Loading...
SR 05-09-2017 3E Ci ty Council Report City Council Meeting : May 9, 2017 Agenda Item: 3.E 1 of 7 To: Mayor and City Council From: Susan Cline, Director , Public Works, Street & Fleet Services Subject: Fleet Management Sole Source Requests Recommended Action Staff recommends that the City Council : 1. A uthorize the Purchasing Services Manager to issue a purchase order with AMREP , a New Jersey -based company, for equipment and parts for AMREP bodies . This recommended award is made as an exception to the competitive bidding process pursuant to Section 2.24.080(a) and is for a total amount not to exceed $181,765 with future year funding contingent on Council budget approval. 2. A uthorize the Purchasing Services Manager to issue a purchase order with Mar -Co Equipment Company , a Texas -based company, for TYMCO parts and service . This recommended award is made as an exception to the competitive bidding process pursuant to Section 2.24.080(a) and is for a total amount not to exceed $212,463 with future year funding contingent on Council budget approval. 3. A uthorize the Purchasing Services Manager to issue a purchase ord er with Municipal Maintenance Equipment, a California -based company, for GO -4 vehicle parts . This recommended award is made as an exception to the competitive bidding process pursuant to Section 2.24.080(a) and is for a total amount not to exceed $128,913 with future year funding contingent on Council budget approval. 4. A uthorize the Purchasing Services Manager to issue a purchase order with Ray Gaskin Service , a California -based company, for equipment and parts for Scranton Manufacturing (New Way), Wayne E ngineering, Dadee equipment . This recommended award is made as an exception to the competitive bidding process pursuant to Section 2.24.080(a) and is for a total amount not to exceed $411,411 with future year funding contingent on Council budget approval. 5. A uthorize the Purchasing Services Manager to issue a purchase order with Tennant Company , a Minnesota -based company, for repair and maintenance parts for Tennant machines . This recommended award is made as an exception to the competitive bidding process p ursuant to Section 2.24.080(a) and is for a total amount not to exceed $175,525 with future year funding contingent on Council budget approval. Executive Summary Fleet Management is responsible for ensuring that the City’s diverse fleet of vehicles and ot her automotive -related equipment , such as power washers and generators, are 2 of 7 available, dependable, meet the highest environmental standards for a sustainable fleet, and are safe to operate from acquisition through disposal . Staff recommends that the City Council approve the s ole s ource request for proprietary purchase of goods and services from AMREP, Mar -Co, Municipal Maintenance Equipment, Ray Gaskin Service, and Tennant Company. As proprietary equipment, t his recommendation is made as an exception to th e competitive bidding process pursuant to Section SMMC 2.24.080 (a) and is for a total amount not to exceed $1,110,078 over a five -year period with future year funding contingent on Council budget approval. Background Fleet Management attempt s to balance maintenance costs while ensuring vehicle reliability and meeting the original equipment manufacturer (OEM) standards for vehicle specific maintenance needs. Certain manufacturers are the sole source of their proprietary parts and/or service for their par ticular brand. Over the years, Fleet Management has submitted requests for s ole s ource goods and services for various manufacturers. The following s ole s ource requests are the most recently approved requests , which have exceeded $175,000, or will exceed $1 75,000 by fiscal year (FY) 2017 -2018: Vendor Name Coverage Dates Amount Approved Amount Spent Difference AMREP FY13/14 - FY17/18 $150,000 $151,434 ($1,435) Mar -Co FY15/16 - FY18/19 $175,000 $84,730 $90,270 MME FY14/15 - FY16/17 $120,000 $80,236 $39,76 4 Ray Gaskin FY14/15 - FY15/16 $140,000 $209,018 ($69,018) Tennant Company FY14/15 - FY18/19 $165,000 $99,997 $65,004 L arge vehicles such as the f r ont loaders (Amrep bodies) and s ide loaders (Dadee bodies, supported by Ray Gaskin Service) are purchas ed through a c hassis dealer. The chassis dealer partner s with body manufactures and provide s a combined price for the complete unit. There are no other jurisdictions known to require the chassis dealer to negotiate pricing for parts with the manufactures that supply the bodies during manufacturing . Discussion The goods and/or services provided by AMREP Manufacturing, Inc., Mar -Co, MME, Ray Gaskin Service, and Tennant Company are proprietary, copyrighted, patented, or 3 of 7 otherwise only available from them as exclusive distributor and are need ed to ensure that the current fleet can be maintained based on manufacturer standards. AMREP Manufacturing, Inc. The