HomeMy WebLinkAbout12 - Approval of Vehicle Replacement Purchase Orders for Three Pickup Trucks, Four Sedans and One VanQ �EwPpRT
CITY OF
s NEWPORT BEACH
`q44:09 City Council Staff Report
October 28, 2025
Agenda Item No. 12
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Mark Vukojevic, Utilities Director - 949-644-3011,
mvukojevic@newportbeachca.gov
PREPARED BY: Kyle Brodowski, Fleet and Facilities Superintendent - 949-718-
3464, kbrodowski@newportbeachca.gov
Approval of Vehicle Replacement Purchase Orders for Three Pickup
TITLE: Trucks, Four Sedans and One Van
ABSTRACT -
The Public Works Department requests City Council approval to purchase three Toyota
Tacoma trucks, four Ford Explorer SUVs, and one Ford E-450 Transit Van. These
purchases will replace current vehicles that meet City Council Policy F-9 (City
Vehicle/Equipment Replacement Guidelines) criteria. Total costs for the pickup trucks,
SUVs and van are $456,646.22.
RECOMMENDATIONS:
a) Determine this action is exempt from the California Environmental Quality Act (CEQA)
pursuant to Sections 15060(c)(2) and 15060(c)(3) of the CEQA Guidelines because
this action will not result in a physical change to the environment, directly or indirectly;
b) Approve a Purchase Order for three Toyota Tacoma TRD Off -Road 4WD double cab
pickup trucks from RP Automotive of Downey, for a total amount of $160,899.63;
c) Approve a Purchase Order for four Ford Explorer SUVs from Ken Grody Ford of
Redlands, for a total amount of $159,858.42;
d) Approve a Purchase order for one E-450 Ford Type B Transit Van from A-Z Bus Sales
Inc., for a total amount of $135,888.17; and
e) Authorize a contingency of $22,000 (approximately 5% of total quotes) to cover the
cost of unforeseen changes to the current quotes.
DISCUSSION:
The Public Works Department requests approval to purchase three Toyota Tacoma
trucks, four Ford Explorer SUVs, and one Ford E-450 Transit Van. These purchases will
replace current vehicles that meet City Council Policy F-9 criteria.
12-1
Approval of Vehicle Replacement Purchase Orders for Three Pickup Trucks, Four Sedans and
One Van
October 28, 2025
Page 2
Toyota Trucks
The proposed trucks meet department specifications and will replace Unit Nos. 2809,
2810 and 2811. Each of these units entered service in September 2021 and meet the City
Council Policy F-9 replacement criterion of four years for beach vehicles and ATVs. Due
to the harsh environmental conditions at the beach and the intensive nature of their use,
these vehicles experience accelerated wear compared to typical on -road use. As a result,
replacement is required more frequently, and the schedule is based solely on age rather
than mileage or hours of use. This is due to the relatively short travel distances combined
with the frequent stop -and -go demands of emergency response and rescue operations.
On August 21, 2025, staff issued a Request for Bids (RFB) No. 26-10 for the purchase of
three Toyota Tacoma TRD Off -Road 4WD double cab pickup trucks. Nine local Toyota
dealerships were notified of the open bid. The bidding period closed on September 10,
2025, and the City of Newport Beach received one bid, submitted by RP Automotive of
Downey, with a total cost of $160,899.63 (Attachment A).
Ford SUVs
The proposed SUVs meet department specifications and will replace Unit Nos. 2901,
7601, 7602, as well as one new unit approved for the Community Development
Department. These vehicles were purchased in 2015 and meet the City Council Policy F-
9 replacement criterion of ten years.
On August 14, 2025, staff issued RFB No. 26-09 seeking four Ford Explorer SUVs. Eleven
bids were received, with Ken Grody Ford of Redlands identified as the lowest responsive
and responsible bidder, quoting a total cost of $159,858.42 (Attachment B).
Transit Bus
The California Association for Coordinated Transportation (CaIACT) is a nonprofit
organization that has represented the interests of small, rural and specialized
transportation providers since 1984. Its membership consists of individuals and agencies
from diverse sectors including transportation, planning, government, social services,
suppliers and consultants. The City has been a member since 2017. CaIACT provides
members with information, legislative advocacy, training and purchasing resources. One
such resource is access to competitively solicited cooperative purchasing agreements,
which reduce costs by leveraging nationwide volume purchasing. These agreements
comply with both federal and California state procurement requirements. City purchasing
staff have reviewed and confirmed that CalACT's cooperative agreements and solicitation
processes meet the City's administrative requirements.
In October 2020, the Morongo Basin Transit Authority (MBTA), acting on behalf of
CaIACT, issued Request for Proposals (RFP) No. 20-01 for the procurement of accessible
transit and paratransit vehicles. Seven proposals were received, and six were awarded
contracts based on pricing and evaluation criteria including warranty, service and support,
proposer experience, references, and vehicle types.
