Title
Recommendation to Authorize the Purchase of Six Vehicles Consistent with Revised Vehicle Replacement Policy in Amounts Not to Exceed $93,377 from Freeway Toyota for Three Hybrid Vehicles, $74,984 from Cromer Material Handling for Two Forklifts and $311,598 from Leader Industries for One Ambulance. (Public Works 60141581)
Body
To: Honorable Mayor and Members of the City Council
EXECUTIVE SUMMARY
Three light duty vehicles, two forklifts, and one ambulance were approved for replacement in Fiscal Years (FY) 2020-21 and 2021-22. Staff confirmed each vehicle meets the minimum use requirements in the Fleet Replacement Policy. Staff is seeking approval to purchase three of the replacement vehicles based on unit pricing and estimated up-fitting (adding accessories specific to the purpose of the vehicle) costs in approved State of California contracts from Freeway Toyota in an amount not to exceed $93,377. The purchase of the two forklifts will be under a contract held between Sourcewell, a cooperative purchasing agency that the City of Alameda (City) is a member of, and Cromer Material Handling in an amount not to exceed $74,984. The purchase of the ambulance will be under a contract held between HGAC Buy., a cooperative purchasing agency that the City is a member of, and Leader Industries in an amount not to exceed $311,598.
All of the requested replacement vehicles are either Hybrid, Liquid Propane Gas (LPG) or Clean Diesel units. The recommended replacements will bring the vehicles up-to-date with State emission and fuel efficiency standards. Overall, these replacement vehicles are consistent with the City's goals in Climate Action and Resiliency Plan, improve reliability, and reduce maintenance costs.
BACKGROUND
On November 5, 2019, staff brought to City Council a revised Administrative Policy and Procedure Number 48, Vehicle and Equipment Replacement Policy (Fleet Replacement Policy), as committed to before the purchase of any vehicles authorized for...
Click here for full text