|
|
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: Street Sweeper Parts and Supplies
end
SUMMARY RECOMMENDATION:
Summary Recommendation
Authorize the use of the cooperative purchase agreement initiated through Mohave County for the purchase of street sweeper parts and supplies with United Rotary, Phoenix, Arizona, for a one-year term with the option to renew four additional one-year periods, at an estimated annual expenditure of $50,000.00. (Public Works-CPA-26-229) (Joel Olea/Robin R. Wilson)
end
STRATEGIC OUTCOME:
This item supports City Council’s strategic outcome of Safe and Prosperous by enabling the City to maintain vehicles (such as street sweepers) and equipment at a reasonable cost, ensuring public roads remain well-maintained, preventing storm drain blockages and flooding, and promoting a cleaner, safer community.
REPORT:
Cooperative contracts are competitively bid and awarded through Mohave County to vendors that supply essential items such as broom replacement parts, aftermarket components, and other required materials. Utilizing this contract will provide cost savings through volume purchasing and reduce administrative expenses by eliminating the need for repetitive bidding on the same commodities.
Street sweeping operations require frequent broom replacements due to normal wear. The fleet consists of six units, each equipped with three brooms per vehicle, which are replaced approximately every 10 to 15 days. Maintaining an adequate inventory of replacement brooms is critical to avoid equipment downtime, ensure uninterrupted sweeping operations, and sustain acceptable street cleanliness levels.
Approval of this cooperative purchase agreement will ensure that necessary maintenance of public roads are carried out efficiently and effectively.
FISCAL REQUIREMENTS:
|
CITY FUNDS: |
$ 50,000.00 |
BUDGETED: |
$ 50,000.00 |
|
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: |
|
TOTAL |
$ 50,000.00 |
General Fund |
FISCAL IMPACT STATEMENT:
Sufficient budget capacity is provided in the FY 2026 City Council apporved budget to initiate this contract.
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 |
02/06/2026 |
|
Reviewed by City Attorney: |
Date: |
|
Richard W. Files |
02/06/2026 |