12-2
Approval of Vehicle Replacement Purchase Orders for Three Pickup Trucks, Four Sedans and
One Van
October 28, 2025
Page 3
In September 2021, MBTA awarded Contract No. 20-01 AZ (ICE-1) to A-Z Bus Sales,
Inc., which is available for use by all CalACT members.
On September 16, 2025, staff obtained a quote from A-Z Bus Sales, Inc. for a 10-
passenger Ford Transit Van equipped with a wheelchair lift at a total cost of $135,888.17
(Attachment C). This new Transit Van will be replacing one of the current Oasis shuttle
buses requiring replacement.
FISCAL IMPACT:
The adopted budget includes sufficient funding for these purchases. They will be
expensed to the Rolling Equipment account in the Public Works Department Equipment
Fund, 7529032-911016.
ENVIRONMENTAL REVIEW:
Staff recommends the City Council find this action is not subject to the California
Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not
result in a direct or reasonably foreseeable indirect physical change in the environment)
and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA
Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no
potential for resulting in physical change to the environment, directly or indirectly.
NOTICING:
The agenda item has been noticed according to the Brown Act (72 hours in advance of
the meeting at which the City Council considers the item).
ATTACHMENTS:
Attachment A — Bid Results RFB No. 26-10
Attachment B — Bid Results RFB No. 26-09
Attachment C — Transit Bus Quote 9/16/2025
12-3
Attachment A
City of Newport Beach
Bid Results for Project (3) 2025 or Newer Toyota Tacoma TRD Off -Road 4WD Double Cab Pickup Trucks (26-10)
Issued on 08/21/2025
Bid Due on September 10, 2025 1:00 PM (PDT)
Exported on 09/10/2025
Line Totals (Unit Price * Quantity)
Item Item
Num Section Code Description
2025 or Newer Toyota Tacoma TRD Off -Road 4WD Double
1 Section 1 Cab Pickup Truck
2 Section 1 Tire Recycling Fee
3 Section 1 DMV Registration Fee (Exempt Plates)
4 Section 1 DMV Documentation Fee
5 Section 1 Other Miscellaneous Fee (if applicable)
6 Section 1 Tax
7 Section 1 Delivery Charge (if applicable)
rp rp rp
Unit of automotive - automotive - automotive -
Measure Quantity Unit Price Line Total Response
EACH
EACH
VEHICLE
VEHICLE
VEHICLE
LOT
LOT
3
15
3
3
3
1
1
$49,650.00
$1.75
$0.00
$85.00
$35.00
$11,563.38
$0.00
Subtotal
Tota I
$148,950.00 Yes
$26.25 Yes
$0.00 Yes
$255.00 Yes
$105.00 Yes
$11,563.38 Yes
$0.00 Yes
$160,899.63
$160,899.63
12-4
ATTACHMENT B
City of Newport Beach
Bid Results for Project (4) 2026 Ford Explorer Active RWD (26-09)
Issued on 08/14/2025
Bid Due on September 02, 2025 1:00 PM (PDT)
Exported on 09/04/2025
Actual Results Post Purchasing Review
Bidder
Bid Amount Responsive
Fleet Vehicle Source, Inc.
$ 141,023.35 No
KEN GRODY FORD REDLANDS (Lowest)
$ 159,858.42
TUTTLE-CLICK FORD
$ 161,358.30
Fairway Ford Sales, Inc.
$ 162,082.38
David Wilson's Villa Ford
$ 162,115.68
Norm Reeves Ford Superstore
$ 162,170.84
Winner Chevrolet
$ 163,728.80
PFVT Motors LLC
$ 164,727.55
York Enterprises South, Inc
$ 167,251.64
Envsion Ford of Duarte
$ 169,346.81
The Sewell Family of Companies Inc.
