Loading...
HomeMy WebLinkAbout4.11 ReplacemtPatrolVeh lo. CITY CLERK File # ~[Q-~[Q] . AGENDA STATEMENT CITY COUNCIL MEETING DATE: APRIL 7,1998 SUBJECT: Report on Purchase of Four (4) Replacement Patrol Vehicles From Shamrock Ford * Report Prepared By: Steve Honse, Administrative Assistant 'P(. Bid from Shamrock Ford 2. Bid from Downtown Ford 3. State Contract Price Sheet EXHIBITS ATTACHED: RECOMMENDATION: ~ Based upon authority granted by the bid waiver on March 17, 1998, four (4) replacement vehicles have been ordered. No further City Council action is required. This report is for informational purposes. FINANCIAL STATEMENT: The cost to purchase four (4) replacement vehicles from Shamrock Ford is $102,441.72. The bid was adjusted to $104,052.48 for comparison purpose to reflect minor differences in specifications. This adjusted price is $8,979.52 less than the State contract. The purchase price does not include the cost to mark and outfit the vehicles. . DESCRIPTION: On March 17, 1998, the City Council waived the competitive bid process and authorized staff to negotiate the purchase of four replacement patrol vehicles. Staff circulated five RFPs to new car dealerships and received two responses. One response was submitted by Shanlrock Ford and the second response was submitted by Downtown Ford of Sacramento. These two responses were compared to the terms offered under the State contract. The results are tabulated below: ~-------------------------------------------~----~----------------- COPIES TO: ITEMNO.~ :/staff-re/veh i cI es/marked/04-0 7 . doc EQUIPMENT: The equipment offered by the bidders was identical with the exception that the Shamrock Ford offer cffies not include wig wags or push bar. A wig wag is an electronic device which allows vehicle lights to flash on and off. This device is widely available at low cost and can be easily added during the outfitting of _u the vehicle with other emergency equipment. A push bar is a metal device bolted on to the bumper which. allows officers to push stalled vehicles from the road. Typically, the City attempts to remove the push bar from the vehicle being retired and reinstall it on the replacement vehicle; however, often times changes in the bolt pattern or bumper design will prevent the reuse of push bars. Should new push bars be required, they will be obtained at the time the vehicle is outfitted with other emergency equipment. For comparison purposes, the offer from Shanrrock Ford has been increased by $402.69 to reflect the absence of wig wags and push bars. This adjustment is based upon State Contract pricing. WARRANTY: All base vehicle bids included a 100,000 mile drive train warranty. In addition to the drive train warranty, Ford Motor Company offers an extended service warranty. This warranty is called "Extended Care" and warrants additional systems from failure. In the past, the City has routinely purchased the best warranty available in order to minimize maintenance costs. The cost of the extended warranty is itemized and included in the total. ANAL YSIS: The purpose of the bid waiver was to determine if better terms could be obtained by negotiation rather than by purchasing under the State contract. If better terms could be obtained, the City Council authorized Staff to purchase from the vendor offering the lowest price. Per the State contract, the cost to purchase four patrol vehicles, with an extended warranty, is $113,032.00. The adjusted cost to purchase the same vehicles from Shanrrock Ford, the low bidder, is $104,052.48 or $8,979.52 less than the State contract. In