File #: ID#23-1309    Version: 1 Name: Authorize purchase orders to multiple vendors for the purchase of vehicle parts for heavy and light duty city vehicles and equipment in the not-to-exceed amount of $2,200,000.00 for term October 1, 2023 through September 30, 2024 pursuant to Clearwater Co
Type: Action Item Status: Consent Agenda
File created: 10/16/2023 In control: Solid Waste
On agenda: 11/2/2023 Final action:
Title: Authorize purchase orders to multiple vendors for the purchase of vehicle parts for heavy and light duty city vehicles and equipment in the not-to-exceed amount of $1,700,000.00 for term October 1, 2023 through September 30, 2024 pursuant to Clearwater Code of Ordinances Section 2.563(1)(a) Single source, Section 2.563 (1)(b) Micro purchases, and Section 2.563 (1)(c) Piggyback and authorize the appropriate officials to execute same. (consent)
Attachments: 1. Parts Vendor Listing 23-24 rev1pdf, 2. 7522_SUPPLIER_US (1) (1), 3. 060.00 Automotive Parts and Equipment July 9, 2020 - Consent Agenda (Final), 4. HCS_ITB, 5. Hillsborough Cty Renewal 23/24, 6. MowerMax Sole Source, 7. Broyhill Sole Source Letter 10.12.2023, 8. Ten-8 (1), 9. Barber SS, 10. Cummins Sole Source updated fy24, 11. Sole source Clearwater Elgin, 12. Wesco Turf Sole Source Letter, 13. Environmental Products Group Inc Services only, 14. Fleet Products Pricing, 15. Fleet Products Pricing 1, 16. Fleet Products Sample Pricing 3, 17. Bay Area Truck Sales Inc dba Kenworth of Central Florida, 18. Rush Truck Centers of Florida Inc Parts and Service, 19. TPH Pricing 1, 20. TPH Acquisition LLLP dba The Parts House, 21. TPH Sample Pricing 3, 22. Walker Ford Co Inc, 23. Walker Ford Co Inc Parts and Service, 24. Walker Ford Bid pages

SUBJECT/RECOMMENDATION:

Title

Authorize purchase orders to multiple vendors for the purchase of vehicle parts for heavy and light duty city vehicles and equipment in the not-to-exceed amount of $1,700,000.00 for term October 1, 2023 through September 30, 2024 pursuant to Clearwater Code of Ordinances Section 2.563(1)(a) Single source, Section 2.563 (1)(b) Micro purchases, and Section 2.563 (1)(c) Piggyback and authorize the appropriate officials to execute same. (consent)

 

Body

SUMMARY: 

The Fleet Division is requesting authorization to purchase vehicle parts from various vendors for heavy and light duty city vehicles and equipment.

 

Vendors are as follows:

 

Agility Fuel Systems; Altec Industries Inc; Amazon; American CNG; Atmax (Mowermax); Autoway Parts Center; Bay Area Auto Truck Sales dba Kenworth of Central Florida; Bill Curie Ford; Bobcat (Mascap Dealer Holdings LLC); Broyhill; Chic-1 AC Plus; Container Systems; Cookson Enterprises; Cummins; Cycle Springs / Team Savage; Dayton Andrews; DHS; Dimmitt; E & N Distributing; EFE Inc dba Everglades Farm Equipment; Embankscape Equipment LLC; Environmental Products Group INC; Equipmentshare.com Inc; Fleet Asquisitions LLC dba Fleet Products; Fleet Pride; Genuine Parts CO - NAPA; Grainger; H Barber; Kussmaul; Maher Chevrolet; McNeilus Financial LLC; Mynatt Truck & Equipment; Onesource Parts LLC; Original Equipment Company; Pats Pump and Blower; PB Parent HoldCo, LP; RDK Assets; Ring Power Corporation; Rush Truck; Smith Equipment; Southern Sewer Equipment Sales; Southport Truck; Stewart & Stevenson FDDA LLC; Sun State International Trucks LLC; Tampa Crane & Body Acquisition LLC; Tampa Spring Company; Ten-8; TPH Acquisition LLLP (The Parts House); Vermeer Southeast Sales & Service Inc; Walker Ford; Wastebuilt; Wesco.

 

Request to add additional vendors as needed is also requested following the proper procurement process.

 

Purchases will be obtained through various methods to include single source, micro purchases, small dollar purchases and piggyback contracts.  The list of vendors with their procurement method is attached.

 

Piggyback contracts include City of St. Petersburg RFP No. 7522, Automotive Parts valid through September 30, 2025, and Hillsborough County Contract 20204-DST-KJ valid thru March 9, 2024, with two additional one year renewals.   Authorization is requested to add additional piggyback contracts as needed throughout the year which will be vetted through the Procurement Division.

 

Pricing for piggyback contracts is included for all Vendors with an expected annual expenditure exceeding $50,000.  Additional pricing is available upon request for all Vendors expected not to exceed $50,000 annually.

 

Single source vendors are Atmax (Mowermax), Broyhill, Cummins, Environmental Products Group INC, H Barber, Ten-8, and Wesco.  Single source is being requested because the parts for the heavy and light duty city vehicles and equipment can only be obtained directly from that manufacturer or authorized representative.  For instance, Cummins parts can only be obtained from Cummins Inc., MowerMax parts can only be obtained from the manufacturer Atmax, and so forth.

 

In addition, the Fleet Division is requesting approval to engage additional vendors as needed in accordance to Code Section 2.561(5) with the Procurement Division providing oversite.  Competitive quotes will be obtained and no one vendor will exceed $50,000 in a fiscal year.

 

APPROPRIATION CODE AND AMOUNT:

Funds are available in cost code 5666611-550600, vehicle parts, to fund these purchases.

 

STRATEGIC PRIORITY:

These purchases help accomplish strategic objective 1.2. Fleet division operators maintain public infrastructure to deliver effective and efficient services by optimizing City assets and resources.