Loading...
HomeMy WebLinkAbout4.03 Fire Vehicles CI,TY CLERK File # 0350-20 AGENDA STATEMENT CITY COUNCIL MEETING DATE: August 15, 2000 SUBJECT: ATTACHMENTS: Request to Waive Competitive Bid Process and Authorize Staff to Negotiate and Purchase Two Replacement Fire Prevention Vehicles Report Prepared by: Julie Carter, Assistant to the City Manager Resolution Declaring One 1994 Ford Taurus Vehicles as Surplus Property and Authorizing City Manager to dispose of it at Auction. Resolution Waiving the Competitive Bid Process and Authorizing Staff to negotiate the Purchase of Two Fire prevention Vehicles. Proposed Specifications to be Used to Obtain Vendor Proposals. RECOMMENDATION: 1. Adopt Resolution Declaring One 1994 Taurus Vehicles as Surplus Property and Authorize City Manager to Dispose of it at Auction Adopt Resolution Waiving the Competitive Bid Process Authorizing Staff to Negotiate the Purchase 'of Two Replacement Vehicles at a Cost not to exceed $39;000 (four-fifths [4/5] vote required). Approve the Specifications to be used to secure Two Fire Prevention Vehicles. FINANCIAL STATEMENT: Based upon preliminary research, Staff estimates the cost of two low-mileage replacement vehicles to be approximately $36,000. An additional $3,000 will be required to outfit the vehicles for service; Sufficient funding for this purpose is available in Fiscal Year 2000/2001. DESCRIPTION: The City of Dublin currently maintains two vehicles for the Fire Prevention Staff that are recognized as active in the City's Internal Service Fund (ISF). The ISF charges departments a prorated annual expense for equipment purchased from this Fund. This process builds up a reserve to assure, at the end of the vehicle's life cycle, there is funding to purchase a replacement. The City's Fire Prevention vehicles are used for a variety of purposes, including Fire Inspections and various adminiStrative functions. At the present time, the two Fire Prevention vehicles scheduled for replacement are six years old (1994) and have significant miles. Staff is recommending that one vehicle be declared as surplus and sold at auction and one vehicle be kept and utilized by the part-time Fire Inspector. Vehicles number 95-F2 has reached the end of its useful life .and has becometoo costly to maintain. The other vehicle, number 95-F1, is not recommended for surplus and will be used by part-time staff in the diviSion until such time it is necessary to dispose of it. COPIES TO: Sheldon Gilbert, ACFD ITEM NO. Attachment 1 is a Resolution declaring one vehicle as surplus and authorizing the City Manager to dispose of it at auction. As previously discussed, both vehicles serve an important purpose and should be promptly replaced. Consistent with past practices, Staff recommends that these vehicles be replaced with low-mileage used vehicles. Used vehicles are significantly less expensive than new vehicles. Also, used vehicles, when purchased from an established vendor, typically come with a limited warranty that acts to minimize the risks associated with the purchase of used vehicles. In most cases, the City's Purchasing Ordinance requires that major purchases be subject to the competitive bid process. However, on November 4, 1997, the City Council adopted Ordinance 21-97, which provides: The competitive bid process shall not apply when the City Council specifically waives the competitive bid process and authorizes Staff to negotiate the purchase of vehicles by a four-fifths (4/5) vote. This exemption to the competitive bid process was adopted in recognition of the fact that certain purchases are better accomplished by negotiation rather that by sealed bid. In the case of used vehicles, there are a variety of qualitative factors to be considered and the best value is not necessarily achieved by purchasing the vehicle offered at the lowest cost. Attachment 2 is a Resolution waiving the competitive bid process and authorizing Staff to solicit proposals and to negotiate the purchase of two replacement Fire Prevention vehicles. The Resolution provides that the cost shall not exceed $39,000. In order to adopt this Resolution, the City Council