Skip to main content
File #: 25-0765   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 6/4/2025 Final action: 6/4/2025
Title: Automotive Equipment and Parts Contract IFB 26-FSD-001 - Request for Award (Ordinance S-51977) - Citywide
District: Citywide
Attachments: 1. Attachment A.pdf

Title

Automotive Equipment and Parts Contract IFB 26-FSD-001 - Request for Award (Ordinance S-51977) - Citywide

 

Description

Request to authorize the City Manager, or his designee, to enter into separate contracts with BTE Body Company, Inc.; Courtesy Auto of Mesa, LLC; Courtesy Chevrolet; REIGI Auto of Mesa, LLC; Rodeo Ford, Inc.; Elliott Auto Supply Co., Inc. dba Factory Motor Parts; LZ Delta, LLC dba Go AZ Motorcycles; Parts West Heavy Duty, LLC dba Light House of Arizona; Genuine Parts Company; Parts Authority, LLC; PartsMart, Inc.; Reading Truck Equipment, LLC; Don Sanderson Ford Inc.; Freightliner of Arizona, LLC dba Velocity Truck Centers; Wastebuilt Environmental Solutions, LLC; Turbo & Electric Sales & Service Co.; and The W. W. Williams Company, LLC, to provide automotive equipment and parts. Further request to authorize the City Controller to disburse all funds related to this item. The total value of the contracts will not exceed $44,459,135.

 

Report

Summary

The Public Works Department is responsible for maintaining a diverse fleet of over 6,500 units including dump trucks, aerial equipment, excavators, tractors, fire apparatus, police patrol units, and sanitation collection trucks used for Citywide operations. These contracts will provide the Public Works and the Aviation departments the ability to purchase automotive equipment and parts needed to expedite fleet repairs in a cost effective and safe manner to ensure continuous operations. These contracts enhance vehicle availability by limiting downtime and returning vehicles back to service for departments Citywide.

 

Procurement Information

An Invitation for Bid was processed in accordance with City of Phoenix Administrative Regulation 3.10.

 

Seventeen vendors submitted bids deemed to be responsive to posted specifications and responsible to provide the required goods and services. Following an evaluation based on 160 different manufacturing product lines, the procurement officer recommends award to the following vendors found in Attachment A.

 

Contract Term

The contracts will begin on or about July 1, 2025, for a three-year term with two one-year options to extend.

 

Financial Impact

The aggregate contracts' value will not exceed $44,459,135.

 

Funding is available in the Aviation and Public Works departments’ budgets.

 

Department

Responsible Department

This item is submitted by Deputy City Manager Mario Paniagua and the Aviation and Public Works departments.