HomeMy WebLinkAboutR-03-0756J-03-592
06/30/03
RESOLUTION NO. 03— 7 5
A RESOLUTION OF THE CITY OF MIAMI COMMISSION,
WITH ATTACHMENT(S), ACCEPTING THE
RECOMMENDATION OF THE CITY MANAGER APPROVING
THE FINDINGS OF THE EVALUATION COMMITTEE,
PURSUANT TO REQUEST FOR PROPOSALS (RFP)
NO. 01-02-245, THAT THE MOST QUALIFIED
SUPPLIER TO PROVIDE IN-HOUSE OPERATIONS OF
PARTS SERVICES, FOR THE DEPARTMENTS OF
MUNICIPAL SERVICES AND FIRE -RESCUE, ARE, IN
RANK ORDER: (1) GENUINE PARTS COMPANY, D/B/A
NAPA AUTO PARTS AND (2) MAROONS CHEVROLET OF
MIAMI; AUTHORIZING THE CITY MANAGER TO
NEGOTIATE A PROFESSIONAL SERVICES AGREEMENT
("AGREEMENT"), IN SUBSTANTIALLY THE ATTACHED
FORM, WITH GENUINE AUTO PARTS, D/B/A NAPA
AUTO PARTS, THE TOP-RANKED FIRM, FOR A
TWO-YEAR PERIOD, WITH THE OPTION TO EXTEND
FOR TWO ADDITIONAL TWO-YEAR PERIODS, FOR A
TOTAL ANNUAL AMOUNT NOT TO EXCEED $2,500,000;
ALLOCATING FUNDS FROM THE DEPARTMENTS OF
MUNICIPAL SERVICES, FLEET MANAGEMENT
DIVISION, ACCOUNT CODE NOS. 503001.420905 AND
509000.420901, AND FIRE -RESCUE ACCOUNT CODE
NOS. 001000.280601 AND 001000.280701; FURTHER
AUTHORIZING THE CITY MANAGER TO NEGOTIATE AN
AGREEMENT WITH MAROONE CHEVROLET OF MIAMI,
THE SECOND -RANKED FIRM, IN THE EVENT
NEGOTIATIONS FAIL WITH THE TOP-RANKED FIRM;
DIRECTING THE CITY MANAGER TO PRESENT THE
NEGOTIATED AGREEMENT TO THE CITY COMMISSION
FOR APPROVAL.
WHEREAS, Request for Proposals ("RFP") were mailed to ten
(10) firms seeking responses for In -House Operation of Parts
Facilities to complete timely repairs on a wide variety of
vehicles and equipment; and
C ,m� E T Fri
ri
C ctW
CITY COMUSSION
NIEETINAG OF
11,11 1 7 2003
Resolution NO.
03- 756
WHEREAS, the Evaluation Committee evaluated the two (2)
proposals received in response to the City's RFPs, and selected
the firms most qualified to provide the required services in the
following rank order: (1) Genuine Auto Parts d/b/a NAPA Auto
Parts, and (2) Maroone Chevrolet of Miami; and
WHEREAS, the City Manager has approved the findings of the
Evaluation Committee; and
WHEREAS, the City Commission accepts the City Manager's
recommendation to approve the findings of the Evaluation
Committee and further authorizes the City Manager to negotiate a
Professional Services Agreement ("Agreement"), in substantially
the attached form, with Genuine Auto Parts d/b/a NAPA Auto Parts,
the top-ranked firm, and should negotiations fail with the
top-ranked firm, to negotiate an Agreement with the second -ranked
firm; and
WHEREAS, funding is available from the Departments of
Municipal Services, Fleet Management Division, Account Code Nos.
503001.420905 and 509000.420901, and Fire -Rescue, Account Code
Nos. 001000.280601 and 001000.280701;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Page 2 of 4
3- 756
Section 1. The recitals and findings contained in the
Preamble to this Resolution are adopted by reference and
incorporated as if fully set forth in this Section.
Section 2. The recommendation of the City Manager to
approve the findings of the Evaluation Committee pursuant to
Request for Proposals No. 01-02-245, that the most qualified
firms to provide in-house operations of parts facilities services
for the Departments of Municipal Services and Fire -Rescue are, in
rank order: (1) Genuine Auto Parts d/b/a NAPA Auto Parts, and
(2) Maroone Chevrolet of Miami, is accepted.
Section 3. The City Manager is authorized!/ to negotiate
an Agreement, in substantially the attached form, with Genuine
Auto Parts d/b/a NAPA Auto Parts, the top-ranked firm, for a
two-year period with the option to renew for two additional
two-year periods, for a total annual amount not to exceed
$2,500,000, with funds allocated from the Departments of
Municipal Services, Fleet Management Division, Account Code
Nos. 503001.420905 and 509000.420901, and Fire Rescue, Account
Code Nos. 001000.280601 and 001000.280701.
Section 3. The City Manager is further authorized to
negotiate an Agreement with Maroone Chevrolet of Miami, the
ii The herein authorization is further subject to compliance with
all requirements that may be imposed by the City Attorney,
including but not limited to those prescribed by applicable
provisions of the City Charter and Code.
Page 3 of 4
03- 756
second -ranked firm, in the event negotiations fail with the
top-ranked firm.
Section 5. The City Manager is directed to present the
negotiated Agreement to the City Commission for approval.
Section 6. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.'
PASSED AND ADOPTED this 17th day of July 2003.
NUEL A. DIAZ, MAYOR
ATT TE,S-T :
PRISCILLA . TH PSON
�'. CITY CLERK
APPROVED AO/FORM
TORNEY
52:tr:AS:BSS
CORRECTNESS
If the Mayor does not sign this Resolution, it shall become
effective at the end of ten calendar days from the date it was
passed and adopted. If the Mayor vetoes this Resolution, it
shall become effective immediately upon override of the veto by
the City Commission.
Page 4 of 4
3 ", R� k,y
PROFESSIONAL SERVICES AGREEMENT
This Agreement is entered into this _ day of , 2003 (but effective as of
) by and between the City of Miami, a municipal corporation of the State
of Florida ("City") and Genuine Parts Company, d/b/a NAPA Auto Parts, a Georgia
corporation authorized to transact business in the State of Florida ("Provider").
RECITAL
A. The City has issued Request for Proposals ("RFP") No. 01-02-245, for the
provision of In -House Parts Services ("Services") and Provider's proposal ("Proposal"), in
response thereto, has been selected as the most qualified proposal for the provision of the
Services. The RFP and the Proposal are sometimes referred to herein, collectively, as the
Solicitation Documents, and are by this reference incorporated into and made a part of this
Agreement.
B. The Commission of the City of Miami, by Resolution No. _ , adopted on
, 2003, approved the selection of Provider and authorized the City
Manager to execute a contract, under the terms and conditions set forth herein.
_-W
NOW, THEREFORE, in consideration of the mutual covenants and promises herein
contained, Provider and the City agree as follows:
TERMS
1. RECITALS: The recitals are true and correct and are hereby incorporated into and made
a part of this Agreement.
RFP Form-NAPA-Law-Purchasing(2) 03— (5 6
(0,5 -- 00 015 76
2. TERM: The term of this Agreement shall be two (2) years commencing on the
effective date hereof. The effective date is the date of execution.
3. OPTION TO EXTEND: Upon expiration of the initial term, this Agreement
automatically renews upon the same prices, terms and conditions -'or four (4) successive one (1)
year terms unless either party notifies the other party in writing of its intent not to renew the
Agreement at least sixty (60) days prior to the expiration of the initial term or any renewal term
hereunder. However, the City's renewal will be automatically null and void if there are not
sufficient available and appropriated funds at the commencement of any fiscal year. The City
shall have the option to renew subject to the availability and appropriation of funds. City
Commission approval shall not be required as long as the total extended term does not exceed a
total of four (4) years.
4. SCOPE OF SERVICE:
A. Provider agrees to provide the Services as specifically described, and under the
special terms and conditions set forth in the Solicitation Documents and Exhibit "A" hereto,
which by this reference is incorporated into and made a part of this Agreement. To the extent
that the terms and conditions of Exhibit "A" expressly conflict with or differ from the terms and
conditioW herein or the terms and conditions of the RFP or Proposal, the terms and conditions of
Exhibit "A" shall be controlling.
B. Provider represents and warrants to the City that: (i) it possesses all
qualifications, licenses and expertise required under the Solicitation Documents for the
performance of the Services; (ii) it is not delinquent in the payment of any sums due to the City,
including payment of permit fees, occupational licenses, etc., nor in the performance of any
obligations to the City; (iii) all personnel assigned to perform the Services are and shall be, at all
RFP Form-NAPA-Law-Purchasing(2) 2 0 7
b 6
times during the term hereof, fully qualified and trained to perform the tasks assigned to each;
and (iv) the Services will be performed in the manner described in the Solicitation Documents
and Exhibit "A".
5. COMPENSATION:
A. The amount of compensation payable by the City to Provider shall be based on the
rates and schedules described in the Solicitation Documents and Exhibit "A" hereto, which are
all by this reference is incorporated into this Agreement; provided, however, that in no event
shall the amount of compensation exceed $2,500,000.00 per contract year.
B. Unless otherwise specifically provided in the Solicitation Documents and Exhibit
"A", payment shall be made within thirty (30) days after receipt of Provider's invoice, which
shall be accompanied by sufficient supporting documentation and contain sufficient detail, to
allow a proper audit of expenditures, should City require one to be performed. If Provider is
entitled to reimbursement of travel expenses, then all bills for travel expenses shall be submitted
in accordance with Section 112.061, Florida Statutes.
