title
APPROVE MOTION TO AUTHORIZE THE PURCHASE OF SEDANS AND SUVS
recommended action
RECOMMENDATION
It is recommended that the City Council approve a motion to:
1. Approve findings pursuant to Stockton Municipal Code section 3.68.070 in support of an exception to the competitive bidding process.
2. Approve the use of a Leveraged Purchasing Agreement through the State of California, Department of General Services, Contract No. 1-22-23-10 B-E, in the amount of $33,143.10, from Winner Chevrolet of Colfax, CA, for the purchase of one sedan.
3. Approve the use of a Leveraged Purchasing Agreement through the State of California, Department of General Services, Contract No. 1-22-23-10 B-E, in the amount of $56,486.68, from Freeway Toyota of Hanford, CA, for the purchase of two sedans.
4. Approve the use of a Leveraged Purchasing Agreement through the State of California, Department of General Services, Contract No. 1-22-23-23 B-I, in the amount of $128,534.94, from Freeway Toyota of Hanford, CA, for the purchase of three SUVs.
5. Authorize the City Manager to execute three Cooperative/Piggyback Purchase Agreements, in the total amount of $218,164.72, with Winner Chevrolet and Freeway Toyota for the purchase of three sedans and three SUVs.
It is also recommended that the City Manager be authorized to take appropriate and necessary actions to carry out the purpose and intent of this motion.
body
Summary
Public Works is responsible for maintaining the City’s fleet of vehicles and equipment. Staff recommends the replacement purchase of three sedans, two SUVs, and the addition of one SUV (Attachment A). The proposed replacement units have surpassed their stated life cycles for performance and efficiency of 10 years and/or 100,000 miles. The Leveraged Purchasing Agreements (LPAs) will allow for the procurement of vehicles, meeting the needs of the City.
An LPA is available to California State and local government agencies to streamline the procurement process and takes advantage of volume purchasing. LPA contracts have been competitively bid, reviewed, evaluated, and recommended to the State of California for consideration of award. The specifications for vehicles with various equipment available through the State of California meet the City’s requirements for this type of equipment.
On October 9, 2025, the Purchase of Sedans, Vans, and SUVs, Project No. OM-25-122, was advertised for bids. On October 30, 2025, the City received two bids for this project. Both bids received were partial bids, which only contained submissions for vans. Due to the unresponsive bid result for the sedan and SUV portion of the bid, Public Works’ staff recommends the use of LPAs through the State of California, Department of General Services (DGS), Contract Nos. 1-22-23-10 B-E and 1-22-23-23 B-I.
It is recommended that Council approve a motion authorizing the City Manager to execute three Cooperative/Piggyback Purchase Agreements (COOPs) through the State of California, DGS, with Winner Chevrolet and Freeway Toyota, in the total amount of $218,164.72, for the purchase of three sedans and three SUVs (Attachments B, C, and D).
DISCUSSION
Background
Public Works is responsible for maintaining the City’s fleet of vehicles and equipment. The City’s replacement criteria for light-duty sedans and SUVs, based on industry standards for performance and efficiency, is 10 years and/or 100,000 miles. Adherence to this standard replaces equipment before routine failures and breakdowns are experienced, reducing the demand for extensive mechanical repairs. The replacement standard increases the resources available for preventative maintenance and is critical to the availability and performance of all fleet equipment, which includes all public safety and emergency response vehicles. Fleet staff identified three sedans and two SUVs in service that exceed the age and/or mileage criteria or have recurring mechanical or operational problems (Attachment A).
On October 9, 2025, the Purchase of Sedans, Vans, and SUVs, Project No. OM-25-122, was advertised for bids. On October 30, 2025, the City received two bids for this project. Both bids received were partial bids, which only contained submissions for vans. Due to the unresponsive bid result for the sedan and SUV portion of the bid, Public Works’ staff recommends the use of LPAs through the State of California, DGS, Contract Nos. 1-22-23-10 B-E and 1-22-23-23 B-I.
Present Situation
The use of LPA contracts streamlines the procurement process and takes advantage of volume purchasing. LPA contracts have been competitively bid, reviewed, evaluated, and recommended to the State of California for consideration of award. The use of these contracts is optional and is available to California State and local government agencies.
It is recommended that Council approve a motion authorizing the City Manager to execute three COOPs through the State of California, DGS, in the total amount of $218,164.72, for the purchase of one sedan in the amount of $33,143.10 from Winner Chevrolet of Colfax, CA (Attachment B), two sedans in the amount of $56,486.68 from Freeway Toyota of Hanford, CA (Attachment C), and three SUVs in the amount of $128,534.94 from Freeway Toyota of Hanford, CA (Attachment D). The equipment being replaced will be removed from the fleet and sold at public auction.
Findings
Pursuant to Stockton Municipal Code section 3.68.070, Council may approve findings which support an exception to the competitive bidding process. Proposed findings for the LPAs include:
1. State of California, DGS, established LPAs with Winner Chevrolet and Freeway Toyota to provide access to preferential pricing for vehicles.
2. The LPAs with Winner Chevrolet and Freeway Toyota were established pursuant to a formal competitive bidding process conducted by the State of California, DGS, on behalf of its governmental members, of which the City is one.
3. Taking advantage of the LPAs negotiated by the State of California will save the administrative expense of City staff conducting separate procurements.
4. The specifications for the replacement equipment available through the State of California, DGS, contracts meet the City’s requirements for their equipment type.
FINANCIAL SUMMARY
There are sufficient funds available in the Public Works FY 2025-26 Fleet Internal Service Fund, Equipment Acquisition Account, and the Municipal Utilities Department, Capital Outlay Vehicle Acquisition Accounts, for the purchase of six vehicles in the amount of $218,164.72.
Attachment A - Equipment Replacement List
Attachment B - COOP with Winner Chevrolet (Sedan)
Attachment C - COOP with Freeway Toyota (Sedans)
Attachment D - COOP with Freeway Toyota (SUVs)