TITLE
Recommendation to adopt Specifications No. ITB FM-23-239 and award a contract to Los Angeles Truck Centers, LLC, dba Velocity Truck Centers, of Whittier, CA, for the purchase of two CNG powered Ford F-750 slide back car carriers, in a total amount not to exceed $517,741, 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 two CNG powered Ford F-750 slide back car carrier tow trucks. The Department of Financial Management, Fleet Services Bureau, Towing Division, will use the proposed units 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 units are replacing two CNG flatbed tow trucks and are on the approved Fiscal Year (FY) 2022 replacement plan. The design of the proposed units allows for the towing and transport of light and medium-duty vehicles that have been wrecked or are otherwise unable to be transported by traditional wheel-lift tow trucks. Sufficient funding has been collected for replacement of these units. The current units are seven years old and are at the end of their useful life. Replacing the units now will minimize repair downtime and ensure the lowest new operational costs for the City. Due to extended manufacturing times, it is estimated to take 24 months for these units to be built and delivered.
The bid was advertised in the Long Beach Press-Telegram on February 27, 2023, and 17 potential bidders specializing in transportation, automotive parts, and services were notified of the bid opportunity. Of the 17 bidders, 3 downloaded the bid via the City’s electronic bid system. 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. On March 9, 2023, one bid was received. 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 on May 23, 2023, Purchasing Agent Michelle Wilson on May 22, 2023, and by Revenue Management Officer Geraldine Alejo on May 30, 2023.
SUSTAINABILITY
There are currently no zero-emission vehicle (ZEV) version of these trucks available. Fleet Services and the Financial Management Department will continue to evaluate ZEV alternatives as new options enter the marketplace.
The new trucks use “near-zero” CNG-powered engines that are below Nitrogen Oxide (NOx) standards and are fully compliant with the State of California and local district air quality regulations. The units 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-23-239 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 $517,741, 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 $56,400 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