Loading...
HomeMy WebLinkAbout29-Purchasing . .. . . CITY OF SAN BERNQlDINO - REQUEST lOR COUNCIL ACTION From: Dean R. Meech, purchasi~~'!1.DMIH. MJect: Police Patrol Vehicles Purchasi ng IStl9 FEa 27 PM 2: 15 February 21, 1989 SF-38 ~ Dept: Date: Synopsis of Previous Council action: None Recommendad motion: Adopt Resolution ".", ~U' ~ ltatit Signature Contect person: Dean R. Meech, Purchasing Agent Phone: 384-5085 NIA Supporting date ettached: Yes Ward: FUNDING REQUIREMENTS: Amount: $211.209.68 Source: (Acct. No.) 001-213-55120 Finance: Acct. Descri tion Police Patrol Council Notes: A___...._ 1..__ 1ll.1_ ~q CITY OF SAN BERNAtDINO - REQUEST lOR COUNCIL ACTION STAFF REPORT SF-38 PROPOSED ACTION: Authorize the purchase of fifteen (15) new police patrol vehicles. BACKGROUNO: . The proposed purchase is for fifteen (15) police patrol vehicles to be utilized 1n daily patrol operations of the police department. Procurement at thi s time and in thi s manner is consi stent wi th the . acquisition schedule for replacement of this type of vehicle. The vehicle offered through the state contract is the Chevrolet Caprice. Specifications for this vehicle have been reviewed with the Fleet Manager and the pOlice department and found to be lacking in the options required. The fact is Chevrolet does not provide all the options deemed as necessary and that have been provided in the past by both Chrysler and Ford manufacturers. Chrysler did not offer a police package this year. They did not bid the State contract. We suspect they are getting out of this line of business. The Purchasing Agent, Fleet Manager and police department concur that the City does not need a third brand of vehicle in the fleet compliment at this time. Currently we have both Dodge and Ford products. The parts commitment, maintenance cost, parts cost and other intangible costs that would be required for a third bnand is not cost effective. The pol i ce department desires to conti nue uti 1 i zi ng the Ford vehicle which is the strongest vehicle available for police service. This position was affirmed regarding Ford's police vehicle by Council Action 1 ast year. Therefore, the state is offering. .the Chevrolet Caprice. The manufacturer's cut-off as conveyeq in the contract notification from the state was expected April I, 1989. As usual, the cut-off has occured before the announced time and .other government entities were given very little time to respond. This has occurred before. The state announced the cut off to us, the City, beginning 2-14-89. We had no way to react that swiftly and in view of the fact Chevrolet's are not practical it may be irrelevant. As occurred 1 ast year, we were expecti ng the Fords woul d be purchased di rect from the vendor at the same pri ci ng di scount offered to the County of San Bernardino thus saving the cost of County service charges. None of the bidders. will sell to the City at the County bid price because the pricing is structured on an eighty-five (85) vehicle lot. Our vehicle specifications are different from the County so we cannot request additional vehicles on their bid. They will, however, sell to the City at a fifteen (15) vehicle lot price. This involves approximately $800 to $1200 price difference between the County price and the City price (see letters attached). 