Long Beach, CA
File #: 16-0989    Version: 1 Name: FM - LA Truck Center-10 Refuse Trucks
Type: Resolution Status: Adopted
File created: 10/4/2016 In control: City Council
On agenda: 11/1/2016 Final action: 11/1/2016
Title: Recommendation to adopt resolution authorizing City Manager, or designee, to execute all documents necessary to amend Contract No. 34210 with Los Angeles Truck Centers, LLC, dba Los Angeles Freightliner, of Whittier, CA, for the purchase of ten additional Autocar ACX 64, CNG-fueled, refuse collection trucks, with related equipment and accessories, for an additional amount of $3,303,658, for a total contract amount not to exceed $6,607,316, inclusive of taxes and fees. (Citywide)
Sponsors: Financial Management
Attachments: 1. 110116-R-19sr&att.pdf, 2. RES-16-0107.pdf
Related files: 34210_001

TITLE

Recommendation to adopt resolution authorizing City Manager, or designee, to execute all documents necessary to amend Contract No. 34210 with Los Angeles Truck Centers, LLC, dba Los Angeles Freightliner, of Whittier, CA, for the purchase of ten additional Autocar ACX 64, CNG-fueled, refuse collection trucks, with related equipment and accessories, for an additional amount of $3,303,658, for a total contract amount not to exceed $6,607,316, inclusive of taxes and fees.  (Citywide)

 

DISCUSSION

On February 9, 2016, the City Council adopted Resolution No. 16-0011, authorizing the City Manager to execute a contract with Los Angeles Truck Centers, LLC, for the purchase of ten Autocar ACX 64, CNG-fueled refuse trucks, under the same terms and conditions afforded to the City of Claremont, CA. 

 

City Council approval is requested to amend the contract with Los Angeles Truck Centers, LLC, for the purchase of ten additional Autocar ACX 64, CNG-fueled, 29 cubic yard side-loading refuse collection trucks for use by the Public Works Department (PW).    Procurement of the additional ten units was approved in the FY 16 replacement plan.  The units being replaced are 12 years old and have exceeded their seven-year recommended life cycle.  Sufficient replacement funds have been collected to replace the ten units.

 

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 by purchasing under their contracts on a voluntary and selective basis when authorized by a Resolution of the City Council. 

 

The Fleet Services Bureau and the Purchasing Division of the Financial Management Department investigated procurement options, and the City of Claremont’s contract with Los Angeles Truck Centers, LLC, of Whittier, CA (not an MBE, WBE, DBE, SBE or Local), was determined to provide the best price.  Additionally, this procurement method, as authorized under the Charter, allows for timely acquisition and delivery.  The City of Claremont’s contract was competitively bid in December 2014.  Since there are no dealers for this type of equipment in Long Beach, chassis and body service, parts, and warranty support will be provided by Los Angeles Truck Centers, of Whittier, CA, and Ray Gaskin Service, of Fontana, CA.

 

This matter was reviewed by Deputy City Attorney Monica J. Kilaita on October 12, 2016 and by Assistant Finance Director Lea Eriksen on October 11, 2016.

 

SUSTAINABILITY

 

These new refuse trucks are in full compliance with California Air Resources Board and local district air quality regulations, which require use of alternative fuel refuse trucks to reduce air toxic and criteria pollutant emissions.  These trucks have near-zero emission engines that are 90 percent lower than the current Environmental Protection Agency (EPA) limit. This engine also meets the 2017 EPA greenhouse gas emission requirements with a 9 percent reduction from the low emission engines currently in use.

 

TIMING CONSIDERATIONS

City Council action is requested to adopt the attached Resolution and authorize the City Manager to execute an amendment to Contract No. 34210 on November 1, 2016, to ensure that the purchase of the new refuse trucks can take place expeditiously.

 

FISCAL IMPACT

The cost of this contract amendment will not exceed $3,303,658, and is budgeted in the Fleet Services Fund (IS 386) in the Financial Management Department (FM).  Purchase costs have been collected through regular capital replacement charges to the Refuse Fund (EF 330) in the Public Works Department (PW).  There is no local job impact associated with this recommendation.

 

SUGGESTED ACTION

Approve recommendation.

 

BODY

A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LONG BEACH AUTHORIZING CITY MANAGER TO AMEND CONTRACT NUMBER 34210 WITH lOS ANGELES TRUCK CENTERS LLC FOR THE PURCHASE OFTEN ADDITIONAL eNG-POWERED REFUSE COLLECTION TRUCKS THROUGH THE CONTRACT BETWEEN THE CITY OF CLAREMONT AND LOS ANGELES TRUCK CENTERS, LLC, DBA LOS ANGELES FREIGHTLINER

 

Respectfully Submitted,

JOHN GROSS

DIRECTOR OF FINANCIAL MANAGEMENT

 

 

 

APPROVED:

 

PATRICK H. WEST

CITY MANAGER