addition to the lower purchase price, the City will . receive a portion of the sales tax since the vehicles will be purchased from a vendor located within the City of Dublin. Downtown Ford submitted a bid of$106,726.76 which was $6,305.24 less than the State bid, but $2,674.28 more than the bid from Shamrock Ford. Consequently, the bid from Shamrock Ford is superior based upon price, sales tax recovery, and the benefits of dealing with a local vendor. Based upon the fact that Shamrock Ford was the low bidder and the City Council had formally waived the competitive bid process, staff ordered four replacement patrol vehicles from Shamrock Ford on March 30, 1998. The City will take delivery of these vehicles on or about July 20, 1998. OUTFITTING VEIDCLES; Following delivery, the City will be responsible for the costs required to mark the vehicles and to install radios, lights, sirens, opticom units and other emergency equipment. The City will remove most of this equipment from current vehicles as they are retired and reinstall the equipment on the replacement vehicles. Vehide emergency equipment is used for a minimum of six years. The costs associated with the marking and outfitting of the replacement patrol vehicles will be part of the Fiscal Year 1998-99 budget. Any additional equipment purchase will be in conformity with the Purchasing Ordinance. FUNDING SOURCE; The purchase of these vehicles will be financed from reserves in the Internal Service Fund (ISF) for Vehicle Replacement. Staffwill request that the delivery of the vehicles occur after July 1, 1998. Therefore, the estimated expenditure will be identified in the Fiscal Year 1998-99 ISF Informational Budget. . -~- . . . T- ... CITY OF DUBLIN 1998 POLICE VEHICLE PROPOSAL FORM I have received the documents titled "Request for Proposal", "Instructions" and "City of Dublin: Specifications 1998 Police Patrol Vehicles. I have read and understood these documents and how they relate to the City of Dublin's proposed purchase of four (4) new 1998 police patrol vehicles. Furthermore, I understand the scope of the requested purchase and the conditions required. In submitting this proposal, I agree: 1. To hold my proposal open for 30 days from the date that the City of Dublin receives this proposal. 2. To comply with the provisions the "Request for Proposal" "Instructions" and "Specifications. " 3. To enter into a written contract based upon a purchase order reflecting the terms stated within this offer. My proposal is as follows: A. Vehicle Description: Make FORD Model: CRQU]'.J VICIDRIA Year: 1998 8. Delivery Schedule: Delivery shall be completed with 1998 20 days after July 1, C. Vehicle Cost: (AS defined in sections "A", and "8" of the Bid Specifications) Cost Per Vehicle Total Cost for 5 Vehicles Base Cost of Vehicle $ 20,781.00 $ 103.905.00 - -.--. _.~----_.y_._--~ _._-~~--~ ----- -, -- - .~~_.. -.--- - Delivery Cost $ 0 $ o 8.572.15 Taxes $ 1,716..43 $ All Other Charges (attach list) $ 0 o $ TOTAL VEHICLE COST \ $ \ $ 112.477 .15 22,495.43 D. Cost of factory authorized sefilice program (2S defined in Section "C" of Specifications Cost 1 Car Taxes/Other Charges Total Cost Per Car Total Cost (Unit Cost X 5) $ 1950.JO 7J $ 19 )\) .00 9750.00 $ $ S~~~oc-\- ~ O~~ EXHIBIT 1 7 E. Cost of optional factory authorized "Extra Care' program (as defined in Section "0" of Specifications Cost 1 CCii Taxes/Other Total Cost Total Cost (Unit Cost X 5) ("1-_____ ",-",.a.. ~C.w 1"""\_.... f"__ ...,11.... ....."""', $ 3115.00 $ ;3 $ 3115.00 $ 15,575.00 Proposer Information Name of Firm Submitting Offer: SlW1ROCK FORD. INC. Signature of Authorized Firm Representative: Printed Name: JOHN 1. KREHBIEL Date: 03-20-qS Title: FLEIT SALES MANAGER Business Address: 7499 DUBLIN BLVD. DUBLIN. CA. 94568 Telephone: 510 829-5211 ". -. - .. ----..