City of Sacramento header
File #: 2019-00284    Version: 1 Name:
Type: Consent Item Status: Agenda Ready
File created: 2/14/2019 In control: City Council - 2PM
On agenda: 3/12/2019 Final action:
Title: Cooperative Purchase Agreement: Two Infield Groomers and Mower
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title:

Title

Cooperative Purchase Agreement: Two Infield Groomers and Mower

End

 

FileID

File ID:  2019-00284

 

Location

Location: Citywide

 

Recommendation:

Recommendation

Pass a Motion: 1) approving the use of the National IPA cooperative purchase agreement with The Toro Company (Contract No. 2017025) for the purchase of two infield groomers and one mower from an authorized dealer, Turfstar Western, in an amount not to exceed $119,656; and 2) authorizing the City Manager or the City Manager’s designee to execute the purchase specified above.

 

Contact: Alison Kerstetter, Program Specialist, (916) 808-1163; Mark Stevens, Fleet Manager, (916) 808-5869, Department of Public Works

 

Body

Presenter: None

 

Attachments:

1-Description/Analysis

2-Agreement

 

 

Description/Analysis

 

Issue Detail: The Department of Public Works, Fleet Management Division, has a customer requirement to purchase two infield groomers and one mower for the Department of Youth, Parks, and Community Enrichment, Park Maintenance Division. The infield groomers will be used to rake the infields on the ballfields in City parks. The mower will be used to maintain the grassy areas of the parks.

 

Policy Considerations: The recommendations in this report are in accordance with City Code Chapter 3.56.

 

Economic Impacts:  None

 

Environmental Considerations: No environmental review is necessary because the recommendations in this report involve the purchase of vehicles and are not considered to be a project in accordance with Section 15378(b)(2) of the California Environmental Quality Act guidelines.

 

Sustainability: The recommended purchases are consistent with the updated Fleet Sustainability Policy adopted by City Council on December 12, 2017 (Resolution No. 2017-0478).

 

Commission/Committee Action: None

 

Rationale for Recommendation: After reviewing the available purchase options, the Fleet Management Division has determined that the National IPA cooperative purchase agreement with The Toro Company represents the most advantageous purchasing strategy.  The contract was competitively bid nationally, and National IPA receives greater discounts from the manufacturer due to a higher purchase volume than the City would receive if issuing its own bid.

 

In an ongoing effort to maximize cost savings and staff resources, many government agencies share contracting efforts through cooperative purchasing. This procurement method increases pricing competitiveness and lowers operating costs through volume buying.  When comparing the administrative costs of procurement, staff considers product research, source selection, specifications, advertising, staff reports, awarding, protest, and administration of the contract. 

 

The City has used both regional and national cooperative purchase agreements to complement its own contracting initiatives.  Cooperative purchasing enables City departments to evaluate a broader range of contracting opportunities and to share resources with other jurisdictions.  Cooperative purchasing also leverages internal and external resources to maximize cost savings opportunities for the City.

 

 

Financial Considerations: The recommended purchase, in a total amount not to exceed $119,656 will be made from the Department of Public Works Fiscal Year (FY) 2018/19 operating budget (Fleet Fund, Fund 6501) and will be charged to the FY19 Park Maintenance Project (I80190700, Fund 2401). Sufficient funding exists in the Department’s FY2018/19 operating budget and the FY19 Park Maintenance Project (I80190700) to support the recommended purchase.

 

Local Business Enterprise (LBE): The Toro Company is not an LBE. The minimum LBE participation requirement is waived for the City’s use of cooperative purchase agreements that have been competitively bid, evaluated, and awarded by other governmental agencies that may or may not have similar LBE programs.