title
APPROVE MOTION TO AUTHORIZE COOPERATIVE PURCHASE AGREEMENTS FOR THE PURCHASE OF HEAVY EQUIPMENT
recommended action
RECOMMENDATION
It is recommended that the City Council approve a motion to:
1. Approve findings pursuant to Stockton Municipal Code section 3.68.070 in support of an exception to the competitive bidding process.
2. Approve the use of a Cooperative Purchase Agreement through Sourcewell, Contract No. 110421-ALT, in the amount of $599,661.44, with Altec Industries, Inc. of Dixon, CA, for the purchase of two bucket trucks.
3. Approve the use of a Cooperative Purchase Agreement through Sourcewell, Contract No. 020223-CAT, in the amount of $487,421.98, with Caterpillar, Inc., through an affiliated vendor, Holt of CA of Stockton, CA, for the purchase of one telehandler and one front wheel loader.
4. Approve the use of a Cooperative Purchase Agreement through Sourcewell, Contract No.101221-VAC, in the amount of $355,132.17, with Vac-Con, Inc. of Green Cove Springs, FL, for the purchase of one hydro-excavator truck.
5. Approve the use of a Cooperative Purchase Agreement through Sourcewell, Contract No. 032824-RTG, in the amount of $141,170.62, with Rush Medium-Duty Truck Centers of California, Inc. dba Rush Truck Centers, Ceres of Ceres, CA, for the purchase of one landscape dump truck.
6. Authorize the City Manager to execute four Cooperative Purchase Agreements, in the total amount of $1,583,386.21, with Altec Industries, Inc., Holt of CA, Vac-Con, Inc., and Rush Medium-Duty Truck Centers of California, Inc. dba Rush Truck Centers, Ceres for the purchase of two bucket trucks, one telehandler, one front wheel loader, one hydro-excavator truck, and one landscape dump truck.
7. Approve the purchase of one mobile sound stage, in the amount of $221,560, with Stageline Mobile Stage, Inc. of Quebec, Canada.
It is also recommended that the City Manager be authorized to take appropriate and necessary actions to carry out the purpose and intent of this motion.
body
Summary
Public Works is responsible for maintaining the City’s fleet of vehicles and equipment. The City’s replacement criteria for heavy equipment, based on industry standards for performance and efficiency, is 15-20 years, while a service body truck is 10 years and/or 100,000 miles. Staff recommends the replacement purchase of two bucket trucks, one front wheel loader, one landscape dump truck, one mobile sound stage, and the addition of one telehandler and one hydro-excavator truck. The proposed replacement units have surpassed their stated lifecycles and hours and have multiple mechanical deficiencies (Attachment A).
For the replacement vehicles, Sourcewell is a public agency based in Minnesota that issues Cooperative Purchasing Agreements (COOPs) to simplify the procurement process for public agencies and takes advantage of volume purchasing. Use of COOP streamlines administrative costs and procedures while maintaining the integrity of the competitive bidding process.
Regarding the mobile sound stage, on March 23, 2026, a Sole Source was approved administratively by the Administrative Services Procurement Division allowing the selection of a supplier that will ensure the City obtains equipment that can be used consistently for community events and special programs. Stageline Mobile Stage, Inc.’s SL100 is designed specifically for mobile event staging transportation, and an all-in-one solution for operations and maintenance. Staff reviewed all available options and determined that this specific unit provides the most practical combination of functionality and reliability.
It is recommended that Council approve a motion authorizing the City Manager to execute four COOPs through Sourcewell with Altec Industries, Inc., Holt of CA, Vac-Con, Inc., and Rush Medium-Duty Truck Centers of California, Inc. dba Rush Truck Centers, Ceres (Rush Truck Centers, Ceres) for the purchase of two bucket trucks, one telehandler, one front wheel loader, one hydro-excavator truck, and one landscape dump truck, in the total amount of $1,583,386.21 (Attachments B - E). It is also recommended that Council approve a motion approving the purchase of one mobile sound stage in the amount of $221,560 (Attachment F).
