Loading...
HomeMy WebLinkAbout03 - Resolution to Award Sole Source Contracts• March 10, 1997 TO: 41genda Item No. 3 CITY OF NEWPORT BEACH - -- - `" COUNCIL POLICE DEPARTMENT ' C O U NCIL Honorable Mayor, Members of the City Council FROM: Bob McDonell, Chief of Police C-3011 SUBJECT: Resolution to Award Sole Source Contracts RECOMMENDATION: Approve the attached resolution to award two sole source contracts. The two contracts provide for the installation of avionics instruments and the purchase and installation of an infrared sensing system on the replacement helicopter for the AirBorne Law Enforcement program. ANALYSIS: The Newport Beach and Costa Mesa City Councils have approved the purchase of a replacement helicopter. Accordingly, it is also necessary to • purchase new avionics instruments and a new infrared sensing system. The vendor of the avionics equipment, Western Avionics, possesses the unique technical skills and necessary instrumentation to equip the new helicopter. Based upon the factors outlined in the attached report, it is appropriate to sole source this contract because formal bidding would not result in an economic savings for ABLE nor would the absence of a formal bidding process eliminate competition which was not already considered in this decision - making process. The sole source decision should result in projected operational savings for ABLE. Regarding the infrared sensing system, the vendor, WESCAM, Inc., provides a unique and technologically superior infrared system, when compared to all other systems known to exist and that perform similar functions. The WESCAM system provides greater quality and clarity than any others in a package that has less weight and is more compact, both important considerations in an aircraft. The infrared system housing will also be fitted to the two existing helicopters in order to provide for quick transfer from one helicopter to another. Additional details are included in the attached resolution and Exhibit A submitted by Sergeant Bob Oakley, supervisor of ABLE. In conclusion, ABLE's general counsel, Costa Mesa City Attorney Tom Kathe, has reviewed Sergeant Oakley's sole source justification, and deemed it to be sufficient legal justification to grant the sole source awards. • 0 Resolution to Awaroole Source Contracts 46 Page 2 - This matter is scheduled to be heard by the Council's Public Safety Committee on March 6, 1997. A supplemental report on results of that discussion will be proy4ed to the Council prior to the meeting on March 10th. Respectfully submitted, akx Bob McDonell CHIEF OF POLICE 40 • 0 RESOLUTION NO.97- -199 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH TO AWARD SOLE SOURCE CONTRACTS FOR INSTALLATION OF ANIONIC INSTRUMENTATION AND INFRARED SYSTEMS ON HELICOPTERS OF THE AIRBORNE LAW ENFORCEMENT SERVICES AGENCY The City Council of the City of Newport Beach finds as follows: 1. The City of Costa Mesa ( "Costa Mesa") and the City of Newport Beach ( "Newport Beach ") have established a Joint Powers Agency, known as the Airborne Law Enforcement Services Agency ("ABLE"), for the purposes of providing cooperative law enforcement helicopter services to their respective jurisdictions. 2. Costa Mesa and Newport Beach have contributed public funds, personnel and aircraft for the operation of ABLE and agreed to jointly purchase a new helicopter for ABLE which requires avionic instrumentation and infrared systems. 3. On January 24, 1997, the ABLE Board of Directors accepted a report from the ABLE Bureau Commander, (attached as Exhibit A) which clearly establishes that certain vendors of avionic instrumentation and infrared systems market superior products and/or possess superior skills such that they represent the only practical source for equipment and systems required by ABLE. 4. Western Avionics, Inc., is a vendor which possesses unique technical skills and avionic instrumentation required by ABLE to equip the one new helicopter purchased in 1996 from McDonnell Douglas such that the compliance with purchasing policies or procedures of the City of Newport Beach preliminary to the acquisition and installation of avionic equipment from /by Western Avionics, Inc., is not warranted. • Res 97 -19 5. WESCAM, Inc., is a vendor which markets an infrared system which is technologically superior to all other similar systems currently known to exist in that WESCAM's infrared system provides images of superior quality and resolution than other systems and is the only system which complies with ABLE standards for airborne observations such that the compliance with purchasing policies or procedures of the City of Newport Beach preliminary to the acquisition and installation of avionic equipment from /by WESCAM, Inc., is not warranted. 