Loading...
HomeMy WebLinkAbout4.04 Purchase Unmarked Police Vehicles A CITY OF DUBLIN AGENDA STATEMENT MEETING DATE: August 12, 1985 SUBJECT AUTHORIZATION TO PURCHASE UNMARKED POLICE VEHICLE EXHIBITS ATTACHED COUNTY OF.ALAMEDA-SPEC IFICATIONS FOR USED AUTOMOBILES RECOMMENDATION EE BELOW FINANCIAL STATEMENT: Estimated purchase of vehicle and radio - $12,000 Estimated maintenance and operating costs at $3,600 Sufficient funds have been budgeted. DESCRIPTION The newly funded drug investigation unit requires the procure- ment of an unmarked police vehicle. Prior to the formation of the drug investigation unit, Alameda County furnished unmarked vehicles to the City of Dublin at a rate of .16C per mile and a monthly charge of $211.00 as an amortization charge. Alameda County is no longer willing to provide police vehicles at a reasonable cost to the City of Dublin over-and-above the four unmarked and six patrol vehicles, which are presently assigned to the City. Alameda County Purchasing has agreed to assist the City in the purchase of an unmarked police vehicle that would be city owned. Typically, these are one year-old rental vehicles from either Hertz, National, Avis or Budget rental agencies and have less than 30,000 miles upon them. The vehicles are typically mid-size; 'minimally equipped with a V-6 dngine, automatic transmission, air conditioning; radio and body trim. Buick Regal, Ford LTD II, Ford Thunderbird, Chevrolet Cavalier plus other makes fall within this category. Alameda County has purchased rental fleet vehicles for eight years. The County's purchasing agent is convinced that by purchasing rental fleet vehicles that have already suffered the large first year depreciation that is typical of American made cars, the County is fiscally better served than by buying new vehicles and suffering the depreciation. The County garage has indicated that the rental fleet vehicles are well maintained and come with a 12 month/12,000 mile warranty on the power train. By using Alameda County as a purchasing agent, the City will be able to purchase a vehicle utilizing the County's already established vehicle specifications and bid process. This will save considerable staff time and deliver the vehicle approximately one month sooner, than if staff prepared a City bid. The vehicle would need to be outfitted with a police radio, siren and red light. These emergency equipment items are available from Alameda County Communications, who is the major vendor and installer of police communications equipment in Alameda County. Sufficient funds were budgeted for the purpose of purchasing and outfitting the vehicle with emergency equipment. Mr. Ben Fernandez of Cooper McKenzie Murphy Insurance Agency has indicated that insurance for the vehicle would not exceed $2,000.00 per year. Dublin San Ramon Services District has agreed to sell gasoline to the City at DSRSD's cost (currently $1.15 per gallon) . The vehicle would be fueled at the Donohue Fire Station. DSRSD requires a letter from the City as a prerequisite to selling fuel to the City. f. --------------------------------------------------------------------------- ` ! COPIES TO: ITEM NO. L- AGENDA STATEMENT: AUTHORIZATION TO PURCHASE UNMARKED POLICE VEHICLE Page Two Service consisting of oil and filter change, inspection of brakes, belts, tires, hoses and battery at 5,000 mile intervals and one complete tune-up per year can be secured locally for $250.00. A City vehicle would receive a high priority with a guarantee of one day service. Staff recommends that the City Council authorize the following: 1. Purchase of a one year-old fleet rental vehicle utilizing Alameda County Vehicle Specifications and bid procedures. Purchase price not to exceed $9,000.00. 2. Purchase and installation of an eight channel Motorola police radio, a Federal siren and a red light from Alameda County Communications. Purchase price and installation not to exceed $3,000.00. 3. Purchase of liability insurance consisting of coverage to $1,000,000 for bodily injury and coverage to $1,000,000 for property damage, $500.00 deductible collision coverage and $500.00 deductible comprehensive coverage from Cooper McKenzie Murphy Insurance Agency. Cost of liability, collision and comprehensive policy not to exceed $2,000.00 per year. 4. Authorize a letter of request from the City Manager to Dublin .San Ramon Services District Director allowing for the purchase of City gasoline from DSRSD facility. 