Long Beach, CA
File #: 23-0650    Version: 1 Name: FM - VelocityTruck Centers-1 Freightliner 1124SD medium duty tow truck
Type: Contract Status: CCIS
File created: 6/2/2023 In control: City Council
On agenda: 6/20/2023 Final action: 6/20/2023
Title: Recommendation to adopt Specifications No. ITB FM-23-238 and award a contract to Los Angeles Truck Centers, LLC, dba Velocity Truck Centers, of Whittier, CA, for the purchase of one CNG powered Freightliner 1124SD medium-duty tow truck, in a total amount not to exceed $424,856, inclusive of taxes and fees; and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary subsequent amendments. (Citywide)
Sponsors: Financial Management
Attachments: 1. 06202023-C-13sr
Related files: 36608_000

TITLE

Recommendation to adopt Specifications No. ITB FM-23-238 and award a contract to Los Angeles Truck Centers, LLC, dba Velocity Truck Centers, of Whittier, CA, for the purchase of one CNG powered Freightliner 1124SD medium-duty tow truck, in a total amount not to exceed $424,856, inclusive of taxes and fees; and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary subsequent amendments.  (Citywide)

 

DISCUSSION

City Council approval is requested to enter into a contract with Los Angeles Truck Centers, LLC, dba Velocity Truck Centers, of Whittier, CA, for the purchase of one CNG powered Freightliner 1124SD tow truck. The Department of Financial Management, Fleet Services Bureau, Towing Division, will use the proposed unit for daily operations and special events such as the City of Long Beach’s (City) Grand Prix and the Long Beach Marathon. This truck is critical for providing towing support services for all City events, Long Beach Police and Fire Departments, City vehicles, and other requested operations.

 

The proposed unit is replacing a CNG flatbed tow truck and is in the approved Fiscal Year (FY) 2023 replacement plan. The proposed vehicle is specially outfitted with equipment needed to tow medium and heavy-duty vehicles. The unique “wrecker” design is critical in supporting heavier vehicles such as those in the City’s refuse, sweeper, and heavy equipment fleet. The unit will enable the Towing Division to respond to tow calls from City Departments without having to outsource the tows to third-party contractors. The current unit, which is being replaced, is seven years old and at the end of its useful life. Replacing the unit now will minimize repair downtime and ensure the lowest net operational costs for the City. Due to extended manufacturing times, it is estimated to take 24 months for this unit to be built and delivered.

 

The bid was advertised in the Long Beach Press-Telegram on February 27, 2023, and one potential bidder specializing in transportation, automotive parts, and services downloaded the bid via the City’s electronic bid system. The remaining registered vendors on the specialized list for transportation, automotive parts, and services were not notified of the bid, as they are not authorized to distribute Freightliner trucks. The bid document was made available from the Purchasing Division, located on the sixth floor of City Hall, and the Division’s 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 42 local, minority-owned, and women-owned business groups. One bid was received on March 9, 2023. The bidder was not a Minority-owned Business Enterprise (MBE), a Women-owned Business Enterprise (WBE), certified Small Business Enterprises (SBEs), or Long Beach vendor (Local). Los Angeles Truck Center LLC, of Whittier, CA (not a MBE, WBE, SBE or Local), was the lowest responsible bidder.

 

This matter was reviewed by Deputy City Attorney Taylor Anderson and Purchasing Agent Michelle Wilson on May 25, 2023, and by Revenue Management Officer Geraldine Alejo on May 30, 2023.

 

SUSTAINABILITY

 

There is currently no zero-emission vehicle (ZEV) version of this truck available. Fleet Services and the Financial Management Department will continue to evaluate ZEV alternatives as new options enter the marketplace. 

 

The new truck uses a “near-zero” CNG-powered engine that is below Nitrogen Oxide (NOx) standards and is fully compliant with the State of California and local district air quality regulations. The unit will be using clean burning renewable natural gas (RNG) fuel to further reduce air toxic and pollutant emissions.

 

TIMING CONSIDERATIONS

City Council action to adopt Specifications No. ITB FM-23-238 and award a contract concurrently is requested on June 20, 2023, to ensure the contract is in place expeditiously.

 

FISCAL IMPACT

The total amount of the contract will not exceed $424,856, inclusive of taxes and fees. Sufficient funding for the purchase has been collected and is budgeted in the Fleet Services Fund Group in the Financial Management Department. Annual ongoing maintenance, fuel, and replacement costs for each unit are estimated at $40,692 and will be collected from the Towing Fund Group in the Financial Management Department through the Fleet Services Bureau Memorandum of Understanding (MOU) process. This recommendation has no staffing impact beyond the normal budgeted scope of duties and is consistent with the City Council priorities. The award of this contract will provide continued support to our local economy by assisting in the preservation of employment for 10 full-time employees residing in Long Beach.

 

SUGGESTED ACTION

Approve recommendation.

 

Respectfully Submitted,

KEVIN RIPER

DIRECTOR

FINANCIAL MANAGEMENT

 

 

APPROVED:

 

THOMAS B. MODICA

CITY MANAGER