Long Beach, CA
File #: 23-0565    Version: 1 Name: FM - Ray Gaskin Service for for the purchase of one Ford F-550 refuse truck
Type: Resolution Status: Adopted
File created: 5/18/2023 In control: City Council
On agenda: 6/6/2023 Final action: 6/6/2023
Title: Recommendation to adopt resolution authorizing City Manager, or designee, to execute a contract, and any necessary documents including any necessary subsequent amendments, with Ray Gaskin Service, an authorized distributor for New Way Trucks and Scranton Manufacturing Company, of Fontana, CA, for the purchase of one Ford F-550 refuse truck, with related equipment and accessories, on the same terms and conditions afforded to Sourcewell, in a total amount not to exceed $167,457, inclusive of taxes and fees. (Citywide)
Sponsors: Financial Management
Attachments: 1. 06062023-C-16sr&att, 2. RES-23-0076.pdf

TITLE

Recommendation to adopt resolution authorizing City Manager, or designee, to execute a contract, and any necessary documents including any necessary subsequent amendments, with Ray Gaskin Service, an authorized distributor for New Way Trucks and Scranton Manufacturing Company, of Fontana, CA, for the purchase of one Ford F-550 refuse truck, with related equipment and accessories, on the same terms and conditions afforded to Sourcewell, in a total amount not to exceed $167,457, inclusive of taxes and fees.  (Citywide)

                                          

DISCUSSION

City Council approval is requested to enter into a contract with Ray Gaskin Service, an authorized distributor for New Way Trucks and Scranton Manufacturing Company, for the purchase of one Ford F-550 truck with a 6-yard rear body loader. The proposed unit will be used by the Parks, Recreation, and Marine (PRM) Department and is on the approved Fiscal Year 2022 (FY 22) Replacement Plan.

 

The unit will help support PRM’s Maintenance Operations Bureau’s daily operations. This bureau is responsible for ensuring all City of Long Beach (City) parks, beaches, marinas, community centers, and other facilities under PRM are maintained in an aesthetically pleasing and safe, functional manner. The smaller body of the 6-yard F-550 is best suited to access smaller alleys, areas under bridges, and other tight locations.

 

The Fleet Services Bureau of the Department of Financial Management researched procurement options for New Way trucks and discovered other agencies had completed an open, fair, transparent, and competitive procurement process. The City reviewed the cooperative agreement options and determined that the contract between Sourcewell and Ray Gaskin Service provided the best value to the City.

 

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. This alternative procurement method can save time and reduce costs through economies of scale by purchasing under existing contracts from other government agencies on a voluntary and selective basis, when authorized by a Resolution adopted by the City Council.

 

This matter was reviewed by Deputy City Attorney Taylor Anderson on May 9, 2023, Purchasing Agent Michelle Wilson on April 28, 2023, and by Revenue Management Officer Geraldine Alejo on May 17, 2023.

 

SUSTAINABILITY

 

The City is a recognized leader in the use of alternative fuels, having been named number two Municipal Green Fleet in the nation by the National Association of Fleet Administrators (NAFA) in 2022.  The City is embracing zero-emission vehicles (ZEVs) as quickly as they become available (along with funding and infrastructure support), including the recent procurement of two battery electric rear loading refuse trucks. The fleet includes 81 ZEVs (including its first fully electric pickup) and 90 plug-in hybrids.

 

There is currently no ZEV version of this truck available. Fleet Services and PRM will continue to evaluate ZEV alternatives as new options enter the marketplace. The unit is compliant with the State of California and local district air quality regulations.

 

TIMING CONSIDERATIONS

City Council action to adopt a Resolution and award a contract concurrently is requested on June 6, 2023, to ensure that the contract is in place expeditiously.

 

FISCAL IMPACT

The total amount of the contract will not exceed $167,457, inclusive of taxes and fees. The purchase is budgeted in the Fleet Services Fund Group in the Financial Management Department. Ongoing maintenance, fuel, and replacement costs for the unit are estimated at $37,148 annually and will be billed to the General Fund Group in Parks, Recreation and Marine Department through the Fleet Services Bureau Memorandum of Understanding (MOU) process. This recommendation has no staffing impact beyond the normal budgeted scope of duties and is consistent with City Council priorities. There is no local job impact associated with this recommendation.

 

SUGGESTED ACTION

Approve recommendation.

 

Respectfully Submitted,

KEVIN RIPER                                                                                                                              

DIRECTOR

FINANCIAL MANAGEMENT

 

 

APPROVED:

 

THOMAS B. MODICA

CITY MANAGER