Legistar header
                                                         
File #: RS-16-065    Version: 1 Name: Procurement of forty-two (42) vehicles within the FY16 Fleet Replacment Plan budget
Type: Resolution Status: Passed
File created: 5/26/2016 In control: City Council
On agenda: 8/9/2016 Final action: 8/9/2016
Title: Consider a memorandum/resolution authorizing the procurement of forty-two (42) vehicles within the FY16 Fleet Replacement Plan budget.
Sponsors: Police Department, Environmental Services, Killeen Parks & Recreation, Animal Services, Solid Waste, Code Enforcement, Building Inspections, Fleet Services
Attachments: 1. Certificate of Interested Parties, 2. Council Memorandum, 3. Bid 16-16 Replacements, 4. Certificate of Interested Parties Acknowledged

TITLE

 

Consider a memorandum/resolution authorizing the procurement of forty-two (42) vehicles within the FY16 Fleet Replacement Plan budget.

 

SUMMARY

 

AGENDA ITEM                                         

 

Procurement of forty-two (42) vehicles within the FY16 Fleet Replacement Plan budget

 

ORIGINATING DEPARTMENT                                         

 

Fleet Services

 

BACKGROUND INFORMATION

 

As part of the FY16 Fleet Replacement Plan budget, seventy (70) vehicles were designated for replacement. These vehicles have exceeded their useful life, are incurring increased repair costs, and are overdue for replacement.  Of these seventy (70) vehicles, forty-two (42) were identified as those that could be successfully bid out.  The remaining twenty-eight (28) vehicles required purchasing through co-ops due to the amount of customized equipment and specifications that were associated with them.  Bid No. 16-16, “2016 or Newer Model Vehicles and Light Trucks,” was posted beginning April 3, 2016. In addition to posting the bid, thirty-two (32) area dealers were contacted.  On May 2, 2016, seven (7) bid packets had been received and were then reviewed.  Of those received, two (2) dealers had order deadline dates that could not be achieved and two (2) other dealers submitted incomplete bid packets. The resultant three (3) dealers and associated equipment were then evaluated as to which offered the best value for the City; the results are listed below.

 

 

DISCUSSION/CONCLUSION

 

As per Texas Local Government Code Sec. 252.021, and the City's purchasing policy, an invitation for bids to procure these vehicles was advertised.  Based on these bids, the following acquisitions are requested for procurement consideration and are needed at this time.

 

1.                     PURCHASE OF EIGHT (8) COMPACT SEDANS (for Police Department)

 

Low bid was received from Silsbee Ford and will comply with the City of Killeen's list of specifications.

 

Silsbee Ford

Focus SE

$16,692 ea.

$133,536

Caldwell Country Ford

Focus

$16,817 ea.

$134,536

Caldwell Country Chevrolet

Cruze

$16,979 ea.

$135,832

 

 

2.                     PURCHASE OF THREE (3) FULL SIZE SUVs (for Police Department)

 

Although the Ford engine displacement size did not meet the requested minimum specification, it offers more horsepower and torque than the competition; therefore, the bid providing the best value for the City of Killeen was received from Silsbee Ford.

 

Silsbee Ford                             Expedition XL    

$31,427 ea.

$94,281     

 

Caldwell Country Chevrolet

Tahoe - 6,800 GVW

$34,335 ea.

$103,005

Caldwell Country Chevrolet

Tahoe - 7,100 GVW

$36,885 ea.

$110,655

 

3.                     PURCHASE OF TWELVE (12) COMPACT SUVs (10 for Police Department, 1 for Mowing Division, 1 for Parks and Recreation Division)

 

Low bid complying with the City of Killeen's list of specifications was received from Silsbee Ford.

 

Silsbee Ford                            Escape                    

 $19,089 ea.     $229,068

 

 

Caldwell Country Chevrolet

Equinox LS

$19,990 ea.

$239,880

Caldwell Country Ford

Escape

$20,153 ea.

$241,836

 

 

4.                     PURCHASE OF ONE (1) SMALL CARGO VAN (for Police Department)

 

Low bid was received from Caldwell Country Chevrolet and will comply with the City of Killeen's list of specifications.

 

Caldwell Country Chevrolet

City Express

$20,775 ea.

$20,775

Silsbee Ford

Transit Connect

$22,689 ea.

$22,689

 

5.  PURCHASE OF THREE (3) ½ TON, CREW CAB, LWB, V8 PICK-UP TRUCKS (1 for Police Department, 2 for Mowing Division)

 

Low bid was received from Caldwell Country Chevrolet and will comply with the City of Killeen's list of specifications.

 

Caldwell Country Chevrolet C1500                      $26,940 ea.      $80,820

 

 

 

Silsbee Ford

F150

$27,629 ea.

$82,887

Caldwell Country Ford

F150

$28,209 ea.

