Loading...
SR 09-26-2017 3A City Council Report City Council Meeting: September 26, 2017 Agenda Item: 3.A 1 of 4 To: Mayor and City Council From: Susan Cline, Director, Public Works, Street & Fleet Services Subject: Contract Modification with Airwave Communications for Police Department Vehicle Upfitting Recommended Action Staff recommends that the City Council authorize the City Manager to negotiate and execute a first modification to agreement #9989 with Airwave Communications Enterprises, a California-based company, to provide labor and equipment associated with upfitting Police Department vehicles for two additional years, through October 27, 2019. This will result in a five-year amended agreement with no change to the total not to exceed amount of $2,376,000. Executive Summary The City replaces vehicles that have reached the end of their cost-effective useful life through the Vehicle Replacement Program. In the next two years, 87 Police Department vehicles are scheduled to be replaced through this program. The cost for installation of various standardized and specialized equipment for these vehicles, also known as “upfitting,” is approximately $13,500 each, based on the bids received and the current contract, which expires on October 27, 2017. A first modification to agreement #9989 with Airwave Communications Enterprises to extend the term an additional two years, with no increase to the total contract amount of $2,376,000 is necessary to provide upfitting services for planned purchases of Police Department vehicles over the next two years. Background On October 28, 2014, Council awarded a contract to Airwave Communication Enterprises in an amount not to exceed $2,376,000 for labor and equipment associated 2 of 4 with upfitting Police Department vehicles (Attachment A). The term “upfitting” refers to the installation of various standardized and specialized equipment in or on a vehicle or piece of equipment, such as emergency lighting, warning equipment, computer equipment and/or a police radio. At the time of the contract award staff estimated that 176 replacement police vehicles would require upfitting over the three-year term of the contract. However, only 71 Police Department vehicles have been replaced and upfitted since then. Over the next two years, an additional 87 Police Department vehicles are scheduled to be replaced with new vehicles, which would require upfitting. The City replaces vehicles that have reached the end of their cost-effective useful life through the Vehicle Replacement Program. As a part of the program, 87 Police Department vehicles are scheduled to be replaced during the next two years. Each new vehicle would be equipped with emergency lighting and warning equipment and a police radio. Some vehicles would be equipped with prisoner transport systems and additional equipment such as a mobile computer and camera system. The equipment installed in each vehicle varies depending on the purpose of the vehicle. Equipment from existing vehicles would be transferred to new vehicles when possible. The process of equipping police vehicles is complex since there is significant equipment that must be installed to manufacturer specifications in order to operate properly in a rigorous mobile environment. Sensitive computer and camera equipment must be installed in a highly specialized manner in order to properly operate and last throughout its scheduled life cycle. Discussion On May 9 2017, Council approved the purchase of 26 Ford Police Interceptor Utility (PIU) Vehicles for the Police Department. The vehicles are scheduled for delivery in the next few months. If this modification is not approved, the 26 vehicles will be delivered and will sit, unused, until a formal bid is drafted, posted, and awarded by Council. This process may take from six to 12 months. 3 of 4 The 26 vehicles the PIUs are replacing have either been taken out of service or are not in good condition, which is why they were approved for replacement. The Police Department would be forced to continue to utilize the existing, older vehicles past their cost-effective useful life while their newly purchased PIUs sit unused waiting for upfitting. This could cause a variety of issues ranging from increased maintenance costs to vehicle accidents. Any additional vehicles purchased for the Police Department over the next year may also sit unused while the formal bid is finalized. Additional funding is not required as part of this contract modification. The addition of two years to the contract term would allow for uninterrupted service through October 27, 2019. Vendor Selection In June 2014, the City published Notices Inviting Bids to provide labor and equipment associated with upfitting Police Department vehicles, as required by the Police Department and Fleet Management Division, in accordance with City specifications. The bid was posted on the City’s on-line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. The bid was downloaded by 19 vendors. Two bids were received and publicly opened on June 18, 2014, per Attachment B. Bids were evaluated on the criteria in SMMC 2.24.072, including price, ability to deliver, completeness of bid response, past experience and quality of product. Airwave Communications Enterprises was the only bidder to provide a complete bid response including pricing for both labor and equipment as requested in the bid. The other bidder, Adamson Police Products, did not provide pricing for installation/labor. Based on these criteria, Airwave Communications Enterprises was recommended as the best bidder to provide labor and equipment associated with upfitting Police Department vehicles. By amending the contract for an additional two years, the Police Department will continue to receive the high level of customer service and professionalism they have received from Airwave Communications Enterprises over the last few years. The 4 of 4 amendment will also ensure that the type of equipment installed on the Police Department’s vehicles remains standardized, which assists Fleet Management when determining what parts to stock and the amount of training required for technicians to repair this type of