Long Beach, CA
File #: 21-0408    Version: 1 Name: FM - Contract w/McNeilus Truck for refuse truck parts
Type: Resolution Status: Adopted
File created: 4/21/2021 In control: City Council
On agenda: 5/11/2021 Final action: 5/11/2021
Title: Recommendation to adopt resolution authorizing City Manager, or designee, to execute a contract, and any necessary amendments, with McNeilus Financial, Inc., dba McNeilus Truck and Manufacturing, of Dodge Center, MN, for the purchase of McNeilus refuse truck parts, in an annual contract amount of $100,000, with a 15 percent contingency of $15,000, for a total annual contract amount not to exceed $115,000, for a period of two years, with the option to renew for three additional one-year periods, at the discretion of the City Manager. (Citywide)
Sponsors: Financial Management
Attachments: 1. 051121-C-7sr&att.pdf, 2. RES-21-0043.pdf
Related files: 36105_000

TITLE

Recommendation to adopt resolution authorizing City Manager, or designee, to execute a contract, and any necessary amendments, with McNeilus Financial, Inc., dba McNeilus Truck and Manufacturing, of Dodge Center, MN, for the purchase of McNeilus refuse truck parts, in an annual contract amount of $100,000, with a 15 percent contingency of $15,000, for a total annual contract amount not to exceed $115,000, for a period of two years, with the option to renew for three additional one-year periods, at the discretion of the City Manager.  (Citywide)

 

DISCUSSION

City Council approval is requested to enter into a contract with McNeilus Truck and Manufacturing (McNeilus) for the purchase of McNeilus refuse truck parts.  McNeilus is the sole manufacturer and distributor of refuse truck parts for McNeilus trucks in California at their Colton location.

 

There are 21 McNeilus brand refuse trucks in service by the Public Works Department.  Refuse trucks are complex vehicles, with extensive hydraulic and mechanical systems, that see daily hard use throughout Long Beach and require near-constant maintenance and service essential to keep the equipment reliable, operational, and safe.  Original parts from the equipment manufacturer are needed to accomplish the required maintenance.

 

City Charter Section 1801 requires that contracts for City purchases be awarded to the lowest responsible bidder after a competitive bid process but allows for awards without a competitive bid process if accompanied by a Resolution adopted by the City Council.

 

This matter was reviewed by Deputy City Attorney Taylor M. Anderson on April 20, 2021, Business Service Bureau Manager Tara Mortensen on April 6, 2021, and by Revenue Management Officer Geraldine Alejo on April 17, 2021.

 

TIMING CONSIDERATIONS

City Council action is requested on May 11, 2021, to ensure a contract is in place expeditiously.

 

FISCAL IMPACT

The total annual amount of the contract will not exceed $115,000, inclusive of a 15 percent contingency, and is budgeted in the Fleet Services Fund Group in the Financial Management Department. Parts costs are recovered through the Fleet Services Memorandum of Understanding (MOU) regular monthly charges to the Refuse/Recycling Fund Group in the Public Works Department. This recommendation has no staffing impact beyond the normal budgeted scope of duties and is consistent with existing City Council priorities. There is no local job impact associated with this recommendation.

 

SUGGESTED ACTION

Approve recommendation.

 

BODY

[Enter Body Here]

 

Respectfully Submitted,

JOHN GROSS                                                                                                                              

INTERIM DIRECTOR OF FINANCIAL MANAGEMENT

 

 

 

APPROVED:

 

THOMAS B. MODICA

CITY MANAGER