must approve it by a four-fifths (4/5) vote. Attachment 3 is an outline of the specifications to be used to obtain proposals from vendors. This process allows the City to shop among vendors in order to identify vehicles appropriate for City needs. Proposals from various vendors will be evaluated in terms of age, mileage, cost and warranty coverage in order to select the best value. AUCTION OF SURPLUS VEHICLES: Staff recommends, if the City Council authorizes the two vehicles replaced, that one of the 1994 Ford Taurus vehicle be declared as surplus property and sold at auction and the other to remain in service. RECOMMENDATION: Staff recommends that the City Council: Adopt Resolution Declaring One 1994 Taurus Vehicles as Surplus Property and Authorize City Manager to Dispose of them at Auction Adopt Resolution Waiving the Competitive Bid Process Authorizing Staff to Negotiate the Purchase of Two Replacement Vehicles at a Cost not to exceed $39,000 (four-fifths [4/5] vote required). Approve the Specifications to be used to secure Two Fire Prevention Vehicles. RESOLUTION NO. - 2000 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN DECLARING ONE 1994 FORD TAURUS VEHICLES AS SURPLUS PROPERTY AND AUTHORIZING THE CITY MANAGER TO DISPOSE OF IT AT AUCTION WHEREAS, the City Manager has determined that one Fire Prevention vehicle, described below, is no longer needed for City purposes; and WHEREAS, the most effective method for disposing of such an item is at auction; and WHEREAS, independent auctioneers are available to auction items to the highest bidder; and WHEREAS, the City is authorized to dispose of property pursuant to Government Code §37350. NOW, THEREFORE, BE IT RESOLVED that one Fire Prevention yehicle, described below is declared surplus property and is to be sold by the City Manager: (95-F2) - 1994 Ford Taurus (VIN: 1FALP5240RA108654) BE IT FURTHER RESOLVED that the City Manager, or his designee, is authorized to enter into a contract with an independent auctioneer, selected by the City Manager, to sell the assets noted above to the highest bidder. The proceeds of the sale, less the cost of sale, shall be deposited into the Internal Service Fund. PASSED, APPROVED AND ADOPTED this 15th Day of August, 2000. AYES · NOTES: ABSENT: ABSTAIN: ATTEST: CitY Clerk Mayor Attachment 1 RESOLUTION NO. - 2000 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN WAIVING THE COMPETITIVE BID PROCESS AND AUTHORIZING STAFF TO NEGOTIATE THE PURCHASE OF TWO (2) FIRE PREVENTION VEHICLES WHEREAS, §2.36.050(a)(11) of the Dublin Municipal Code provides that the competitive bid process shall not apply when the City Council specifically waives the competitive bid process and authorizes Staff to negotiate the purchase of vehicles by a four-fifths (4/5) vote; and WHEREAS, prior to negotiating the purchase of replacement vehicles, Staff requested that the City Council authorize this purchase pursuant to this exemption; and WHEREAS, The Cit~ Council recognizes that the informal process to be used in the purchase these vehicles protects the public interest by allowing the City of obtain reliable used vehicles that offer the highest quality for the least cost. 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)(11) and authorizes Staff to negotiate and purchase two (2) Fire PreventiOn vehicles.' PASSED, APPROVED AND ADOPTED this 15th Day of August, 2000. AYES · NOTES: ABSENT: ABSTAIN: ATTEST: Mayor City Clerk Attachment 2 -~ CITY OF DUBLIN SPECIFICATION FOR USED AUTOMOBILES SCOPE: This specification describes the requirements of the City of Dublin for two (2) Used Ford Ranger (Super Cab; 4X4) Short Bed Pick Up Trucks. GENERAL REQUIREMENTS: The vehicles shall be used 1999 model year or newer production with 20,000 miles or less on the odometer. The unit shall be equivalent in style, quality and appointments to those offered to the general public. In order to meet the requirements of this specification, the vehicle shall be supplied with equipment and accessories indicated as standard equipment in the manufacturer's published literature or regular production optional equipment. Typical models that will meet