Long Beach, CA
File #: 17-0972    Version: 1 Name: FM - Contract for 4 CNG-fueled Roll Off Trucks
Type: Contract Status: CCIS
File created: 10/4/2017 In control: City Council
On agenda: 10/24/2017 Final action: 10/24/2017
Title: Recommendation to adopt Specifications No. ITB FS17-137 and award a contract to Los Angeles Truck Centers, LLC, of Whittier, CA, for the purchase and delivery of four 2018 Autocar ACX, CNG-fueled Roll-Off Trucks, for a total amount not to exceed $1,027,675, inclusive of taxes and fees. (Citywide)
Sponsors: Financial Management
Indexes: Contracts
Attachments: 1. 102417-R-17sr
Related files: 16-0116, 34772_000

TITLE

Recommendation to adopt Specifications No. ITB FS17-137 and award a contract to Los Angeles Truck Centers, LLC, of Whittier, CA, for the purchase and delivery of four 2018 Autocar ACX, CNG-fueled Roll-Off Trucks, for a total amount not to exceed $1,027,675, inclusive of taxes and fees.  (Citywide)

 

DISCUSSION

City Council approval is requested to enter into a contract with Los Angeles Truck Centers, LLC, for the purchase of four Autocar ACX roll-off trucks with a CNG fuel system.   These new vehicles were approved in the FY 16 and FY 17 vehicle replacement plans and are fully capitalized by previously collected replacement funds from the Department of Public Works.

 

These vehicles will replace 2003 model-year, LNG-fueled roll-off trucks used by the Environmental Service Bureau that are four years past their useful life.  Roll-off trucks are used to move refuse collected by the Street Sweeping Division from the sweepers to a large bin, and subsequently to a refuse transfer station.  Roll-off trucks are also used to haul used tires and other scrap material for appropriate disposal. 

 

The bid was advertised in the Long Beach Press-Telegram on August 9, 2017, and 1,410 potential bidders specializing in vehicles were notified of the bid opportunity.  Of those bidders, 14 downloaded the bid via the City’s electronic bid system.  The bid document was made available from the Purchasing Division, located on the seventh floor of City Hall, and the Division’s website at 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 22 local, minority, and women-owned business groups.  Four bids were received on September 5, 2017.  Of those bidders, none were Minority-owned Business Enterprises (MBEs), Women-owned Business Enterprises (WBEs), Small Business Enterprises (SBEs), or Long Beach businesses (Local). Los Angeles Truck Centers, LLC, of Whittier, CA (not MBE, WBE, or Local), was the lowest 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 online database to download the bid specifications.  Through outreach, 200 Long Beach vendors were notified to submit bids, none of which 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 Monica J. Kilaita on October 9, 2017 and by Assistant Finance Director Lea Eriksen on October 4, 2017.

 

SUSTAINABILITY

                     

The new trucks are in full compliance with California Air Resources Board regulations for mileage and emission standards and will be fueled by less expensive, cleaner burning, renewable natural gas fuel.  In addition, the engines in the new trucks, Cummins near-zero emission, exceeds the current California emissions standards. 

 

TIMING CONSIDERATIONS

City Council action to adopt Specifications No. ITB FS17-137 and award a contract concurrently is requested on October 24, 2017, to ensure the contract is in place expeditiously.

 

FISCAL IMPACT

The total purchase amount of the four vehicles will not exceed $1,027,675, and is budgeted in the Fleet Services Fund (IS 386) in the Financial Management Department (FM). Vehicle purchase costs have been collected through regular monthly capital replacement charges to the Public Works Department (PW) through the Fleet MOU billing process.  There is no local job impact associated with this recommendation.

 

SUGGESTED ACTION

Approve recommendation.

 

BODY

[Enter Body Here]

 

Respectfully Submitted,

JOHN GROSS

DIRECTOR OF FINANCIAL MANAGEMENT

 

 

 

APPROVED:

 

PATRICK H. WEST

CITY MANAGER