HomeMy WebLinkAbout2018-06-12 - AGENDA REPORTS - AWARD CONTR FOR FUEL AND FLUID MGMT - TMF TO S&A S (2)19
The fuel and fluid management software currently in use at the TMF, which is over 12 years old,
has reached its end of life and is no longer supported by the manufacturer. No other third-party
integrator of the Fleetwatch system, the required software upgrade is only available from S & A
Systems, Inc.
While there are other manufacturers that can supply fuel management systems, the physical
components already in place at the TMF, such as the in-ground loop and fuel-island monitoring
stations, are proprietary to the Fleetwatch fuel and fluid management system.
By purchasing the software upgrade and related equipment from S & A Systems Inc., the City
would avoid replacement of the entire system. This approach would result in lower costs and an
abbreviated installation timeline compared to the complete replacement of the system. It would
also minimize the impact on the day-to--
Competitive Procurement justification has been drafted and is attached.
ALTERNATIVE ACTION
1. Direct staff to issue a bid for a new fuel management system.
2. Other action as determined by the City Council.
FISCAL IMPACT
There is no fiscal impact to the General Fund. The appropriation of $201,085 in federal and local
transit grant funds will cover the total contract amount.
ATTACHMENTS
FTA-Sole Source Justification Letter for Fuel Management System
Page 2
Packet Pg. 271
19.a
FUEL MANAGEMENT SYSTEM
NON-COMPETITIVE PROCUREMENT
SUBJECT: Purchase and installation of the management fuel system with S & A
Systems, Inc.
Single Source Justification: The purpose of this letter is to provide justification for the
use of a non-competitive procurement process in the purchase and installation of the fuel
management system with S & A Systems, Inc.
Reference: FTA Circular 4220.1F, VI.3.i
Procurement By Noncompetitive Proposals (Sole Source): Sole Source procurements are
accomplished through solicitation or acceptance of a proposal from only one source, or
after solicitation of a number of sources, competition is determined inadequate. A
contract amendment or change order that is not within the scope of the original contract
is considered a sole source procurement that must comply with this subparagraph.
Procurement by noncompetitive proposals may be used only when the award of a
contract is infeasible under small purchase procedures, sealed bids, or competitive
proposals and when the recipient requires supplies or services available from only
one responsible source, and no other supplies or services will satisfy its
requirements. Examples include:
Unique Capability or Availability. The property or services are available from one
source if one of the conditions described below is present:
(1) Unique or Innovative Concept. The offeror demonstrates a unique or
innovative concept or capability not available from another source.
Unique or innovative concept means a new, novel, or changed concept,
approach, or method that is the product of original thinking, the details
of which are kept confidential or are patented or copyrighted, and is
available to the recipient only from one source and has not in the past
been available to the recipient from another source.
(2) Patents or Restricted Data Rights. Patent or data rights restrictions
preclude competition.
(3) Substantial Duplication Costs. In the case of a follow-on contract for
the continued development or production of highly specialized
equipment and major components thereof, when it is likely that award
Attachment: FTA-Sole Source Justification Letter for Fuel Management System (Fuel and Fluid Management System)
to another contractor would result in substantial duplication of costs
that are not expected to be recovered through competition.
Packet Pg. 272
19.a
(4) Unacceptable Delay. In the case of a follow-on contract for the
continued development or production of a highly specialized equipment
and major components thereof, when it is likely that award to another
contractor would result in unacceptable delays in fulfilling the
Single Sole Source Justification
In 2005, during the procurement for the federally funded construction project of the
Transit Maintenance Facility (TMF) the City purchased and installed the S & A Systems,
Inc. system that is used to monitor and manage fuel and fluid for the Transit fleet. S & A
Systems, Inc. is the original equipment manufacturer of the fuel and fluid management
systems and related equipment which operates on proprietary software and firmware.
The software upgrade will integrate with the existing vehicle monitoring system and
equipment.
The current fuel management system software has reached its end of life and is no longer
supported. No other agency or third-party support is available for the maintenance and
support of this software or firmware. As the software developer and integrator, the
required software upgrade is only available to the City from S & A Systems, Inc.
While there are other manufacturers that can supply fuel management systems, the
physical components such as the in ground loop and fuel island stations are already in
place at the Transit Maintenance Facility these components will integrate with the
upgrading if the system, by purchasing the software and equipment from S & A Systems,
Inc. the City would avoid replacement of the entire system, which would result in higher
costs and potential operational impacts.
Conclusion:
On the basis of the justification provided above, S & A Systems, Inc. is uniquely
positioned to supply the required fuel management system.
Attachment: FTA-Sole Source Justification Letter for Fuel Management System (Fuel and Fluid Management System)
Packet Pg. 273
20
Agenda Item: 20
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:
DATE: June 12, 2018
SUBJECT: PARKS JANITORIAL SERVICE CONTRACT AUTHORITY
INCREASE
DEPARTMENT: Neighborhood Services
PRESENTER: Susan Nelson
RECOMMENDED ACTION
City Council:
1. Approve a contract authorization increase in the amount of $183,195 for Fiscal Year (FY)
2018-19, for a total contract amount not to exceed $1,010,912 plus Consumer Price Index
(CPI), and $76,317 for FY 19-20 for a total contract amount not to exceed $1,087,229 plus
CPI, to the current janitorial services contract with Servicon Systems, Inc. for an increase in
janitorial services at City park facilities.
2. Authorize the City Manager or designee to execute all contracts and associated documents, or
modify the award in the event that issues of impossibility of performance arise, and execute
all documents subject to City Attorney approval.
BACKGROUND
On September 27, 2016, the City Council awarded a contract to Servicon Systems, Inc. to
perform janitorial services for various City of Santa Clarita (City)-owned facilities for an amount
not to exceed $827,717, plus Consumer Price Index adjustments.
Servicon Systems, Inc. provides janitorial services to the City park facilities to clean and sanitize
the restrooms and recreation buildings at night when the parks are closed, minimizing impact to
park patrons. Currently, the City contracts janitorial services for six days of the week. Parks
Maintenance staff cleans the restrooms and recreation buildings the seventh day not serviced by
maintenance activities to attend to the cleaning needs of the 26 sites on the day not serviced by
the contracted janitors. Staff addresses the cleaning needs of all sites during the day, when parks
are open to the community. The restrooms are more efficiently and effectively cleaned while the
Page 1
Packet Pg. 274