vendor, AMREP, is the sole authorized distributor of all equipment and parts for AMREP bodies and AMREP body parts. The Resource, Recovery, and Recycling Division currently operates refuse trucks that require AMREP OEM parts and services. AMREP Manufacturing, Inc. is the parts manufacturer and the only authorized OEM parts and service distributor for these vehicles . Staff exceeded the original s ole s ource amount by $1,435 and it is expected that a total of $180,331 will be spent with AMREP, based in Ontario, California, for FY2016 -17 through FY2020 -21. T he t otal amount requested will not exceed $181,76 5 . M ar -Co Equipment Company The City currently owns and operates six TYMCO sweepers that are utilized by the Resource, Recovery, and Recycling Division. Parts, labor, and related items for these sweepers are available solely through Mar -Co Equipment Company, t he authorized dealer for TYMCO parts and service in our geographical area. A total of $90,270 remains available for use from the last s ole s ource request which will cover the remainder of FY2016 -17 and FY2017 -18. It is expected that a total of $212,463 wi ll be spent with Mar -Co Equipment Company, based in Pomona, California, for FY2018 -19 through FY2022 -23. T he t otal amount requested will not exceed $212,463. MME The vendor, Municipal Maintenance Equipment (MME), is the only authorized parts dealer for GO -4 vehicles and maintenance parts. GO -4s are used by the City of Santa Monica’s Police – Traffic Services Division. These units and parts are sold exclusively through MME. 4 of 7 A total of $39,764 remains available for use from the original sole source request which will cover the remainder of FY2016 -17. It is expected that a total of $128,914 will be spent with MME, based in Sacramento, California, for FY2017 -18 through FY2021 -22. T he t otal amount requested will not exceed $128,913 . Ray Gaskin Service In recen t years, bids have been awarded to various vehicle manufacturers and dealers that have used a refuse body built by a manufacturer that has chosen Ray Gaskin Service as the sole source supplier of parts and service. Ray Gaskin Service is the sole authorized distributor of all equipment and parts for refuse bodies built by Scranton Manufacturing (New Way), Wayne Engineering, and Dadee. The current fleet inventory consists of the following vehicles that must be sent to Ray Gaskin for service, or for the purch ase of parts: 22 side loaders, four rear loaders, eight bin trucks, and one split body refuse packer. Staff exceeded the original sole source by $69,018 and it is expected that a total of $342,394 will be spent with Ray Gaskin Service, based in Fontana, C alifornia, for FY2016 -17 through FY2020 -21. T he t otal amount requested will not exceed $411,411 . Tennant Company Tennant Company is the sole source manufacturer of Tennant machines, repair and maintenance parts, and provides scrubber sweepers for the City ’s Promenade Maintenance Division. These machines and parts are sold through Tennant Company’s wholly -owned subsidiary, Tennant Sales and Service Co. Tennant Sales and Service Co. is the sole source for the “Tennant Factory Trained” service technicians qua lified to repair and maintain machines manufactured by Tennant Company and covered under the Tennant Company warranty. A total of $65,004 remains from the original s ole s ource request , which will cover the remainder of FY2016 -17. It is expected that a tot al of $175,525 will be spent with Tennant Company, based in Minneapolis, Minnesota, for FY2017 -18 through FY2021 - 5 of 7 22. T he t otal amount requested will not exceed $175,525. Summary Vendor Name Previous Sole Source Amount Previous Sole Source Amount Remaining / Overexpenditure Amount Requested Total AMREP $150,000 ($1,435) $180,330 $181,765 Mar -Co $175,000 $90,270 $212,463 $212,463 MME $120,000 $39,764 $128,913 $128,913 Ray Gaskin $140,000 ($69,018) $342,393 $411,411 Tennant Company $165,000 $65,004 $175 ,525 $175,525 Grand Total $1,110,07 8 Vendor Selection AMREP, Mar -Co, Municipal Maintenance Equipment (MME), Ray Gaskin Service, and Tennant Company are all the sole source providers for their respective parts and/or service s . The Purchasing Servi ces Manager was able to confirm with AMREP, Mar -Co, Municipal Maintenance Equipment (MME), and Ray Gaskin Service that the City is receiving municipal fleet or government pricing for parts, as they combine the spending of all governmental agencies and appl y discounts accordingly. As the sole proprietary sources of parts and service s of the original equipment, t his recommendation is made as an exception to the competitive bidding process pursuant to Section SMMC 2.24.080 (a) and is for a total amount not to exceed $1,110,078 over a five -year period with future year funding contingent on Council budget approval. Financial Impacts and Budget Actions The