6. The award of a sole source contract for avionic instrumentation and infrared systems will benefit the residents of Costa Mesa and Newport Beach by ensuring that the ABLE helicopters operate with the best possible equipment to fulfill the law enforcement services provided by ABLE. NOW THEREFORE, BE IT RESOLVED, that the City Council of the City of Newport Beach, does hereby resolve: 1. The Chief of Police is authorized to negotiate and execute a contract for avionic instrumentation with Western Avionics, Inc., in an amount not to exceed $70,000; and 2. The Chief of Police is authorized to negotiate and execute a contract with WESCAM, Inc., for infrared systems in an amount not to exceed $200,000. ADOPTED, this 10th day of March 1997. MAYOR ATTEST: L City Clerk STATE OF CALIFORNIA } COUNTY OF ORANGE CITY OF NEWPORT BEACH } I, LAVONNE M. HARKLESS, City Clerk of the City of Newport Beach, California, do hereby certify that the whole number of members of the City Council is seven; that the foregoing resolution, being Resolution No. 97 -19, was duly and regularly introduced before and adopted by the City Council of said City at a regular meeting of said Council, duly and regularly held on the 10th day of March, 1997, and that the same was so passed and adopted by the following vote, to wit: Ayes: O'Neil, Thomson, Edwards, Hedges, Glover, Noyes, and Mayor Debay Noes: None Absent: None Abstain: None IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed the official seal of said City this 11th day of March, 1997. �tivvPpR rryr k City Clerk of the City of O fif.Al �d, Newport Beach, California (Seal) To: Sgt. Bob Oakley From: Thomas Kathe, City Attorney Re: Sole Source Request for Avionics and Infrared Systems Date: February 24, 1997 Pursuant to the ABLE Board's request of February 19, 1997, this office has reviewed your memorandum of February 20, 1997, providing additional justification for a sole source award of contracts to Western Avionics for avionics equipment /service and WESCAM for infrared system /service for the new ABLE helicopter. This office previously issued Report no. 97 -10 with resolutions and findings necessary to award a sole source contract. Your original report of February 4, 1997, was, in our opinion, sufficient to support the resolution findings Based on our review of the pertinent authorities and your updated report, this office remains of the opinion that clear and convincing evidence supports findings for award of sole source contracts to Western Avionics and WESCAM by the member agencies of ABLE, the City of Costa Mesa and City of Newport Beach. Discussion: Generally, competitive bidding is mandatory for public projects by cities pursuant to Public Contract ( "PC ") § § 20161 and 20162. However, there are certain well recognized exceptions to this rule. One exception is where competitive proposals are not available or would not produce, an advantage, and advertisement for competitive bids would thus be undesirable, impractical or impossible. (Graydon v. Pasadena Redevelopment Agency (1980) 104 Cal.App.3d 631; Menkin v. Steveland. Inc. (1977) 68 Cal.App.3d 490; Hodgeman v. City of San Diego (1942) 53 Cal.App.2d 610.) This exception specifically applies to technologically unique products and /or . services, purchase of patented products and personal services from contractors Sole Source Contract Recaendation Page 3 market support to the greater Los Angeles area. They have been the bench mark in technology to the news media with stabilized video equipment for news helicopters. This is the same technology which has been applied to the Model 12 system. After three days of field testing, all ABLE pilots agreed this system far exceeds their expectations. My contact with FLIR Systems was Mike McGinn, the area representative. I was originally looking at the Ultra 3000 System, as a comparison to the WESCAM. I became aware of problems with the Ultra 3000 which FLIR Systems has not addressed satisfactorily with the customer (City of Riverside PD and the Los Angeles Sheriff s Department). Mike