City of Sacramento header
File #: 2019-01699    Version: 1 Name:
Type: Consent Item Status: Agenda Ready
File created: 11/13/2019 In control: City Council - 5PM
On agenda: 1/7/2020 Final action:
Title: Cooperative Purchase Agreement: Replacement Five-Yard Dump Trucks
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title:

Title

Cooperative Purchase Agreement: Replacement Five-Yard Dump Trucks

End

 

FileID

File ID:  2019-01699

 

Location

Location: Citywide

 

Recommendation:

Recommendation

Pass a Motion: 1) approving the use of the Sourcewell cooperative purchase agreement with PB Loader (Contract No. 052417-PBL) for the purchase of four replacement dump trucks for an amount not to exceed $491,168; 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 four dump trucks for the Department of Utilities, Water Division and the Department of Public Works, Maintenance Services Division. The dump trucks will be used to haul dirt and spoils to and from job sites.

 

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, Fleet Management has determined that the Sourcewell cooperative purchase agreement with PB Loader represents the most advantageous purchasing strategy. The contract was competitively bid nationally, and Sourcewell 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 capital 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 $491,168 will be made from the Department of Public Works Fiscal Year (FY) 2019/20 operating budget (Fleet Fund, Fund 6501). The dump trucks will be charged to the appropriate Fleet Project as shown in the table below.

 

Description

Fleet Project

Fund

Amount

Water Fleet Project

I06145000

6005

 $        368,376

Gas Tax Fleet Project

I06152100

2002

 $        122,792

Grand Total

 $        491,168

 

Sufficient funding exists in the Department of Public Works FY2019/20 operating budget and the Fleet Projects listed above to support the recommended purchases.

 

Local Business Enterprise (LBE): PB Loader is not a Local Business Enterprise. 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.