Loading...
HomeMy WebLinkAbout4.12 patrol cars CITY CLERK File # 0350-20 AGENDA STATEMENT CITY COUNCIL MEETING DATE: September 5, 2000 SUBJECT: Request for authorization to distribute a Request for Proposals for the purchase of four (4) Police Patrol Vehicles and Request to waive competitive bid process for the immediate purchase of two (2) patrol vehicles. Report Prepared by Amy Cunningham, Administrative ~ Analyst ATTACHMENTS: 1 .) Request for Proposals for four (4) police patrol vehicles 2.) Resolution Waiving Competitive Bid Process and Authorizing Staff to negotiate the purchase of two (2) police patrol vehicles 3 .) Budget Change Form RECOMMENDATION: 1 .) Authorize staff to distribute Request for Proposals to qualified dealers 2.) Adopt Resolution (Attachment 2) authorizing staff to purchase 2 (two) police patrol vehicles directly from dealer FINANCIAL STATEMENT: A total of $131,325 has been budgeted for the purchase of five (5) patrol vehicles and associated emergency equipment in the Fiscal Year 2000-2001 budget. Staff is requesting an additional $34,500 be allocated for the purchase of the sixth vehicle and equipment that was budgeted for, but not purchased in Fiscal Year 1999-2000. DESCRIPTION: For Fiscal Year 2000-2001, the City is currently operating a fleet often patrol vehicles (nine marked and one unmarked). With minor exceptions, the specifications for police patrol vehicles are highly standardized. On an annual basis, the Califomia Highway Patrol (CHP) distributes specifications for the standard patrol vehicle. The CHP selected the Ford Crown Victoria Police Interceptor as the standard patrol vehicle for the Model Year 2000. The adoption of Police Services Higher Service Level 3, for Fiscal Year 2000-2001 added two new officers to Police Services and the equipment necessary to support the positions, including one additional patrol vehicle. One additional vehicle, associated with the School Resource Officer, has been budgeted for in Fiscal Year 2000-2001. The purchase of this vehicle is contingent upon the award of the Federal COPS grant. In addition, one police patrol vehicle was budgeted for in Fiscal Year 1999-2000 because of increased staff assigned to patrol. Historically, the City has used the State contract for CHP vehicles for cost comparison. The State, which ordinarily awards the bid for the CHP vehicle contract in early November, was delayed in awarding the H/cc-forms/agdastmt. doc COPIES TO: ITEM contract until February 2000. This made it difficult to compare the cost of purchasing vehicles through the state contract or directly from a dealer. This delay caused the supply of vehicles to be depleted before the City was able to adequately compare costs; therefore, due to the unavailability of vehicles, acquisition could not be completed during the previous Fiscal Year. Typically, the City's Purchasing Ordinance requires that major purchases be subject to the competitive bid process. The Ordinance provides that the competitive bid process may be waived under the following circumstances: · 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. In this instance, Staff requests that the City Council apply this exception and authorize staff to purchase two (2) vehicles directly from a vendor. Due to Ford Motor Company's manufacturing timelines, 2001 Model Year Ford Crown Victoria Police Interceptors, would not be available for purchase through dealerships until approximately December 2000. The installation of emergency equipment requires approximately one month to complete, delaying use of the vehicles until the beginning of February 2001. This makes it necessary to purchase two of the remaining Model year 2000 vehicles because of the immediate need as previously outlined. Staff contacted dealerships throughout Northem California to determine available vehicle supplies and found that Downtown Ford in Sacramento has several vehicles available for purchase and Shamrock Ford has two (2) vehicles available for purchase. Other Northern California dealerships contacted had no Ford Crown Victoria Police Interceptors available for purchase. The price negotiated through the State Contract for a 2000 model year vehicle is $24,302 without an extended warranty. The State Contract was awarded to Downtown Ford. The price quoted by Shamrock Ford for a similarly equipped 2000 model year vehicle is $22,119.35. Shamrock Ford's vehicle cost is lower than that offered through the State Contract and Shamrock Ford has the vehicles available for immediate delivery. Staff has also found that the purchase of an extended warranty/extra care package provides several benefits to Police Services. The primary benefit is priority maintenance service given to patrol vehicles, ensuring that an adequate number of vehicles are available for patrol use at all times. Purchase of the extra care package ensures that the new vehicles' maintenance agreements are consistent with all other marked patrol vehicles. Additionally, the extra care package guarantees that maintenance costs are capped regardless of the mechanical problem, which has historically resulted in significant savings on vehicle repairs. The cost for the three-year/85,000 mile extended warranty/extra care package is $3,115. Staff is requesting that the additional four (4) replacement vehicles be purchased through the competitive bid process. The vehicles, routinely scheduled for replacement through the Intemal Service Fund, have been in operation for over three years. The deadline for bid proposals is September 21, 2000, with staff returning to the City Council on October 3, 2000, to request the bid be awarded per the