Long Beach, CA
File #: 18-0659    Version: 1 Name: FD/FM - Allstar Fire Equip. for Self-Contained Breathing Apparatus
Type: Contract Status: CCIS
File created: 7/23/2018 In control: City Council
On agenda: 8/7/2018 Final action: 8/7/2018
Title: Recommendation to adopt Specifications No. ITB FD18-088 and award a contract to Allstar Fire Equipment, Inc., of Arcadia, CA, for the purchase and delivery of Self-Contained Breathing Apparatus and related equipment, in an annual amount not to exceed $200,000, for a period of two years, with the option to renew for two additional one-year periods, at the discretion of the City Manager. (Citywide)
Sponsors: Fire, Financial Management
Attachments: 1. 080718-C-19sr.pdf
Related files: 35010_000

TITLE

Recommendation to adopt Specifications No. ITB FD18-088 and award a contract to Allstar Fire Equipment, Inc., of Arcadia, CA, for the purchase and delivery of Self-Contained Breathing Apparatus and related equipment, in an annual amount not to exceed $200,000, for a period of two years, with the option to renew for two additional one-year periods, at the discretion of the City Manager.  (Citywide)

 

DISCUSSION

City Council approval is requested to enter into a contract with Allstar Fire Equipment, Inc. (Allstar), for the purchase and delivery of Self-Contained Breathing Apparatus (SCBA) and related equipment.  SCBAs comprise a critical component of a firefighter’s personal protective equipment ensemble, providing breathable air, respiratory protection, and voice communication in fires and other environments that are immediately dangerous to life and health.  Under this contract, Allstar will provide the Long Beach Fire Department (LBFD) with Scott brand SCBAs and related equipment, including cylinders, regulators, air packs, face pieces, and voice amplifier assemblies, and will provide repair service and testing of this equipment.

 

The bid was advertised in the Long Beach Press-Telegram on April 11, 2018, and 5,192 potential bidders specializing in SCBA equipment were notified of the bid opportunity.  Of those bidders, 11 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 Divisions’ website at www.longbeach.gov/purchasing <http://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.  Two bids were received on May 4, 2018.  Of those two bidders, none were Minority-owned Business Enterprises (MBEs), none were Women-owned Business Enterprises (WBEs), one was a certified Small Business Enterprise (SBE), and one was a Long Beach business (Local).  Allstar Fire Equipment, Inc., of Arcadia, CA (not a SBE, MBE, WBE, 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 database to download the bid specifications.  Through outreach, 577 Long Beach vendors were notified to submit bids, of which one downloaded and 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 July 20, 2018 and by Budget Management Officer Rhutu Amin Gharib on July 19, 2018.

 

TIMING CONSIDERATIONS

City Council action to adopt Specifications No. ITB FD18-088 and award a contract concurrently is requested on August 7, 2018, to ensure the contract is in place expeditiously.

 

FISCAL IMPACT

The total cost of the contract award will not exceed $200,000 annually.  Sufficient funds are budgeted in the General Fund (GF) in the Fire Department (FD).  There is no local job impact associated with this recommendation.

 

SUGGESTED ACTION

Approve recommendation.

 

Respectfully Submitted,

MICHAEL A. DUREE                                                               

FIRE CHIEF                                                                                                         

 

 

JOHN GROSS

DIRECTOR OF FINANCIAL MANAGEMENT

 

 

APPROVED:

 

PATRICK H. WEST

CITY MANAGER