Loading...
SR-09-10-2013-3G - 205-008 / 515-000-01Yar City Council Report CitSanta Monica' City Council Meeting: September 10, 2013 Agenda Item: 3__CL To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Fleet Management Purchase Orders with Multiple Renewal Option Years Exceeding $100,000 Recommended Action Staff recommends that the City Council extend renewal options and authorize the issuance of new purchase orders for the attached list of Fleet Management's vendors whose cumulative authorized purchase amount would exceed $100,000 in fiscal year 2013-14. The total cumulative amount of the purchase orders would not exceed $555,863 (includes a 10% contingency). Executive Summary The City informally bids goods or services throughout the fiscal year where vendors have the ability in their bid response to extend renewal options typically up to two years. Additionally, staff conducts new bid processes that result in award of a new contract to an incumbent vendor for an ongoing purchase of a good or service. The attached vendors would exceed $100,000 for the same good or service with the execution of the renewal option and with an award of a new purchase order. Discussion The City's Fleet Management section bids goods or services as required for the maintenance of the City's vehicle fleet throughout the fiscal year. The range of services provided includes service on refuse trucks, preventive maintenance on scrubber/sweepers used by Promenade Maintenance as well as stenciling and repainting services. Goods provided range from tires and differential units to miscellaneous parts and propane fuel. The original dollar amount for the purchase order as projected by Fleet Management staff is based on the fiscal year needs at the time of bidding, with no presumption of renewal options. 1 This report presents a list of vendors (Attachment A) used by Fleet Management who experienced one of the following situations: 1. Through execution of a renewal option, will exceed $100,000 in cumulative purchases over multiple fiscal years. 2. After an informal bid process, a new purchase order was issued to an incumbent provider for the same good or service, where the cumulative amount exceeded $100,000. The list of vendors in Attachment A represents purchases that fall under one of the two categories above, and were previously determined to fall under the City's informal purchasing requirements yet exceed a cumulative amount of $100,000 to the same vendor for the same good or service. Each of the listed vendors has a history of providing quality service and delivery to the City, and as such, staff is requesting to utilize the renewal options for FY2013-14. In order to follow adopted Council policy requiring Council authorization for purchases in excess of $100,000, and to ensure continuity of delivery of necessary goods or services, staff recommends that Council approve the vendors listed in the attachment to provide the specified good or service through June 30, 2014. Vendor Selection Bids for each of the goods or services were posted on the City's online bidding system in accordance with the City Charter and Municipal Code provisions related to vendor selection, and selected vendors were determined to be the best bidder as defined in section 2.24.072 of the Municipal Code. E Financial Impacts & Budget Actions The total cumulative amount of the purchase orders extended and authorized would not exceed $555,863. Funds are included in the FY 2013-14 budget in division 54459, and will be charged to appropriate division operating budget accounts as necessary. Funds are also available in the FY2013-14 Capital Improvement Program in account 0540167.589200. Budget authority in subsequent years will be requested in each budget cycle for Council approval. Future funding is contingent upon Council approval. Prepared by: Ryan Kraemer, Sr. Administrative Analyst roved: c Martin Pastucha Director of Public Works Forwarded to Council: Rod Gould City Manager Attachment: A — List of Vendors Exercising Renewal Options / New Purchase Orders M Attachment A -Vendors Exercising Renewal Options/ New Purchase Orders RENEWAL NEWPO Vendor# VENDORNAME DESCRIPTION OF SERVICE/GOODS AWARDDATE BID NUMBER 2 -YEAR HISTORY TOTALOFPOS OPTION YEAR AMOUNT Provide vehicle batteries and pick up old Utilizing final 200143 Advanced Battery Systems battery cores 04/11/2011 3031 renewal option $ 42,610.00 $ 64,749.61 $ 107,359.61 Provide differentials, PTO, parts, and Informal RFQ Utilizing 2nd -year 295248 American Moving Parts 06/15/2011 $ 49,585.00 $ 88,063.37 $ 137,648.37 services #37779 -OG renewal option Provide OEM International Harvester Informal RFQ Utilizing final 200505 Boerner Truck Center Truck Company and Crane Carrier 04/05/2011 $ 53,395.00 $ 74,984.25 $ 128,379.25 #3026 renewal option Company parts. Provide passenger and light-duty vehicle Informal RFQ Utilizing 2nd -year $ 81,741.98 $ 127,863.91 $ 209,605.89 200587 Byron Woodley Tres tires 02/28/2012 #3073 renewal option Informal RFQ Utilizing final 211467 Mutual Propane Provide propane fuel for City vehicles 04/23/2011 $ 48,180.00 $ 80,809.98 $ 128,989.98 #38184 -OG renewal option Provide parts and services for heavy-duty Informal RFQ Utilizing final $ 65,225.00 121,022.80 $ 186,247.80 202811 Ray Gaskin Service refuse trucks 06/21/2011 #37856 -OG renewal option $ Provide 4year lease and monthly preventative maintenance forthe (3) new Tennant M30 Sweeper/ Scrubbers for Utilizing final 336136 U.S. Bank 06/08/2010 Sole Source $ 88,918.00 $ 156,303.87 $ 245,221.87 Promenade Maintenance (580) under renewal option Tennant Flex Clean four-year Maintenance agreement Utilizing City of Furnish and deliver various auto and light Los Angeles Utilizing final 203509 Warren Distributing, Inc. 01/29/2013 $ 75,675.00 $ 81,185.19 $ 156,860.19 truck repair parts and related materials. Contract renewal option #58578 Subtotal: $ 505,329.98 $ 794,982.98 $ 1,300,312.96 10% contingency: $ 50,533.00 $ - $ 50,533.00 Total: $ 555,862.98 $ 794,982.98 $ 1,350,845.96