|
STRATEGIC OUTCOMES |
ACTION |
Department: |
☒ Safe & Prosperous |
☒ Motion |
Finance |
☐ Active & Appealing |
☐ Resolution |
|
☐ Respected & Responsible |
☐ Ordinance - Introduction |
Division: |
☐ Connected & Engaged |
☐ Ordinance - Adoption |
Procurement |
☐ Unique & Creative |
☐ Public Hearing |
TITLE:
title
Cooperative Purchase Agreement: Fleet Services Warehouse Stock Items
end
SUMMARY RECOMMENDATION:
Summary Recommendation
Authorize the purchase of Fleet Services Warehouse Stock Items, utilizing multiple cooperative purchase agreements with the option to renew for four additional one year periods, one period at a time, depending on budget approporations and satisfactory performance from Auto Zone, Yuma, Arizona; Bingham Auto & Parts, Yuma, Arizona; Bingham Equipment Company, Mesa Arizona; Cummins Inc. dba Cummins Sales and Service, Avondale, Arizona; Empire Southwest, Phoenix, Arizona; Freightliner of Arizona dba Velocity Truck Centers, Phoenix, Arizona; Freightliner of LA dba Velocity Truck Centers, Pasadena, California; Haakar Equipment Company, La Verne, California; North End Auto Parts (NAPA), Yuma, Arizona; O’Reilly Auto Parts, Yuma, Arizona; RWC International LTD, Yuma, Arizona; Rush Truck Center-Yuma, Yuma, Arizona; W W Williams, Phoenix, Arizona, at an estimated annual total cost of $500,000.00 on an as-needed basis. (Public Works-CPA-26-021) (Joel Olea/Robin R. Wilson)
end
STRATEGIC OUTCOME:
Utilizing these products will allow the City to maintain City vehicles and equipment at a reasonable cost, aligning with the City Council’s strategic outcome of Safe and Prosperous.
REPORT:
The specific cooperative purchase contracts for Fleet Services Warehouse Stock Items were competitively bid and awarded by the State of Arizona and Sourcewell to vendors that supply items such as automotive and equipment repair parts, aftermarket, emergency vehicle accessories, and other items that are required. The utilization of these contracts will provide lower prices due to volume purchasing and will save in administrative costs by not requiring repetitive bidding the same commodities. These cooperative agreements will allow the City to add and/or delete vendors as updates or changes occur. Purchases will be made as needed for these items in support of daily operations of Fleet Services and other City divisions. Most of the purchases will be made through local vendors participating in these cooperative purchase agreements.
FISCAL REQUIREMENTS:
CITY FUNDS: |
$500,000.00
|
BUDGETED: |
$500,000.00
|
STATE FUNDS: |
$ 0.00
|
AVAILABLE TO TRANSFER: |
$ 0.00
|
FEDERAL FUNDS: |
$ 0.00
|
IN CONTINGENCY: |
$ 0.00
|
OTHER SOURCES: |
$ 0.00
|
FUNDING: ACCOUNT/FUND #/CIP
General Fund Department Operating Budgets
|
TOTAL |
$500,000.00
|
FISCAL IMPACT STATEMENT:
Sufficient budget capacity is provided in the FY 2026 City Council approved budget for these purchases.
ADDITIONAL INFORMATION:
SUPPORTING DOCUMENTS NOT ATTACHED TO THE CITY COUNCIL ACTION FORM THAT ARE ON FILE IN THE OFFICE OF THE CITY CLERK:
None
IF CITY COUNCIL ACTION INCLUDES A CONTRACT, LEASE OR AGREEMENT, WHO WILL BE RESPONSIBLE FOR ROUTING THE DOCUMENT FOR SIGNATURE AFTER CITY COUNCIL APPROVAL?
☐ Department
☐ City Clerk’s Office
☐ Document to be recorded
☐ Document to be codified
Acting City Administrator: |
Date: |
John D. Simonton |
09/05/2025 |
Reviewed by City Attorney: |
Date: |
Richard W. Files |
09/04/2025 |