- . .- ..--. . . - - . .- ._-_.~~-,~.- ---- -- ,--_.~._-------._-- NarES: . EXCEPTIONS t1ADE PART OF BID PRopbsAC'-- -,,'-,-,- - -0-_-, -" 'C --,,~_."- 1. FACTORY INSTALLED OPTIONS; IT El'1S (17) & (18) Item 17 "wig \-lags: and item 13 Push Bumper are not available as "Factory Installed Options". Those items are excluded from this bid proposal 2. The final order date for Police Vehilcles is April 4, 1998. Orders for 1998 Ford Crown Victoria Police Vehicle must be rec:~i\T2.j by Ford t1otor Company prior to April 4, 1998. ... . . . . . . .. CITY OF DUBLIN 1998 POLICE VEHICLE PROPOSAL FORM I have received the documents titled "Request for proposal", "Instructions" and "City of Dublin: Specifications 1998 Police Patrol Vehicles. I have read and understood these documents and how they relate to the City of Dublin's proposed purchase of four (4) new 1998 police patrol vehicles. Furthermore, I understand the scope of the requested purchase and the conditions required. In submitting this proposal, I agree: {-1. To hold my proposal open for 30 days from the date that the City of Dublin receives this proposal. 2. To comply with the provisions the "Request for Proposal" "Instructions" and "Specifications." 3. To enter into a written contract based upon a purchase order reflecting the terms stated within this offer. My proposal is as follows: A. Vehicle Description: Make f-ou) Model: r;L-i)i..<.rr-.) LIfe!-- Year: ~ B. Delivery Schedule: Delivery shall be completed with :3() days after July 1, 1998 C. Vehicle Cost: (As defined in sections "A", and "B" of the Bid Specifications) Cost Per Vehicle Total Cost for 5 Vehicles Base Cost of Vehicle $ ~~';):?;2-- $ //Z f~()-- $ ~d Delivery Cost $ ~ Taxes $ --;~~7f(gj'-- $ $ 97~3'. ~-- All Other Charges (attach list) $ TOTAL VEHICLE COST I $ d-..5;57t.6f *'" 1$ /0~53. s-) D. Cost of factory authorized service program (as defined in Section "C" of Specifications ' *"b~cJ~~~~~w~.d7~. Cost Taxes/Other Total Cost 1 Car Charges Per Car $ Jf~ktid- ~ ~p~ Total Cost (Unit Cost X 5) $ $ f1 ~t(--,l, C.-j l-C <; u iD Im\ H(.~ .' l' . I , ... I 'i.. . ~ -\.">m oi=l. I - .pC' :L{:~ I t ,,,Sot- 0:'-0 <;O.t.-.o ", ,,'.5. +- 6 f c.......L.. L i D (.J rt-7 t:L:L CJj 5/ r I '7 t.:..~ ~ '/\::! ,'/'l I / EXHIBIT 2 ; U,i- o++- b:~ 1-E . .. E. Cost of optional factory authorized "Extra Care' program (as defined in Section "0" of . Specifications Cost 1 Car Taxes/Other Charges Total Cost One Car Total Cost (Unit Cost X 5) $ $ $ $ Proposer Information Name of Firm Submitting Offer: bou.) .'l\'+'i).),J ~J <;w. f"e s. Signature of Authorized Firm Representative: Printed Name: ':pA. V ~ 0 FZcbb-sS 3-z'l-7'iJ FI Ec+ (Y) J'ltJfJ '7 E,~ , Business Address: 5' 2- > /L) /6/11 Telephone: 9/b-l./Lf z.. -6 $- 3) Date: skd . /I c/~ s8l i./ S4.C,Uv4yy)C,..Y-f.o.. l-,Ll Title: . ~c6L ~~"0- 2...\ 1~C?~ State of California Contract #1-98-23-14 1998 Ford Crow~Victoria Police Interceptor OPTION LIST .,t: l~: ~\~ ~~~~ II II ~~:;"2::~~'c;:t6rs>A\~if~i'e;,: P~lic~'Crea~Yellow (B I )~..tight Prairie Ta~1"dCMetallic (BA), Medium Brown :-'ktallic (8U). Toreador Red C'C .__r_ ~_-..:'_'__~ . _r_~___'~ -----~~, ' <',':.:":MctaIli( (Fl.^); Spruce Green C'C Metallic (FS), Dark Green Satin CC Metallic (FlU), Light Denim Blue OC Metallic (KI) Medium f?:.i.f':;:i;~~\y~~~<~wood ~1~~<?9M~~~iYllt.,~~~Jg~J~}(); ~g~~Blue (Uvl~~ight Blue Metallic (~~), UI~)31ue CIC ~Ietal~~c, (MY!), ~ight i,~4;;,;>~~~~~eyJ~),Sl.lver.,Qte~i!f~,~~:M:earup1,,Q~~~~%G:M~tallIC (TP)i~~~Jver Frost ~!