Long Beach, CA
File #: 07-0294    Version: 1 Name: FM/PD/PW - Specifications No. PA-02406
Type: Contract Status: CCIS
File created: 3/15/2007 In control: City Council
On agenda: 3/20/2007 Final action: 3/20/2007
Title: Recommendation to adopt Specifications No. PA-02406 and award a contract to West Covina Motors, Inc., dba Clippinger Chevrolet, dba West Covina Dodge, dba Clippinger Ford for furnishing and delivering 14 Jeep Wrangler right-hand drive vehicles, in the total estimated amount of $434,924 including tax. (Citywide)
Sponsors: Financial Management, Public Works, Police
Indexes: Contracts
Attachments: 1. 032007-C-15sr.pdf
Related files: 30004_000
TITLE
Recommendation to adopt Specifications No. PA-02406 and award a contract to West Covina Motors, Inc., dba Clippinger Chevrolet, dba West Covina Dodge, dba Clippinger Ford for furnishing and delivering 14 Jeep Wrangler right-hand drive vehicles, in the total estimated amount of $434,924 including tax.  (Citywide)  
 
DISCUSSION
City Council approval is being requested to enter into an annual contract for the purchase of 14 Jeep Wrangler, right-hand drive vehicles.
 
Fleet Services Bureau hasan immediate need to purchase 14 Jeep Wrangler, right-hand drive vehicles for the Long Beach Police Department's Parking Control operations, as part of the City's multi-year vehicle replacement plan. This purchase will replace 14 three-wheel truckster vehicles, most of which are 11 years in age. The budgeted replacement cycle of a truckster is 10 years. The request was initiated by the Long Beach Police Department, as the current fleet of three-wheel vehicles have proven unsafe at times and in constant need of repair, with parts often not available or very costly.
 
In an effort to provide a safe, more durable, and more functional vehicle, the Fleet Services Bureau recommended that a full-sized vehicle be used in the future. Extensive research on available, full-sized, factory produced right-hand drive vehicles was conducted and the Jeep Wrangler is the only option on the market. In an effort to maintain the City's objective to standardize the City's fleet, various cities with parking enforcement details were surveyed to compare the use of right-hand drive vehicles versus left-hand drive vehicles, such as the Ford Rangers utilized by the City's street sweeping parking enforcement officers.
 
It was determined that the procurement of the Jeep Wranglers did not present an operational challenge, neither in terms of availability of parts during the life span of the vehicles, nor in terms of the need for additional training costs for Fleet mechanics to care for the vehicles. In fact, by switching from smaller three-wheeled vehicles to the full-sized Jeep Wranglers, efficiencies will be realized by integrating the new vehicles into the better-staffed light-vehicle repair line. Furthermore, the full-sized vehicles will allow for the use of a parking boot on low-priority tows, which will improve the response times of City tow trucks supporting the Police Department, freeing up police officers more quickly to perform core patrol functions.
 
The bid was advertised on September 29, 2006, and 130 potential bidders specializing in righthand drive vehicles were notified of the bid opportunity; eight were Minority-owned Business Enterprises (MBEs), six were Women-owned Business Enterprises (WBEs), 28 were Long Beach businesses, and three were certified Small Business Enterprises (SBEs). 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.lbpurchasina.ora. 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 October 10, 2006.
West Covina Motors, Inc., dba Clippinger Chevrolet dba West Covina Dodge dba Clippinger Ford, of West Covina, CA, was the lowest responsible bidder.
 
This matter was reviewed by Deputy City Attorney Lori A. Conway on October 20, 2006 and Budget and Performance Management Bureau Manager David Wodynski on March 13, 2007.
 
TIMING CONSIDERATIONS
City Council action to adopt Specifications No. PA-02406 and award a contract concurrently is requested on March 20, 2007 to secure the acquisition of 14 in-stock Jeep Wranglers.
 
FISCAL IMPACT
The City anticipates the Jeep Wranglers to have a much higher expected mileage capability, more versatility for other use if necessary, better parts availability, longer warranty period which will significantly reduce actual maintenance costs, and maintain a higher resale value when disposed at the end of their life cycle.
 
The cost of this contract, in the estimated one-time amount of $434,924 including tax, is budgeted in the Fleet Services Fund (IS 386) and in the Department of Public Works. The City will have the option of adding expenditures up to 10 percent (or $43,924) above the contract amount. Fleet Services Bureau charges for ongoing capital replacement and operating costs for the requested vehicles will increase the General Fund (GP) budget of the Police Department (PO) by approximately $55,000 per year.
 
SUGGESTED ACTION
Approve recommendation.
 
Respectfully Submitted,
 
 
MICHAEL A. KILLEBREW
DIRECTOR OF FINANCIAL MANAGEMENT
 
 
CHRISTINE F. ANDERSEN
DIRECTOR OF PUBLIC WORKS
 
 
ANTHONY BATTS
CHIEF OF POLICE
 
APPROVED:
 
 
 
                                                  
 
GERALD R. MILLER
 
CITY MANAGER