Skip to main content
File #: 25-1577    Version: 1 Name:
Type: Resolution Status: Agenda Ready
File created: 11/23/2025 In control: City Commission
On agenda: 12/8/2025 Final action:
Title: APPROVAL OF RESOLUTION NO. 264-25 FOR THE ISSUANCE OF PURCHASE ORDERS TO THE PETERBILT STORE SOUTH FLORIDA LLC; SBL FREIGHTLINER, LLC; DELAND TRUCK CENTER, INC.; GLADE & GROVE SUPPLY CO INC; BOZARD FORD CO.; AMERI-RECREATIONAL SPORTS, LLC.; ALAN JAY IMPORT CENTER, INC.; ALAN JAY CHEVROLET-CADILLAC; ALAN JAY FORD LINCOLN MERCURY INC.; BRIGGS INDUSTRIAL SOLUTIONS, INC.; AND ALTA ENTERPRISES LLC DBA ALTA CONSTRUCTION EQUIPMENT FLORIDA LLC, UTILIZING FLORIDA SHERIFF'S ASSOCIATION CONTRACTS NO. FSA25-VEH23.0, FSA25-VEL33.0, AND FSA23-EQU21.1, AND SOURCEWELL CONTRACTS NO. 082923-CNH, 091521-NAF, 091024-WVE AND 011723-VCE FOR THE PURCHASE OF NEW VEHICLES IN THE AMOUNT OF $3,425,336.00
Sponsors: Public Works Department, Purchasing Department
Attachments: 1. Agenda Cover Report, 2. Exhibit A, 3. Exhibit B, 4. Quotes - Replacement Vehicles, 5. Quotes - Additional Vehicles, 6. FSA25-VEH23.0_Heavy Trucks & Buses, 7. FSA25-VEL33.0_Pursuit & Other Vehs, 8. FSA23-EQU21.1_Equipment, 9. Sourcewell Contract 082923-CNH_Ag Tractors, 10. Sourcewell Contract 091521-NAF_Autos & Other Vehs, 11. Sourcewell Contract 091521-NAF_Extension, 12. Sourcewell Contract 091024-WVE_Golf & Rec Vehicles, 13. Sourcewell Contract 011723-VCE_Excavator, 14. Reso No. 264-25, 15. Simple Legal Review Approval Reso 264-25
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

TO:                                          Mayor and Commissioners

FROM:                     Missie Barletto, Public Works Director

THROUGH:                     Terrence R. Moore, ICMA-CM

DATE:                     December 8, 2025

 

Title

APPROVAL OF RESOLUTION NO. 264-25 FOR THE ISSUANCE OF PURCHASE ORDERS TO THE PETERBILT STORE SOUTH FLORIDA LLC; SBL FREIGHTLINER, LLC;   DELAND TRUCK CENTER, INC.; GLADE & GROVE SUPPLY CO INC; BOZARD FORD CO.; AMERI-RECREATIONAL SPORTS, LLC.; ALAN JAY IMPORT CENTER, INC.; ALAN JAY CHEVROLET-CADILLAC; ALAN JAY FORD LINCOLN MERCURY INC.; BRIGGS INDUSTRIAL SOLUTIONS, INC.; AND ALTA ENTERPRISES LLC DBA ALTA CONSTRUCTION EQUIPMENT FLORIDA LLC, UTILIZING FLORIDA SHERIFF'S ASSOCIATION CONTRACTS NO. FSA25-VEH23.0, FSA25-VEL33.0, AND FSA23-EQU21.1, AND SOURCEWELL CONTRACTS NO. 082923-CNH, 091521-NAF, 091024-WVE AND 011723-VCE FOR THE PURCHASE OF NEW VEHICLES IN THE AMOUNT OF $3,425,336.00

 

Body

Recommended Action:

Recommendation

Motion to approve Resolution No. 264-25 for the issuance of Purchase Orders to The Peterbilt Store South Florida LLC; SBL Freightliner, LLC;   Deland Truck Center, Inc.; Glade & Grove Supply Co Inc; Bozard Ford Co.; Ameri-Recreational Sports, LLC.; Alan Jay Import Center, Inc.; Alan Jay Chevrolet-Cadillac; Alan Jay Ford Lincoln Mercury Inc.; Briggs Industrial Solutions, Inc.; and Alta Enterprises LLC dba Alta Construction Equipment Florida LLC, utilizing Florida Sheriff's Association Contracts No. FSA25-VEH23.0, FSA25-VEL33.0, and FSA23-EQU21.1, and Sourcewell Contracts No. 082923-CNH, 091521-NAF, 091024-WVE and 011723-VCE for the purchase of new vehicles in the amount of $3,420,336.00; authorizing the City Manager to execute any amendments and/or renewals thereto and take any and all actions necessary to effectuate the intent of this resolution; providing an effective date; and for other purposes.