$ 182,903.70
12-5
Attachment C
Transit Bus Quote 9/16/2025
12-6
MBTA CaIACT Cooperative RFP 20-01
2026 Ford E45010 Ambulatory + 2 Wheelchair Positions
Customer: City of Newport Beach Quote Date 9/16/2025
Address: 801 Narcissus Ave County: Orange Expires 11/14/2025
City Newport Beach Zip Code: 92825
Contact: Kyle Brodowski Office Phone: 949-718-3464 DSI Account:
Email Address: kbrodowski(@newportbeachca.gov Cell Phone: Fax Number
Sales Representative Cole Crockett 714-294-4019 Type B Ford Gasoline
QTY Contract Price
Diamond Coach, TYPE B, FORD
1 Gasoline - Cut -Away Chassis 10 + 2 Glaval Chassis, E-450, 158", 7.3L V8
Sub -Total Base Unit 110,246.00
2 Credit for seat delete (189.00) (378.00)
1 ADNIK Power Seat Base 617.00 617.00
1 Lift Pad Cover 379.00 379.00
1 Cruise Control - Standard '° i INCL INCL
1 Backup Camera in Rearview Mirror j INCL INCL
FUEL A CE55 PANEL
1 IE rBraun 1,000 Pound Lift ILO 800 Pound ! 3,632.00 3,632.001
1 Mor/Ryde Rubberized Suspension 1,380.00 1,380.00
1 Delivery Zone 1 _ - _ E 48 ,� 253.00 253.00
1 Documentation Charges 80.00 80.00
1 DMV/State Fees (Tire Recycling Fee) 12.25 12.25
III
Sub -Total Published Options 5,975.25
PUBLISHED OPTIONS
1 Entry Door Leaf Grab Handle 350.00 350.00
1 Altro Flooring: 2.2mm Meta Storm Gray INCL INCL
1 Custom Vinyl Graphics ($3,000) Value 3,000.00 3,000.00
1 Docket 90 Seat Covers w Fireblock INCL INCL
2 TDSS: 1" Track 397.00 794.00
1 Q'Straint Walker Storage Area 1,425.00 1,425.00
1 Recaro Driver's Seat with Power Controls 2,963.00 2,963.00
1 Upgrade Air Conditioner from 70,000btu to 80,000btu Low -Profile System 1,740.00 1,740.00
Sub -Total Non -Published Options 10,272.00
Model Year 2026
Type: B Gasoline
Passenger Capacity: 10+2
Seat Fabric: Level 4, Docket 90
Air Conditioning System: XL Front & Rear
Exterior Color/Graphics: White Bus w Graphics
Make:
Diamond Coach VIP 2200
Chassis:
2026 Ford E-450
Wheelbase:
158"
Engine:
7.3L V8
GVWR:
14,500
Body Length:
23'
Wheelchair Lift Model: Braun 1,000#
Wheelchair Lift Location Rear
Number of Tie Downs: 2
Alternator: 225 Amp OEM
Tie Down Type Q'Straint
Estimated Delivery: 120-150 Days
12-7
la
Customer:
Address: 801 Narcissus Ave
City Newport Beach
Contact: Kyle Brodowski
MBTA CaIACT Cooperative RFP 20-01
2026 Ford E45010 Ambulatory + 2 Wheelchair Positions
City of Newport Beach Quote Date 9/16/2025
County: Orange
Zip Code: 92825
Office Phone: 949-718-3464
Email Address: kbrodowski(@newportbeachca.gov Cell Phone:
Sales Representative Cole Crockett 714-294-4019
Aluminized Steel Cage Costruction
Galvanized Exterior Skins - Pressure Laminated Body Construction
One Piece FRP Roof Assembly
42" Electric Entry Door
Ergonomic Driver Control Panel with Quick Disconnect
Driver Side Running Board
Remote control & heated Exterior Mirrors
Dual Entry Grab Rails — Powdercoated Yellow
5/8" MarineTech Plywood Subfloor,
Integrated Track Seating System
Stanchion and Modesty Panel Behind Driver, with Plexiqlass
Intermotive Flextech w/ Gateway Vehicle Monitoring System
Signature
Print Name
Type B Ford Gasoline
Base Unit as Specified
Published Options
Non -Published Options
Sub -total per Unit
ADA Portion that is non taxable
Taxable Amount (subtotal less non taxable)
Sales Tax
CalACT MBTA fee of 1.5% of subtotal
Cole Crockett
Delivery (first 100 miles free)
Grand Total, Each
Expires 11/14/2025
DSI Account:
Fax Number
Contract Price
Fully Insulated Body Assembly Process
ALL LED Exterior Lighting
FRP Interior Sidewalls, Roof, Rear Walls
Number, function, and color coded wiring
Braun, NCL 919, 800# capacity Rear Wheelchair Lift
Side Mounted Battery on Slide Out Tray w/High Amp Circuit Breakers
96" Body Width
Seating: Doc 90 upholstery, Grab Handles, USR's, aisle arm rests
ISO 9001:2008 Quality Manufacturing Process
Ford QVM Certified Manufacturer
Back Up Alarm, Anti -ride Rear Bumper
Front Mud Flaps
5 YEAR / 100,000 Mile Limited Body Warranty
Altoona Tested per CalACT Requirements (5 year / 150,000 miles)
110,246.00
5,975.25
10,272.00
126,493.25
29,751.00
Customer responsible for any
96,742.25 change in Sales Tax from year to
year.
7,497.52 �1.750% Newport Beach
1,897.40
135,888.17
Qty 1
Grand Total $ 135,888.17
Signature
Print Name
Date
12-8