6. OWNERSHIP OF DOCUMENTS: Provider understands and agrees that any
property equipment, information, document, report, data or any other material (collectively
"documents") whatsoever which is given by the City to Provider or which is otherwise obtained
or prepared by Provider pursuant to or under the terms of this Agreement is and shall at all times
remain the property of the City. Provider agrees not to use any such information, document,
report or material for any other purpose whatsoever without the written consent of City, which
may be withheld or conditioned by the City in its sole discretion. If Provider fails to comply with
RFP Form-NAPA-Law-Purchasing(2) 3 03- 756
this requirement, the City may withhold payments until documents are received by the City or, at
the City's option, failure to furnish such documents may cause the City to cancel this Agreement.
7. AUDIT AND INSPECTION RIGHTS:
A. The City may, at reasonable times, and for a p?iod of up to three -(3) years
following the date of final payment by the City to Provider under this Agreement, audit , or cause
to be audited, those books and records of Provider which are related to Provider's performance
under this Agreement. Provider agrees to maintain all such books and records at its principal
place of business for a period of three (3) years after final payment is made under this
Agreement.
B. The City may, at reasonable times during the term hereof, inspect Provider's
facilities and perform such tests, as the City deems reasonably necessary, to determine whether
the goods or services required to be provided by Provider under this Agreement conform to the
terms hereof and/or the terms of the Solicitation Documents, if applicable. Provider shall make
available to the City all reasonable facilities and assistance to facilitate the performance of tests
or inspections by City representatives. All tests and inspections shall be subject to, and made in
accordance with, the provisions of Section 18-101 of the Code of the City of Miami, Florida, as
same m Abe amended or supplemented, from time to time.
8. AWARD OF AGREEMENT: Provider represents and warrants to the City that it
has not employed or retained any person or company employed by the City to solicit or secure
this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee,
commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection
with, the award of this Agreement.
RFP Form-NAPA-Law-Purchasing(2) 4 03— (5, 6
9. PUBLIC RECORDS: Provider understands that the public shall have access, at all
reasonable times, to all documents and information pertaining to City contracts, subject to the
provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public
to all documents subject to disclosure .under applicable law. f%vider's failure or refusal to
comply with the provisions of this section shall result in the immediate cancellation of this
Agreement by the City.
10. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Provider
understands that agreements between private entities and local governments are subject to certain
laws and regulations, including laws pertaining to public records, conflict of interest, record
keeping, etc. City and Provider agree to comply with and observe all applicable laws, codes and
ordinances as they may be amended from time to time.
11. INDEMNIFICATION: Provider shall indemnify, defend and hold harmless the
City and its officials, employees and agents (collectively referred to as "Indemnitees") and each
of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including
attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or
death of any person or damage to or destruction or loss of any property arising out of, resulting
from, or in connection with (i) the performance or non-performance of the services contemplated
by this Agreement which is or is alleged to be directly or indirectly caused, in whole or in part, by
any act, omission, default or negligence (whether active or passive) of Provider or its employees,
agents or subcontractors (collectively referred to as "Provider"), regardless of whether it is, or is
alleged to be, caused in whole or part (whether joint, concurrent or contributing) by any act,
omission, default or negligence (whether active or passive) of the Indemnitees, or any of them or
(ii) the failure of the Provider to comply with any of the paragraphs herein or the failure of the
RFP Form-NAPA-Law-Purchasing(2) 5
03- 756
Provider to conform to statutes, ordinances, or other regulations or requirements of any
governmental authority, federal or state, in connection with the performance of this Agreement.
Provider expressly agrees to indemnify and hold harmless the Indemnitees, or any of them, from
and against all liabilities which may be asserted by an employee offormer employee of Provider,
or any of its subcontractors, as provided above, for which the Provider's liability to such
employee or former employee would otherwise be limited to payments under state Workers'
Compensation or similar laws.
12. DEFAULT: If Provider fails to comply with any term or condition of this Agreement,
or fails to perform any of its obligations hereunder, then Provider shall be in default. Upon the
occurrence of a default hereunder the City, in addition to all remedies available to it by law, may
immediately, upon written notice to Provider, terminate this Agreement whereupon all payments,
advances, or other compensation paid by the City to Provider while Provider was in default shall
be immediately returned to the City. Provider understands and agrees that termination of this
Agreement under this section shall not release Provider from any obligation accruing prior to the
effective date of termination. Should Provider be unable or unwilling to commence to perform
the Services within the time provided or contemplated herein, then, in addition to the foregoing,
Provider. hall be liable to the City for all expenses incurred by the City in preparation and
negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re -
procurement of the Services, including consequential and incidental damages.
13. RESOLUTION OF CONTRACT DISPUTES: Provider understands and agrees that
all disputes between Provider and the City based upon an alleged violation of the terms of this
Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to
Provider being entitled to seek judicial relief in connection therewith. In the event that the
RFP Form-NAPA-Law-Purchasing(2) 6 03— 756
amount of compensation hereunder exceeds $50,000, the City Manager's decision shall be
approved or disapproved by the City Commission. Provider shall not be entitled to seek judicial
relief unless: (i) it has first received City Manager's written decision, approved by the City
Commission if the amount of compensation hereunder exceeds $30,000, or (ii) a period of sixty
(60) days has expired, after submitting to the City Manager a detailed statement of the dispute,
accompanied by all supporting documentation (90 days if City Manager's decision is subject to
City Commission approval); or (iii) City has waived compliance with the procedure set forth in
this section by written instruments, signed by the City Manager.
14. CITY'S TERMINATION RIGHTS:
A. The City shall have the right to terminate this Agreement, in its sole discretion, at
any time, by giving written notice to Provider at least five (5) business days prior to the effective
date of such termination. In such event, the City shall pay to Provider compensation for services
rendered and expenses incurred prior to the effective date of termination. In no event shall the
City be liable to Provider for any additional compensation, other than that provided herein, or for
any consequential or incidental damages.
B. The City shall have the right to terminate this Agreement, without notice to
Provider
.upon the occurrence of an event of default hereunder. An event of default includes,
without limitation, Provider's failure to comply with any requirement of this Agreement, and/or
failure to maintain the required insurance. In such event, the City shall not be obligated to pay
any amounts to Provider and Provider shall reimburse to the City all amounts received while
Provider was in default under this Agreement.
15. INSURANCE: Provider shall, at all times during the term hereof, maintain such
insurance coverage as may be required by the City. All such insurance, including renewals, shall
RFP Form-NAPA-Law-Purchasing(2) 7 756
be subject to the approval of the City for adequacy of protection and evidence of such coverage
shall be furnished to the City on Certificates of Insurance indicating such insurance to be in force
and effect and providing that it will not be canceled during the performance of the services under
this contract without thirty (30) calendar days prior written notice to the City. Completed
Certificates of Insurance shall be filed with the City prior to the performance of services
hereunder, provided, however, that Provider shall at any time upon request file duplicate copies
of the policies of such insurance with the City.
If, in the judgment of the City, prevailing conditions warrant the provision by Provider of
additional liability insurance coverage or coverage which is different in kind, the City reserves
the right to require the provision by Provider of an amount of coverage different from the
amounts or kind previously required and shall afford written notice of such change in
requirements thirty (30) days prior to the date on which the requirements shall take effect.
Should the Provider fail or refuse to satisfy the requirement of changed coverage within thirty
(30) days following the City's written notice, this Contract shall be considered terminated on the
date that the required change in policy coverage would otherwise take effect.
16. NONDISCRIMINATION: Provider represents and warrants to the City that Provider
does not and will not engage in discriminatory practices and that there shall be no discrimination
in connection with Provider's performance under this Agreement on account of race, color, sex,
religion, age, handicap, marital status or national origin. Provider further covenants that no
otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age,
handicap, marital status or national origin, be excluded from participation in, be denied services,
or be subject to discrimination under any provision of this Agreement.
RFP Form-NAPA-Law-Purchasing(2) 8 03— 756
17. MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT
PROGRAM: The City has established a Minority and Women Business Affairs and
Procurement Program (the "M/WBE Program") designed to increase the volume of City
procurement and contracts with Blacks, Hispanic and Women -owned business. The M/WBE
Program is found in Ordinance No. 10062, a copy of which has been delivered to, and receipt of
which is hereby acknowledged by, Provider. Provider understands and agrees that the City shall
have the right to terminate and cancel this Agreement, without notice or penalty to the City, and
to eliminate Provider from consideration and participation in future City contracts if Provider, in
the preparation and/or submission of the Proposal, submitted false of misleading information as
to its status as Black, Hispanic and/or Women owned business and/or the quality and/or type of
minority or women owned business participation.
18. ASSIGNMENT: This Agreement shall not be assigned by Provider, in whole or in
part, without the prior written consent of the City Commission, which may be withheld or
conditioned, in the City's sole discretion.
19. NOTICES: All notices or other communications required under this Agreement shall
be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return
receipt rauested, addressed to the other party at the address indicated herein or to such other
address as a party may designate by notice given as herein provided. Notice shall be deemed
given on the day on which personally delivered; or, if by mail, on the fifth day after being posted
or the date of actual receipt, whichever is earlier.
