HomeMy WebLinkAboutSR - - PURCHASE FOUR DUMP TRUCK VEHICLES,p er
G'l+� aiw. P�Sc
UNfY
AGENDA ITEM
Meeting Date: April 14, 2015
TO: Honorable Mayor and
Members of the City Council
THROUGH: Rick Otto
Interim City MaPector /
�
FROM: Joe DeFrancesco f
Public Works D'
Reviewe dNerified
City Manager
Finance Direct
To Be Presented By:
X Cons Calendar
City Mgr Rpts
Council Reports
_ Legal Affairs
Boards /Cmtes
Public Hrgs
Admin Reports
Plan/Environ
1. SUBJECT
Award of Bid 145 -29 to supply four dump truck vehicles from Wondries Fleet Group and Western
Truck Exchange.
2. SUMMARY
Purchase of four truck cab and chassis from Wondries Fleet Group, located in Alhambra,
California equipped with dump bodies purchased from Western Truck Exchange in Los Angeles,
California. One vehicle is for the Community Services Department and three vehicles are for the
Public Works Department.
3. RECOMMENDED ACTION
1. Authorize the purchase of one F -450 cab and chassis and three F -550 cab and chassis from
Wondries Fleet Group.
2. Authorize the purchase of one landscape dump body and three 2 -3 cubic yard dump bodies
from Western Truck Exchange.
3. Authorize the City Manager to surplus the replaced vehicles.
4. FISCAL IMPACT
Funds budgeted and available in the following account:
720.5023.55212.00000 Vehicle Replacement Fund $ 306,474.84
ITEM 3,0 1 4/14/15
5. STRATEGIC PLAN GOAL(S)
1 a. Provide for a safe community – Provide staffing and resources to deliver services that
ensure public safety.
lb. Provide for a safe community – Provide and maintain infrastructure necessary to ensure
public safety.
2a. Be a fiscally healthy community – Expend fiscal resources responsibly.
6. GENERAL PLAN IMPLEMENTATION — 771
Infrastructure Goal 3.0 Ensure adequate maintenance of public rights -of -way to enhance public
safety and improve circulation.
7. DISCUSSION and BACKGROUND
After review of the current vehicle replacement list, it was determined that a bid should be
advertised for the purchase of four dump truck style vehicles. These four vehicles were placed on
the approved vehicle replacement list in the fiscal year indicated below:
• From FY 14/15: One landscape dump truck for the Public Works Department.
This will replace a vehicle originally purchased in 1995.
• From FY 14/15: One 2 -3 cubic yard dump truck for the Community Services Department and
two 2 -3 cubic yard dump trucks for the Public Works Department.
These will replace vehicles originally purchased in 1996 and 1997.
These four vehicles have been identified for replacement due to their high usage, high mileage,
and increased repair costs. They are becoming difficult to keep operational and require additional
oversight, attention, and maintenance.
Bid No. 145 -29 was advertised and distributed by our Purchasing Department following the
normal procurement process. Bids were opened on February 12, 2015. All City of Orange new -
vehicle dealerships were sent Bid No. 145 -29. A total of eleven Bid Packages were sent out by
our Purchasing Department.
The City received one bid for the truck cab and chassis portion from Wondries Fleet Group. The
City received three bids for the truck body portion with the lowest bidder being Western Truck
Exchange.
Bid Results (the below bid prices are shown on a per vehicle basis):
Description Wondries C -TEC
F -450 Cab and Chassis $41,133.96 NO BID
Western Truck Exchange
NO BID
ITEM 2 4/14/15
F -550 Cab and Chassis $43,790.76 NO BID NO BID
Landscape Dump Body $42,973.20 $41,893.20 $31,584.60
2 -3 Cubic Yard Dump Body $35,560.08 $34,480.08 $34,128.00
Based on the bids, it is proposed to purchase the four truck cab and chassis from Wondries and the
four bodies from Western.
Cost Breakdown:
Wondries Fleet Group
$43,790.76 x 3; $41,133.96 x 1 =
Western Truck Exchange
$31,584.60 x 1; $34,128 x 3 =
$172,506.24
$133,968.60
Total Expenditure $ 306,474.84
In addition to the purchase of these vehicles, safety lighting is needed, some of which will be
removed from existing vehicles. Additional funds have been set aside within the budget to meet
any standard outfitting needs.
The vehicles to be replaced with new are unit numbers 1107, 1126, 1127 and 1152.
8. ATTACHMENTS
Bid No. 145 -29 is available for review in the Purchasing Department.
ITEM 3 4/14/15