File #: 22-1169   
Status: Agenda Ready
In control: TRANSPORTATION DEPARTMENT
Agenda Date: 8/25/2022 Final action: 8/25/2022
Title: MOTION TO APPROVE five open-end contracts to the awarded vendors: 1) IEH Auto Parts LLC dba Auto Plus Auto Parts, 2) Imperial Supplies, LLC, 3) Jasper Engine Exchange, Inc., 4) M&H Automotive Inc., and 5) O'Reilly Auto Parts; under the Sourcewell Contract No. 032521, for Aftermarket Vehicle Parts and Supplies, for the Fleet Services Division and other Broward County agencies, in the estimated aggregate amount of $5,166,667 for the remainder of the initial contract term through May 19, 2025, and authorize the Director of Purchasing to renew the contracts, as renewed by Sourcewell, for a one-year period; for a potential total contract amount of $7,166,667.
Indexes: Established Commission Goals
Attachments: 1. Exhibit 1 - Goal Memorandum dated June 7, 2022, 2. Exhibit 2 – Justification Memo dated June 14, 2022, 3. Exhibit 3 - Sourcewell Request for Proposals No. 032521, 4. Exhibit 4 - Sourcewell Contract No. 032521, 5. Exhibit 5 - Discount Off Pricing
Date Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Broward County Commission Regular Meeting                               

Director's Name:  George Tablack

Department:                       Finance and Administrative Services                     Division: Purchasing

 

Information

Requested Action

title

MOTION TO APPROVE five open-end contracts to the awarded vendors:  1) IEH Auto Parts LLC dba Auto Plus Auto Parts, 2) Imperial Supplies, LLC, 3) Jasper Engine Exchange, Inc., 4) M&H Automotive Inc., and 5) O’Reilly Auto Parts; under the Sourcewell Contract No. 032521, for Aftermarket Vehicle Parts and Supplies, for the Fleet Services Division and other Broward County agencies, in the estimated aggregate amount of $5,166,667 for the remainder of the initial contract term through May 19, 2025, and authorize the Director of Purchasing to renew the contracts, as renewed by Sourcewell, for a one-year period; for a potential total contract amount of $7,166,667.

 

body

Why Action is Necessary

In accordance with the Broward County Procurement Code, Section 21.47.a, the Board shall make all awards, and authorize the execution of the associated contracts, with a value of more than $500,000, inclusive of the value of any renewals or extensions provided in the contract.

 

In accordance with the Broward County Procurement Code, Section 21.27, the Director of Purchasing may purchase goods or services (i.e., “piggyback”) under any procurement contract held by a governmental agency or nonprofit entity, or the County may enter into its own contract with the vendor under the originating contract if (a) the Director of Purchasing determines the originating contract was competitively procured in accordance with generally accepted standards of public procurement; (b) the originating contract expressly permits such purchasing, or the governmental agency or nonprofit entity that awarded the originating contract or the vendor who holds the originating contract (as applicable) allows the County to purchase therefrom; and (c) the terms and conditions offered to the County by the vendor do not materially deviate from the terms and conditions of the originating contract.

 

What Action Accomplishes

Provides for the procurement of aftermarket repair, replacement, and maintenance parts, supplies, and services for the Fleet Services Division and other Broward County agencies.

 

Is this Action Goal Related

Yes

 

Previous Action Taken

None.

 

Summary Explanation/Background

THE PURCHASING DIVISION AND THE TRANSPORTATION DEPARTMENT/FLEET SERVICES DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.

 

This item supports the Board’s Value for “Consistently delivering responsive, efficient, quality services to the public and internal customers”.

 

The Office of Economic and Small Business Development did not reserve this project for Small Business Enterprises under the Sheltered Market Program or assign County Business Enterprise participation goals based on the review of products requested (Exhibit 1).

 

The purpose of this request is to utilize a contract from another government entity, Sourcewell Contract No. 032521, for the procurement of aftermarket vehicle parts, supplies, maintenance parts, and services to ensure continuity of operations, flexibility, and scaling activities (Exhibit 2). Sourcewell is a cooperative purchasing program that provides government resources and solutions to local and state government agencies, and nonprofits through cooperative purchasing by which quantities for the same item are combined to achieve economies of scale through volume discount pricing.

 

Request for Proposal (RFP) No. 032521 was competitively solicited on February 4, 2021, and publicly opened on March 25, 2021, with 17 responses received (Exhibit 3). On May 18, 2021, Contract No. 032521 was awarded to five vendors:  1) IEH Auto Parts LLC dba Auto Plus Auto Parts; 2) Imperial Supplies, LLC; 3) Jasper Engine Exchange, Inc.; 4) M&H Automotive, Inc., an authorized dealer under awarded vendor NAPA Auto Parts; and 5) O’Reilly Auto Parts; for a four-year term ending on May 19, 2025, with an option to extend for an additional one-year period upon request of Sourcewell and with written agreement by vendors (Exhibit 4).

 

The Fleet Services Division has determined that the available contracts for aftermarket vehicle parts and supplies under Contract No. 032521 will provide a more cost-effective pricing and supply to meet the needs of the County.

 

The Purchasing Division has reviewed the discounts submitted by the awarded vendors and determined that the County has the ability to take advantage of lower costs available through competitive pricing based on large volume discounts and economies of scales, while reducing administrative costs of project solicitation (Exhibit 5).

 

Incumbents:  M&H Automotive, Inc. and Total Truck Parts, Inc. Contract Number and Title: TRN2118949B1, Aftermarket Automotive and Medium-Heavy Truck Parts. Contract Term: November 1, 2019 through October 31, 2022. Expenditures: $2,941,464.

 

The initial contract term begins on November 1, 2022 and terminates on May 19, 2025.

 

The amounts referenced in this agenda item were rounded to the nearest whole dollar.

 

Source of Additional Information

Robert E. Gleason, Director, Purchasing Division, (954) 357-6070

 

Fiscal Impact

Fiscal Impact/Cost Summary

Each requirement processed against this open-end contract will be funded by the appropriate source at the time of release.

 

Requisition No. FLE0004191