acknowledged these problems and offered their Sapphire System as an alternative. This is a system which has been offered for larger helicopters due to its weight, but he told me they could downsize it for our application. He scheduled an appointment to demonstrate the equipment on January 20'", but did not show up and did not call. I questioned him later about it and he related that he could not come through with the system he promised. This type of service is consistent with what I have heard from other law enforcement air units about FLIR Systems after market support. Based on this I would not recommend dealing with them at this time. The Ultra 3000 System is the only other unit available offering similar technology to the WESCAM. However, problems with this system which have not been addressed eliminate it from consideration for use by ABLE. The vendor, WESCAM, Inc., provides a unique and technologically superior infrared system to all other systems known to exist which perform similar functions. It provides a greater quality of • airborne observation than any other system in existence and complies with proven standards required by ABLE to equip the new helicopter. It is recommended the sole source contract for the WESCAM, Model 12 System be awarded to WESCAM at a cost not to exceed $200,000.00. • 0 • with special skills or abilities to meet unique requirements of the public contract. i(Kenedv v. Ross (1946) 28 Cal.2d 569, Hodgeman v. City of San Diego, supra; and Hiller v. City of Los Angeles 0 961) 197 Cal.App.2d 685.) n U 0 In this matter, several key facts support the award of a sole source contract: 1. The ABLE helicopters have already received satisfactory service from Western Avionics, and the technical personnel have unique experience in already understanding the mission requirements for avionics for ABLE helicopters. 2. The Western Avionics informal bid is over $15,000 lower than the nearest competitor, Air Comm, and contains not passive costs associated with helicopter delivery due to the near location of Western Avionics. 3. The WESCAM infrared system is unique and subject to patents for which no other competitor has an equivalent system. The WESCAM system is presently available and operational, whereas the nearest FUR System is not available or operational. 4. The WESCAM system complies with mission and weight requirements for ABLE as well as interchangeability among three aircraft. Finally, the WESCAM system has been tested and found operational by ABLE pilots. Based on these factors, we are of the opinion that sole source contracts can be authorized in this matter to Western Avionics and WESCAM. If there are any questions, please contact this office. TAK:mr c: Dave Brooks Sole Source Memo2 E �Y) 0 1 NjWW MW r.AJEr ,borne Law Enforcement Services February 4, 1997 TO: TOM KATHE, CITY ATTORNEY, ATTORNEY, CITY OF COSTA MESA FROM: SERGEANT BOB OAKLEY SUBJECT: SINGLE SOURCE PURCHASE REQUEST - HELICOPTER AVIONICS itw'o�.d-�3 -s7 I am making this request to use a single source vendor for the installation of avionics in the new ABLE helicopter. The City of Costa Mesa currently has a contract agreement with Western Avionics, Inc., located at John Wayne Airport. We utilize their services for the on going maintenance of the ABLE helicopters. They offer an excellent discount on parts and have historically provided excellent workmanship and service. They have also completed the initial avionics installation on two Costa Mesa helicopters with satisfactory results under the name of Continental Avionics, Inc,. • The attached quotation for avionics in our helicopter is $64,571.33. The actual cost may vary slightly, depending on items which we have not anticipated. We took great pains to include everything in this quote, which is why I. believe this estimate is very close. As you know this is a complex installation. Past experience has shown that in the best case, there are bugs to be worked out. From an operational perspective, it is preferable to use a vendor who is accessible to deal with these problems. Western Avionics will send their personnel to our hangar. This eliminates the need to deliver the aircraft to the repair facility, the pilots time for delivery and the cost of flight time. in addition; loss of use and down time are minimized. The cost of the installation is also attractive. A comparable installation for the City of Anaheim for their new MD520N helicopter was estimated at $110,000.00 with another avionics installer. Based on the above information, I believe it is beneficial for ABLE to consider Western Avionics as a single source vendor for our new helicopter. 