  However, Truck Lighthouse, Inc., of Phoenix, AZ (not a MBE, WBE, SBE, or Local), and B & B Enterprises of Santa Fe Springs, CA (not a MBE, WBE, SBE, or Local), can provide the City cost savings, as they were the low bidders on specific line item bids.
 
Local Business Outreach
 
In an effort to align with our outreach goal, Long Beach businesses are encouraged to submit bids for City contracts.  The Purchasing Division also assists businesses with registering on the Bids Online database to download the bid specifications.  Through outreach, 100 Long Beach vendors were notified to submit bids, of which two 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 Kendra L. Carney on July 30, 2014 and by Budget Management Officer Victoria Bell on August 6, 2014.
 
TIMING CONSIDERATIONS
City Council action to adopt Specifications No. PA-06013 and award contracts concurrently is requested on August 19, 2014 to ensure that contracts are in place expeditiously.   
 
FISCAL IMPACT
The cost of these contracts is an aggregate annual amount not to exceed $360,000 and is budgeted in the Fleet Services Fund (IS 386) in the Financial Management Department (FM) and in the General Fund (GF) in the Police and Fire Departments (PD and FD) through the Fleet Memorandum of Understanding (MOU).  There is no local job impact associated with this recommendation
 
SUGGESTED ACTION
Approve recommendation.
 
Respectfully Submitted,
JOHN GROSS
DIRECTOR OF FINANCIAL MANAGEMENT
 
 
 
APPROVED:
 
PATRICK H. WEST
CITY MANAGER