5. Authorize the using of a local, qualified garage for maintenance service not to exceed $250.00 per year for routine maintenance. r r , L SPEC—LCATION..NO. Al-A-85 APRIL, 1985 COUNTY OF ALAMEDA SPECIFICATIONS FOR USED AUTOMOBILES SCOPE: This specification describes the County of Alameda requirements for used 1984 model year passenger automobiles.. GENERAL REQUIREMENTS: The vehicles shall be used 1984 model year production with 30,000 miles or less on the odometer. The units shall be equivalent in style, quality and appointments to those offered to the general public. The vehicles shall be supplied with an equipment and accessories indicated as standard equipment in the manufacturer's published literature or regular production optional equipment to meet the requirements of this specification. SPECIFIC REQUIREMENTS: The following equipment and accessories shall be. furnished on all vehicles: Engine: The engine shall be a gasoline powered, six cylinder engine with a minimum of 1`10 CID. 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. Transmission: All vehicles shall be equipped with automatic transmission providing not less than three (3) forward speeds and one (1) reverse speed. Steering: All vehicles shall be equipped with the supplier's standard hydraulic power l assist steering. Brakes: An all disc or front disc rear drum brake system shall be furnished. vehicle shall be equipped with manufacturer's standard power assist brake system. SPECIFICATION NO. Al-A-L Page 2 APRIL, 1985 Air Conditioning: The vehicle shall be equipped with the manufacturer's factory installed dehumidifying/all weather air conditioner. The air conditioning system shall include, but shall not be limited to, necessary insulation, increased engine cooling capacity, including recovery system, plus increasedl alternator and battery capacity. wheels and Tires: Wheels and tires installed on the vehicle shall provide a minimum "reserve load" of 4.0 percent as defined in the code of Federal Regulations, Title 49, Chapter 5, Part 572.102. Drive wheel tire clearance shall be adequate for normal operation of the vehicle when loaded to capacity and equipped with skid chains. Road tires shall be radial type with a_minimum of 6/32" of tread in the 2 center grooves on all tires. A high pressure inflated spare shall be furnished. Body vehicles shall be the JaUfflino door sedan type with the center post, compact or midsize having an interior volume of 100 to 120 cu. ft. as published in the EPA Gas Mileage Guide for the applicable year. See bid form for acceptable makes and models. Exterior Color: The exterior color shall be the manufacturer's standard production shades of paint. Interior (Upholstery) : The -interior color shall be the manufacturer's standard color supplied with the exterior color, fabric and vinyl combination. Required Miscellaneous Equipment: - Automatic popout type cigarette lighter in front compartment. - Foam padded front seat. - Floor covering installed in front, rear and luggage compartment. - Dome light with driver's door actuated switch. - Radio, push button -with antenna. S�ECIFICATION NO. Al-A-85 Page 3 APRIL, 1985 General Condition: Vehicles 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, burns or stains will not be acceptable. vehicles having accident damage will not be acceptable. Metal and paint damage typical of parking lot damage, i.e. ; minor dents, scrapes and chips will be acceptable at the discretion of the County. The units shall have been serviced within the last 3,000 miles for. all required items in the "Owner's Manual" . Pollution Control 'Device: Certificate of compliance as required by the vehicle Code, Division 3, Chapter 1, Article 1 - 4000.1 shall be furnished for each vehicle. Keys: Selected vehicles shall be delivered with two (2) complete sets of keys to include ignition, trunk, glove compartment, as required. Warranty: A 12,000 mile/l year, whichever occurs first, power train warranty is re- quired. warranty mileage begins when placed in service. Vendor will be notified by mail the date in service. Inspection• Vehicle will be inspected for compliance with these specifications by the County at the dealer's place of buisness. prior to delivery. It will be the responsibility of the dealer to notify the Purchasing Agent when vehicles are ready for selection. Delivery: Selected vehicles shall be delivered within 21 days from the date of order. Vehicles shall be FOB delivered to 165 - 13th Street, Oakland, California. 0228P