Loading...
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