RFP Form-NAPA-Law-Purchasing(2) 9
03- 756
TO PROVIDER:
Mr. Michael Conroy (Designee)
Government Sales Coordinator
NAPA Auto Parts, Miami Local Office
9250 N.W. 58 Street
Miami, Florida 33178
And
Genuine Parts Company
2999 Circle 75 Parkway
Atlanta, GA 30339
Attn: Corporate Counsel
20. MISCELLANEOUS PROVISIONS:
TO THE CITY:
Mr. Alan Savarese
Fleet Manager
City of Miami Municipal Services
1390 N.W. 20 street
Miami, Florid?33142
Mr. Glenn Marcos
Director/Chief Procurement Officer
Purchasing Department
444 SW 2 Avenue
Miami, Florida 33130
A. This Agreement shall be construed and enforced according to the laws of the State
of Florida. Venue in any proceedings arising out of this agreement will be in Miami -Dade
County, Florida. In order to expedite the result of any proceedings the parties voluntarily agree
to waive their right to claim attorneys fees, to file permissive counterclaims, or to demand a jury
trial in any proceedings between them arising out of this agreement.
B. Title and paragraph headings are for convenient reference and are not a part of this
Agreement.
C.s No waiver or breach of any provision of this Agreement shall constitute a waiver
of any subsequent breach of the same or any other provision hereof, and no waiver shall be
effective unless made in writing.
D. Should any provision, paragraph, sentence, word or phrase contained in this
Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise
unenforceable under the laws of the State of Florida or the City of Miami, such provision,
paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to
RFP Form-NAPA-Law-Purchasing(2) 10
03- 756
conform with such laws, or if not modifiable, then same shall be deemed severable, and in either
event, the remaining terms and provisions of this Agreement shall remain unmodified and in full
force and effect or limitation of its use.
E. This Agreement constitutes the sole and entire 1kreement between the parties
hereto. No modification or amendment hereto shall be valid unless in writing and executed by
properly authorized representatives of the parties hereto.
21. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties
hereto, their heirs, executors, legal representatives, successors, or assigns.
22. INDEPENDENT CONTRACTOR: Provider has been procured and is being
engaged to provide services to the City as an independent contractor, and not as an agent or
employee of the City. Accordingly, Provider shall not attain, nor be entitled to, any rights or
benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally
afforded classified or unclassified employees. Provider further understands that Florida
Workers' Compensation benefits available to employees of the City are not available to Provider,
and agrees to provide workers' compensation insurance for any employee or agent of Provider
rendering services to the City under this Agreement.
23. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the
availability of funds and continued authorization for program activities and the Agreement is
subject to amendment or termination due to lack of funds, reduction of funds and/or change in
regulations, upon thirty (30) days notice.
24. REAFIRMATION OF REPRESENTATIONS: Provider hereby reaffirms all of the
representations contained in the Solicitation Documents.
RFP Form-NAPA-Law-Purchasing(2) 11
03- 756
25. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and
only agreement of the parties relating to the subject matter hereof and correctly set forth the
rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises,
negotiations, or representations not expressly set forth in this AgreRment are of no force or effect.
26. COUNTERPARTS: This Agreement may be executed in two or more counterparts,
each of which shall constitute an original but all of which, when taken together, shall constitute
one and the same agreement.
27. SPECIAL INSURANCE AND INDEMNIFICATION RIDER: Please initial if
applicable:
RFP Form-NAPA-Law-Purchasing(2) 12
03- 756
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be
executed by their respective officials thereunto duly authorized, this the day and year above
written.
«Cit,99 -
CITY OF MIAMI, a municipal
ATTEST: corporation
Priscilla A. Thompson, City Clerk
ATTEST:
Print Name:
Title: Corporate Secretary
(Affix Corporate Seal)
APPROVED AS TO FORM AND
CORRECTNESS:
Alejandro Vilarello
City Attorney
By:
Joe Arriola, City Manager
"Provider"
Genuine Parts Company,
a Geor is corporation
By:
Print Name:
Title:
APPROVED AS TO INSURANCE
REQUIREMENTS:
Diane J. Ericson
Director of Risk Management
RFP Form-NAPA-Law-Purchasing(2) 13
03- 756
EXHIBIT "A"
1) This Contract Agreement is made pursuant to and in accordance with the provisions
of the City of Miami Request for Proposals 01-02-245. All terms and conditions
contained in said RFP and the vendor's response to said RFP shall be and are a part of
this agreement as if fully contained herein, except where specifically noted.
2) The City reserves the right to change operating hours as necessary for the efficiency
of the operation. Five (5) working days will be given as notification so NAPA can
staff accordingly.
3) NAPA shall operate or conduct business within the parts room during the City's
working hours, unless specific provisions for off -hours entry is approved in advance.
4) NAPA agrees to open the parts room operation when overtime and emergency
conditions require. The City will designate appropriate authorizing agents for
initiating "call -out" operations and NAPA shall be able to establish parts operations
within one (1) hour of the call -out. This overtime expense is subject to the 10% net
profitability goal of this contract.
5) Staffing - Recommended:
a) GSA: One (1) Facility Parts Manager, two (2) Counter -persons (one for the day
shift, one for the night shift), one (1) driver/runner.
b) Fire Garage: One (1) Facility Parts Manager or equivalent.
Page 1of 14 MuneW
03- 756
c) The City reserves the right to utilize city employees to assist with miscellaneous
functions and errands to help reduce costs by using light/limited duty city
employees.
6) Building Alterations:
a) NAPA will be responsible for alterations to its physical space as it may determine
to be needed. The City shall not be responsible for any alteration costs unless
specifically agreed to in writing in advance by the City.
b) Any modifications to the building are subject to all applicable building codes,
permits, etc. and the cost for such shall be borne by NAPA.
c) All fixed improvements made to the facility shall belong to the City, regardless of
the source of funding for said improvement, and at the conclusion of the contract,
shall remain in place. Any personal property items, furniture, shelving or
equipment not of fixed nature, which was purchased or owned by the contractor
may be removed by the contractor at the end of the contract. Any personal
property items left for more than thirty days beyond contract termination shall be
considered abandoned in place, and shall then transfer to the ownership of the
City.
d) Upon contract termination, NAPA shall remove any and all trash, chemicals, used
oil or other waste products or materials it had responsibility for under the contract.
Any such waste products or materials left by NAPA for more than thirty days after
Page 2of 14
18June03
03- 756
contract termination may be removed by City and the removal cost deducted from
the City's final contract payment to NAPA.
e) During the course of the contract, at least annually, NAPA shall provide the City
with a written inventory of its on -premises equipment to avoid any conflicts or
misunderstandings concerning appropriate ownership.
7) Parts Inventory:
a) The City agrees to utilize NAPA brand parts and supplies to the extent available
for its parts/supply needs unless and until the City determines that a NAPA part is
not suitable to the task, or unless use of any NAPA part in place of OEM part
would void warranty on a vehicle. For this section, "suitability" shall mean that
the part or product has sufficient quality, durability and reliability to meet the
City's applications.
b) Non -NAPA Parts and Products:
i) For City equipment requiring uncommon parts, the City will assist NAPA in
determining suggested min/max stock quantities. If NAPA feels any such
stock quantities may be unreasonable, NAPA may adjust the quantities
providing the demand ratios stipulated in the RFP are adhered to.
c) NAPA shall stock the necessary parts, tires, lubricants, etc. needed to maintain the
City fleet at levels necessary to satisfy the demand ratios stipulated in the RFP.
The City reserves the right to purchase these items if NAPA is unable to provide
them. In the event the City is required to purchase items on its own, they will be
Page 3of 14 Mune03
03- 756
specially labeled as City property, placed in the NAPA stockroom and issued
without charge to the City.
8) Furnishings:
a) NAPA may utilize any desks, chairs and shelving currently in place at the garage
parts rooms. NAPA may provide its own furnishings to the parts room, including
desks, chairs, parts shelving.
b) At the start of contract operations, NAPA shall provide the City with a listing of
the NAPA owned furnishings (which shall remain the property of NAPA).
c) NAPA shall mark its furnishings to indicate its ownership. NAPA should indicate
which City furnishings are not needed so that the City may remove them from the
site.
9) Uses of Premises:
a) The premises shall be used to conduct an automotive parts supply business
operation solely for the benefit of the City of Miami. Any other use of the
premises not directly involved in serving the official needs of the City is
prohibited, unless the City managerial officials specifically authorize another use.
10) Maintenance:
a) NAPA shall be responsible for daily routine cleaning within the parts room and
disposal of trash in a dumpster provided by the City at the property location. The
City will be responsible for all building maintenance, such as electrical,
Page 4of 14 18June03
03- 756
mechanical, plumbing and structural and roofing. In addition, the City will be
responsible for all maintenance to the parking area and grounds.
b) NAPA may dispose of cardboard containers, as well as paper products in the
recycling dumpsters provided by the City.
11) Access to Premises:
a) Subject to NAPA's consent, which shall not be unreasonably withheld, the City
shall have the right to enter the premises to make periodic inspections, provide
necessary services and maintenance. In case of emergency (burglary, fire, etc.) the
City may enter the premises without NAPA's consent. NAPA shall supply keys
to allow the City personnel entry for such emergency purposes.
12) Safety:
a) NAPA agrees that, while on the City work sites, all supervisors and workers
utilized in the fulfillment of the terms of this Agreement, will comply with all
applicable industry and safety standards. This includes the use of appropriate
personal protective equipment. NAPA also agrees to observe all applicable
regulations as while performing work under this Agreement.
b) NAPA certifies that any equipment with required safety features sold under this
Agreement and with proper customer use, meets current applicable requirements.