75-0264 ~ " o . Staff Report - SF-38 February 24, 1989 Page 2 o SAN BERNARDINO COUNTY BID P-31 CITY OF SAN BERNARDINO COST VARIENCE Frits Ford $1,200 $ 840 $ 800 $12,997.22 $14,197.22 $14,059.00 $14,052.04 Fairview Ford $13,219.00 Wi1nix Ford $13,252.04 There is only $40 difference in price between Fairview Ford and Wi1nix . Ford but the City enjoys more than $40 difference in value. Now bear in mind this is a comparison of County equipped vehicles. Our vehicles are equipped slightly different. The County comparison was used to show market place established dollars. VALUES: Only one of the vendors utilizes the factory vehicle preparation center (Wilnix Ford). The center is owned, administered and operated by the Ford Motor Company. The City Fleet Manager prefers this type of operation as the mechanics are factory trained and provide custom improvement at no added cost. An example of unique capabilities the center provides is when the spotlights and other police lighting is installed, in-line fuses are also installed. The dealers and the manufacturers do not do this. Once the vehicle is released from the preparation center it goes to Hadley Auto Transport, a Ford Motor Company contract carrier, for truck convoy (not driven) to the City garage. When delivered the vehicles are in customer ready condition (ready to be utilized). The Ford Motor Company's three (3) year un1ilrited lrileage warranty was discontinued in January 1989. The City of San Bernardino is being awarded this exception per the Ford Motor Company this year. The unlimited mileage warranty is being offered from the Ford Motor Company thru Wilnix Ford in this proposal and is being offered at the 1988 prices. This is due to the connection to last year's purchase. Wilnix Ford was responsible for getting the Ford Motor Company representatives from Michigan to the City of San Bernardino. The Purchasing Agent and Fleet Manager had a long extensive meeting with the representatives to assure that this particular acquisition of police vehicles would meet our requirements. The association forged due to this good business relationship has allowed Ford to alter the limited warranty plan in our favor of unlimited mileage. The City has a distinct marketplace advantage due to the transa'ction 1 ast year. The re1 ati onship and repore with uni que and extraordi nary efforts taken by all parties insured that the City would not have a problem involving police vehicle procurement this year. ~ I .. o o Staff Report - SF-38 February 24, 1989 Page 3 Incidently, Wilnix Ford won the bid with the County last year. We purchased our vehicles from Wilnix Ford at the County price. The Fleet Manager and Purchasing Agent have been very pleased with the vendor's performance and service. ATTACHMENTS: 1. County Price Structure 2. Cost of Equipped City Police Vehicles ??~ce' Dean R. Meech, Purchasing Agent , ." 20 21 22 23 24 25 26 27 28 o o I RESOLUTION NO. 2 RESOLUTION of THE CITY of SAN BERNARDINO AUTHORIZING TO PURCHASE UP To FIFTEEN (15) POLICE PATROL VEHICLES. 3 4 BE IT R~SOLVED BY THE MAYOR AND CoMMON COUNCIL of THE CITY of SAN 5 6 BERNARDINO DO HEREBY authorize the Department of Purchasing to purchase up to fifteen (15) police patrol vehicles 19B9 Model CHP Special Service, Ford Crown Victoria 351-V8 at a cost of $13,857.18 per vehicle or a maximum total of fifteen (15) vehicles for $211,209.68 total cost. On behalf of the City of San Bernardino pursuant to Section 10324 Public Contract Code and RESOLUTION #86-237 that the Purchasin9 Agent of San Bernardino is hereby authorized and 7 8 9 10 11 directed to sign and deliver all necessary requests and other documents in 12 connection therewith for and on behalf of the City of San Bernardino. I HEREBY CERTIFY that the foregoing resolution was dUly adopted by the Mayor and Common Council of the City of San Bernardino at a 13 14 15 meeting thereof, held on the day 16 of ,198___, by the following vote, 17 18 19 to wit: AYES: Council Members NAYS: ABSENT: Clty Clerk. / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / 02-22-89 -1- 1& - '-.J ..