Long Beach, CA
File #: 17-0123    Version: 1 Name: FM - Light and medium duty vehicles
Type: Contract Status: CCIS
File created: 1/18/2017 In control: City Council
On agenda: 2/21/2017 Final action: 2/21/2017
Title: Recommendation to adopt Specifications No. ITB FS16-126 and award contracts to Cabe Toyota, of Long Beach, CA; Caruso Ford, of Long Beach, CA; FFBH Motors, LLC, dba Frontier Ford, of Santa Clara, CA; Courtesy Chevrolet Center, of San Diego, CA; and Bob Wondries Motors, dba Wondries Fleet Group, of Alhambra, CA, for the purchase and delivery of light and medium duty vehicles, in an annual aggregate amount not to exceed $7,500,000, for a period of two years, with the option to renew for two additional one-year periods, at the discretion of the City Manager. (Citywide)
Sponsors: Financial Management
Indexes: Contracts
Attachments: 1. 022117-R-19sr.pdf
Related files: 34525_002, 34522_003, 34523_000, 34524_000, 34525_000, 34525_001, 34522_000, 34526_000, 17-0578, 34523_001, 34522_001, 34522_002, 34525_003
TITLE
Recommendation to adopt Specifications No. ITB FS16-126 and award contracts to Cabe Toyota, of Long Beach, CA; Caruso Ford, of Long Beach, CA; FFBH Motors, LLC, dba Frontier Ford, of Santa Clara, CA; Courtesy Chevrolet Center, of San Diego, CA; and Bob Wondries Motors, dba Wondries Fleet Group, of Alhambra, CA, for the purchase and delivery of light and medium duty vehicles, in an annual aggregate amount not to exceed $7,500,000, for a period of two years, with the option to renew for two additional one-year periods, at the discretion of the City Manager. (Citywide)

DISCUSSION
City Council approval is requested to award contracts to five vendors for the purchase and delivery of light and medium duty vehicles at fixed pricing, for an annual aggregate amount not to exceed $7,500,000, in accordance with the approved vehicle replacement plans. It is projected that the annual aggregate amount will be sufficient to cover the acquisition costs for light trucks, hybrid and compressed natural gas (CNG) fueled sedans, utility vehicles, police patrol vehicles, and other units as defined in the bid specification. These contracts will significantly reduce the time and expense for Fleet and Purchasing staff to secure needed vehicle replacements.

The fleet vehicle and equipment replacement program is based upon an economic life cycle analysis, usage, and the overall condition of the unit. During the budget process, the Fleet Services Bureau submits a list of units that need to be replaced in the coming fiscal year to the City Manager. There is an average of 200 units that need to be replaced annually. The Fleet Services Bureau works with customer departments to standardize light and medium duty service vehicles, sedans and utility vehicles in order to minimize replacement cost. Wherever available and economically feasible, “green” technology vehicles such as hybrid, electric, or CNG are procured. This multi-year contract maximizes the City’s buying power by ag...

Click here for full text