13) Parts Transactions:
Page 5of14 18June03
03- 756
a) All parts transactions shall be captured in the City's computerized FASTER fleet
management maintenance system (FMMS). Information to be captured in the
City's FMMS shall include but is not limited to; quantity issued, parts unit cost,
parts total cost, part description, repair type, mechanic ID and issue date. This
may be accomplished manually or through computer automation. If the
automation option is chosen, it shall be fully automated (requiring no manual
effort on the City's staff) and capture all of the above information accurately. Any
import transaction errors shall be recorded and NAPA personnel shall be
responsible for correcting the discrepancies within three (3) business days from
the import report date. Verification of error correction shall be provided to the
Fleet Manager or designee.
b) NAPA shall not issue any part or supply item to City employees unless presented
with a valid work order. NAPA shall generate a parts requisition to be signed by
the respective City employee.
c) NAPA shall not order any special order parts for City employees unless presented
with a "Special Order Pars Requisitien" form signed by Fleet Superintendent and
approved by Fleet Manager or designee.
d) NAPA shall not replace aftermarket parts with Original Equipment Manufacturer
(OEM) parts unless approved by the Fleet Manager or designee.
e) Upon request, NAPA shall issue a summary of parts or supplies issued under each
operating account it serves, such summary listing:
Page 6of 14 Mune03
6:j 7JG
Requisition Number
Repair Order Number
Vehicle Odometer
Part(s) Description
Daily Parts Cost Total
Parts Cost Total for Requisition
14) Billing:
Vehicle Number
Part Number(s)
Part(s) Quantity
Parts(s) Unit Price
Date/Time
Name of Requisitioning City Employee
a) NAPA shall invoice the City at the end of each calendar month for each billing
account established. Billing will be separated by using department/division: Parts,
Tires, Oil and Lubricants, and Shop Supplies and will include only those items
actually purchased for that month, for transactions occurring between the first and
fifteenth days, and the sixteenth and the end of the month.
b) City payment terms will be 2% / 20, net 30 days from receipt of invoice.
c) With respect to NAPA's profitability, the City and NAPA will jointly review
NAPA's Profit and Loss Statement (P & L) by the 20'h calendar day following the
month following the end of the three month periods ending in March; June,
September, and December (quarterly). Any amount in excess of the 10% net
profit goal will be deducted from the next month's gross sales amount on the P &
L; and, any amount below the 10% net profit goal will be added to the next
month's gross sales amount on the P & L, in lieu of a check being issued by
NAPA or the City.
Page 7of 14
WuneW
03- 756
d) NAPA agrees that all expenses, except for Cost of Goods Sold, shall not increase
by more than three percent (3%) of the prior calendar year's expenses; unless
extraordinary circumstances occur and are mutually agreed to in writing by the
City and NAPA.
e) NAPA agrees to notify the City of any and all price changes of items sold to the
City, including NAPA product lines and outside vendors, either via e-mail, or
daily Sales Posted Report.
f) The City of Miami shall not be responsible for costs associated with inventory
loss, inventory shrinkage, etc. unless Provider can present a clear case as to why
these cost should be borne by the City.
15) Pricing:
a) NAPA will sell its parts in accordance to the pricing proposal contained within the
RFP. NAPA agrees to notify the City of any price changes as stated in 14) e
above.
b) NAPA shall supply the City its "Master Installer" price level and current price
lists quarterly.
c) For OEM parts or other non -NAPA parts which the City may require, NAPA will
purchase and stock such items as NAPA and the City Fleet Manager or designee
shall determine appropriate. NAPA may charge such parts to the City on a cost-
plus 25% markup basis. The City will perform quarterly audits on NAPA's P &
L. Any amount under or over 10% net profitability will be added to or deducted
Page 8of 14 18June03
03- 756
from the following month's Gross Sales amount to adjust profitability to the 10%
contractual goal.
d) Freight charges shall be billed as straight charges billed to the Freight expense line
item on the P&L statement, i.e., not includable in the cost basis to which NAPA
may apply a 25% markup referred to in 15 c) above.
e) NAPA shall supply to the City any and/or all documents, printouts, statements,
etc. necessary to properly audit the cost accounting method of pricing as stated in
the RFP.
f) The City uses retread tires in certain applications. NAPA will not bill or charge
for casings supplied by the City.
16) Other City Supplies:
a) NAPA agrees to stock items of common supply. Such supplies may include but
are not limited to: work gloves, hand soap, trash bags, toilet paper, paper towels,
paper cups, etc. Such supplies, like parts, shall only be dispensed upon
presentation of an appropriate work order, identifying the receiving employee
name and signature. These shall be billed as Shop Supplies.
b) A monthly invoice shall be presented to the City in such form as to clearly show
the cost, quantities and types of products purchased by each respective user. The
invoice shall be supported by sales slip copies bearing the receiving signatures.
17) Hazardous Materials:
Page 9of 14
WuneW
03- 756
a) NAPA shall not keep or have on the premises any article or product of a
dangerous, inflammable or explosive character that might substantially increase
the danger of fire on the premises or that might be considered hazardous except as
needed to service the fleet maintenance supply needs of the City. Any such
product(s) shall be stored in a suitable location as to protect site personnel from its
hazards and must meet all DERM regulations. In addition NAPA shall maintain
on site Material Safety Data Sheets for all such products and shall conform to all
applicable Federal, State and Local laws and regulations regarding the
transportation, storage, handling and disposal of all such materials.
b) NAPA shall properly dispose of any and all waste stream material generated by
the City's fleet facility. NAPA further agrees to recycle any and all materials
capable of being recycled, such as, but not limited to antifreeze, oil, cleaning tank
solvents, paper, tires, etc. Tires, specifically, shall not be land -filled until all other
avenues have been exhausted. NAPA agrees to properly maintain and store on
site all disposal manifests and make them available for inspection by the City or
any enforcement agency, state, soca! or federal upon request.
18) Destruction or Condemnation of the Premises:
Page 10of 14 18June03
03- 756
a) In the event the premises are wholly or partially destroyed in a manner that
prevents the City's use of the site in the normal manner, and the site is determined
to be repairable to operating status within sixty days, NAPA and the City will
agree to cooperate in making all reasonable accommodations to operate under
limited circumstances while repairs are made.
b) If repairs cannot be made within a sixty day period, or if a decision is made to
rebuild the garage site entirely, NAPA may seek to be released from any
continuing obligation to service the City's parts needs until such time as it can set
up its operation in the restored operation facilities.
19) Assignment and Subcontracting:
a) NAPA shall not assign or subcontract its responsibilities under this Agreement
without the prior written consent of the City.
20) Amendments:
a) This agreement is the result of a Proposal submitted by NAPA to the City in
response to a Request for Proposals. NAPA's proposal contained many additional
options, which the City may wish to accept at a later date, or to revise certain
provisions contained herein, if determined to be in the best interest of the City.
b) Therefore, this Agreement may be amended from time to time during the course
of the contract term, in the mutual best interests of the parties. In such event, the
amendments shall be numbered sequentially, dated, and shall contain narrative
Page llof14 18June03
63- 756
description of the changes being made and justification therefor, and shall be
signed by authorized representatives of each party.
21) Training:
a) The City reserves the right to opt for NAPA provided training programs relating
to automotive service and maintenance to shop safety training. NAPA agrees to
periodically update its schedule of available programs and provide the City with
applicable pricing.
22) Other:
a) All other aspects of the contract and of the parts operation, not otherwise
addressed herein shall be governed by the terms of the specifications of the RFP
and by NAPA's proposal to said RFP.
b) In the event the City issues any work authorization, work order, purchase order,
then the City agrees that only the Terms and Conditions of this Agreement shall
prevail and be binding on them unless written modification, change or amendment
of any of the Terms and Conditions hereof is agreed to by the parties in writing
and signed by their authorized representatives and incorporated as a part of this
Agreement by the execution of a Contract Amendment.
23) Code of Conduct:
a) The contractor, consultant or agent must avoid a situation which could be
considered either a conflict of interest or detrimental to the operation or reputation
Page 12of 14
18June03
03- 756
of the City. The City may take disciplinary action, including termination of this
Contract and/or disqualification of the party from further work with the City
through debarment proceedings, should the City determine that the party has
participated in such improper activities.
b) Improper activities include, but are not limited to, the following:
i) Offering, soliciting or accepting gratuities, favors or anything of monetary
value:
(1) To or from any director, officer, employee or agent of the City who
participates in the award or administration of procurement contracts.
(2) To or from any firm or individual doing business with the City, either by
direct contract or indirectly through subcontracts; or firms or individuals
who are pre -qualified for contract work with the City under circumstances
from which it could reasonably be inferred or the parry involved believes
that the purpose of the action is to influence the party in the performance
of that party's duty to City.
(3) Using the positioii of contractor, consultant, bidder or agent with the City
to coerce or attempt to coerce any firm or individual to take an action,
perform a service, participate in an election campaign or the like under
circumstances from which it could reasonably be inferred; or the party
involved believes that the contractor will reward or punish the party's
action using the City's resources.
Page 13of14 18June03
63- 75C
1
(4) Not informing the City, from the time the contractor is first considered by
the City for the potential award of a contract until all such considerations
and contractual arrangements with the City have elapsed, of the
contractor's knowledge of the following:
(a) That a City officer, employee or agent, or members of their immediate
families, or their partners, have a financial or other interest in the
contractor's firm; and
(b) That a contractor employs or is considering employment of any person
described under 3a above.
c) Improper activities shall not include:
i) Accepting or offering meals and refreshments in reasonable amounts if
associated with occasional business or social affairs, as per City polices and
procedures.
ii) Accepting or offering promotional items of limited value, provided such items
Page 14of 14
are solely for advertising purposes, as per City policies and procedures.
MuneW
03- '7C,
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
CA -6
TO: The Honorab yor and mbers DATE: FILE:
the City ommission JUL - 8 2003
(0suaiECT: RFP 01-02-245
In -House Operations
Of Parts Facilities
FROM: Llod Arriola REFERENCES:
Manager ENCLOSURES:
i:
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the attached Resolution,
approving the findings of an Evaluation Committee pursuant to Request for Proposal (RFP) No.
