File #: 18-2023    Version: 1 Name:
Type: Bid & Purchase Status: Passed
File created: 8/6/2018 In control: City Council
On agenda: 8/15/2018 Final action: 8/15/2018
Title: City Council consideration to award RFP 18-009SB to LDV, Inc. for the purchase of a custom fabricated Hazardous Materials Trailer
Attachments: 1. RFP 18-009SB Corona Fire Department Hazmat Trailer Final, 2. REVISED LDV Proposal RFP 18-009SB Fire Dept Hazmat Trailer, 3. REVISED LDV Proposal CAD Drawings RFP 18-009SB Fire Dept Hazmat Trailer, 4. RFP Summary - Fire Department Hazmat Trailer - RFP 18-009SB, 5. Evaluation of Revised Proposals RFP 18-009SB Fire Dept Hazmat Trailer

AGENDA REPORT

REQUEST FOR CITY COUNCIL ACTION

 

 

 

DATE:                                          8/15/2018

 

TO:                                          Honorable Mayor and City Council Members

                     

FROM:                     Fire Department

 

SUBJECT:                     

Title

City Council consideration to award RFP 18-009SB to LDV, Inc. for the purchase of a custom fabricated Hazardous Materials Trailer

 

End

RECOMMENDED ACTION:

Recommended action                     

That the City Council

 

1.                     Award Request for Proposals (RFP) 18-009SB, titled Corona Fire Department Hazmat Trailer to LDV, Inc. of Burlington, WI based upon the findings noted in this report.

 

2.                     Authorize the Purchasing Agent to issue a purchase order to LDV, Inc. in the amount of $112,500.

 

Body

ANALYSIS:

The Corona Fire Department Hazardous Materials Response Team is among only four in Riverside County. This specialty resource is invaluable to our City, Riverside County, and the State of California as a whole.

The importance of and the imperative need for this resource, is supported through the allocation of grant funding awarded to our Hazardous Materials Response Team program, by the County and the California Governor's Office of Emergency Services (Cal OES) through the State Homeland Security Program (SHSP). The intent of the SHSP program is to support terrorism preparedness by building or enhancing capabilities that relate to the prevention of, protection from, or response to acts of terrorism and other catastrophic events.

Corona Fire Department’s Type 2 Hazardous Materials Response Team is approaching the due date of its 5-year recertification process, scheduled for May 2019. Since the 2013 certification process, new and updated policies, procedures and equipment needs have been adopted by Cal OES.

One of the primary Cal OES recertification updates deals with the storage and proper markings of container units or kits containing hazardous materials equipment and tools, when stored onboard HazMat Response Unit Apparatus. With our current HazMat Unit being utilized to its capacity, this mandate will not be attainable without additional storage capability.

The purchase of this grant funded support trailer will enhance response capabilities and allow for the transportation and proper storage of mandated equipment compliant of a State Certified Type 2 Hazardous Materials Team.

This project was submitted to, reviewed and evaluated by the Riverside County Anti-Terrorism Authority Committee, and based on its importance, and Regional asset capabilities, was awarded the funding to complete. The City of Corona will not incur any cost.

The City of Corona Purchasing Division solicited proposals from eight qualified, licensed vendors for the design and fabrication of a trailer to be used by the Corona Fire Department’s Hazmat team.  On June 13, 2018, the City issued RFP 18-009SB, titled “Corona Fire Department Hazmat Trailer”. The RFP was advertised in the Sentinel Weekly News and posted on the City’s website.  Two vendors submitted proposals by the submission date of June 28, 2018.

An evaluation committee comprising of Corona Fire Department Hazmat team members was formed to consider and evaluate the proposals.  The evaluation of the proposals was based on five essential criteria:

1.                     Qualifications of Firm (25%)

2.                     Qualifications of Personnel (25%)

3.                     Related Experience (25%)

4.                     Completeness and Timeliness of Response (10%)

5.                     Reasonableness of Cost and Price (15%)

 

LDV, Inc. was evaluated and was the highest scoring vendor in evaluation criteria items 1-4 identified above. 

The summary of proposal evaluation rankings is presented below:

 

Vendor

City/State

Rank

RFP Score

LDV, Inc.

Burlington, WA

1

94

Calolympic Safety

Corona, CA

2

68

 

 

COMMITTEE ACTION:

Not Applicable

 

STRATEGIC PLAN:

This item supports the City’s Strategic Plan Goal 1: Promote Public Safety: Protect our Residents and Business; Objective a: Ensure adequate funding for police and fire services.

 

FISCAL IMPACT:

This purchase is funded by the FY16 County Hazardous Materials Operations Group (CHOG) grant and the FY17 State Homeland Security Program (SHSP) grant. These grants were accepted and budget was appropriated at a prior Council meeting.

 

ENVIRONMENTAL ANALYSIS:

This action is exempt pursuant to Section 15061(b)(3) of the Guidelines for the California Environmental Quality Act (CEQA), which states that a project is exempt from CEQA if the activity is covered by the general rule that CEQA applies only to projects that have the potential for causing a significant effect on the environment.  Where it can be seen with certainty that there is no possibility that the activity in question may have a significant effect on the environment, the activity is not subject to CEQA.  Since there is no possibility that adopting this action will have a significant effect on the environment, no environmental analysis is required.

 

 

PREPARED BY: GINA MORAN-MCGOUGH, EMERGENCY SERVICES COORDINATOR

 

REVIEWED BY: CHRISTOPHER COX, INTERIM FIRE CHIEF

 

REVIEWED BY: CITA LONGSWORTH, PURCHASING MANAGER 

 

REVIEWED BY: KERRY D. EDEN, ASSISTANT CITY MANAGER/ADMINISTRATIVE SERVICES DIRECTOR

 

REVIEWED BY: MICHELE NISSEN, ASSISTANT CITY MANAGER

 

SUBMITTED BY: DARRELL TALBERT, CITY MANAGER