the City's needs are: Ford Ranger; Super Cab 4X4; Short Bed, Pick-up Truck. SPECIFIC REQUIREMENTS: ENGINE: The engine shall be gasoline powered, 4.0 Liter V-6. TRANSMISSION: The vehicle shall be equipped with a 5-Speed Automatic with Limited Slip Axle. ELECTRICAL SYSTEM: The supplier shall furnish a heavy-duty 12-volt electrical system, specifically designed to handle the load requirements of the class of vehicle, equipped with options, as specified herein. STEERING: The vehicle shall be equipped with the supplier's standard steering package. BRAKES: The vehicle shall be equipped with the manufacturer's standard power assist braking system. A minimum of 50% of the brake pad shall remain on all four wheels. AIR CONDITIONING: The vehicle shall be equipped with the manufacturer's factory installed dehumidifying/all weather air conditioner. The air conditioning system shall include necessary insulation, increased engine cooling capacity and recovery system, and additional alternator and battery capacity. ATTACHMENT 3 WHEELS AND TIRES: Drive wheel tire clearance shall be adequate for normal operation of the vehicle when loaded to capacity and equipped with snow chains. A high-pressure inflated spare tire shall be furnished. Road tires shall be radial types with a minimum of 6/32" of tread in the center two grooves on all tires. BODY: The vehicle shall be a Short Bed with two (2) doors. EXTERIOR: The exterior color shall be the Extra Bright Red. INTERIOR: The interior color shall be the manufacturer's standard charcoal black color, fabric and vinyl combination. REQUIRED MISCELLANEOUS EQUIPMENT: · Automatic pop-out cigarette lighter in front compartment · Foam padded seats · Dome light with driver's door actuated switch · AM/FM radio · Power windows GENERAL CONDITIONS: The vehicle offered in response to this request shall be in good mechanical condition. All systems, instrumentation and accessories shall function normally. Glass shall be undamaged. The interior shall be shampooed and vacuumed. Upholstery with holes, bums or stains will not be acceptable. The vehicle shall be inspected for safety prior to delivery to the City. A vehicle having accident damage is unacceptable. Metal and paint damage, typical of parking lot damage (i.e. minor dents, scrapes and chips) will be acceptable at the discretion of the City, The vehicle shall have been serviced within the last 3,000 miles for all required items in the "Owner's Manual". SMOG CERTIFICATION: A certificate of compliance, as required by the California Vehicle Code, Division 3, Chapter 1, Article 1-4000.1, must be furnished at the time of vehicle delivery. KEYS: The vehicle shall be delivered with two (2) complete sets of keys to include ignition, trunk, and glove compartment as required. WARRANTY: A 12,000 mile/l-year, which ever comes first, power train warranty is required. mileage shall begin at the time the vehicle is placed into service. Warranty INSPECTION: Prior to delivery, the' City will inspect the vehicle at the vendor's place of business. It will be the responsibility of the vendor to notify the Assistant to the City Manager, (925) 833-~5653 and/or the Alameda County Deputy Fire Marshal, (925) 833-6609 when the vehicle is ready for inspection. DELIVERY The selected vehicle shall be delivered within 14 days from the date of order. The vehicle shall be FOB delivered to 100 Civic Plaza, Administration Building, Dublin, CA 94568. VEHICLE REGISTRATION: Registration will be completed by the Vendor. The vehicle must be delivered with a verification of vehicle, DMV Form Number: Reg. 31, filled out completely and signed by an authorized vehicle verifier. USED VEHICLE INFORMATION SHEET THIS FORM IS FOR TWO (2) VEHICLES OF THE SAME MAKE AND MODEL Vehicle Make Vehicle Model Model Year Mileage Exterior Color Interior Color Warranty Information Available Delivery Date PRICE INFORMATION Purchase Price Sales Tax License & Registration TOTAL SALE PRICE VENDOR INFORMATION Company Name Contact Name Address Phone Number Signed: Date: Prospective vendors must fully complete this form. Return to Julie Carter, ATTCM, City of Dublin. Fax: 925-833-6651