Long Beach, CA
File #: 23-0903    Version: 1 Name: FD - L.N. Curtis & Sons emergency response and firefighting equipment
Type: Resolution Status: Adopted
File created: 7/26/2023 In control: City Council
On agenda: 8/15/2023 Final action: 8/15/2023
Title: Recommendation to adopt resolution authorizing City Manager, or designee, to execute a contract, and any necessary documents, including any necessary subsequent amendments, with L.N. Curtis & Sons, of Walnut Creek, CA, for furnishing and delivering emergency response and firefighting equipment, on the same terms and conditions afforded to Sourcewell, a state of Minnesota local government agency and service cooperative, until Sourcewell Contract No. 040220-LNC expires on May 7, 2024, for a total annual contract amount not to exceed $200,000, with the option to renew for as long as the Sourcewell contract is in effect, at the discretion of the City Manager. (Citywide)
Sponsors: Fire
Attachments: 1. 08152023-C-8sr&att, 2. RES-23-0116.pdf

TITLE

Recommendation to adopt resolution authorizing City Manager, or designee, to execute a contract, and any necessary documents, including any necessary subsequent amendments, with L.N. Curtis & Sons, of Walnut Creek, CA, for furnishing and delivering emergency response and firefighting equipment, on the same terms and conditions afforded to Sourcewell, a state of Minnesota local government agency and service cooperative, until Sourcewell Contract No. 040220-LNC expires on May 7, 2024, for a total annual contract amount not to exceed $200,000, with the option to renew for as long as the Sourcewell contract is in effect, at the discretion of the City Manager.  (Citywide)

 

DISCUSSION

City Council approval is requested to enter into a contract with L.N. Curtis & Sons for the furnishing and delivering of emergency response and firefighting equipment. L.N. Curtis & Sons is the authorized sole distributor of Hurst Jaws of Life Equipment, which is used by the Fire Department to quickly and safely rescue community members trapped in vehicles due to serious traffic collisions.  In addition to providing this critical community safety equipment, this contract will also provide access to hoses, ladders, personal protective gear, heavy duty rescue equipment, urban search and rescue and hazardous materials response equipment.

 

The Purchasing Division of the Financial Management Department researched procurement options for emergency response and firefighting equipment and discovered other agencies had completed an open, fair, transparent, and competitive procurement process. The City of Long Beach (City) reviewed the cooperative agreement options and determined that the contract between Sourcewell and L.N. Curtis & Sons provided the best value to the City.

 

L.N. Curtis & Sons was selected based on their competitive pricing, service level, and breadth of product offerings. L.N. Curtis & Sons offers a diverse range of products and can supply high volume orders, which meets the needs of the Fire Department.  L.N. Curtis & Sons’ ability to quickly deliver emergency response and firefighter equipment in the volume and timeline needed by the Fire Department promotes operational efficiency as well as community safety for Long Beach. 

 

City Charter Section 1802 provides an alternative procurement method by permitting the City to purchase or otherwise obtain services, supplies, materials, equipment, and labor with other governmental agencies. This alternative procurement method can save time and reduce costs through economies of scale by purchasing under existing contracts from other government agencies on a voluntary and selective basis, when authorized by a Resolution adopted by the City Council.

 

This matter was reviewed by Deputy City Attorney Arturo D. Sanchez on July 24, 2023, and by Purchasing Agent Michelle Wilson and Budget Development Officer Jennifer Rodriguez on July 28, 2023.

 

TIMING CONSIDERATIONS

City Council action to adopt a Resolution and award a contract concurrently is requested on August 15, 2023, to ensure the contract is in place expeditiously.

 

FISCAL IMPACT

The total annual amount of the contract will not exceed $200,000.  Funding for these purchases will be covered by a combination of sources, including existing appropriation in the General Fund Group, the Tidelands Fund Group, and the General Grants Fund Group in the Fire Department, as well as other funding sources as they become available and appropriated for purchases.  Any purchases not currently budgeted will only proceed at such time that appropriations have been approved by the City Council. 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.

 

Respectfully Submitted,

DENNIS BUCHANAN

FIRE CHIEF

 

 

 

 

APPROVED:

 

THOMAS B. MODICA

CITY MANAGER