$84,627

 

6.  PURCHASE OF THREE (3) ½ TON, CREW CAB, SWB, V6 PICK-UP TRUCKS (1 for Police Department, 2 for Animal Services Division) and FOUR (4) ½ TON, CREW CAB, SWB, V6 PICK-UP TRUCKS to be used in a mid-size application (for Police Department)

 

Bids complying with the City of Killeen's list of specifications for the two applications were received from Caldwell Country Chevrolet and Silsbee Ford.

 

Caldwell Country Chevrolet  C1500             

 $25,585 ea.     $76,755

 

 

 

Silsbee Ford                              F150                    $25,147 ea.      $100,588

 

 

 

 

 

7.  PURCHASE OF TWO (2) ½ TON, REG CAB, LWB, V8 PICK-UP TRUCKS (1 for SW Commercial Division, 1 for SW Residential Division)

 

Taking into consideration that these trucks often tow a loaded trailer quite and that the Ford offers more hp and torque, the bid providing the best value for the City of Killeen was received from Silsbee Ford.

 

Caldwell Country Chevrolet        C1500                   $22,360 ea.       $44,720

 

 

 

Silsbee Ford

F150

$23,618 ea.

$47,236

Caldwell Country Ford

F150

$23,986 ea.

$47,972

 

8. PURCHASE OF TWO (2) ½ TON, EXT CAB, SWB, V6 PICK-UP TRUCKS (1 for Code Enforcement Division, 1 for Building Inspection Division)

 

Low bid was received from Caldwell Country Chevrolet and will comply with the City of Killeen's list of specifications.

 

Caldwell Country Chevrolet C1500                      $21,978 ea.      $43,956

 

 

 

Silsbee Ford

F150

$23,318 ea.

$46,636

Caldwell Country Ford

F150

$23,781 ea.

$47,562

 

9.  PURCHASE OF ONE (1) 1 TON, CREW CAB, LWB, SRW, V8 PICK-UP TRUCK (for Parks and Recreation Division)

 

Bid meeting the minimum wheelbase specification was received from Caldwell Country Ford.

 

Caldwell Country Ford           F350                         $31,510 ea.      $31,510

 

 

 

 

10.  PURCHASE OF ONE (1) ½ TON, EXT CAB, LWB, V8 PICK-UP TRUCKS (for

Police Department)

 

Low bid was received from Silsbee Ford and will comply with the City of Killeen's list of specifications.

 

Silsbee Ford                             F150                         $24,962 ea.      $24,962

 

 

 

Caldwell Country Ford

F150

$25,438 ea.

$25,438

Caldwell Country Chevrolet

C2500

$26,915 ea.

$26,915

 

11. PURCHASE OF ONE (1) 3/4 TON, REG CAB, LWB, V8 PICK-UP TRUCK (for SW Residential Division)

 

Taking into consideration that this truck often tows a loaded trailer and that the Ford offers more hp and torque, the bid providing the best value for the City of Killeen was received from Caldwell Country Ford.

 

Caldwell Country Chevrolet        2500HD                 $24,820 ea.       $24,820

 

 

 

Caldwell Country Ford

F250

$25,535 ea.

$25,535

 

12. PURCHASE OF ONE (1) FULL SIZE PASSENGER VAN (for Police Department)

 

Taking into consideration that the Chevrolet offers more hp, torque, and a longer drive train warranty, the bid providing the best value for the City of Killeen was received from Caldwell Country Chevrolet.

 

Silsbee Ford                           Transit                  $25,719 ea.       $25,719

 

 

 

Caldwell Country Chevrolet

2500 Express

$25,845 ea.

$25,845

 

FISCAL IMPACT

 

Funds in the amount of $934,867.00 for the purchase of the stated vehicles are available in the following Fleet Funding Program Fund accounts:

 

Police Department (30)

601-6000-441.61-10

$643,402.00

Mowing Division (3)

601-3478-439.61-10

$72,969.00

Parks and Rec. Division (2)

601-3025-425.61-10

$50,599.00

Animal Services Division (2)

601-6070-441.61-10

$51,170.00

SW Commercial (1)

601-3465-439.61-10

$23,618.00

SW Residential (2)

601-3460-439.61-10

$49,153.00

Code Enforcement Division (1)

601-4053-450.61-10

$21,978.00

Building Inspection Division (1)

601-4052-450.61-10

$21,978.00

TOTAL (42)

 

$934,867.00

 

The three vendor totals are as follows:

 

Silsbee Ford (30)

$629,671.00

Caldwell Country Chevrolet (10)

$248,151.00

Caldwell Country Ford (2)

$57,045

TOTAL (42)

$934,867.00

 

RECOMMENDATION

 

Staff recommends approval to procure the forty-two (42) vehicles as listed above from the three (3) stated vendors for the total cost of $934,867.00 and that the City Manager is expressly authorized to execute any and all change orders within the amounts set by state and local law.