01-02-245, In -House Operations of Parts Facilities; authorizing the City Manager to negotiate
and execute a professional services agreement, in substantially the attached form, with Genuine
Parts Company d/b/a NAPA Auto Parts, a Non-Minority/Dade vendor, located at 9250 NW
58 Street, Miami, Florida 33178; the top ranked firm, for a period of two (2) years, with the
option to extend for two additional two year periods in an estimated annual amount not to exceed
$2,500,000.
Funding is available from the Departments of Municipal Services, Fleet Management Division,
Account Code Nos. 503001.420905 and 509000.420901; and Fire -Rescue, Account Code Nos.
001000.280601 and 001000.280701 (see attachment "A"). The approval for FY04' funding is
subject to the budget process, as such funding amounts have yet to be approved and/or
appropriated and funding levels have yet to be established.
BACKGROUND:
The City of Miami currently operates two (2) independent fleet maintenance facilities: the Fire
Department Garage (FDG) and the Municipal Services Department, General Service
Administration Division, Citywide Garage (GSA). The ability to procure parts is critical to the
mission of keeping the city's fleet in a constant state of readiness and mechanical dependability.
Because our city equipment includes cars (foreign and domestic), trucks, fire trucks, vans, boats,
bulldozers, loaders, buses, cranes, bucket trucks, motorcycles, lawnmowers, etc., it is imperative
that a mechanism exist for the timely provision of parts for this wide, diverse fleet at competitive
prices.
These City facilities previously maintained their own parts inventories by purchasing directly
from various parts suppliers under numerous contracts. The costs associated with managing the
parts inventory for these facilities were extremely high due to the wide variety of fleet equipment
maintained, the high administrative costs associated with
Bid Resolutions - Reso — in -House Parts Operations
63- 756
The Honorable Mayor and
Members of the City Commission
Page 2 of 4
establishing and administering contracts with suppliers, and the processing of hundreds of
monthly invoices.
In addition, there were no classified or qualified personnel managing the parts depot. The
GSA parts facility was operated and managed by five (5) employees consisting of one (1)
light-duty fuel attendant, one (1) light-duty pipe fitter, one (1) auto mechanic helper, one
(1) auto mechanic and one (1) light-duty auto mechanic helper. The FDG had no
personnel managing their parts depot and parts were ordered and maintained by the
Heavy Equipment Mechanic Supervisor. In addition, there were no computers or
automation to assist with min/max levels, reorder levels, inventory control, vendor lead
time, etc. There were literally tens of thousands of dollars of obsolete inventory sitting
idle on the shelves. City crews were often without vehicles and equipment. It was an
inefficient, fly -by -the -seat -of -your -pants operation that yielded very poor parts
availability.
Because of the aforementioned, a cost-effective alternative was sought that would
establish the management and operation of the in-house parts facilities through a single
supplier. The goals and objectives in outsourcing the parts management included:
• A significant reduction in administrative procedures and costs to process and
manage a wide variety of contracts, purchase orders, invoices etc.
• An increase in parts availability, especially in the heavy equipment and specialty
equipment areas.
• An increase in employee performance as a result of the increased parts availability.
• A reduction of vehicle downtime due to the increased availability of parts.
• An overall net savings would be achieved through efficient parts room
management and a reduction of obsolete parts.
• No city monies tied up in inventory cost. All inventory is owned by the contractor
and the city is not charged for parts until they are used.
Benefits & Savings:
Parts Costs: In an internal audit conducted in June 2001, the auditor performed a parts
price comparison and reported that of the parts tested, generally NAPA'S prices were
lower than previous prices charged to the city. The savings for twenty-five (25) parts
alone, purchased from May 1999 through May 2001, totaled $103,639.50. The auditor
also disclosed that if the savings were projected into the population (the inventory), the
City would be saving much more (see Attachment "B"). In addition, internal spot
comparisons of pricing indicate competitive pricing as well.
Manpower Costs: It is- difficult to calculate an exact dollar figure for the unproductive
time when a mechanics does not have the parts necessary to complete a repair. Prior to
Bid Resolutions - Reso — In -House Parts Operations
The Honorable Mayor and
Members of the City Commission
Page 3 of 4
outsourcing the parts operations, a mechanic or helper would loose an hour of
productivity per day due to parts unavailability. Conservatively extrapolating out the
annual costs disclosed a saving of over $100, 000 annually due to the increased parts
availability (see attachment "C").
Vendor Participation: An internal study disclosed more vendor participation through the
existing parts contractor than when the City ran the parts operations. Prior to NAPA, the
City used a total of 50 vendors to supply parts. Since NAPA, that number has increased
to 106, thereby spreading the business over a broader spectrum. In addition, over 26% of
all expenditure dollars were through local city vendors. Over 90% of expenditure dollars
were with vendors located in the geographic Miami -Dade County.
Vehicle & Equipment Downtime: Although the City of Miami has never put a dollar
value on equipment usage, we know that prior to outsourcing the parts operations, our
vehicle availability was around 75% for light fleet and 60% for heavy fleet. We currently
experience a combined vehicle availability rate of over 95%.
Administration Costs: The costs associated with the administrative employees necessary
to process purchase requisitions, blanket release forms, obtain price quotes, prepare bid
packages, evaluate bids, make award recommendations, prepare legislation, etc. Costs
would be the number of employees multiplied by their hourly rate multiplied by the
number of hours worked to maintain the stockroom inventory.
Summary:
The city's fleet is in the best shape of its history and the rapid availability of parts has
been instrumental in this. We have freed up valuable space in our facility by
consolidating the inventory into one stockroom. The free space was converted into
service writer offices, a customer waiting lounge and an employee lunchroom. Other
governmental agencies such as the City of Chicago ($16,000,000 contract), City of
Columbus ($2,000,000 contract), and numerous others are using this type of program
with great success.
The existing contract was said to expire on March 4, 2003 and the City chose to amend
the agreement with Genuine Auto Parts, d/b/a NAPA Auto Parts, to avoid any lapse in
service while a new RFP and contract was established (see attachment "D"). A six month
extension commencing March 5, 2003 thru September 4, 2003 was requested and adopted
by Resolution No. 03-136 (see attachment "E").
Bid Resolutions - Reso — In -House Parts Operations yy(�
03 766
46
The Honorable Mayor and
Members of the City Commission
Page 4 of 4
Request for Proposal No. 01-02-245 entitled "In -House Operation of Parts Facilities" was
issued on November 7, 2002. Ten (10) Requests for Proposals were mailed and two (2)
responses were received on December 4, 2002. Consequently, an Evaluation Committee
as appointed by the City Manager met on January 23, 2003 and evaluated the two (2)
proposals received. The Committee recommended Genuine Auto Parts, d/b/a NAPA
Auto Parts, as the top ranked firm to provide said services. Should negotiations fail with
the top ranked firm, the Committee recommended the City negotiate with the second -
ranked firm, Maroone Chevrolet of Miami (see attachment '7 .
FISCAL IMPACT: NONE
qW
JA/JC/AJM/nbd
Bid Resolutions - Reso – In -House Parts Operations 03— 5 V
Budgetary Impact Analysis
Department MUNICIPAL SERVICES & FIRE -RESCUE Division FLEET MANAGEMENT
Commission Meeting Date:
JULY 10, 2003
Title. and brief description of legislation or attached ordinance/resolution:
IN—HOUSE OPERATIONS OF PARTS FACILITIES
RFP 01-02-245
1. Is this item related to revenue? NO M Yes ❑ (If yes, skip to item #4)
2. Are there sufficient funds in Line Item?
CIP Project #: (If applicable)
Yes: Index Code: Minor:
No: Complete the following information:
3. Source of funds: Amount budgeted in the line item:
Balance in line item:
Amount needed in line item:
Sufficient funds will be transferred from the fnllnvAnv line items
Amount:
ACTION ACCOUNT NUMBER
TOTAL
Project NoJIndex/Minor Object
From
$
From
$
To
$
To
$
4. Comments: SEE ATTACHED LIST OF ACCOUNT CODES
AND THE APPLICABLE FISCAL YEAR (SEE ATTACHMENT "A")
Approved by:
ax(�. C'2Z d
Departmen I) ctor es ee late
APPROVALS
V b
Dept. S g P i g, udgetin &
Perf ante
Date: Ito
Verified by CIP: (If applicable)
Director/Designee
Date:
ACCEPTANCE OF CITY MANAGER AND
EVALUATION COMMITTEE'S RECOMMENDATION
RFP NO. 01-02-245
ITEM: In -House Operations of Parts Facilities Services
DEPARTMENT: Municipal Services and Fire Rescue
TYPE:
Contract
REASON: It is recommended � that Genuine Auto Parts
Company d/b/a NAPA Auto Parts, the top
ranked firm, provide In -House Operations of Parts
Facilities services, authorizing the City Manager to
negotiate and execute a Professional Services
Agreement, for the Departments of Municipal
Services and Fire Rescue; further recommending
that should negotiations fail with the top ranked
firm, proceed to negotiate with the second ranked
firm; for a period of two (2) years, with the option
to renew for two (2) additional two (2) year
periods.