purchase order to be awarded to AMREP is for an amount not to exceed $181,765 . Funds of $34,652 are availa ble in the FY 2016 -17 budget in the Public Works Department. The purchase order will be charged to account 54459.522990 . Future year funding is contingent on Council budget approval. The purchase order to be awarded to Mar -Co Equipment Company is for an a mount not to exceed $212,463 . Funds of $40,827 are available in the FY 2016 -17 budget in the 6 of 7 Public Works Department. The purchase order will be charged to account 54459.522990 and 54459.522920 . Future year funding is contingent on Council budget approval. The purchase order to be awarded to MME is for an amount not to exceed $128,913 . Funds of $24,772 are available in the FY 2016 -17 budget in the Public Works Department. The purchase order will be charged to account 54459.522990 . Future year funding is co ntingent on Council budget approval. The purchase order to be awarded to Ray Gaskin Service is for an amount not to exceed $411,411 . Funds of $65,794 are available in the FY 2016 -17 budget in the Public Works Department. The purchase order will be charged to account 54459.522990 . Future year funding is contingent on Council budget approval. The purchase order to be awarded to Tennant Company is for an amount not to exceed $175,525 . Funds of $33,792 are available in the FY 2016 -17 budget in the Public Work s Department. The purchase order will be charged to account 54459.522990 . Future year funding is contingent on Council budget approval. Prepared By: Heidi Duran, Administrative Analyst Approved Forwarded to Council Attachments: A. Sole Source Letter - AMREP Manufacturing, Inc. B. Sole Source Letter - Mar -Co TYMCO 7 of 7 C. Sole Source Letter - MME D. Sole Source Letter - Ray Gaskin Dadee E. Sole Source Letter - Ray Gaskin New Way F. Sole Source Letter - Ray Gaskin Wayne Engineering G. Sole Source Letter _ Tennant H. Mar -Co Oaks Form I. AMREP Oaks Form J. Ray Gaskin Oaks Form P a g e 1 o f 1 P a g e | 1 January 6, 2017 T o whom it may concern: This letter will confirm that the exclusive authorized Westward Industries GO-4 products dealer for sales, parts, service, and warranty repairs in California and Northern Nevada is Municipal Maintenance Equipment, Inc. with locations at: Municipal Maintenance Equipment, Inc. 2360 Harvard Street Sacramento, CA 95815 TEL 916-922-1101 FAX 916-922-1034 E-mail: jwheeler@source-mme.com Website: www.source-mme.com 1931 Nancita Circle Placentia, CA 92870 TEL 714-528-8770 F AX 714-528-8744 1930 W. Winton Ave., Suite 8 Hayward, CA 94545 TEL 510-670-0230 FAX 510-670-9003 4750 Caterpillar Road, Unit D Redding, CA 96003 TEL 530-243-4856 FAX 530-243-1447 Failure to have service and warranty work performed by an authorized dealer for GO-4 three wheeled vehicles voids any warranty by this manufacturer. If you have any questions or need additional information, please do not hesitate to contact me. Sincerely, C h r i s Fr a nz V i ce P r es i d ent -Westw a r d In d us t r i es CITY OF SANTA MONICA OAKS INITIATIVE DISCLOSURE FORM In order to facilitate compliance with the requirem ents of the Oaks Initiative, the City compiles and maintains certain information. That in formation includes the name of any person or persons who is seeking a “public benefit.” If the “public benefit” is sought by an entity, rather than an individual person, the in formation includes the name of every person who is: (a) trustee, (b) director, (c) partn er, (d) officer, or has (e) more than a ten percent interest in the entity. Public benefits include: 1. Personal services contracts in excess of $25,000 over any 12-month period; 2. Sale of material, equipment or supplies to the C ity in excess of $25,000 over a 12- month period; 3. Purchase, sale or lease of real property to or f rom the City in excess of $25,000 over a 12- month period; 4. Non-competitive franchise awards with gross reve nue of $50,000 or more in any 12-month period; 5. Land use variance, special use permit, or other exception to an established land use plan, where the decision has a value in excess of $25,000; 6. Tax “abatement, exception, or benefit” of a valu e in excess of $5,000 in any 12- month period; or 7. Payment of “cash or specie” of a net value to th e recipient of $10,000 in any 12- month period. Name(s) of persons or entities receiving public ben efit: Name(s) of trustees, directors, partners, and offic ers: Name(s) of persons with more than a 10% equity, par ticipation, or revenue interest: Prepared by: ____________________________Title: __________________________ Signature: ______________________________________ D ate: ________________ Email: ____________________________________ Phone: ____________________ FOR CITY USE ONLY: Bid/PO/Contract # ____________________________ Permit # ___________________________ _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________