Loading...
HomeMy WebLinkAbout4.11 Purch Police Vehicle~~ J i `,~' ~ v ~,eV CITY CLERK File # ^~~~-~~ AGENDA STATEMENT CITY COUNCIL MEETING DATE: September 16, 2008 SUBJECT: Request to Waive Competitive Bid Process and Authorize Staff to Purchase Specialized Police Vehicles Directly from Vendor. Report Prepared by Amy Cunningham, Sr. Administrative Analyst !~ ATTACHMENTS: Resolution Waiving the Competitive Bid Process and Authorizing Staff to Purchase Specialized Police Vehicles Directly from Vendor (four-fifths [4/5] vote required). RECOMMENDATION: Adopt Resolution authorizing Staff to purchase specialized police vehicles directly from vendor. FINANCIAL STATEMENT: Adequate funding exists in the adopted Fiscal Year 2008-2009 Internal Service Fund for the purchase and emergency equipment installation for these replacement vehicles. DESCRIPTION: Currently, the City has seventeen Ford Crown Victoria police patrol vehicles in its fleet. In order to assure reliability and to minimize repair expenses, the City reviews patrol vehicles for potential replacement after three years of service. Based upon general vehicle condition, and costly maintenance and repair expenses, Staff has scheduled five existing patrol vehicles for replacement during the current fiscal year. To avoid additional costly repair costs, ensure an adequate number of vehicles are available for use by patrol officers, and to ensure product availability at a competitive price, Staff has determined that these vehicles should be replaced immediately. With minor exceptions, the specifications for police fleet vehicles are highly standardized. On an annual basis, the California Highway Patrol (CHP) circulates specifications for the standard police patrol vehicle. The CHP selected the Ford Crown Victoria Police Interceptor as the standard patrol vehicle for the 2008 model year. By purchasing the standard CHP Crown Victoria Police Interceptor, all variables are eliminated and the only purchasing considerations are price and availability. Due to the limited manufacturing period and high market demand for the Ford Crown Victoria Police Interceptor, the ------------------------------------------------------------------------------------------------------------- COPY TO: Page 1 of 2 ~ ~' ITEM NO. • F:\Agendastmts\08-09\vehicle purchase 09-16 agenda stmt.doc available supply of vehicles continues to be strictly limited. Pursuant to standard purchasing practices, a local check for vehicles meeting the specified criteria was unsuccessful. Folsom Lake Ford was awarded the annual state bid for this category of specialty vehicle (State Contract #1-08-23-14) during the last state bid cycle for police/enforcement vehicles. That contract expired May 31, 2008, however until a new state contract is awarded, Folsom Lake Ford will continue to offer vehicle pricing at the previous state contract price. Pricing information on the patrol vehicle conforming to specifications of all patrol vehicles in the Dublin Police Services fleet is outlined below: Crown Victoria Police Interce for Folsom Lake Ford Vehicle Cost $22,688.00 Sales Tax (8.75%) $1,985.20 Tire Fee $8.75 Total $24,681.95 $500 Discount for 20 day paymctit «pon delivery _ 524,181.95 The total Internal Service Fund cost for purchase of these replacement vehicles from the state authorized dealer is $120,909.75 (including the $500 discount). Typically, the City's Purchasing Ordinance requires that major purchases over $20,000 be subject to the competitive bid process. The adopted Purchasing Ordinance provides that the competitive bid process maybe waived under the following circumstances: o When another public agency has administered a competitive bidding process within the past two years for the same or substantially similar supplies, services or equipment (D.M.C. §2.36.050(a)10); and o When City Council specifically waives the competitive bid process and authorizes Staff to negotiate the purchase of vehicles by afour-fifths (4/5) vote (D.M.C. §2.36.050(a) 11). In this case, Staff requests that the City Council apply these exceptions and authorize the purchase of replacement patrol vehicles directly from the vendor, Folsom Lake Ford. Following delivery, the City will be responsible for the additional costs associated with marking the vehicles and installing emergency equipment such as police radios, lights, sirens, and OptiCom units. RECOMMENDATION: Staff recommends that the City Council adopt the Resolution (Attachment 1) waiving the competitive bid process and authorizing Staff to purchase vehicles directly from the vendor, Folsom Lake Ford. In order to adopt this resolution, the City Council must approve it by a four-fifths (4/5) vote. aka. l i RESOLUTION NO. - 08 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN WAIVING THE COMPETITIVE BID PROCESS AND AUTHORIZING STAFF TO PURCHASE SPECIALIZED POLICE VEHICLES DIRECTLY FROM VENDOR WHEREAS, §2.36.050(a)(10) and (11) of the Dublin Municipal Code provide that the competitive bid process shall not apply when another public agency has administered a competitive bidding process within the past two years for the same or substantially similar supplies, services or equipment; and when the City Council specifically waives the competitive bid process and authorizes staff to negotiate the purchase of vehicles by a four-fifth (4/5) vote; and WHEREAS, through a competitive bidding process conducted within the past two years, Folsom Lake Ford was awarded the state purchasing contract for specialized police vehicles; and WHEREAS, the City Council feels that significant benefits are possible by authorizing staff to purchase specialized police vehicles directly from Folsom Lake Ford, including costs savings and expedient delivery; and WHEREAS, adequate funding exists in the adopted Fiscal Year 2008-2009 Internal Service Fund to purchase these replacement vehicles. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does specifically waive the competitive bid process pursuant to Dublin Municipal Code §2.36.050(a)(10) and (11) (as amended) and authorizes staff to purchase specialized police vehicles from Folsom Lake Ford. BE IT FURTHER RESOLVED that the City Manager and or his designee is hereby authorized to execute any purchase orders, or other documents required to arrange for the purchase and delivery of the vehicles. PASSED, APPROVED AND ADOPTED this 16th day of September, 2008. AYES: NOES: ABSENT: ABSTAIN: ATTEST: Mayor City Clerk ~-~~-off ~~~ Attachment 1