Long Beach, CA
File #: 19-1264    Version: 1 Name: FM - Contract w/LA Truck Centers for 3 CNG dump trucks
Type: Contract Status: CCIS
File created: 11/18/2019 In control: City Council
On agenda: 12/17/2019 Final action: 12/17/2019
Title: Recommendation to adopt Specifications No. ITB FS19-124 and authorize City Manager, or designee, to execute a contract with Los Angeles Truck Centers, LLC, of Whittier, CA, for furnishing and delivering three compressed natural gas (CNG)-fueled dump trucks, in an amount not to exceed $954,623. (Citywide)
Sponsors: Financial Management
Attachments: 1. 121719-R-21sr.pdf
Related files: 35433_000

TITLE

Recommendation to adopt Specifications No. ITB FS19-124 and authorize City Manager, or designee, to execute a contract with Los Angeles Truck Centers, LLC, of Whittier, CA, for furnishing and delivering three compressed natural gas (CNG)-fueled dump trucks, in an amount not to exceed $954,623.  (Citywide)

 

DISCUSSION

City Council approval is requested to enter into a contract with Los Angeles Truck Centers, LLC, for the purchase of three CNG-fueled 6x6 dump trucks for use by the Parks, Recreation and Marine Department, Beach Maintenance Division.  These dump trucks are a critical part of the operation to maintain the City of Long Beach’s (City) shoreline and are used extensively during the winter storm season to move sand to protect areas threatened by high tides. Due to the age, condition, and excessive downtime of current units, rental units have been necessary to keep up with current workloads.  Purchase of these units was approved in the FY 17 replacement plan and authorized during the regular budget process.  It will take approximately 15 months from the contract execution date for these units to be delivered.

 

The bid was advertised in the Long Beach Press-Telegram on September 18, 2019, and 64 potential bidders specializing in heavy duty vehicles were notified of the bid opportunity.  Of those bidders, 12 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 28 local, minority and women-owned business groups.  One bid was received on October 15, 2019.  the bidder is not a Minority-owned business, Woman-owned Business, certified Small Business, or Long Beach Business (Local).  Los Angeles Truck Centers, LLC, of Whitter, CA (not a MBE, WBE, SBE or Local), was the sole 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, 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 November 14, 2019, Purchasing Agent Tara Yeats on November 13, 2019, and by Revenue Management Officer Geraldine Alejo on

November 14, 2019.

SUSTAINABILITY

The new units comply with all local, state, and federal requirements for air quality emission standards.

 

TIMING CONSIDERATIONS

City Council action to adopt Specifications No. ITB FS19-124 and award a contract concurrently is requested on December 17, 2019, to ensure a contract is in place expeditiously.

 

FISCAL IMPACT

The total cost of the contract will not exceed $954,623, including taxes and fees, and is budgeted in the Fleet Services Fund Group in the Financial Management Department.  Ongoing maintenance and fuel cost for the three trucks is estimated at $88,050 annually and capital replacement charges based on an asset life of approximately 12 years is estimated at $112,635 annually. These costs will be collected through the Fleet Services Memorandum of Understanding regular monthly charges from the Tidelands Operating Fund Group in the Parks, Recreation and Marine Department. This recommendation has no staffing impact beyond the normal budgeted scope of duties and is consistent with existing City Council priorities. The award of this contract will provide continued support to our local economy by assisting in the preservation of employment for 16 full-time employees residing in Long Beach.

 

SUGGESTED ACTION

Approve recommendation.

 

BODY

[Enter Body Here]

 

Respectfully Submitted,

JOHN GROSS

DIRECTOR OF FINANCIAL MANAGEMENT

 

 

 

APPROVED:

 

THOMAS B. MODICA

ACTING CITY MANAGER