TITLE
Recommendation to adopt resolution authorizing City Manager, or designee, to execute a contract with Consolidated Fabricators Corporation, of Van Nuys, CA, for furnishing and delivering commercial trash containers, on the same terms and conditions afforded to the City of Santa Monica, CA, in an annual amount of $180,000, for a period of one year. (Citywide)
DISCUSSION
City Council approval is requested to enter into a contract with Consolidated Fabricators Corporation, for furnishing and delivering commercial trash containers of various sizes to support the Department of Public Works’ ongoing commercial and residential refuse operation.
Public Works, Environmental Services Bureau (ESB), is requesting to purchase approximately 300 bins to replace aged containers that have exhausted their useful life. Multi-family and commercial customers will have their current 95-gallon bins replaced with larger 2- and 3- yard bins, which will reduce the frequency of collections and heavy-duty vehicle traffic in alleys and on city streets.
City Charter Section 1802 provides an alternative procurement method by permitting the City to purchase or otherwise obtain services, supplies, materials, equipment, and labor with other governmental agencies by purchasing under their contracts on a voluntary and selective basis when authorized by a Resolution of the City Council.
ESB, with the assistance of the Purchasing Division, investigated procurement options and learned that the City of Santa Monica had completed a competitive bid process on April 10, 2017, with three bids received. The bid was awarded to Consolidated Fabricators as it was the lowest responsible bidder. ESB has used this vendor in the past and received effective and efficient service and products. This cooperative purchase agreement will facilitate the continuous acquisition of trash containers and provide cost benefits to the City.
The use of cooperative purchasing contracts provides agencies with opportunities for greater efficiencies in acquiring goods, reduces the City’s administrative burden of conducting a competitive bid process, and provides greater cost savings by leveraging multiple agency buying volumes.
This matter was reviewed by Deputy City Attorney Amy R. Webber on August 21, 2017 and by Budget Analysis Officer Julissa José Murray on August 9, 2017.
TIMING CONSIDERATIONS
City Council action to adopt a Resolution and award a contract concurrently is requested on September 5, 2017, to ensure the contract is in place expeditiously.
FISCAL IMPACT
The total annual contract cost will not exceed $180,000. Sufficient funds to support this contract are budgeted in the Refuse/Recycling Fund (EF 330) in the Public Works Department (PW). There is no local job impact associated with this recommendation.
SUGGESTED ACTION
Approve recommendation.
BODY
[Enter Body Here]
Respectfully Submitted,
CRAIG A. BECK
DIRECTOR OF PUBLIC WORKS
JOHN GROSS
DIRECTOR OF FINANCIAL MANAGEMENT
APPROVED:
PATRICK H. WEST
CITY MANAGER