Long Beach, CA
File #: 17-0777    Version: 1 Name: FM - Contract to Altec Industries for CNG-fueled aerial bucket trucks
Type: Contract Status: CCIS
File created: 8/9/2017 In control: City Council
On agenda: 9/12/2017 Final action: 9/12/2017
Title: Recommendation to adopt Specifications No. ITB FS17-101 and award a contract to Altec Industries, Inc., of Dixon, CA, for the purchase of three Ford F-550, CNG-fueled Aerial Bucket Trucks, for a total amount not to exceed $535,372, inclusive of taxes and fees. (Citywide)
Sponsors: Financial Management
Attachments: 1. 091217-C-8sr.pdf
Related files: 17-1078, 34742_000

TITLE

Recommendation to adopt Specifications No. ITB FS17-101 and award a contract to Altec Industries, Inc., of Dixon, CA, for the purchase of three Ford F-550, CNG-fueled Aerial Bucket Trucks, for a total amount not to exceed $535,372, inclusive of taxes and fees.  (Citywide)

 

DISCUSSION

City Council approval is requested to purchase three new Ford F-550 Aerial Bucket Trucks that are fueled by CNG and utilize a new hybrid system to power the boom carrying the bucket attachment.   These new vehicles were approved in the FY 15 vehicle replacement plan and are fully funded by a combination of previously collected replacement funds from the department, AB 2766 grant allocation, and 2015 Local Government Match Grant funds.

 

These units replace 2001 model-year Aerial Bucket Trucks used by the Public Works Department. The hybrid system is used to power the lift, decreasing engine idling time while working in the field.  The batteries fully power the boom system for two hours. When the batteries drop below a certain point, the engine will turn on automatically to power the boom system. 

 

The bid was advertised in the Long Beach Press-Telegram on June 15, 2017, and 658 potential bidders specializing in vehicles were notified of the bid opportunity.  Of those bidders, 19 downloaded the bid via the City’s electronic bid system.  The bid document was made available from the Purchasing Division, located on the seventh floor of City Hall, and the Division’s website at www.longbeach.gov/purchasing.  A bid announcement was also included in the Purchasing Division’s weekly update of Open Bid Opportunities, which is sent to 22 local, minority, and women-owned business groups.  Six bids were received on July 26, 2017.  Of those bidders, none were Minority-owned Business Enterprises (MBEs), Women-owned Business Enterprises (WBEs), Small Business Enterprises (SBEs), or Long Beach businesses (Local). Altec Industries, of Dixon, CA (not MBE, WBE, DBE or Local), was the lowest responsible bidder.

 

Local Business Outreach

 

In an effort to align with the City’s outreach goal, Long Beach businesses are encouraged to submit bids for City contracts.  The Purchasing Division also assists businesses with registering on the PlanetBids online database to download the bid specifications.  Through outreach, 113 Long Beach vendors were notified to submit bids, of which none downloaded nor submitted a bid.  The Purchasing Division is committed to continuing to perform outreach to local vendors to expand the bidder pool.

 

This matter was reviewed by Deputy City Attorney Monica J. Kilaita on August 15, 2017 and by Assistant Finance Director Lea Eriksen on August 2, 2017.

 

SUSTAINABILITY

 

The new trucks are in full compliance with California Air Resources Board regulations for mileage and emission standards and will be fueled by less expensive, cleaner burning, natural gas fuel.  In addition, the hybrid system for the aerial bucket lifts will reduce fuel consumption and engine emissions.

 

TIMING CONSIDERATIONS

City Council action to adopt Specifications No. ITB FS17-101 and award a contract concurrently is requested on September 12, 2017, to ensure that the contract is in place expeditiously.

 

FISCAL IMPACT

The total cost of the contract for the three vehicles will not exceed $535,372, and is budgeted in the Fleet Services Fund (IS 386) in the Financial Management Department (FM). Base vehicle purchase costs have been collected through capital replacement charges to the Public Works Department through the monthly Fleet MOU billing process. Incremental costs for the CNG fuel system and battery operated boom system are funded using the City’s share of AB 2766 revenue and a Local Government Matching Grant from the South Coast Air Quality Management District, which funds federal and state mandates to reduce air pollution from motor vehicle emissions. AB 2766 funding is budgeted in the Transportation Fund (SR 182) in the Financial Management Department (FM).  There is no local job impact associated with this recommendation.

 

SUGGESTED ACTION

Approve recommendation.

 

BODY

[Enter Body Here]

 

Respectfully Submitted,

JOHN GROSS

DIRECTOR OF FINANCIAL MANAGEMENT

 

 

 

APPROVED:

 

PATRICK H. WEST

CITY MANAGER