~eta~!;rilS2'. ~~~E~.;qf. (UA). Vl~:ant W~117;;S,('(,:. '.' C (\VT) }\.1edtuffi Tltamum CIC MetallIc (YG) ~~ ' ._r.~':X~'..n...";-"._'" ".,/,v ,-,;"",.<,'''o'-,.,,,.c-,.,,":,,,"~,.- -. ;. ..t.~'''~''.' ,. . : .---~ Order ~ut-off is March 31, 1998 ,":.~\,~'.,~;~:, :';.~~~~~f~~~::~l; , ,,~~1T?~.:o.o.~~~~~'~~;~=~t~:::iJ,;,;~t,:'_<~_ ;' For immediate delivery, we have vehicles in stock. Please call (916)'442-6931 and ask for Dave Forbess or Mary Yci~g fo~~ore~ -; ". {information. ~~ :jill\'. ., ,"C" " Municipal Lease Rates as low as 5.05% APR on Credit Approval. Call for more infom1ation (916) .+41-6931. ::'ff'; ;f.;~~ -..... .-- -,-,..---":" A . . .,..>~:~: DESCRIPTION ,HIOUNT DESCRIPTIO;-'; AMOUNT Speed ContlOl S 217.00 C\G . Compressed \atural Gas Engine 6035.00 Ami-Spin Differential (;-.1ot milable w/anti-Iock brakes) 93.50 Roof Reinforcement . 98.00 HD Rubber Floor Coverings 44.00 Silicone Hoses 212.00 Locking Gas Cap 49.00 Hub Caps in Lieu of Standard 15.00 Uniwsal Keys (all units in flee! keyed alike) 97.00 .-\uxiliary Fuse Box 56.00 Manuals Driver controlled door locks 22.00 Flat rate manual 169.00 Driver controlled windows 22.00 Pans manual 169.00 Driver and Passenger comlOlled door locks 22.00 Service manual 169.00 Driver and Passenger contlOlled windO\\"S 22.00 Paint Decklid warning lights 149.00 \<!onOlone Factory standard colors 73.00 Package tray II'arning lights 119.00 Factory fleet color 345.00 From prep wiring package 89.00 \on-FaclOry color 550.00 Horn:' Siren wiring package 49.00 One color iactory standard: one color factory non-standard 586.00 Push bumper 16". installed I Selina) 299.00 BOlh colors factory non-standard 550.00 \rig wags 73.00 BOlh colors factory standard 586.00 Pro straim rear seat. installed 399.00 Two rear doors CHP white 194.00 Setina panitions (Includes lower extension panels-installed) Radio 5-5 window folds dO\\lI ; great for unmarked cars 529.00 AM, FyI Stereo. installed 289.00 6-S full stationary window 489.00 A\1 F\I Stereo with Cassene. installed 365.00 7-5 stationary vinyl coated expanded metal 4.+9.00 Radio closure plate 33.00 8-$ half expanded metal j halflex:m 499.00 Seats 9-5 spring loaded self lifting center window 549.00 , Full bench seats Not Available 10-$ window slides open horizontally 532.00 , Split bench. H.D. cloth & vinyl. includes power 88.00 Delections and Credits Split bench. RD. vinyl. includes power 88.00 Delete extended warranty 13yrs, 36.000 '.Iile powemainJ -] 500.00 Rear RD. vinyl 169.00 (retains standard 3yr'36.000 mile bumper to bumper) ~lisceIlaneous Delete anti-lock brakes -186.00 Spotlights. left and right. clear. post mounted inst~lIed 472.00 Delete power driver's seat .188.00 Dealer in5taIled undercoating'- 179.00 Spollighl prep credit (smooth a pillarsr.. . ---_._~ ~ --~ . .- 58~00' - . .,~~; J'1lL - ~~ ,/ =* "'-., .;~ ~/>'-"'''l, ,I ~ IT - ~~ ..... I\ I ".' ,"gs.aU ; I ..>. o~\~ \L- Co.,,\ S0-. c.. ~ .. c. Two - Tone Option #3 - CHP -~-;,~~T.. :/'!.:~:'~ .'. . ".., .. ~''''"':~ ......-' wi '-.------- ------ Iii-\') ~ ~/. , ..'~ 1\ ,6 '. ,. . - :....--., e~cc . '-.~ ":-4:;'" :". EXHIBIT 3 . .,. . ",.. .." - .. ~,.-; . Ford requires you to have a Fleet Identification~~~oer b~fcire'We' can..ord~ryour vehicles. If you don't have one orare Unsure IfyQU :.:.' ha,:e one. please call Ford at 1-800- 34-FLEET. """."",:..,,-,"t"<;:,.., ,..:':;.,~"'""'<;';.'-""~;~ '.<",,"':\;o;);,\~i.i~':.'.':'."~'>..:':': -............. -