City of Sacramento header
File #: 2019-01228    Version: 1 Name:
Type: Consent Item Status: Agenda Ready
File created: 8/9/2019 In control: City Council - 5PM
On agenda: 9/3/2019 Final action:
Title: Suspend Competitive Bidding for a Reconditioned Motor for Storm Sump 90 (Two-Thirds Vote Required)
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title:

Title

Suspend Competitive Bidding for a Reconditioned Motor for Storm Sump 90 (Two-Thirds Vote Required)

End

 

FileID

File ID:  2019-01228

 

Location

Location: Beach Lake, South of the town of Freeport

 

Recommendation:

Recommendation

Adopt a Resolution: 1) suspending competitive bidding in the best interests of the City for the purchase of a 450 horsepower (HP) reconditioned pump motor for Storm Sump 90; 2) awarding a contract to Wrangler Industrial Group, L.L.C. in an amount not to exceed $110,673 for a 450 HP reconditioned motor; and 3) authorizing a budget transfer of $70,000 from the Drainage Unplanned Repair Program (W14130100) Storm Drainage Fund (fund 6011) to the Drainage Channel Improvements Program (W14130400).

 

Contact: Charley Cunningham, Project Manager (916) 808-5518; Dave Hansen, Supervising Engineer (916) 808-1421; Dan Sherry, Engineering & Water Resources Division Manager, (916) 808-1419; Department of Utilities

 

Body

Presenter: None

 

Attachments:

1-Description/Analysis

2-Resolution

3-Agreement

 

 

Description/Analysis

 

Issue Detail: Staff recommends Council approve an agreement with Wrangler Industrial Group L.L.C. (Wrangler) to supply a 2300-volt, 450 HP motor compatible with the existing Peerless pump at Storm Sump 90. The motor failed beyond repair due to a lubrication system failure.

 

Staff recommends Council suspend competitive bidding, in the best interest of the City, and authorize the City Manager or the City Manager’s designee to execute an emergency contract for the reconditioned 450 HP motor. Competitive bidding process would delay the procurement of the motor beyond October, thus rendering the drainage area subject to flooding from a storm event. The negotiated price for the reconditioned motor is a 45% savings over a new motor and a time savings of 10 months to procure a new motor.   

 

Policy Considerations:  City Council approval is required for agreements of $100,000 or more. City Code section 3.56.230(c) authorizes the City Council to suspend competitive bidding for the purchase of services or supplies when, upon a two-thirds vote, the City Council determines it is in the best interest of the City to do so.

 

Economic Impacts:   None

 

Environmental Considerations:  This project is exempt from California Environmental Quality Act (CEQA) under Section 15301 of the CEQA Guidelines governing existing facilities, in that it meets the definition of restoration or rehabilitation of deteriorated or damaged structures, facilities, or mechanical equipment to meet current standards of public health and safety.

 

Sustainability:  The proposed project is consistent with the 2035 General Plan as it improves infrastructure reliability, which will safeguard health and private property by reducing the potential for flooding.

 

Commission/Committee Action:  Not applicable.

 

Rationale for Recommendation:  Sump 90 has two pumps; a 100 HP summer pump and a 450 HP storm season pump. It is critical to restore the 450 HP storm pump as soon as possible due to Central Valley Flood Control District environmental constraints and the City’s contractual obligations pursuant to the Operations Agreement with the Regional Sanitation District. Staff determined that the purchase of a reconditioned motor was preferable to the alternative of purchasing a new motor.  A new motor would cost an estimated $200,000 with a 12-month lead time and would not meet the current upcoming storm season deadline of October 1, 2019 to have the pump operational. 

 

Wrangler is the only motor supplier that can meet the mechanical, electrical, and delivery requirements for this equipment.

 

Financial Considerations:  The emergency repairs total not-to-exceed amount, including tax, is $110,673, which includes the replacement motor, vibration and temperature monitoring, reconditioned pump, adaptor plate and head shaft modifications. Staff recommends a budget transfer of $70,000 from the Drainage Unplanned Repair Program (W14130100) Storm Drainage Fund (fund 6011) to the Drainage Channel Improvements Program (W14130400) to complete the repairs:

 

Local Business Enterprise (LBE):   Wrangler is not an LBE. The minimum LBE participation requirement was waived by the Director of DOU as staff determined the waiver was in the City’s best interest as a result of the lack of suppliers in the Sacramento region