11 WESCAM, INC. QUOTE NO. WUUtd11U1i ROGCSOLID WORLDWIDE • Todd Newton •. . TERMS Todd Newton Quotation No:97TN02A Airborne Law Enforcement Rev 1 am SW Zan or Cear ITEM QTY Portland. Oft a7Mi UNIT PRICE DATE: January 23, 1997 PH: $0477-2100 1 WESCAM MODEL 12 DUAL SENSOR SYSTEM TO INCLUDE: TAX: 6034".2111 $150,000 InSb 256 x 256 Focal Plape Army. Closed Cycle Cooling, Auto Level/Gain Controls, Dual Ship To: Newport Beach Police Department (Regional Air Suppt) Newport Beach Police Department (Rash Air SuppU 361 Paularino Ave 361 Paularino Ave Hangar #26 Hangar #26 Costa Mesa, CA 92626 Costa Mesa, CA 92626 Atm., SGT. Bob Oakley Affiv SGT. Bob Oakley NTSC format. and 768 x 494 Picture Elements is SALESPERSON QUOTE NO. DATE SHIPPED SHIPPED VIA F.O.B. POINT TERMS Todd Newton 97TN02A Rev 1 Origin Net 30 ITEM QTY DESCRIPTION UNIT PRICE AMOUNT 1 1 WESCAM MODEL 12 DUAL SENSOR SYSTEM TO INCLUDE: $150,000 $150,000 InSb 256 x 256 Focal Plape Army. Closed Cycle Cooling, Auto Level/Gain Controls, Dual Field of View Optics with 1 x and 5x magnification, Digital Image Processing 1/3' Hyper HAD Interline Transfer Color CCD Camera featuring 14:1 Continuous Zoom, NTSC format. and 768 x 494 Picture Elements 360a Continuous Azimuth, +90 to 120a Elevation, Four Axis Gyro- Stabilization, Less than 12' " in diamatar nimlwl xsu nldv ant 14' in hpinht - 2 1 System Interface Unit 3 1 Systern/Hand Controller Special Backlit design to house the controls for Level/Gatn, Focus, IR/fV, Gimbal Control, Nightsun Slave, and Field of View Changes 4 1 Panasonic AG 750 VHS VCR 5 1 Cable Kit Standard for Model 12 6 Warranty is 1 year or 1000 hours, on parts and labor 7 Service will be conducted by Wescam's Local Service Depot, in Van Nuys, California 8 1 Aircraft Mount, Model 12 -Quick Disconnect 9 1 Color CRT 9- Diagonal Display/ Fomlat/NTSC —Sony Options: 10 3 Nightsun Slave System $10,000 $30,000 11 1 Flat Panel Multifunction Display with inputs for video and data, with mounting hardware $10,000 $10,000 12 Five Days Orientation Training for Observers to be conducted at Heliport Facility by qualified N/C N/C intln,Hnr 13 2 Hand Controller Un0—as specified above $5,900 $11,800 14 2 System Interface Unit $5,700 $11,400 15 2 Panasonic AG 750 VHS VCR $1,250 $2,500 16 2 FSI ADAPTER CABLE WC WC 17 1 Trade In Costa Mesa PD's FSI 2000 Ala <$25,000> <$25,000> 18 1 Trade -in Newport Beach PD's FS12000 A/6 <$25,000> <$25,000> 19 1 One Year Gold Law Enforcement Service Program $10,000 $10,000 Sub Total: Delivery will be 120 DAYS ARO unless otherwise specified Sales Tac TBD $200 $200 Shipping Included as per specification: TBD Total: 0If there are any questions about this quotation, please contact 2100 or FAX at 503- 977.2111. Todd Newton at PH: b03 -vii- THANK YOU FOR YOUR BUSINESS! WESTERN AVIONICS, INC. • Quote 40 Pg. 1 TEL: (714) 757 -0290 19711 -A CAMPUS DRIVE Customer ID: NBPD SANTA ANA, CA, USA 92707 75203 Fax #: (714) 757 -0293 * Q U O T E .mod Quote to: AIRCRAFT INFORMATION NEWPORT BEACH POLICE NEWPORT BEACH POLICE ATTN: ACCOUNTS PAYABLE ATTN: ACCOUNTS PAYABLE PO BOX 7000 PO BOX 7000 NEWPORT BEACH, CA 92658 -7000 NEWPORT BEACH, CA 92658 -7000 - Date - - - - -- -WORK LOCATION ------- F.O.B.------ - - - - -- Terms ------------------------- 01/21/97 1 1 Origin I Due on receipt ---------- - -P.O. Number --------- Salesperson --------------------- Required -------- I I SCOTT'GREGORY 1 01/21/97 Req Shp B.O. Item No. Description Price. HUGHES 520N PRELIMINARY QUOTE 1 KCS55A -33 KCS55A HSI SYS HORZ 29V BLK- 1143.50 LIST 10,205. 1 NORTHSTAR M -60 2446.00 GPS LIST 3495.00 ; 2 KY196A -30 KY196A 28V WKIT 5786.00 LIST 4160.00 1 KT76A -01 KT76A XPDR 28V SILVER CROWN 1239.'00 LIST 1770.00 . 1.000 AR850 -20 NARCO ENCODER 20KI 225.00 LIST 300.00 1 TRI30 SYS TERRA RADAR ALIMETER SYSTEM 3316.50 TRI 30 /TRA 3000 LIST 3685 1 IVSI U -3000 FPM 895.00 1 AIM ATTITUDE GYRO 3596.00 510 -1B 2 NAT AA97 MULTI -USER 6620.00 SINGLE CHANNEL AUDIO CONTROLLERS LIST 3895.00 • WESTERN AVIONICS, INC. TEL: (714) 757 -0290 19711 -A CAMPUS DRIVE SANTA ANA, CA, USA 92707 -5203 Fax R: (714) 757 -0293 Quote to: NEWPORT BEACH POLICE ATTN: ACCOUNTS PAYABLE PO BOX 7000 NEWPORT BEACH, CA 92658 -7000 Quote is 40 Pg. 2 Customer ID: NBPD * Q U O T E + AIRCRAFT INFORMATION NEWPORT BEACH POLICE ATTN: ACCOUNTS PAYABLE PO BOX 7000 NEWPORT BEACH, CA 92658 -7000 - Date - - - - -- -WORK LOCATION ----- '- F.O.B.