Skip to main content
File #: 17-7348    Version: 1 Name: 1/2 Ton Pickups
Type: Agenda Item Status: Consent Agenda
File created: 11/3/2017 In control: Fleet Services
On agenda: 11/21/2017 Final action: 11/21/2017
Title: Price agreement for 2018 ½ ton extended cab pickups and 2018 ½ ton crew cab short box pickups from Grapevine DCJ, LLC (up to $378,312.00 annually) for a one year term
Attachments: 1. 17-7348.pdf, 2. ATTACHMENT A - 18007 - Evaluation Template.pdf

From

Jayson R. Ramirez, Fleet Services Manager

 

Title

Price agreement for 2018 ½ ton extended cab pickups and 2018 ½ ton crew cab short box pickups from Grapevine DCJ, LLC (up to $378,312.00 annually) for a one year term

 

Presenter

Jayson R. Ramirez, Fleet Services Manager

 

Recommend Action

Approve

 

Analysis

These vehicles will either replace existing vehicles in the fleet or add to the fleet according to the city replacement schedule. The purchase of the vehicles were included in the FY 2017/2018 Approved Operating Budgets and include the following:

 

                     Two (2) 1/2 Ton Extended Cab Pickups will be replacing two (2) 2005 pickups for Building Inspections;

                     One (1) 1/2 Ton Extended Cab Pickup will be replacing one (1) 2008 pickup for Engineering;

                     Two (2) 1/2 Ton Extended Cab Pickups will be replacing two (2) 1999-2003 pickups for Airport;

                     One (1) 1/2 Ton Extended Cab Pickup will be replacing one (1) 2005 pickup for Fire;

                     One (1) 1/2 Ton Crew Cab Pickup will be replacing one (1) 2003 pickup for Facility Services;

                     Two (2) 1/2 Ton Crew Cab Pickups will be replacing two (2) 2008 sedans for Fire;

                     One (1) 1/2 Ton Crew Cab Pickup will be an addition for Fire.

 

This annual price agreement will be for the purchase of 2018 ½ Ton Extended Cab Pickups and 2018 ½ Ton Crew Cab Short Box Pickups. These vehicles will either replace existing vehicles in the fleet or add to the fleet according to the City’s replacement schedule. The City will place an initial order of six (6) units at $22,626.00 each and four (4) units at $25,954.00 each.  Orders for additional units (not to exceed a total of 16 units) may be placed at the City’s discretion depending on need and available funding.

 

Notice of bid #18007 was advertised in the Fort Worth Star Telegram and Bid Sync; it was distributed to 32 vendors. There were 3 Grand Prairie vendors available for this commodity.  Three bids were received as shown on attachment A.

 

The low bid received from Grapevine DCJ, LLC meets specifications and is recommended for award. 

 

Financial Consideration

Funding for the vehicles in the amount of $239,572 is budgeted as follows:

 

1.                     $45,252 in the FY 2017/2018 General Fund (231010-68320) Planning and Development;

2.                     $22,626 in the FY 2017/2018 General Fund (231410-68320) Planning and Development;

3.                     $45,252 in the FY 2017/2018 Airport Fund (371010-68320) Airport;

4.                     $22,626 in the FY 2017/2018 General Fund (291210-68320) Fire;

5.                     $25,954 in the FY 2017/2018 General Fund (221310-68320) Finance;

6.                     $25,954 in the FY 2017/2018 General Fund (291310-68320) Fire;

7.                     $51,908 in the FY 2017/2018 General Fund (291210-68320) Fire.

 

In the event that any individual departments needs exceed their available budget, responsible department will request Budget modifications before orders are placed.