File #: 24-0036    Version: 1 Name: General Purpose Vehicle purchases
Type: Agenda Item Status: Approved
File created: 1/8/2024 In control: Public Works
On agenda: 1/23/2024 Final action: 1/23/2024
Title: Consider and take action on a resolution authorizing the purchase of nineteen (19) general purpose vehicles: seventeen (17) from Chastang Enterprise in the amount of $966,495 using RFP 24-001, and two (2) from Silsbee Ford using GoodBuy Contract 23 8F000 in the amount of $179,685, for a total amount not to exceed $1,146,180 (Director of Public Works)
Attachments: 1. Data Sheet, 2. Proposed Resolution, 3. FY2024 Approved Capital Replacement List, 4. Resolution 2023-042, 5. Resolution 2021-162, 6. Vehicle Descriptions, 7. RFP 24-001 with Chastang Enterprises Proposal, 8. Award Recommendation Letter, 9. RFP 24-001 Vehicle Category Pricing Comparison - Chastang vs Cooperative, 10. Silsbee GoodBuy Vehicle Quote, 11. FY2024 Vehicle Scores, 12. FY2024 Operating Costs vs Depreciation, 13. Fleet Replacement Criteria Memo, 14. Vendor Report Card
Title

Consider and take action on a resolution authorizing the purchase of nineteen (19) general purpose vehicles: seventeen (17) from Chastang Enterprise in the amount of $966,495 using RFP 24-001, and two (2) from Silsbee Ford using GoodBuy Contract 23 8F000 in the amount of $179,685, for a total amount not to exceed $1,146,180 (Director of Public Works)

Background:

Approval of this resolution will allow Fleet to purchase nineteen (19) general purpose vehicles: seventeen (17) from Chastang Enterprise in the amount of $966,495 using RFP 24-001, and two (2) from Silsbee Ford using Goodbuy Contract 23 8F000 in the amount of $179,685, to meet the City’s current, future growth, and operations in an amount not to exceed $1,146,180.

Historically, vehicle purchases have been procured using cooperative purchasing contracts. Over the last several years supply chain issues created extended delivery delays of 12 plus months. Due to the on-going production limitations and 12-to-24-month delivery times from Ford, Staff was asked to seek alternative delivery methods to ensure prompt as possible delivery of replacement vehicles.  In the response to the request, staff chose to solicit proposals from local dealerships through the Request for Proposal process, as other governmental entities are utilizing during these unique times.

RFP 24-001 consisted of thirteen (13) categories broken down by specification and model that included vehicles pending from the FY2022 & FY2023 replacement orders along with the approved FY2024 capital replacement vehicles. The RFP scoring format is as follows:

1.                     Ability to meet City’s needs - 20 pts.

2.                     Availability and delivery of product - 20 pts.

3.                     Vendor Location - 10 pts.

4.                     Pricing and Fees - 45 pts.

5.                     Overall Responsiveness to RFP - 5 pts.

The RFP was formally advertised and submitted to seven area dealerships of vario...

Click here for full text