equipment. Financial Impacts and Budget Actions There is no immediate financial impact or budget action necessary as a result of the recommended action. The contract modification to be awarded to Airwave Communications Enterprises extends the term an additional two years and does not increase the total contract amount of $2,376,000. Prepared By: Heidi Duran, Administrative Analyst Approved Forwarded to Council Attachments: A. October 28, 2014 Staff Report B. Bid No. 4158 Bid Summary C. Oaks Form - Airwave Communications Enterprises ATTACHMENT B Bid No. 4158  % discount off  of MFR price  list Price list(s)  referenced Hourly labor rate  for installation If applicable  State labor  guides used State Brand(s)  offered  % discount off  of MFR price  list Price list(s)  referenced Hourly labor  rate for  installation If applicable  State labor  guides used State  Brand(s)  offered  25% $2,178.00 3 hours at $65.00 Federal Signal 39% 2014 No Bid No Bid As specified 25% $985.00 4 hours at $65.00  per hour Federal Signal 39% 2014 No Bid No Bid As specified 25% $445.00 2 hours @ $65.00  per hour Federal Signal 39% 2014 No Bid No Bid As specified 25% $279.00/ $33.00 1 hour @ $65.00  per hour Federal Signal 39% 2014 No Bid No Bid As specified 25% (N/A) N/A N/A N/A N/A 39% 2014 No Bid No Bid As specified 25% $35.15 1 hour @ $65.00  per hour Federal Signal 39% 2014 No Bid No Bid As specified 25% $217.00/$276.21 2 hours @ $65.00  per hour Crowing Explorer 2014 No Bid No Bid As specified 25%Installation Kit  $375.00 4 hours @ $65.00  per hour Motorola  installation  guidelines Motorolla No Bid 2014 No Bid No Bid As specified 25% $327.00/ $65.00 1 hour at $65.00  per hour Troy 30% 2014 No Bid No Bid As specified 20% $353.40 1 hour at $65.00  per hour Troy 30% 2014 No Bid No Bid As specified 20% $387.00/ $38.00 2 hours @ $65.00  per hour Troy 30% 2014 No Bid No Bid As specified 25% $68.92 ea 2 hours @ $65.00  per hour N/A Federal Signal 41% 2014 No Bid No Bid As specified 20% $293.00 2 hours @ $65.00  per hour Troy 30% 2014 No Bid No Bid As specified 25% $28.75 ea 1 hour at $65.00  per hour Antennex No Bid 2014 No Bid No Bid As specified 30% $231.00 1 hour at $65.00  per hour Sound Off 40% 2014 No Bid No Bid As specified 30% $72.00 ea 1 hour at $65.00  per hour Sound Off 40% 2014 No Bid No Bid As specified 30% $48.75 0.5 hour at $65.00  per hour Sound Off 40% 2014 No Bid No Bid As specified 25% SC‐1 $74.00 AR‐ $108.75 1901‐  $26.00 1 hour at $65.00  per hour Santa Cruz Locks 30% 2014 No Bid No Bid As specified 25% $46.92 ea x2 1 hour at $65.00  per hour Pro‐Gard 30% 2014 No Bid No Bid As specified 25% $1,850.00 2 hours @ $65.00  per hour Crow Vic Priced 30% 2014 No Bid No Bid As specified 25% $118.87 1 hour at $65.00  per hour Panasonic Havis 35% 2014 No Bid No Bid As specified 25% $38.02 0.5 hour at $65.00  per hour Panasonic Havis 35% 2014 No Bid No Bid As specified 25% $63.47 0.5 hour at $65.00  per hour Panasonic Havis 35% 2014 No Bid No Bid As specified 25% $103.16 0.5 hour at $65.00  per hour Panasonic Havis 35% 2014 No Bid No Bid As specified 25% $235.00 2 hours @ $65.00  per hour Newmar No Bid 2014 No Bid No Bid As specified 25% $675.00 4 hours @ $65.00  per hour Son Cell No Bid 2014 No Bid No Bid As specified Period 2 Period 3 Bid Description: Provide labor and equipment associated with upfitting police department vehicles, as required by the Police Department and Fleet Management division. Living Wage Ordinance Contract is subject to the Living Wage Ordinance Newmar start guard Contract States not applicable Arizona No Presence No Presence Sound‐ off third brake light with shroud 5 years on all LED lighting No Bid No Bid No Bid Oaks Initiative Disclosure Form Complete Description Rate Contract States not applicable All cost include shipping and handling Parts and materials mark‐up/discount off  current MFR's price list for items not  listed above Mark‐up 20% above cost inc. shipping Pick‐up and delivery service round trip N/A Talley antennas (three)‐ UHF, 800MHZ  and 2.4 GHZ Patrol power wiring harness kit for Ford  Police interceptor and Ford utility Police  inteceptor Sound‐off rear window white led lights Sound‐off red/white led dome  lights Santa Cruz large gun lock, small gun lock  and fun butt plates Pro‐gard gun lock mounting brackets Pro‐ gard P1500F prisoner transport  system Havis shield dash fixed mount for  MW800 for Crown Victoria Havis shield MW800 mount plate Do you deliver parts and/or products in  your own company vehicle?No Go‐Rhino push bumpers Motorola APX 650 (City shall furnish  radio transceiver and control head‐  vendor shall furnish and install all cabling,  microphones, speakers, clips, etc) Troy full‐size trunk tray and equipment  guard Troy half‐trunk organizer box Troy 14" space saver center console and  dual‐cup beverage holder Pick‐up and delivery service one way N/A Troy 14" space saver center console and  dual‐cup beverage holder Description Response Response Payment Terms Net 30 days Please provide the warranty options for  the equipment and services associated  with this bid. All manufacture warranty will apply on all products installed 1 year no cost warranty on all labor  and installation parts Whelen red/blue mirror lights Renewal Same price, terms, and conditions offered 10% Increase of previous year's price for all areas or options Same price, terms, and conditions offered 10% Increase of previous year's price for all areas or options Havis shield quick release for keyboard Havis shield telescoping computer  mounting No Will you be able to comply with the   insurance requirements?Can comply Can comply Supplemental Questions Response Response Do you come into  City of Santa Monicto  conduct business?No No Response Brand/ Description Bid Closing Date:  June 18, 2014 Comments Rate Comments Airwave Communications Ent. Adamson Police Products Hayward, California Federal signal park kill module Federal signal richochet power supply Commerce, California Federal signal valor light bar Federal signal smartsiren platinum  controller Federal signal siren amplifier 80K Federal signal siren speaker (two) and  bracket Pricing Response REFERENCE:    FIRST MODIFICATION TO  CONTRACT NO. 9989  (CCS)