Long Beach, CA
File #: 20-0774    Version: 1 Name: FM - Contract w/Frontier Ford for 2 CNG-fueled Ford F-450 Stencil trucks
Type: Contract Status: CCIS
File created: 8/4/2020 In control: City Council
On agenda: 8/18/2020 Final action: 8/18/2020
Title: Recommendation to adopt Specifications No. ITB FS20-053 and award a contract to FFBH Motors, LLC, dba Frontier Ford, of Santa Clara, CA, for furnishing and delivering two CNG-fueled Ford F-450 Stencil trucks, for a total contract amount not to exceed $378,734, inclusive of taxes and fees; and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary amendments. (Citywide)
Sponsors: Financial Management
Attachments: 1. 081820-C-8sr.pdf
Related files: 35629_000

TITLE

Recommendation to adopt Specifications No. ITB FS20-053 and award a contract to FFBH Motors, LLC, dba Frontier Ford, of Santa Clara, CA, for furnishing and delivering two CNG-fueled Ford F-450 Stencil trucks, for a total contract amount not to exceed $378,734, inclusive of taxes and fees; and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary amendments.  (Citywide)

 

DISCUSSION

City Council approval is requested to enter into a contract with FFBH Motors, LLC, dba Frontier Ford, for the purchase of two CNG-fueled Ford F-450 Stencil trucks, for a total contract amount not to exceed $378,734, inclusive of taxes and fees. The trucks will replace vehicles in the Public Service Bureau in the Public Works Department. Purchase of these vehicles was approved by the City Manager in the FY 17 Fleet Replacement Plan.  

 

The current vehicles are two years past their useful life, and replacement parts are becoming increasingly difficult to obtain, requiring the need for replacement vehicles. The replacement vehicles will be outfitted with painting equipment, stencil hose reels, a signal arrow board, tool box, and battery and power systems.

 

The bid was advertised in the Long Beach Press-Telegram on June 19, 2020, and 23 potential bidders specializing in heavy duty vehicles were notified of the bid opportunity.  Of those bidders, nine downloaded the bid via the City’s electronic bid system.  The bid document was made available from the Purchasing Division, located on the 6th floor of City Hall, and the Division’s website at www.longeach.gov/purchasing. A bid announcement was also included in the Purchasing Division’s weekly update of Open Bid Opportunities, which is sent to 35 local, minority-owned and women-owned business groups.  Two bids were received on July 7, 2020.  Of those bidders, none were Minority-owned Business Enterprises (MBEs), Woman-owned Businesses (WBEs), certified Small Business Enterprises (SBEs), or Long Beach businesses (Local).  FFBH Motors, LLC, of Santa Clara, CA (not a MBE, WBE, SBE, or Local), was the lowest responsive 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 database to download the bid specifications.  Through outreach, four Long Beach vendors were notified to submit bids, of which none downloaded or 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 Taylor M. Anderson on July 28, 2020 and by Deputy Finance Director Sandy Tsang-Palmer on July 27, 2020. Due to time constraints, no Budget Office review was able to be conducted.

 

SUSTAINABILITY

 

These new trucks are compliant with the State of California and local district air quality regulations and use clean burning, renewable natural gas fuel to reduce air toxins and pollutant emissions.

 

TIMING CONSIDERATIONS

City Council action is requested on August 18, 2020, to ensure a contract is in place expeditiously.

 

FISCAL IMPACT

The total contract amount will not exceed $378,734, inclusive of taxes and fees, and is budgeted in the Fleet Services Fund Group in the Financial Management Department.  Ongoing maintenance costs are estimated at $15,006 annually and capital replacement charges based on an asset life of 12 years are estimated at $45,000 annually.  These costs will be collected through the Fleet Services Memorandum of Understanding (MOU) regular monthly charges to the General Fund Group in the Public Works Department starting when the vehicles are delivered and in use.  This recommendation has no staffing impact beyond the normal budgeted scope of duties and is consistent with existing City Council priorities. 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:

 

THOMAS B. MODICA

CITY MANAGER