File #:
|
20-0034
Version:
1
|
Name:
|
FM - Contracts for providing emergency vehicle parts and repair services
|
Type:
|
Contract
|
Status:
|
CCIS
|
On agenda:
|
1/14/2020
|
Final action:
|
1/14/2020
|
Title:
|
Recommendation to adopt Specifications No. ITB FS19-135 and award contracts to Halcore Group, Inc., dba Leader Emergency Vehicles or Leader Industries, of South El Monte, CA, Performance Truck Repair, Inc., of Azusa, CA, Derotic, LLC, of El Dorado Hills, CA, South Coast Emergency Vehicle Service, of Ontario, CA, Westrux International, Inc., of Santa Fe Springs, CA, Southern California Fleet Services, Inc., of Corona, CA, and Emergency Vehicle Group, Inc., of Anaheim, CA, for providing emergency vehicle parts and repair services, in an annual aggregate amount not to exceed $800,000, with a 10 percent contingency of $80,000, per year, for a total annual aggregate amount not to exceed $880,000, for a period of two years, with the option to renew for three additional one-year periods; and authorize City Manager, or designee, to execute all documents necessary to enter into these contracts, including any amendments. (Citywide)
|
Attachments:
|
1. 011420-C-7sr.pdf
|
Related files:
|
35477_002, 35508_000, 35469_004, 35490_000, 35476_001, 35469_002, 35469_003, 35476_002, 35490_001, 35483_000, 35468_000, 35469_000, 35477_000, 35476_000, 35469_001, 35477_001, 35483_001, 35508_001, 35468_001, 35468_002, 35476_003, 35468_003, 35490_002, 35508_002, 35483_002
|
TITLE Recommendation to adopt Specifications No. ITB FS19-135 and award contracts to Halcore Group, Inc., dba Leader Emergency Vehicles or Leader Industries, of South El Monte, CA, Performance Truck Repair, Inc., of Azusa, CA, Derotic, LLC, of El Dorado Hills, CA, South Coast Emergency Vehicle Service, of Ontario, CA, Westrux International, Inc., of Santa Fe Springs, CA, Southern California Fleet Services, Inc., of Corona, CA, and Emergency Vehicle Group, Inc., of Anaheim, CA, for providing emergency vehicle parts and repair services, in an annual aggregate amount not to exceed $800,000, with a 10 percent contingency of $80,000, per year, for a total annual aggregate amount not to exceed $880,000, for a period of two years, with the option to renew for three additional one-year periods; and authorize City Manager, or designee, to execute all documents necessary to enter into these contracts, including any amendments. (Citywide) DISCUSSION City Council approval is requested to enter into contracts with multiple vendors to enable the Fleet Services Bureau, in the Financial Management Department, to purchase parts and as-needed repair services for fire apparatus and ambulances. There are over 105 vehicles in the fire suppression fleet of various makes and models. Increased deployment and use of fire and emergency response vehicles require more frequent replacement of parts and increased service. The estimated annual aggregate cost for these parts and services is $800,000. The bid was advertised in the Long Beach Press-Telegram on October 11, 2019, and 84 potential bidders specializing in emergency vehicle parts and services were notified of the bid opportunity. Of those bidders, 18 downloaded the bid via the City’s electronic bid system. The bid document was made available from the Purchasing Division, located on the sixth floor of City Hall, and the Division’s website at www.longbeach.gov/purchasing. A bid announcement was also included in the Purchasing Di... Click here for full text
|