specifications in the Purchasing Ordinance. Delivery of the vehicles is requested no later than January 8, 2001. This timeline should allow dealerships ample time to receive the 2001 Model Year vehicles from the Ford factory. Installation of Emergency Equipment Following delivery, the City will be responsible for the costs associated with marking the vehicles and installing radios, lights, sirens, opticom units and other emergency equipment. The City will remove most of the equipment from each vehicle as it is retired and reinstall the usable equipment on the new replacement vehicles. Vehicle emergency equipment is used for a minimum of six years. Any additional emergency equipment purchase will be in conformity with the Purchasing Ordinance. Recommendation Staff recommends that the City Council authorize staff to distribute the attached Request for Proposals for the four (4) replacement patrol vehicles. Staff further recommends that the City Council adopt the Resolution, Attachment 2, waiving the competitive bid process for the immediate purchase of two (2) patrol vehicles through Shamrock Ford, and approve the budget change form, Attachment 3. In order to adopt the Resolution, the City Council must approve it by a four-fifths (4/5) vote. CITY OF DUBLIN, CALIFORNIA POLICE SERVICES REQUEST FOR PROPOSALS FOR POLICE PATROL VEHICLES September 6, 2000 Attachment 1 CITY OF DUBLIN POLICE SERVICES SPECIFICATIONS FOR MODEL YEAR 2001 - POLICE PATROL VEHICLES A. Basic Vehicle Specification Except as modified by Section B below, all price quotations shall be for vehicles that conform to the specifications developed by the State of California for California Highway Patrol High Speed Law Enforcement Class "E" Sedans. B. Factory Installed Options to be Included The basic specifications shall be modified to provide vehicles equipped with the following factory authorized options: 1. Heavy Duty Rubber Floor Coverings 2. Universal Keys (all units keyed alike) 3. Exterior Color Manufacturer's White with Molding Installed 4.. AM/FM Radio Installed 5. Cloth Front Bucket Seats/Vinyl Rear Bench Seats 6. 6-Way Power Driver Seat 7. Radio Suppression Package 8. Spotlights, Left and Right, clear, mounted, installed 9. Dealer Installed Undercoating Factory Authorized Service Program Vehicles shall include 3 year / 100,000 mile powertrain extended warranty with $0 deductible. D. Optional Factory Authorized "Extra Care" Maintenance Program Proposals may include pricing for factory Ford Motor Company Authorized "Extra Care" program. This plan shall include provisions for a $50 deductible and 3 year/85,000 mile coverage warranty. E. Delivery Vehicle delivery shall be no later than January 8, 2001. CITY OF DUBLIN POLICE SERVICES MODEL YEAR 2001 - POLICE PATROL VEHICLES BID PROPOSAL SUMMARY FORM I have received the documents relative to the City of Dublin Police Vehicle purchase. The bid package includes Vehicle Specifications. Deadline for response: September 21, 2000, at 3:00 p.m. The following costs relate to the total cost of the vehicles as defined in the specifications, including applicable delivery charges, taxes and fees. CATEGORY TOTAL Vehicle Cost Delivery Fees Taxes Warranty TOTAL Earliest Delivery Date (Must be before January 8, 2001 .) Submitted by: Contact Name Address Business Name Phone Number Signature Date RESOLUTION NO. -00 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN WAIVING THE COMPETITIVE BID PROCESS AND AUTHORIZING STAFF TO PURCHASE TWO (2) POLICE PATROL VEHICLES DIRECTLY FROM DEALER 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-fifth (4/5) vote; and WHEREAS, the City Council feels that significant benefits are possible by authorizing staff to negotiate the purchase of two (2) police patrol vehicles, including cost savings, supplemental vehicle maintenance and service, sales tax recovery, and expedient delivery. 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 the purchase of two (2) police patrol vehicles from Shamrock Ford. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin pursuant to §2.36.050 of the Municipal Code (as mended); hereby waives the requirement for a competitive bid and authorizes the purchase of two (2) police patrol vehicles directly from Shamrock Ford, pursuant to negotiation, and the California Highway Patrol Standard Specifications. BE IT FURTHER RESOLVED, that the City Manager and or his designee is hereby authorized to execute any necessary agreements, purchase orders, or other documents required to arrange for the purchase including extended warranty and delivery of the police patrol vehicle. PASSED, APPROVED AND ADOPTED this 5th day of September, 2000. AYES: NOES: ABSENT: ABSTAIN: ATTEST: Mayor City Clerk Attachment 2 CITY OF DUBLIN BUDGET CHANGE FORM CHANGE FORM # New Appropriations (City Council Approval Required): Budget Transfers: __X__ From Unappropriated Reserves From New Revenues I)EC!~E:~,S'E BUDGET ACCOUNT Name: AMOUNT From Budgeted Contingent Reserve (1080-799.000) Within Same Department Activity Between Departments (City Council Approval Required) Other INCREASE BIjDGET ACCOUNT AMOLrNT Name: Machinery/Equipment - ISF Account #: Account #: 001.20100.750.073 $34,500.00 Name: Name: Account #: Account #: Name: Name: Account #: Account #: Name: Name: Account #: Account #: Name: Name: Account #: Account #: Fin Mgr/ASD: Date: Signature REASON FOR BUDGET CHANGE ENTRY: Purchase of one police patrol vehicle and related emergency equipment originally budgeted in FY 1999-2000, but not purchased. (Vehicle: $25,300.00; Equipment: $9,200.00) City Manager: Date: Signature Mayor: Posted By: formslbudgchng Signature Date: Date: Attachment 3