------ - - - - -- Terms ---------------------- - -- 01/21/97 1 1 Origin 1 Due on receipt ---------- - -P.O. Number--------- Salesperson--------------- - - -- -- Required-- - - - - -- I -------------------------------------------------------------------------------- I SCOTT GREGORY 1 01/21/97 Req Shp B.O. Item No. Description Price. 1 ICS MODE SELECTOR 675.00 AA31 -002 - LIST 795.00 1 PA DRIVER 803,00 AA22 -160 LIST 945 1 INSTALL KIT 45.00 AA23 -IKC 1 220 WATT POWER AMP 1270.00 PA220 -010 + LIST 1495 1 INSTALL KIT 40.00 PA220 -IKS 1 TS200 845.00 EXTERNAL SIREN PA SPEAKER LIST 995 2 FM PORTABLE INTERFACE - 620.00 AA34 -200 LIST 352 1 - MASTER CONTROL HEAD 4755.00 TH 350 - 2NNN LIST 5595 1 KGS CONVERTER 668.00 28 TO 14 UC -28 -14 LIST 710 ' 1 u WESTERN AVIONICS, INC. TEL: (119) 157 -0290 19711 -A CAMPUS DRIVE SANTA ANA, CA, USA 92707 -5203 Fax #: (719) 757 -0293 Quote to: NEWPORT BEACH POLICE ATTN: ACCOUNTS PAYABLE PO BOX 1000 NEWPORT BEACH, CA 92658 -7000 Quote • 90 Pg. 3 Customer ID: NBPD * Q U 0 T E + k * AIRCRAFT INFORMATION NEWPORT BEACH POLICE ATTN: ACCOUNTS PAYABLE PO BOX 7000 NEWPORT BEACH, CA 92658 -7000 -Date---- - --WORK LOCATION ------- F.O.B.- ----- --- --- Terms ------------------------- 01/21/97 1 I Origin I Due on receipt ---------- - -P.O. Number--------- Salesperson--------------- - - - - -- Required-- - - - - -- I I SCOTT GREGORY 1 01/21/97 -------------------------------------------------------------------------------- Req Shp B.O. Item No. Description Price. -- - - -- -- -- -- - -- -- - -- - - -- 1 - CI 122 COM ANT 130.00 1 DM C70 -1 /A 189.00 COM ANT INSTALLATION HARDWARE 795 ~00 AS NEEDED / WIRE/ CIRCUIT BREAKERS ; 1 FN300 28V TROLL 5 PORT COOLING FAN 2:75.00 1 CONNECTORS FOR 195.00 PAK SETS DC INPUT 1.000 LABOR TO INSTALL .0.00 CUSTOMER PROVIDED FLIR SYSTEM 1.000 LABOR TO INSTALL 0.00 CUSTOMER PROVIDED NIGHTSUN SYSTEM SLAVED 1.000 LABOR TO INSTALL 0.00 CUSTOMER PROVIDED LOJACK SYSTEM 1.000 LABOR TO INSTALL 0.00 CUSTOMER PROVIDED ETS SYSTEM 1.000 LABOR TO INSTALL 0.00 CUSTOMER PROVIDED PAK SET HANDHELD 40 WESTERN AVIONICS, INC. • TEL: (719) 757 -0290 19711 -A CAMPUS DRIVE SANTA ANA, CA, USA 92707 -5203 Fax #: (719) 757 -0293 Quote to: NEWPORT BEACH POLICE ATTN: ACCOUNTS PAYABLE PO BOX 7000 NEWPORT BEACH, CA 92658 -7000 Quote #* 90 Pg. 9 Customer ID: NBPD * + * Q U O T E AIRCRAFT INFORMATION NEWPORT BEACH POLICE ATTN: ACCOUNTS PAYABLE PO BOX 7000 NEWPORT BEACH, CA 92658 -7000 - Date - - - - -- -WORK LOCATION - - -- ----- 1 1 Origin I Due on receipt ---------- - -P.O. Number--------- Salesperson--------------- - - - - -- Required-- - - - - -- I I SCOTT GREGORY 1 01/21/97 ------------------------------------------------------ -------------------- - - - - -- Req Shp B.O. Item No. Description Price. 1.000 LABOR TO INSTALL 0.00 CUSTOMER PROVIDED FM RT UNITS (3) 1.000 LABOR TO INSTALL CUSTOMER PROVIDED STROBE LIGHT SYSTEM (2) 00 TOTAL LABOR TO 18700.00 INSTALL ABOVE EQUIPMENT Quote subtotal 61272.00 Sales tax @ 7.7508 3299.3 Quote total 69571.33 THANK YOU FOR YOUR INQUIRY. This quote expires on 02/21/97 • • • • February 20, 1997 0640 SAO M0r rborne Law Enforcement Services TO: ABLE BOARD OF GOVERNORS FROM: SERGEANT BOB OAKLEY SUBJECT: SINGLE SOURCE PURCHASE REQUEST I am making this request to use a single source vendor for the installation of avionics in the new ABLE helicopter. The City of Costa Mesa currently has a contract agreement with Western Avionics, Inc., located at John Wayne Airport. We utilize their services for the on going maintenance of the ABLE helicopters. They offer an excellent discount on parts and have historically provided excellent workmanship and service. They have also completed the initial avionics installation on two Costa Mesa helicopters with satisfactory results under the name of Continental Avionics, Inc. The attached quotation for avionics in our helicopter is $64,571.33. The actual cost may vary slightly, depending on items which we have not anticipated. We took great pains to include everything in this quote, which is why I believe this estimate is very close. As you know this is a complex installation. Past experience has shown that in the best case, there are bugs to be worked out. From an operational perspective, it is