Long Beach, CA
File #: 07-1323    Version: 1 Name: PW - Contract with Ray Gaskin Service
Type: Resolution Status: Adopted
File created: 11/7/2007 In control: City Council
On agenda: 11/13/2007 Final action: 11/13/2007
Title: Recommendation to adopt resolution authorizing City Manager to execute a contract with Ray Gaskin Service for the purchase of three (3) Wayne Curbtender Liquefied Natural Gas (LNG) alternative fueled refuse trucks per quote dated August 2, 2007, on the same terms and conditions afforded to the County of Sacramento, in an amount not to exceed $772,570.50 including tax, with a ten percent contingency for additional equipment if necessary and if funds are available. (Citywide)
Sponsors: Public Works
Indexes: Contracts
Attachments: 1. 111307-R-27sr&att.pdf, 2. RES-07-0156.pdf
Related files: 30411_000
TITLE
Recommendation to adopt resolution authorizing City Manager to execute a contract with Ray Gaskin Service for the purchase of three (3) Wayne Curbtender Liquefied Natural Gas (LNG) alternative fueled refuse trucks per quote dated August 2, 2007, on the same terms and conditions afforded to the County of Sacramento, in an amount not to exceed $772,570.50 including tax, with a ten percent contingency for additional equipment if necessary and if funds are available.  (Citywide)
 
DISCUSSION
The City Charter 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 Department of Public Works, Fleet Services Bureau, investigated procurement options and learned that the County of Sacramento had completed a competitive bid process for Wayne Curbtender refuse trucks and has a purchase order with Ray Gaskin Service, that meets the City's needs. This cooperative purchase agreement will facilitate the timely acquisition of the refuse trucks and provide cost benefits to the City.
 
Ray Gaskin Service has agreed to sell three (3) Wayne Curbtender LNG refuse trucks to the City of Long Beach under the same terms and conditions as are afforded to the County of Sacramento in an amount not to exceed $772,570.50 with an option for 10 percent contingency if necessary and if funds are available. The Matrix Fleet Review Study also supports the use of cooperative purchase agreements and adherence to a long-term replacement plan.
 
This matter was reviewed by Deputy City Attorney Lori A. Conway on October 31,2007 and Budget Management Officer Victoria Bell on November 01,2007.
 
TIMING CONSIDERATIONS
City Council action is requested on November 13, 2007, to ensure that the refuse trucks are built and placed into service in 2008. The expected build and delivery time of these new refuse trucks is 240-270 days.
 
FISCAL IMPACT
The cost of this contract, in the amount of $772,570.50 (including tax of $58,879.50), with a ten percent contingency for additional equipment if necessary and if funds are available, is included in the Fleet Services Fund (IS 386) in the Department of Public Works (PW). Proceeds from the resale of the three (3) existing trucks combined with accumulated replacement funding will offset the purchase price of the three (3) new Wayne Curbtenders LNG trucks.
 
SUGGESTED ACTION
Approve recommendation.
 
BODY
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LONG BEACH AUTHORIZING THE CITY MANAGER TO ACQUIRE THREE CURBTENDER AUTOMATED REFUSE (3) WAYNE TRUCKS, THROUGH THE PURCHASE ORDER BETWEEN THE COUNTY OF SACRAMENTO AND RAY GASKIN SERVICE
 
Respectfully Submitted,
 
 
CHRISTOPHER J. GARNER
ACTING DIRECTOR OF PUBLIC WORKS
 
 
 
APPROVED:
 
 
 
                                                  
 
PATRICK H. WEST
 
CITY MANAGER