MEMORANDUM ADMINISTRATIVE SERVICES PROCUREMENT DIVISION County of Placer

TO: Board of Supervisors DATE: December 18, 2018 FROM: Brett Wood, Purchasing Manager SUBJECT: Original Equipment Manufacturer Auto Parts and Services - Multiple Vendors

ACTION REQUESTED Approve the renewal of agreements with twenty-four suppliers for the purchase of Original Equipment Manufacturer auto parts, aftermarket auto parts, and service on an as-needed basis for the period of January 1, 2019 through December 31 , 2019, on behalf of the Department of Public Works and Facilities, Placer County Fire Department, and the Sheriff-Coroner-Marshal's Office in the maximum aggregate amount of $1 ,158,600, funded by each department;s FY 2018-19 Final Budget and FY 2019- 20 Requested Budget.

Authorize the Purchasing Manager to sign all requir~d documents and execute any required change orders in accordance with the County's Procurement Policy, subject to departmental concurrence and available funding.

BACKGROUND The Department of Public Works and Facilities' Fleet Services, Road Maintenance, Transit/TART, Building Maintenance, and Parks divisions, the Placer County Fire Department, and the Sheriff­ Coroner-Marshal's Office require annual agreements for the purchase of Original Equipment Manufacturer auto parts, aftermarket auto parts, and dealer services on an as-needed basis to support each department's fleet and equipment maintenance operations. The departments' current agreements will expire on December 31 , 2018.

On November 18, 2014 and December 9, 2014 your Board approved the award of agreements from competitive bids 10384 and 10383 and from negotiated contracts, to the twenty-four firms listed on Attachment A.

Procurement Services has developed an RFP for parts warehouse management for the Department of Public Works and Facilities. It is anticipated that it will take several months to determine whether outsourcing the parts room function/ management is in the best interest of the County. In the meantime, it is necessary to renew the existing agreements for automotive parts and services. Section 3.5D of the Procurement Policy allows for the renewal of the agreements.

In accordance with Section 6.1B of the Procurement Policy, the requested renewal amount exceeds the Purchasing Manager's authority. Therefore, your Board's approval is required to renew the agreements in the maximum aggregate amount of $1 ,158,600 for the period of January 1, 2019 through December 31 , 2019.

FISCAL IMPACT Each department's purchases are funded by their respective annual budgets. Funds are not encumbered until products are delivered or services are rendered against the agreements.

Attachment A - Recommended Suppliers

481 1 ATIACHMENT A

RECOMMENDED SUPPLIERS

Name of Supplier Location Sonsray Machinery Los Angeles, CA Holt of California Sacramento, CA Silver State International Sparks, NV Smith Power Products Sparks, NV LLC Hayward, CA Motor Industries Service Parts Inc. Schaumburg, IL Snoquip Inc. West Sacramento, CA Sacramento Truck Center Sacramento, CA A-Z Bus Sales Inc. Sacramento, CA Nixon-Egli Equipment Co. Inc. Tracy, CA Edward R. Bacon Co. Inc. Sacramento, CA Elliott Auto Supply Co. (dba Factory Motor Parts) Kansas City, MO Pacific West Sacramento, CA Riverview International Trucks West Sacramento, CA Magnussen's Auburn Auburn, CA Pape' Machinery Sacramento, CA Owen Equipment Sales Sacramento, CA Maita Honda Citrus Heights, CA Auburn Ford Auburn, CA Industries , MB Canada Valley Power Products West Sacramento, CA Gold Rush Auburn, CA Riebes Auto Parts Auburn, CA O'Reilly Automotive Inc. Springfield, MO

482 2