Long Beach, CA
File #: 06-0319    Version: 1 Name: FM/PW-Specifications No. PA-02205 Crash Rescue Equipment Services, Inc
Type: Contract Status: CCIS
File created: 4/13/2006 In control: City Council
On agenda: 4/18/2006 Final action: 4/18/2006
Title: Recommendation to adopt Specifications No. PA-02205 and award a contract to Crash Rescue Equipment Services, Inc., for furnishing and delivering one Rapid Intervention Vehicle and necessary auxiliary equipment for $309,341 including tax. (District 5)
Sponsors: Financial Management, Public Works
Indexes: Contracts
Attachments: 1. R-41sr
Related files: 29528_000
TITLE      
Recommendation to adopt Specifications No. PA-02205 and award a contract to Crash Rescue Equipment Services, Inc., for furnishing and delivering one Rapid Intervention Vehicle and necessary auxiliary equipment for $309,341 including tax.  (District 5)
 
DISCUSSION
City Council approval is being requested to enter into a contract for the purchase of one Rapid Intervention Vehicle (RIV) to replace the existing RIV for Aircraft Rescue and Firefighting (ARFF). The RIV is a quick response unit with both foam and dry-chemical firefighting capabilities utilized at the Long Beach Airport. In addition to meeting the operational response requirements of the Code of Federal Regulations (CFR) 14 Part 139, the RIV also functions as the on-scene incident command post.
 
As part of the City's multi-year vehicle replacement plan, the new RIV will replace the existing 14 year-old vehicle that has incurred increased maintenance costs and repair downtime.
The standard recommended by the Federal Aviation Administration (FAA) for replacement of ARFF vehicles is ten years. The Long Beach Airport has received preliminary FAA approval for the vehicle and auxiliary equipment purchase utilizing FAA Airport Improvement Program (AlP) and Passenger Facility Charges (PFC) funds.
 
The bid was advertised on December 12, 2005, and 18 potential bidders were notified of the bid opportunity; none are Minority-owned Business Enterprises (MBEs), one is a Womenowned Business Enterprise (WBEs), and three are Long Beach businesses. The bid document was made available from the Purchasing Division located on the Plaza Level of City Hall and the Division's website at www.lbpurchasing.org. A bid announcement was also included in the Purchasing Division's weekly update of Open Bid Opportunities, which is sent to 32 local, minority and women's business groups. Bids were opened on January 12, 2006.
Crash Rescue Equipment Service, Inc., of Dallas, Texas was the lowest responsible bidder.
 
This matter was reviewed by Deputy City Attorney Donna F. Gwin on June 13, 2005 and Budget Management Officer David Wodynski on April 1 0, 2006.
 
TIMING CONSIDERATIONS
City Council action to adopt Specifications PA-02205 and award the contract concurrently is requested on April 18, 2006 to ensure that the existing RIV is replaced in a timely manner.
 
FISCAL IMPACT
The cost of this contract, in the amount of $309,341, is budgeted in the Fleet Services Fund (IS 386) in the Department of Public Works (PW). The RIV and auxiliary equipment will be reimbursed with FAA AlP and PFC funds. The AlP grant funds are anticipated to be available in August 2006. Upon final FAA approval, an appropriation will be requested in the Airport Enterprise Fund (EF 320) in the Department of Public Works (PW). The budget for fuel and operating costs for the RIV is included in the General Fund (GP) in the Fire Department (FD) and is recovered from the Airport Bureau through an interdepartmental Memorandum of Understanding (MOU).
 
SUGGESTED ACTION:
Approve recommendation.
 
Respectfully submitted,      
 
 
 
CHRISTINE F. ANDERSEN      
DIRECTOR OF PUBLIC WORKS                        APPROVED:
 
 
                                                            
                                          GERALD R. MILLER
                                                CITY MANAGER
 
 
MICHAEL A. KILLEBREW
DIRECTOR OF FINANCIAL MANAGEMENT