preferable to use a vendor who is accessible to deal with these problems. Western Avionics will send their personnel to our hangar. This eliminates the need to deliver the aircraft to the repair facility, the pilots time for delivery and the cost of flight time. In addition, loss of use and down time are minimized. There is only one other vendor who can respond to our facility for maintenance and repair. The vendor is Air Comm, located in Colton. Air Comm recently completed the avionics installation for the City of Anaheim on their new MD520N helicopter, which totaled $110,000.00. When I deleted items from their installation that we will not purchase new, a more accurate comparison would be $83,000.00 for Air Comm to do the same work proposed by Western Avionics. Past experience with Air Comm has demonstrated that they cannot always respond in a timely manner for repairs. We formerly used Air Comm for all of our avionics work, but found their response for service to be slow and expensive. Anaheim's helicopter facility is not located on an airport, so in their case Air Comm was attractive because they don't have to deliver the helicopter for service and they are noted for doing quality work. Air Comm does not have a facility to service helicopters, so they are forced to perform the installation at the customer's location. In Anheim's Sole Source Contract ReAendation • Page 2 case this is a plus because it eliminates the cost and delivery time for actually flying the • helicopter to the repair facility. As an example of the transportation cost involved, I can refer to our experience with the last Newport Beach helicopter purchased. The avionics installation was done by Cinema Air, in Carlsbad, CA. We experienced problems with this installation for two years. During this time the helicopter had to be delivered, and often left at their facility for trouble shooting and repairs on at least 12 different occasions. Each trip required at least one pilot and when the helicopter had to be left.there it required two helicopters and two pilots to make the delivery and the same to retrieve it. Using present day operating costs, I have estimated the cost of a single pilot trip to the repair facility. Flight Time to Carlsbad 30 minutes @ $200 per hour $100.00 Pilot Time to Carlsbad 45 minutes @ $30 per hour $22.50 Flight Time From Carlsbad 30 minutes @ $200 per hour $100.00 Pilot Time from Carlsbad 45 minutes @ $30 per hour $22.50 TOTAL $245.00 The example includes only the bare minimum time involved. You can see that if the pilot was to stand -by while repairs are made, the cost increases. If the helicopter were to be left at the facility it would require a pilot and helicopter to pick him up, then return when the work was complete. In this scenario the cost would triple to approximately $735.00. You can see where this is going, • since this only accounts for transportation costs. Factor in loss of use and the administrative costs involved and the real cost of avionics goes up substantially. In this case, twelve trips at the bare minimum would increase the cost by $8,820.00. Western Avionics, Inc., possesses unique technical skills and avionics products required by ABLE to equip the new helicopter. Their facility located on the John Wayne Airport makes them accessible at all times. Based on the above information, formal bidding for such instrumentation would not result in an economic savings for ABLE. It is therefore recommended the sole source contract be awarded to Western Avionics, Inc., for the installation of avionics in the new helicopter. I am also making this request to use a single source vendor for the purchase of a new infrared/video system for ABLE. In our quest to update our current infrared system to the latest generation equipment available, I narrowed the search to two vendors, WESCAM and FLIR Systems, Inc. They were the only vendors offering the type of technology we were looking for. I contacted sales representatives from both organizations to schedule a product demonstration. Todd Newton, from WESCAM scheduled a three day period for us to install and test the Model 12, Dual Sensor System in our helicopter. He arrived on time and spent three days with us while we put the system to the test. The WESCAM, Model 12 utilizes third generation infrared technology. The thermal imager has no moving parts and is only available in this system. The stability