DISCUSSION
Background
Public Works is responsible for maintaining the City’s fleet of vehicles and equipment. The City’s replacement criteria for heavy equipment, based on industry standards for performance and efficiency, is 15-20 years, while a service body truck is 10 years and/or 100,000 miles. Adherence to this standard replaces equipment before routine failures and breakdowns are experienced, reducing the demand for extensive mechanical repairs. The replacement standard increases the resources available for preventative maintenance and is critical to the availability and performance of all fleet equipment. Fleet staff identified five pieces of equipment that exceed the age and/or mileage criteria or have recurring mechanical or operational issues (Attachment A). Replacement of these units is recommended.
Present Situation
For the replacement vehicles, Sourcewell provides COOPs to simplify the procurement process for public agencies and to take advantage of volume purchasing. Use of COOPs streamlines administrative costs and procedures while maintaining the integrity of the competitive bidding process. The specifications for the equipment available through these contracts meet the City’s requirements for their equipment type.
It is recommended that Council approve a motion authorizing the City Manager to execute four COOPs, in the total amount of $1,583,386.21, for the purchase of two bucket trucks in the amount of $599,661.44 from Altec Industries, Inc. of Dixon, CA (Attachment B), one telehandler and one front wheel loader in the amount of $487,421.98 from Holt of CA of Stockton, CA (Attachment C), one hydro-excavator truck in the amount of $355,132.17 from Vac-Con, Inc. of Green Cove Springs, FL (Attachment D), and one landscape dump truck in the amount of $141,170.62 from Rush Truck Centers, Ceres of Ceres, CA (Attachment E).
Additionally, it is recommended that Council authorize the City Manager to purchase one mobile sound stage in the amount of $221,560 from Stageline Mobile Stage, Inc. of Quebec, Canada (Attachment F) as a sole available source. The equipment being replaced will be removed from the fleet and sold at public auction.
Findings
Pursuant to Stockton Municipal Code section 3.68.070, Council may approve findings which support an exception to the competitive bidding process. These findings include:
1. Sourcewell established COOPs with Altec Industries, Inc., Caterpillar, Inc., through affiliated vendor Holt of CA, Vac-Con, Inc., and Rush Truck Centers, Ceres to provide access to preferential pricing of heavy equipment.
2. The Altec Industries, Inc., Caterpillar, Inc., Vac-Con, Inc., and Rush Truck Centers, Ceres COOPs were established pursuant to formal competitive bidding processes conducted by Sourcewell on behalf of its governmental members, of which the City is one.
3. Taking advantage of the leveraged procurement agreements negotiated by Sourcewell will save the administrative expense of City staff conducting separate procurements.
4. The use of the Single Available Source procurement is appropriate for the purchase of the mobile sound stage because it allows the City to be more competitive in acquiring equipment in current industry conditions, as vendors struggle to honor quoted pricing through the duration of a traditional government low-bid procurement process.
5. A Single Available Source with Stageline Mobile Stage, Inc. for the purchase of one mobile sound stage provides proprietary equipment to the City.
6. The specifications for the equipment available through the Sourcewell contracts and the Sole Source meet the City’s requirements and requests for their equipment type.
FINANCIAL SUMMARY
There are sufficient funds available in the Public Works Fiscal Year 2025-26 Fleet Internal Service Fund, Equipment Acquisition Account, in the amount of $962,392.06 for the purchase of two bucket trucks, one landscape dump truck, and one mobile sound stage. There are sufficient funds available in the Municipal Utilities Department, Capital Outlay Vehicle Acquisition Accounts, in the amount of $842,554.15 for the purchase of one telehandler, one front wheel loader, and one hydro-excavator truck. There are sufficient funds for a total combined purchase amount of $1,804,946.21.
Attachment A - Equipment Replacement List
Attachment B - COOP with Altec Industries, Inc.
Attachment C - COOP with Holt of CA
Attachment D - COOP with Vac-Con, Inc.
Attachment E - COOP with Rush Truck Centers, Ceres
Attachment F - Quote from Stageline Mobile Stage, Inc.