Long Beach, CA
File #: 20-1242    Version: 1 Name: FM - Contract w/Velocity Truck Center for two autocar Expeditor Roll Off trucks
Type: Contract Status: CCIS
File created: 11/19/2020 In control: City Council
On agenda: 12/15/2020 Final action: 12/15/2020
Title: Recommendation to adopt Specifications No. ITB FS20-076 and award a contract to Los Angeles Truck Centers, LLC, dba Velocity Truck Center, of Whittier, CA, for furnishing and delivering two Autocar Expeditor Roll Off trucks, for a total contract amount not to exceed $578,494, inclusive of taxes and fees; and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary amendments. (Citywide)
Sponsors: Financial Management
Attachments: 1. 121520-C-12sr.pdf
Related files: 35864_000

TITLE

Recommendation to adopt Specifications No. ITB FS20-076 and award a contract to Los Angeles Truck Centers, LLC, dba Velocity Truck Center, of Whittier, CA, for furnishing and delivering two Autocar Expeditor Roll Off trucks, for a total contract amount not to exceed $578,494, inclusive of taxes and fees; and, authorize City Manager, or designee, to execute all documents necessary to enter into the contract, including any necessary amendments.  (Citywide)

 

DISCUSSION

City Council approval is requested to enter into a contract with Los Angeles Truck Center, LLC, dba Velocity Truck Center, for the purchase of two Autocar Expeditor roll-off trucks, for a total contract amount not to exceed $578,494, inclusive of taxes and fees. These trucks will replace the current units in the Public Service Bureau in the Public Works Department where they are primarily used for removing debris from project sites. Purchase of these vehicles was approved by the City Manager in the FY 19 Fleet Replacement Plan.  

 

The current units are two years past their useful life, experiencing increased downtime, and replacement parts are becoming increasingly difficult to obtain. The replacement vehicles will be equipped with Cummins near-zero emission compressed natural gas (CNG)-fueled engines, a rear vision camera, and tarping cover systems.

 

The bid was advertised in the Long Beach Press-Telegram on October 2, 2020, and 41 potential bidders specializing in heavy duty vehicles were notified of the bid opportunity.  Of those bidders, nine 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 35 local, minority-owned, and women-owned business groups. One bid was received on October 22, 2020, and the bidder was not a Minority-owned Business Enterprise (MBE), Woman-owned Business Enterprise (WBE), certified Small Business Enterprise (SBE), or Long Beach business (Local). Los Angeles Truck Center, LLC, dba Velocity Truck Center, of Whittier, CA (not a MBE, WBE, SBE, or Local), was the sole responsive 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 and Budget Management Officer Rhutu Amin Gharib on November 23, 2020, and by Business Services Bureau Manager Tara Yeats on November 16, 2020. 

 

SUSTAINABILITY

 

The new trucks are compliant with the State of California and local district air quality regulations and use renewable CNG fuel to reduce air toxins and pollutant emissions.

 

TIMING CONSIDERATIONS

City Council action is requested on December 15, 2020, to ensure a contract is in place expeditiously. Delay in replacement will result in higher expense to maintain the old units as well as possible service delays for the Public Works Department.

 

FISCAL IMPACT

The total contract amount will not exceed $578,494, inclusive of taxes and fees, and is budgeted in the Fleet Services Fund Group in the Financial Management Department.  Replacement costs for these units are fully funded through regular capital replacement charges previously collected. Ongoing maintenance costs are estimated at $34,162 annually and capital replacement charges based on an asset life of ten years are estimated at $77,745 annually. These costs will be collected through the Fleet Services Memorandum of Understanding (MOU) regular monthly charges to the General Fund Group in the Public Works Department starting when the vehicles are delivered and in use. 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 ten 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

CITY MANAGER