Di or of urchasing
Date
AwarftsueM
03- 756
CITY OF MIAMI, FLORIDA
EVALUATION OF RFP NO. 01-02-245
In House Operation of Parts Facilities
(out of 200 possible points)
Raters
# 1: Chief Alfredo Suarez, Miami -Dade County Fire -Rescue
# 2: Carmen Lizama Gaspa, Purchasing Director, Coral Gables
# 3: Alan Savarese, Fleet Manager, Dept of Municipal Services
Approved by (-: Approved by
01cl A. Rath, Acting Director
Chief Procurement Officer
Date:
03- 756
Rater 1 Rater 2 Rater 3
Total
Average
Rankine:
Maroone Chevrolet of Miami
145.00
169.00
121.00
435.00
145.00
2
Genuine Auto Parts dba NAPA
183.00
179.00
185.00
547.00
182.33
1
Raters
# 1: Chief Alfredo Suarez, Miami -Dade County Fire -Rescue
# 2: Carmen Lizama Gaspa, Purchasing Director, Coral Gables
# 3: Alan Savarese, Fleet Manager, Dept of Municipal Services
Approved by (-: Approved by
01cl A. Rath, Acting Director
Chief Procurement Officer
Date:
03- 756
Agenda Date: 7/10/03
Item No:
AGENDA BRIEFING FORM
Department/Division: Municipal Services
Department Contact Name/Number: Nancy Dorta 575-5130
Staff Meeting Date: April 8, 2003 Agenda Office Received:
Summary/Description of Purchase: In -House Operations of Parts Facilities
RFP No. Description: 01-02-245
The Department of Municipal Services has a need for a In -House operations of parts facilities to provide the parts
necessary to complete the timely repairs on a wide variety of vehicles and equipment including automobiles, vans trucks,
fire trucks, lawn maintenance equipment, bulldozers, garbage trucks, etc..
Type of Item:
®
Resolution
❑
Ordinance
❑
Sole Source
❑
Emergency Ratification
❑
Public Hearing Item
Contract Period
Source of Item:
❑
Commission Directive
❑
Normal Purchase
®
Contract Item
Discussion Item
Term OTR:
No. of Bidders Notified/MWBE Status:
Recommended Vendor(s)
Genuine Parts Company
d/b/a Napa auto Parts
No. of Bids Receive/MWBE Status: Award/Contract Value
$ negotiating
$ negotiating
Total Value of Award/Contract (including value associated with potential OTR):
Agendaftffam
ATTACMMNT "A"
MUNICIPAL SERVICES DEPARTMENT
IN-HOUSE PARTS OPERATIONS FUNDING
IN THE AMOUNT OF $290009000
LIGHT FLEET DIVISION: 503001.420905.6.702 (FY03') $138,000
(63%) 503001.420905.6.702 (FY04') $906,125
503001.420905.6.721 (FY04') $225,000
503001.420905.6.713 (FY041) $ 51,000
HEAVY FLEET DIVISION: 509000.420901.6.702 (FY04') $437,875
(34%) 509000.420901.6.721 (FY04') $195,000
509000.420901.6.713 (FY04') $ 47,000
FIRE DEPARTMENT
IN-HOUSE PARTS OPERATIONS FUNDING
IN THE AMOUNT OF $500,000
FIRE DEPARTMENT 001000.280601.6.702 (FY04')
$130,305
(3%) 001000.280701.6.702 (FY04')
170,000
001000.280701.6.670 (FY04')
118,041
001000.280701.6.721 (FY04')
71,654
001000.280701.6.713 (FY04')
10,000
Bid Resolutions - Reso – In -House Parts Operations 0j� ss��— 756
iiJ
ATTACHMENT "B"
a
GENERAL SERVICES ADMINISTRATION AND FIRE RESCUE DEPARTMENTS
COMPARATIVE ANALYSIS OF THE BENEFITS/COSTS TO THE CITY FOR THE
OUTSOURCING OF THE ACQUISITION AND ISSUANCE OF SPARE PARTS.
Our analysis and tests disclosed that prior to the decision to outsource as opposed, to
continue in-house management of spare parts acquisition and issuance, there was no
formal documented analysis performed to determine the best option. However, our
audit disclosed the following benefits and costs associated with the outsourcing of the
acquisition and issuance of spare parts as noted below:
SPARE PARTS.
BENEFITS OF OUTSOURCING
• Our comparison as noted on exhibit III, on page 25, disclosed that the prices
that NAPA currently charge the City for the 25 frequently used parts tested
were generally lower than the prices that local automobile dealers would have
charged the City. The savings for the 25 frequently used parts, which were
purchased from May 1999, through May 2001, totaled $103,639.50. If the
savings were projected into the population, the City would be saving much
more.
• The Acting Director of GSA, stated that the City's contract with NAPA has
greatly enhanced the effectiveness of his department's operation relating to the
acquisition and issuance of spare parts.
• The City is no longer responsible for the management and operation of the spare
parts inventory and therefore would not be concerned with problems such as
theft and obsolete parts.
5
03- '756
Exhibit III
0
03- 756
CYydMwi
Car4sim of Aub Pmft Phos gold to *a dry by MPA.s Iad Dmkr trip Phos
Rdw Caee:
Map 99- Map 2001
Cay of
Lad
Pat
Cre urd
mwd On.TW
Dolerft
omky
ldad
Ion
Msrber
Dinaip m
NAPA Pdm
wm Di (aane
Fumhoed
Smdm nmcmw
1
2681668
lower R Amir
47.15
47.61
0.46
1
0.46
0.01 Is.
2
46.5110
Starts
167.86
171.05
3.17
5
15.87
0.02
3
70DA4
Wire SCE
58.49
WAS
7.19
60
431.40
0.12
4
TP12
Nbd,k
99.89
67.97
8.08
56
4SL48
0.13
5
554066
WAN itstp
60.35
69.01
8.66
8
6929
0.14
6
700251
Wse Set
34.88
40.13
5.25
1
5.25
0.15
7
1019
Ecldin Coil
37.49
44.45
6.96
3
20.88
0.19
8
864C
Brake Paw
51.61
63.20
11-6
63
728.18
0.=
9
P74139
Fi,d pd"
156.16
21452
58.36
4
233.44
0.37
10
7565
Bawy
61.16,;
85.07
23.91
158
3.777.78
0.39
11
7575
B=y
61.16
85.07
23.91
74
1.769.34
0.39
L
86128
Brake Raa
93.42
136.50
36.08
409
14.756.72
0.40
13
208990
Acwnr6 =
50.75
71.30
20.55
219
4,500.45
0.40
14
P74141
Fill "
97.87
140.39
42.52
158
6.718.16
0.43
15
06106
Oxygen Sensor
44.53
64.82
20.29
59
1.141.11
0.46
16
4947
Waidow bora
54.95
81.65
26.70
1
26.70
0.49
17
70D785
Wire Set
75.78
113.30
31.4..2
220
8=40
0.49
18
7578
Bmery
53.06
82.86
29.80
521
15M.8D
O-6
19
AE -75061x!
Brake Pads
41.00
65.24
24.24
394
9.550-6
0.59
3D
AE --7497M
Brake Pads
41.00
65.24
24.24
213
5.163.12
099
21
AE -747%4
Brake Pads
37.OD
60.21
23.21
112
2.999.52
0.63
22
2-26005
Echlin Fgr value
41.75
75.OD
33.25
5
166.25
0.80
23
86450
Brake Rata
54.48
126.50
77-M
196
14.115.92
1.32
24
42-073
Oliva
59.94
Mm
5.06
2
10.12
0.09
25
2724193
Carer Link
47.49
131.79
84.30
161
13572.30
1.78
Taal
S
637.19
S 103.639.99
11.17
0
03- 756
------------- I ------
Although purchased through NAPA, Police tire price is tied to City bid number 98-99-108/02 and allows a 5% annual price increase.
NWMxpYr4.xIs.xIs
Sheet: Pdoe Comparisons
Page 1 of I
512012003
7:59 AM
Cit y-KMiami
Price Comparisons
- NAPA
-
........
Part
Part Number
41-906
CO 301
3484 -
I Gallon
6153
7565 . - . -
-
7575
7578
AE -7505M
AE -7506M
86442
86450
55-5069
208590
1104032
Purchase
Date
09/29/99
09/27/99
06/24/99 . -
06/23/99
06/24/99
06/2 . 3/99
08/24/99
06/24/01. .
06/24/99
06/24/99
09/30/99
08/20/99
08/18/99
06/23/99
08/25/99
06/24/99
Amount*
$6.24
$3.11
$6.71
$5.41
$4.11
$61.16
$45.86
$53.06
$35.88
$37.36
$60.40
$54.48
$133.04
$56.83
$305.63
$39.63
Purchase
Date
09/24/01
..09/27-/0-1 --
09/27/ - 01
09/28/01
0,9/27/01
09/25/01
09/25/01
09/24/01
09/24/01
09/24/01
09/26/01
09/24/01
09/24/01
09/27/01
09/24/01
09/24/01
Amount
$5.09
$3.26
----
$7.55
$5.41
$4.50
$61.16
$45.86
$53.06
$39.10
$,4-3----
.75
$53.93
$58.15
$124.10
$51.48
$217.05
$43.50.1.
%
Chane
g
-18.43%
4.82%
12.52%
0.00%
9.49%
0.00%
0.00%
---
0.00%
8.97%
.10%
-10.71%
6.74%
-6.72%
-9.41%
-28.98%
9.7.7%
.12%
Purchase
%
--t-e-FAmount
6a
04/12/02
Change
$5.09 0.00%
Description
AC Spark Plug
CarbonMonoxideDetector
04/12/02
$3.26 0.00%
04/12/02
$7.55 0.000/0
Fuel Filter
04/12/02
$4.99 -7.76%
Antifreeze
04/12/02
$4.50 0.00%
Air Filter
04/12/02
04/12/02
$61.16 0.00%
Battery
$45.86 0.00%
Battery
"te
----
04/12/02
$53.06 0.00%
04/12/02
04/12/02
04/12/02
$39.10 0.00%
Brake Pads
$43.75 0.0 0%
Brake Pads
$53.93 0.00%
Rotor
04/12/02
04/12/02
$58.15 0.00%
Rotor
$124.10 0.00%
NWP Water Pump
TEM Accumulator
04/12/02
$50.22 -2.45%
04/12/02
$228.05 5.07%
ACD Electronic _Spark Controller
04/12/02
$43.02 -1.10%
Police Tire 2257OR15
$816.95
------------- I ------
Although purchased through NAPA, Police tire price is tied to City bid number 98-99-108/02 and allows a 5% annual price increase.