 

Body

Background:

Each year, the Fleet Division of the Public Works Department (Fleet) evaluates the City of Delray Beach’s (City) fleet of vehicles to provide recommendations for replacements. Vehicle conditions are monitored throughout the year, and vehicle history data is utilized to identify those vehicles that meet the thresholds that are used as criteria for these recommendations. The criteria considered includes age (as compared to predicted life cycle), mileage (usually based on 100,000-mile threshold), dollars spent on repairs and/or maintenance as compared to original purchase cost (expressed in percentage), overall vehicle condition, and replacement score as calculated on the City’s fleet software, FASTER. A total of 61 vehicles are recommended for replacement with funding provided by reimbursement to the Central Garage Fund through a Capital Lease in the FY 2026 Capital Improvement Plan (CIP) Budget. Of the 61 replacement vehicles, Fleet is requesting approval to issue purchase orders for 57 vehicles via Resolution No. 264-25. For the remaining four (4) vehicle replacements, a PO will be issued for one (1) 2026 Yamaha Waverunner and trailer utilizing the three (3) quote process, and a separate agreement request has been submitted for the purchase of two (2) fire trucks and one (1) rescue ambulance. An agreement is required for these purchases due to terms and conditions related to pre-payment of the vehicles, performance bonds, etc. The total replacement vehicle purchase cost for 61 vehicles, plus contingency and upfitting, is as follows:

 

Cost for Replacement Vehicles - Reso. 264-25

$2,837,130.00

Cost for One (1) 2026 Waverunner and trailer

$15,345.00

Cost for Two (2) Fire Trucks

$2,936,524.00

Cost for One (1) Rescue Ambulance

$649,808.00

Cost for Upfitting

$480,800.00

Contingency

$5,000.00

TOTAL (Capital Lease)

$6,924,607.00

 

In addition to vehicle replacements, 12 new vehicles were approved in the FY 2026 Operating Budgets in various departments. Fleet is requesting approval to issue purchase orders for these vehicles via Resolution No. 264-25. The total additional vehicle cost for 12 vehicles, plus upfitting is as follows:

 

Cost for Additional Vehicles - Reso. 264-25$583,206.00

 

Cost for Upfitting

$83,650.00

TOTAL (Operating Funds)

$666,856.00

 

Utilizing pricing, terms, and conditions, of the following contracts, Fleet is proposing the purchase of 46 vehicles from Florida Sheriff's Association (FSA) contracts and 23 vehicles from Sourcewell contracts for a total of 69 vehicles via Resolution No. 254-25.

 

The terms of the FSA contracts are as follows: FSA25-VEH23.0 is valid from October 1, 2025, through September 30, 2027; FSA25-VEL33.0 is valid from October 1, 2025, through September 30, 2027; and FSA23-EQU21.1 is valid from October 1, 2025, through September 30, 2026.

 

The terms of the Sourcewell contracts are as follows: 082923-CNH is valid from October 9, 2023, through October 11, 2027; 091521-NAF is valid November 4, 2021, through November 8, 2025; 091024-WVE is valid from November 14, 2024, through November 13, 2028; and 011723-VCE is valid from May 4, 2023, through April 14, 2027.

 

This motion is in accordance with the Code of Ordinances Chapter 36.02, Commission Approval Required; and Purchasing Policies and Procedures, Accessing Contracts from Other Government Agencies and Not-for-Profit Organizations.

 

Attachments:

1.                     Resolution No. 254-25

2.                     Exhibit A - Replacement Vehicles List

3.                     Exhibit B - Additional Vehicles List

4.                     Simple Legal Review

5.                     Quotes - Replacement Vehicles

6.                     Quotes - Additional Vehicles

7.                     Contract No. FSA25-VEH23.0

8.                     Contract No. FSA25-VEL33.0

9.                     Contract No. FSA23-EQU21.1

10.                     Sourcewell Contract No. 082923-CNH

11.                     Sourcewell Contract No. 091521-NAF

12.                     Sourcewell Contract No. 091024-WVE

13.                     Sourcewell Contract No. 011723-VCE                    

 

City Attorney Review:

Approved as to form and legal sufficiency.

 

Funding Source/Financial Impact:

Funding for vehicles proposed for purchase via Resolution No. 254-25 is available from the following GL accounts:

 

Public Works/Garage CIP

Replacement

501-43-390-549.64-20

$2,842,130.00

Police

New

001-21-150-521.64-20 001-21-110-521-64.90

$258,602.00 $72,081.00

NCS/Sanitation

New

441-36-251-536.64-90

$79,026.00

Public Works/Stormwater

New

448-38-380-538.64-90

$173,497.00

TOTAL

 

 

$3,246,839.00

 

Timing of Request:

Approval is time sensitive as purchase orders are required to secure the vehicle purchases.