Skip to main content

File #: 2025-5276   
Type: Consent Calendar Item
Body: City Council
On agenda: 9/2/2025
Title: Recommendation to Authorize the Purchase of One Bucket/Aerial Truck Replacement Consistent with the Revised Vehicle Replacement Policy in an Amount Not-to-Exceed $243,066.35 from Owen's Equipment. (Public Works 601)
Attachments: 1. Exhibit 1: Quote

Title

 

Recommendation to Authorize the Purchase of One Bucket/Aerial Truck Replacement Consistent with the Revised Vehicle Replacement Policy in an Amount Not-to-Exceed $243,066.35 from Owen’s Equipment. (Public Works 601)

Body

 

To: Honorable Mayor and Members of the City Council

 

From: Jennifer Ott, City Manager

 

EXECUTIVE SUMMARY

 

The City of Alameda (City) is responsible for 89 signalized intersections. Maintenance of the signals requires use of a bucket/aerial truck.  The City’s existing bucket/aerial truck is at the end of its useful life and meets the criteria for replacement.  Staff recommends the purchase of a replacement bucket/aerial truck from Owens Equipment in an amount not-to-exceed $243,066.35.  Pricing is based on Owen’s Equipment Sourcewell Contract.  The City is an active member of Sourcewell, a national purchasing agency, whose cooperative purchasing agreements have been competitively solicited in conformance with state and local purchasing requirements. 

 

BACKGROUND

 

On November 5, 2019, staff brought to City Council a revised Administrative Policy and Procedure Number 48, Vehicle and Equipment Replacement Policy (Fleet Replacement Policy).  The Fleet Replacement Policy is consistent with the City’s recently adopted Climate Action and Resiliency Plan and emphasizes greenhouse gas (GHG) emission reductions. The revised policy focuses on right-sizing the City fleet, the purchase of electric vehicles when feasible, and lowering the fleet’s GHG emissions through acquisition of low emission vehicles.

 

On June 17, 2025, City Council adopted the Fiscal Year (FY) 2025-26 and 2026-27 budget, which included funds for the replacement of fleet vehicles.

 

In accordance with City Administrative Instruction Number 5 (Purchasing Policy), vehicles may be purchased by piggybacking on another agency’s purchase agreement or through cooperative purchasing.  The Purchasing Policy states that City Council must approve an award of vehicle purchases to a single vendor made through either piggybacking or cooperative purchasing in excess of a cumulative total of $75,000 in any given fiscal year.

 

DISCUSSION

 

The City is responsible for 89 signalized intersections. Maintenance of the signals requires the use of a bucket/aerial truck.  The existing bucket truck is at the end of its useful life and meets the criteria for replacement.

 

Owens Equipment holds Sourcewell agreement number 110421-TIM. Sourcewell is a cooperative purchasing agency that solicits and awards agreement through a public competitive procurement process that is compliant with state statutes.  The City is a Sourcewell member and the quoted pricing for the bucket/aerial truck is based on Owen’s Equipment Sourcewell Agreement.  Exhibit 1 includes the quote for the truck.  Staff recommends the purchase of one bucket/aerial truck for a total not-to-exceed of $243,066.35.

 

As part of the City’s efforts to electrify its fleet, staff evaluated the availability of electric bucket trucks suitable for traffic signal maintenance. At present, there is only one manufacturer producing an electric bucket truck; however, the available model is significantly larger than necessary for the City’s needs. For example, Alameda Municipal Power (AMP) recently acquired an electric bucket truck built on a large International chassis equipped with a 55-foot boom. This configuration is appropriate for their utility work on tall power poles. In contrast, traffic signal maintenance operations typically require only a 40-foot boom and a more compact vehicle. The larger electric model would present maneuverability challenges at intersections and could unnecessarily obstruct traffic.

 

While manufacturers such as Ford, RAM, and General Motors are actively developing smaller, heavy-duty electric bucket trucks, these models are not yet available on the market. Staff will continue to monitor industry developments and evaluate future electric options as they become viable for City operations.

 

ALTERNATIVES

 

                     Authorize the purchase of the proposed replacement truck from Owen’s Equipment.

                     Do not authorize the purchase of the truck from Owen’s Equipment and direct staff to conduct a specific competitive solicitation. This will delay the purchase of the replacement truck by up to three (3) months and demand additional staff time without any potential financial benefit.  The longer the existing truck stays in service, the increased chance of additional repairs and safety concerns.

 

FINANCIAL IMPACT

 

Funds for these replacement purchases were previously appropriated in the Fleet Replacement Fund (601).  No additional budget appropriations are needed.

 

MUNICIPAL CODE/POLICY DOCUMENT CROSS REFERENCE

 

This action is consistent with the Alameda Municipal Code.  This action is subject to the Levine Act.

 

ENVIRONMENTAL REVIEW

 

This action does not constitute a “project” as defined in CEQA Guidelines Section 15378 and therefore no further CEQA analysis is required.

 

CLIMATE IMPACT

 

The replacement bucket/aerial truck is equipped with modern gasoline engine that meets or exceeds current California emissions standards.

 

RECOMMENDATION

 

Authorize the purchase of one bucket/aerial truck replacement consistent with the Revised Vehicle Replacement Policy in an amount not-to-exceed $243,066.35 from Owen’s Equipment.

 

Respectfully submitted,

Carlo Balboni, Fleet Supervisor

 

From,

Erin Smith, Public Works Director

 

Financial Impact section reviewed,

Ross McCarthy, Finance Director

 

Exhibit:

1.                     Quote from Owens Equipment