NWMxpYr4.xIs.xIs
Sheet: Pdoe Comparisons
Page 1 of I
512012003
7:59 AM
ATTACHMENT "C"
Total of 54 mechanics & helpers
Loss of one hour per day for half of the workers due to unavailability of parts
# of Mech Hr rate Cost per day
27 $ 15.00 $ 405.00
250 working days per year
$ 101,250.00 $ lost per year
03- 756
NAPAVendorsals
City of Miami -- --- ... ---
_ Department of General Services Administration
Analvses of Automotive Parts & Supplies Purchases through NAPA
_ 50 Number of Vendors previously used by the Cit
106 Number of Vendors currently used by the City Through NAPA
47.17% Percentage of Vendors previously used by the City and currently used by the City Through NAPA _
13.21% Percentage of Minority Vendors used by the City Through NAPA (14/106)
(14/106)-
-- --------- - - -
48.71% Percentage of Expenditures made with Minority Vendors used by the City Through NAPA ($314,177.88 / $645,025.23)
($314,177.88 / $645,025.23)
12.26% Percentage of Local Vendors used by the City Through NAPA
(13/106) -- - ------ -- -- ----
26.95% Percentage of Expenditures Local Vendors used by the City Through NAPA -_ _ -------------
($173,863.56/
___-_($173,863.56/ $645,025.23) --_ _ . _- -_ , _ -. ---
86.79% 92 of 106 vendors are located within geographic Miami -Dade County.
90.17% $581,632.23 of NAPA's total expenditures of _$645,025.23 are with vendors located within geographic Miami -Dade County
—
12.26% 13 of 106 vendors used by NAPA are located within the City of Miami.
26.95% $173,863.56 of NAPA's total expenditures of $645,025.23 are with vendors located with the City of Miami. _
85.37% $148,431.28 of the $173,863.56 that NAPA spent within the City of Miami has been with Minority Vendors.
23.010/0 $148,431.28 of NAPA's total expenditures of $645,025.23 have been with Minority Vendors located within the City of Miami.
NAPA Vendors
4
5/20/2003 6:41 AM
,nDrr
ATTACHMENT _
AMENDMENT NO.3 TO AGREEMENT BETWEEN
THE CITY OF MIAMI AND THE GENUINE PARTS COMPANY
This third amendment is entered into this 3rd day of March , 2003, by and
between the City of Miami, a municipal corporation of the State of Florida (the "CITY), and the
Genuine Parts Company, d/b/a NAPA Auto Parts, a Georgia corporation (the "PROVIDER") for
the purpose of amending Section 3 of that certain agreement between the CITY and PROVIDER
dated March 5, 1999 (the "AGREEMENT), as follows:
Section 3. "OPTION TO EXTEND": the City chooses to exercise the option to extend
the contract for a period not to exceed six (6) months subject to the availability of funds and
budgetary approval until a new Request For Proposal and Contract is established.
Except as specifically provided herein, all of the terms and provisions of the Agreement
shall remain in effect.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
executed by their respective officers duly authorized, this day and year above written.
03— 171('
Emergency Extension — Amendment 3 - in -House Pans Operations
GENUINE PARTS COMPANY, a
Corporation of a State of Georgia
Name: � / Yan eco Name: fit w t1e S'AJL 6
Corporate Secretary J Title: V P w TRG A S kR R.
ATTEST
FOR THE CITY OF MIAMI, a
Municipal Corp. of the to of
eA�
By. By:
PRISCILLA A. T OMPSON J E OLA
City Clerk ity anger
APPROVED AS TO FORINT aND APPROVED AS TO INSURANCE
CORRECTNN&V REQUIREMENTS:
i
By:
RO VILARELLO� DIANE RICSON
Attorney Director
Risk Management
�J3-
Emergency Extension — Amendment 3 - In -House Parts operations
"756
-, ATTACHMENT "E"
J-03-113:
02/11/0 03- 136
RESOLUTION N0.
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH
ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO
EXECUTE AMENDMENT NO. 3 TO THE EXISTING
AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM,
WITH GENUINE PARTS COMPANY, D/B/A NAPA AUTO
PARTS, PURSUANT TO RESOLUTION NO. 98-1198 (AS
AMENDED BY RESOLUTION NOS. 01-1186 AND 00-82),
PROVIDING FOR AN ADDITIONAL SIX-MONTH EXTENSION
FOR THE PROVISION OF IN-HOUSE PARTS OPERATIONS
IN PARTNERSHIP WITH THE DEPARTMENTS OF
FIRE -RESCUE AND MUNICIPAL SERVICES, IN A TOTAL
AMOUNT NOT TO EXCEED $1,040,000; ALLOCATING
FUNDS FROM THE BUDGETS OF THE DEPARTMENTS OF
FIRE -RESCUE, ACCOUNT CODE
NO. 001000.280701.6.702, IN THE AMOUNT OF
$200,000 (FY 2003), MUNICIPAL SERVICES, LIGHT
FLEET DIVISION, ACCOUNT CODE
NOS. 503001.4R905.6.702, IN THE AMOUNT OF
$460,800, (FY 2003), AND 503001.420905.6.721,
IN THE AMOUNT OF $63,200 (FY 2003) AND HEAVY
FLEET DIVISION, ACCOUNT CODE
NOS. 509000.420901.6.702, IN THE AMOUNT OF
$237,000 (FY 2003), AND 509000.420901.6.721, IN
THE AMOUNT OF $79,000 (FY 2003), SUBJECT TO
BUDGETARY APPROVAL.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The City Manager is authorized -11 to execute
Amendment No. 3 to the existing Agreement, in substantially the
�i The herein authorization is
all requirements that may
including but not limited to
-Chaxter and Code provisions.
17
further subject to compliance with
be imposed by the City Attorney,
those prescribed by applicable City
CITY COMUSSION
MEETING OF
FEB 1 3 2003
Assolu■.fion No.
�,.0 3
75E
attached form, with Genuine Parts Company, d/b/a NAPA Auto Parts,
pursuant to Resolution No. 98-1198 (further amended by Resolution
Nos. 01-1186 and 00-82), providing for an additional six-month
extension for the provision of in-house parts operations in
partnership with the Departments of Fire -Rescue and Municipal
Services, in a total amount not to exceed $1,040,000, with funds
allocated from the budgets of the Departments of Fire Rescue,
Account Code No. 001000.280701.6.702, in the amount of $200,000
(FY 2003), Municipal Services, Light Fleet Division, Account Code
Nos. 503001.420905.6.702, in the amount of $460,800 (FY 2003),
and 503001.420905.6.721, in the amount of $63,200 (FY 2003), and
Heavy Fleet Division, Account Code Nos. 509000.420901.6.702, in
the amount of $237,000 (FY 2003), and 509000.420901.6.721, in the
amount of $79,000 (FY 2003), subject to budgetary approval.
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayoral
If the Mayor does not sign this Resolution, it shall become
effective at the end of ten (10) calendar days from the date it
was passed and adopted. If the Mayor vetoes this Resolution, it
shall become effective immediately upon override of the veto by
the City Commission.
03- '756
Page 2 of 3
i
PASSED AND ADOPTED this 13th day of February , 2003.
ATTEST:
LIZ 'n-
RISCILLA A. THOMPSON
CITY CLERK
APPROVED AS T_&'FORM AND''CORRECTNESS-V
A1;EJ-VILARELLO
CITY'�A�.'TORNEY
Uo 86:tr:AS
91ANUEL A. DIAZ, MAYO$
K" r i t, A-;.
ATTACHMENT "F11
CITY OF MIAMI. FLORIDA
CITYMaMINTER-OFFICE N1EN10RANDUN]
�G
I FVC
Joe Arriola 02 JAN 31 AM 11:3
2 = January 30, 2003 FILE
CEO/City Manager
e; �kair� on
valuation Conunittee
- - Recommendation of the
Evaluation Committee: RFP
No. 01-02-245: In -House Operation
'=7—EhC Of Parts Facilities
As Chairperson of the In -House Operation of Parts Facilities Evaluation Committee for the City of
Miami, pursuant to RFP 01-02-245, it is my responsibility to offer the findings and
recommendations of the Committee.
The City issued RFP 01-02-245 entitled "In -House Operation of Parts Facilities" on November 7,
2002 and two (2) responses were received by December 4, 2002.
The Evaluation Committee, as appointed by the City Manager, met on January 23, 2003 and
following discussion, deliberation, and evaluation of the responsive proposals, recommends the
following two (2) Proposers, in rank order:
1. Genuine Auto Parts dba NAPA Auto Parts
2. Maroone Chevrolet of Miami
Should contract negotiations fail with the top ranked firm, Genuine Auto Parts dba NAPA Auto
Parts, the Committee recommends the City negotiate with the second ranked firm, Maroon
Chevrolet of Miami.
