Castle Rock Banner
File #: 22-1008   
Type: Consent Status: Agenda Ready
File created: 12/20/2021 In control: City Council
On agenda: 1/27/2022 Final action: 1/27/2022
Title: Authorize negotiation and execution of various multi-term cooperative contracts to provide vehicles and equipment, each for up to three years for total contract amounts not to exceed $966,000 divided among the contractors. (Note: These procurements were reviewed for subcontracting opportunities in accordance with City Code Chapter 2-9D Minority Owned and Women Owned Business Enterprise Procurement Program. For the goods required for these procurements, there were no subcontracting opportunities; therefore, no subcontracting goals were established).
Attachments: 1. Recommendation for Action
Date Action ByActionAction DetailsMeeting Details
No records to display.

Posting Language
Title

Authorize negotiation and execution of various multi-term cooperative contracts to provide vehicles and equipment, each for up to three years for total contract amounts not to exceed $966,000 divided among the contractors.

 

(Note: These procurements were reviewed for subcontracting opportunities in accordance with City Code Chapter 2-9D Minority Owned and Women Owned Business Enterprise Procurement Program. For the goods required for these procurements, there were no subcontracting opportunities; therefore, no subcontracting goals were established).

 

Body

Lead Department

Financial Services Department.

 

Client Department(s)
Financial Services Department.

 

Fiscal Note

Funding in the amount of $341,250 is available in the Fiscal Year 2021-2022 Capital Budgets of various City departments. Funding for the remaining contract terms is contingent upon funding in future budgets.

 

Purchasing Language:

Multiple cooperative purchase programs were reviewed for these goods. The Financial Services Department has determined this cooperative purchase program best meets the needs of the department to provide the goods required at the best value for the City.

 

For More Information:

Inquiries should be directed to Bridney Stewart, at 512-974-3127 or bridney.stewart@austintexas.gov <mailto:bridney.stewart@austintexas.gov>.

 

Council Committee, Boards and Commission Action:

January 12, 2022 - Recommended by the Water and Wastewater Commission on a 8-0 vote with Commissioners Atallah and Williams absent.

 

Additional Backup Information:

These contracts will provide Fleet Mobility Services the ability to purchase new and replacement vehicles, trailers, and equipment. These items will be added to the City’s fleet for use by various departments.

The vehicles and pieces of equipment purchased on these contracts meet the purchase recommendations made by the Fleet Officer, affected department directors, and Assistant City Managers (ACMs). ACM approval is required for all new additions to the City’s fleet prior to any procurement actions. For replacement units, Fleet Mobility Services reviews a list of vehicles and equipment and determines if they are eligible for replacement based on mileage, hours of use, and maintenance costs. Fleet Service Center Managers have inspected each vehicle and piece of equipment to be replaced and determined that the mileage or hours of use on each vehicle and piece of equipment proposed for replacement cannot be increased without risking a significant increase in repair costs and loss of productivity due to downtime. The department’s recommendations for vehicles and equipment have been reviewed by a Fleet Service Center Manager to ensure the new or replacement vehicles and equipment are appropriate for the specified use. New units must be put on order as soon as possible to ensure their place in the production schedule in order to be received before old units are rendered unusable.

Fleet Mobility Services and the Office of Sustainability have collaborated to develop a vehicle and equipment purchasing process to progress towards our net-zero community-wide greenhouse gas emissions goals. This purchasing standard incorporates the following criteria: pollutant and greenhouse gas emissions impact, available technologies on the market, physical demands on the vehicle or equipment, service application, and life-cycle cost. These criteria are applied to all vehicle and equipment purchase requests submitted to Fleet Mobility Services. Fleet Mobility Services recommends vehicles and pieces of equipment that use hybrid, electric, or alternative fuel (e.g. B20 biodiesel, E85 gasoline, propane) powered engines whenever possible.

U.S. General Services Administration (GSA) cooperatives establish competitively bid contracts that can be utilized by the State and other government agencies through a cooperative agreement. Cooperative agreements save taxpayer dollars by leveraging volume-buying power to drive down costs on hundreds of contracts through a streamlined cooperative purchasing program. These contracts offer the lowest prices for the budgeted vehicles and equipment and can meet the needs of City departments. Fleet Mobility Services will review quotes obtained from the listed cooperatives to ensure the offered pricing provides the best value to the City. If during the review period, it is determined that purchasing these items through a competitive process will yield a better value for the City, Fleet Mobility Services will work with the Financial Services Department to procure those items through the City’s usual process and bring those contracts to Council for approval if applicable.

Funding for these vehicles, trailers, and pieces of equipment in future years will be approved by Council during the budgeting process. Authorization amounts for future fiscal years are estimates subject to annual budget approval.

 

 

Contract Detail:

 

Contract                                                               Length                                                               Contract                     

Term                                                                                    of Term                                          Authorization                     

Initial Term                                                               1 yr.                                                               $322,000                     

Optional Extension 1                                          1 yr.                                                               $322,000

Optional Extension 2                                          1 yr.                                                               $322,000

TOTAL                                                               3 yrs.                                                               $966,000

 

Note: Contract Authorization amounts are based on the City’s estimated annual usage.

 

 

Strategic Outcome(s)

Strategic Outcome(s):

Mobility.