is due to a four axis stabilization unit which is also not available in the competitive • system. WESCAM has established a service center at the Van Nuys Airport to provide after • Supplemental Report 3/10/97 Agenda No. CITY OF NEWPORT BEACH POLICE DEPARTMENT March 6, 1997 TO: Honorable Mayor, Members of the City Council and City Manger FROM: Bob McDonell, Chief of Police SUBJECT: Resolution to Award Sole Source Contracts — Results of Public Safety Committee Meeting The staff report and resolution to award sole source contracts for the installation of avionics instruments and an infrared sensing system for the replacement ABLE helicopter was presented to the Council's Public Safety Committee today. The Committee found sufficient justification existed to award the contracts, and by unanimous vote, recommends the full Council approve the resolution as presented. Bob McDonell CHIEF OF POLICE 1•IMK-LG-tl/ Lb+bly I-KUM= Nd YU uue January 24, 1997 1D: 7146443700 0 V AGE 2 r—Xr)iO(T It �:lr�''r ■rr.�r rborne Law Enforcement Services TO; ABLE. BOARD OF GOVERNORS FROM: SERGEANT BOB OAKLEY SUBJECT: SINGLE SOURCE PURCHASE REQUEST I am making this request to use a single source vendor for the installation of avionics in the new ABLE helicopter. The City of Costa Mesa currently has a contract agreement with Western Avionics, Inc., located at John Wayne Airport. We utilize their services for the on going maintenance of the ABLE helicopters. They offer an excellent discount on parts and have historically provided excellent workmanship and service. They have also completed the initial avionics installation on two Costa Mesa helicopters with satisfactory results under the name of Continental Avionics, .Inc. The attached quotation for avionics in our helicopter is $64,571.33. The actual cost may vary slightly, depending on items which we have not anticipated. We took great pains to include everything in this quote, which is why I believe this estimate is very close. As you know this is a complex installation, Past experience has shown that in the best case, there are bugs to be worked out. From an operational perspective, it is preferable to use a vendor who is accessible to deal with these problems. Western Avionics will send their personnel to our hangar, This eliminates the need to deliver the aircraft to the repair facility, the pilots time for delivery and the cost of flight time. In addition, loss of use and down time are minimized. There is only one other vendor who can respond to our facility for maintenance and repair, The vendor is Air Comm, located in Colton. Air Comm recently completed the avionics installation for the City of Anaheim on their new MD520N helicopter, which totaled $110,000.00. When I deleted items from their installation that we will not purchase new, a more accurate comparison would be $83,000.00 for Air Comm to do the same work proposed by Western Avionics. Past experience with Air Comm has demonstrated that they cannot always respond in a timely manner for repairs. We formerly used Air Comm for all of our avionics work, but found their response for service to be slow and expensive. Anaheim's helicopter facility is not located on an airport, so in their case Air Comm was attractive because they don't have to deliver the helicopter for service and they are noted for doing quality work. Air Comm dues riot havw a facility to service helicopters, so they are forced to perform the installation at the customer's location. In Anheinl's PAGE 3 Sole Source Contract Reimendation Page 2 case this is a plus because it eliminates the cost and delivery time for actually flying the helicopter to the repair facility, As an example of the transportation cost involved, I can refer to our experience with the last Newport Beach helicopter purchased. The avionics installation was done by Cinema Air, in Carlsbad, CA. We experienced problems with this installation for two years. During this time the helicopter had to be delivered, and often left at their facility for trouble shooting and repairs on at least 12 different occasions. Each trip required at least one pilot and when the helicopter had to be left there it required two helicopters and two pilots to make the delivery and the same to retrieve it. Using present day operating costs, I have estimated the cost of a single pilot trip to the repair facility. Flight Time to Carlsbad 30 minutes @ $200 per hour $100.00 Pilot Time to Carlsbad 45 minutes @ $30 per hour $22.50 Flight Time From Carlsbad 30 minutes @, $200 per hour $100.00 Pilot Time from Carlsbad 45 minutes @ $30 per hour $22.50 TOTAL $245,00 The example includes only the bare minimum time involved. You can see that if the pilot was to stand -by while repairs are made, the cost increases. If the helicopter were to be left at the facility it would require a pilot and helicopter to pick him up, then return when the work was complete. In this scenario the cost would triple to approximately $735.00. You can see where this is going, since this only accounts for transportation costs. Factor in loss of use and the administrative costs involved and the real cost of avionics goes up substantially. In this case, twelve trips at the bare minimum would increase the cost by $8,820.00, Western Avionics, Inc., possesses unique technical skills and avionics.products required by ABLE, to equip the new helicopter. Their facility located on the John Wayne Airport makes them accessible at all times. Based on the above information, formal bidding for such instrumentation would not result in an economic savings for ABLE. It is therefore recommended the sole source contract be awarded to Western Avionics, Inc„ for the installation of avionics in the new helicopter. I am also making this request to use a single source vendor for the purchase of a new infrared/video system for ABLE. In our quest to update our current infrared system to the latest generation equipment available, I narrowed the search to two vendors, WESCAM and FLIR Systems, Inc, They were the only vendors offering the type of technology we were looking for. I contacted sales representatives from both organizations to schedule a product demonstration. Todd Newton, from WESCAM scheduled a three day period for us to install and test the Model 12, Dual Sensor System in our helicopter. He arrived on time and spent three days with us while we pill the system to the test. The WESCAM, Model 12 utilizes third generation infrared technology. The thermal imager has no moving parts and is only available in this system. The stability is due to a four axis stabilization unit which is also not available in the competitive system. WESCAM has established a service center at the Van Nuys Airport to provide after IHHK-I'C -y� !0. 10 tkUM: NtIVU COP ID! 7146443700 PAGE 4 Sole Source Contract ReWmendation Page 3 market support to the greater Los Angeles area, They have been the bench mark in technology to the news media with stabilized video equipment for news helicopters. This is the same technology which has been applied to the Model 12 system, After three days of field testing, all ABLE pilots agreed this system far exceeds their expectations. My contact with FLIR Systems was Mike McGinn, the area representative. I was originally looking at the Ultra 3000 System, as a comparison to the WESCAM. I became aware of problems with the Ultra 3000 which FLIR Systems has not addressed satisfactorily with the customer (City of Riverside .PD and the Los Angeles Sheriffs Department). Mike acknowledged these problems and offered their Sapphire System as an alternative. This is a system which has been offered for larger helicopters due to its weight, but he told me they could downsize it for our application, He scheduled an appointment to demonstrate the equipment on January 20 "', but did not show up and did not call. I questioned him later about it and he related that he could not come through with the system he promised. This type of service is consistent with what I have heard from other law enforcement air units about FLIR Systems after market support. Based on this I would not recommend dealing with them at this time, The Ultra 3000 System is the only other unit available offering similar technology to the WESCAM. However, problems with this system which have not been addressed eliminate it from consideration for use by ABLI.i. The vendor, WESCAM, Inc., provides a unique and technologically superior infrared system to all other systems known to exist which perform similar functions. It provides a greater quality of airborne observation than any other system in existence and complies with proven standards required by ABLE to equip the new helicopter. It is recommended the sole source contract for the WESCAM, Model 12 System be awarded to WESCAM at a cost not to exceed $200,000,00.