Approved by:
J
Joe Arriola
i0/City Manager
Date:
CAMy Docutnents\Docs\Procurement\BidsW-House Parts\RecommendationChairRFP 01-02-245.doc 3J— 7 5 6
t7 L1�
CITY OF MIAN11, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Jorge Cano DATE: July 2, 2003 FILE:
Acting Chief of Neighborhood Services
'jS.:ECT : Analyses of Savings on In -House
Uinez
Parts Operations Outsourcing
FROM : Alex J.REFERENCES
Acting Director
E%.LOSUREs:
General Services Administration
Attached please find the analyses of savings attributable to the outsourcing of in-house parts
operations to Genuine Parts Company, d/b/a NAPA Auto Parts. This information will be
included in the agenda package for this item on the July 17, 2003 City Commission Agenda. If
you have any questions, please call me at (305) 575-5130.
Attachments
AJM:pae
03—,a6
Analyses of Savings
On In -House Parts Operations Outsourcing
Table of Contents
Summary of Savings by Outsourcing Page 1
Exhibit I Payroll Savings Page 2
Exhibit Il Inventory Savings Page 3
Exhibit III Transactions Costs Savings (Procurement Costs) Page 4
Exhibit IV Productivity Improvements Page 5
Exhibit V Sample Cost Savings Page 6
03.` '750
MUNICIPAL SERVICES DEPARTMENT
OUTSOURCE VS. IN-HOUSE
SUMMARY OF SAVINGS BY OUTSOURCING
PAYROLL SAVINGS
INVENTORY SAVINGS
TRANSACTION COSTS SAVINGS (Procurement Costs)
PRODUCTIVITY IMPROVEMENTS
ANNUAL TOTAL SAVINGS or COST AVOIDANCE
TOTAL SAVINGS OVER SIX YEAR CONTRACT TERM
$138,516
$56,096
$35,520
$86,728
$316,859
$1,901,157
These amounts are only the savings to be realized in the Municipal Services
Department. Other departments also benefit from employee productivity
improvements and decreased vehicle and equipment downtime.
Page 1 of 6 63— 7 B 6
Exhibit I
PAYROLL COST SAVINGS OF MUNICIPAL SERVICES DEPARTMENT IN-HOUSE VS. NAPA
MUNICIPAL SERVICES DEPARTMENT IN-HOUSE PAYROLL
FOR PARTS ROOM OPERATION
Hours
Employee #
Daily hours of parts room operation per employee
8
5
5 Employees, 8 hours per da
Monthly labor hours of parts room
867
5
80 Hours per 2 week payroll, 26
payrolls per year divided by 12
months, times 5 employees
-Monthly labor hours of additional contract administration
60
3
20Workin hours per month for 3
Monthly labor hours of additional clerical WP)
60
2
30 Working hours per month for 2
employees
Annual Cost
Average hourly salary w/fringe - parts room personnel
$ 21.69
$ 225,625
Hourly salary w/fringes x monthly
hours x 12 months
Overtime hours per month: parts room personnel
16
$ 6,248
Overtime w/fringes x 16 monthly
hours x 12 months
Avg. hrly. salary w/fringe: additional contract administration
$ 37.88
$ 27,272
Hourly salary w/fringes x monthly
hours x 12 months -
Average hourly salary w/frin e: additional clerical
$ 30.73
$ 44,247
Hourly salary w/frin es x month)
Municipal Services Dept. Annual Payroll Costs
$ 303,393
Parts, Contract Administration, & A/P
Costs
NAPa's Annual Payroll Costs
$ 164,877
NAPA's 2002 Annual P & L Amount
Annual Payroll Cost Savings
$ 138,516
Net Savings
Page 2 of 6 03— 756
Exhibit II
MUNICIPAL SERVICES DEPARTMENT
FLEET PARTS INVENTORY
Estimated Annual Expense
$ 21000,000
Avera a Monthly Expense
$ 166,667
Total Dollars in Inventory
$ 288,771
Total Part Numbers in Inventory
14,356
• of Obsolete Inventory
$ 28,877
10% of total dollars in Inventory
(Estimate)
• of Inventory Shrinkage
$ 20,000
1 % of total dollars disbursed yearly
(Estimate)
Opportunity Cost
$ 7,219
City's Annual Cost of Funds Rate 2.5%
/ Cost of Carrying inventory-�2.5% x
$288,771)
TOTAL ANNUAL COST
$ 56,096
Obsolete Inventory + Shrinkage +
Opportunity Cost -
113y using NAPA, the City does not incur any of these costs.
Page 3 of 6 0.3— 7 5 6
Exhibit III
TRANSACTION COST SAVINGS
(Procurement Costs)
TRANSACTION COST WITHOUT NAPA
# of additional Vendors
50
# of additional Purchase Orders yearly
100
# of additional invoices paid monthly
150
# of additional checks issued monthly
75
Cost of issuing additional Purchase Orders
$200
$20,000
Finance / Accounts Payable Invoice Costs
$10
$18,000
ADDITIONAL TRANSACTION COST WITHOUT NAPA
$38,000
yearly
TRANSACTION COST WITH NAPA
# of Vendors
1
# of Purchase Orders yearly
10
# of invoices paid monthly
4
#of checks issued monthly
1
Cost of issuing Purchase Orders
$200
$2,000
Finance / Accounts Payable Invoice Costs
$10
$480
TRANSACTION COST WITH NAPA
$2,480
yearly
ANNUAL TRANSACTION COST SAVINGS WITH NAPA
$35,5201
i
Page 4 of 6 a13—
Exhibit IV
FLEET PRODUCTIVITY IMPROVEMENTS
Number of Mechanics and Helpers
49
Average hourly rate for Mechanics and Helpers,
including fringe benefits
$ 27.23
Cost of Mechanics and Helpers' time lost due to 70%
parts availability without NAPA
.5 Hours
$ 173,455
Annual costs for Mechanics &
Helpers w/o NAPA for one half
hour each day / 260
Reduction of cost of Mechanics and Helper's time
lost as a result of increased parts availability to 85 %
through NAPA
.25 Hours
$ (86,728)
Annual Costs for Mechanics &
Helpers w/ NAPA for one
quarter hour each da / 260
x
Value of Increased Productivity With NAPA
86 728
Note: 52 weeks x 5 days/week = 260 days.
Page 5of6 03 75
Exhibit V
03- 756
Page 6 of 6
Sample Cost Savin s on 25 Parts Purchased through Contract vs. In -House 1
No.
Part
NAPA Price
Ci Cost Dealer
QuantityBought
Savin s
Number
I Description I
Jun -03
Jun -03
$ Difference
% Difference I
Jun 01 - June 03
Increased Costs
1 2681668
I Idler Arm 1
$52.991
$52.99
0
$0.00
2 46-5110
Starter
$167.88
$154.18
$13.70
8.89%
13
$178.10
3 1700944
Wire Set
$63.10
$56.79
$6.31
11.11%
117
$738,27
4 TP12
Module
$59.89
$58.41
$1.48
2.530/6
51
$75.48
5 55-4066
Water Pump 1
51.671
$59.69
$8.02
-13.44%
17
$136.34
6 700251
Wire Set
$36.09
$34.12
$1.97
5.77%
0
$0.00
7 IC19
Echlin Coil
$39.06
$33.99
$5.07
14.92%,
3
$15.21
8 186442
!Brake Rotor
$44.02
$45.99
$1.97
-4.28%1
165 '
$325.05
9P74139
Fuel Pum
$93.73
$191.44
$97.71
% -51.04
3
$293.13
10 7565
' Battery
$53.06
$79.95
($26.89)11
-33.63%!)
413
$11,105.5
.11 17575
! Battery
$45.86 1
$68.63
$22.77
-33.18%
115
$2,618.55
12 '86128
Brake Rotor
$86.34
$127.44
$41.10 1
-32.25%,
246
$10,110.60
13 1208590
iAccumulator
$53.78
$32.81
$20.97 '
63.91%;
238
$4,990.86
14 P74141
!,Fuel Pum
$59.251
$77.22
$17.97
-23.27%'
0 I
$0.00
15 'OS106
Oxygen Sensor !
$48.43
$38.61 1
$9.821
25.43%
13 i
$127.66
16 49-47
Window Motor 1
$63.911
$63.91 I
I
0 I
$0.00
17 ;700785
Wire Set i
$81.50 1
$63.88 1
$17.62 I
27.58%!
83 1
$1,462.46
18 ;7578
Batt"
$45.86 l'-;- $68.40
$22.54
-32.95%'
578
$13,028.12
19'AE-7506M
;Brake Pads I
$44.801
$66.21 !
$21.41
-32.34%
358
$7,664.78
20 AE -7492M i Brake Pads
$46.14
$66.21 i
($20.07)1
-30.31%:
27
$541.89
21 :AE -7479M IBrake Pads
$37.9511
$59.46 1
($21.51)1
-36.18%:
330
$7,098.30
; 2-26005
1 Echlin EGR Valve I
$44.47
$43.25 i
$1-221
2.82%.
13 1
$15.86
_22
23 86450
Brake Rbtor
$57.76
$i35.611
($77.85)!
-57.41%;
159
$12,378.15
24 i4424073M iCaliper Loaded
$69.90
$57.73 '
$12.171
21.08%1
2
$24.34
25 272-4193
:Center Link i
$59.051
$137.25 1
$78.20
-56.98%
97
$7.585.40
i
1Total Cost Savings on these 25 different parts
$65,257.64
,(1) The City's Internal Auditor submitted Internal Audit 01-009 to the City Manager on June 14, 2001. The
!Audit Report noted that the City saved over $100,000 just on the purchases of the above sample of 25 parts,
'for the period May 1999 through May 2001. City staff updated the information through June 2003 which',
;yielded a savings of $65,257. This totals a combined savings of over $165,000 during the original contract;
;with NAPA. As the Auditor concluded in the Report, "If the savings were projected into the population, the,
!City would be saving much more."
03- 756
Page 6 of 6