__ o o I RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING TO PURCHASE UP TO FIFTEEN (15) POLICE PATROL VEHICLES. 2 3 The foregoing resolution is hereby approved this day 4 of , 198 5 6 EVlyn Wilcox, Mayor 7 City of San Bernardino 8. Approved as to form and legal content: 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 / / / / / / / / 25 / / / / / / / / 26 / / / / / / / / 27 / / / / / / / / 28 2-22-89 -2- - -. -J ,-I __ o o SF-38 1989/90 FORO POLICE VEHICLES 15 EA 1989 FORD CROWN VICTORIA "S" 4-DOOR POLICE SEDAN. CODE #55A POLICE PACKAGE 351-V8 POLICE ENGINE. WHEELBASE: 114" MAKE - FORO $13,132.91 AND WITH THE FOLLOWING EQUIPMENT INSTALLED: 15 EA TILT STEERING WHEEL 106,00 15 EA COOLING SYSTEM, EXTRA HD, TRAILER TOWING TYPE RADIATOR STD NIC 15 EA GAUGES: AMP, OIL AND WATER 166.00 15 EA INOPERATIVE DOOR JAMB SWITCHES 8.40 15 EA SINGLE KEY LOCKING SYSTEM, ALL UNITS KEYED ALIKE 16.80 15 EA TWO (2) EXTRA KEYS PER UNIT 1.50 15 EA SPOTLIGHTS, LEFT AND RIGHT, UTILITY 6" PILLAR MOUNTED 177.82 15 EA BODYSIDE MOLDINGS, FRONT DOOR MOLDINGS SHIPPED LOOSE 63.70 15 SETS HD FRONT AND REAR FLOOR COVERING (RUBBER) 23.00 15 EA DECKLID RELEASE. MOUNTED LH SIDE OF STEERING COLUMN 20.30 15 EA RADIO CONDUIT WIRING, Ii" 83.00 15 EA SPLIT BENCH FRONT SEAT (NON-RECLINE) WITH CLOTH TRIM 31.00 15 EA DELETE AM RADIO (CREDIT OPTION) 1175.00) 15 EA TWO-TONE/CHP PATTERN (ONE COLOR TOP & TWO FRONT DOORS...SECOND COLOR BALANCE OF CAR 169.00 15 EA WIRING, SINGLE PULL TO ROOF FOR LIGHTS WITH HOLE AND SEAL TO CENTER (CODE XHC) 32.75 TOTAL EXTRA EQUIPMENT: 724.27 TOTAL (ONE CAR): $13,857.18 TOTAL (FIFTEEN CARS): $207.B57.70 6% TAX $12.471.46 TOTAL $220.329.16 TRANSPORT $500.00 UNLIMITED MILEAGE WARRANTY - $280.00 H~W ~AR = t4 ,nn nn SUB TOTAL GRAND TOTAL $207.009.68 $211.209.68 "'-.- .~>W,'-'- NIxa-c.,. 611 EAST HOLT AVENUE. P.O. BOX 3070 POMONA, CALIFORNIA 91769 (714) 623-2101 February 10, 1989 City of San Bernardino 250 W. Cluster St. San Bernardino, Ca. 92408 Attention: Mr. Dean Meech, Purchasing Agent Dear Mr. Meech: Re: sale of police vehicles to the City of San Bernardino. Will Nix Ford will sell to the City of San Bernardino 1989 Ford Police Patrol Vehicles equipped in accordance with the County of San Bernardino proposal P-31 on the basis outlined below: Price per vehicle, each: $14,052.04 Plus sales tax. License fees, exempt. Plus warranty (Extended Service Contract). Regarding Item 2, under Options, Extended Warranty, Base ESP Coverage, 3 years/Unlimited miles with a $50.00 deductible after the first 12 months or 12,000 miles, price: $280.00 per vehicle. The current availability of this plan is questionable at this time because of changes that went into effect on January 1, 1989. I have contacted Mr. Jeff Moorman, Ford Motor Company,for clarification and will advise you as soon as possible. Thank you for the opportunity of submitting a quotation. Should you require any further information, please contact me. Sincerely, AO- - --Q STEPHF.N C. HALL Fleet Sales Manager -~ '~ SCH:rh A ..~I_ __0_ _J C"_I__ D C>__..:___~ o FRITTS FORD R. E. Frills. President ;1-.1-/11 Ll11 J4n- ~~~ It~: &~ ?>>~&'A: a/~~a~~ 1J~ d~S4: ~ nJr.tf -W )f?tW "!7~1 ~ ':?f~ ~7r7f .Wdn~ J_~~~ ftr~/h~'~1 ~~ .h.~M/P.4 a 1.f4-~ ~t~ ~U/JtUI .d~ c/ /!leJt'. &10 (f1J:e- &?e'~tM~ ~~a~~~!/f1~ ~i/ ""~ ~ -7 ~ c:J1f~ ~~ 1-1imI!J1 HurlS FORD ~..htd~ :M~VC:;J -tht'9f . t'. i' . -,., .. ..,.:.., ....u (.,') c'J-": ,.. -" -r.' II _ ~..-o '"f ."'--rl C) Q) ~V> r...' I ...-:t... " W G>_. ...'. 0..- .... r.,m '.. -0 ,,~I /'j.' ::::: ~:>:I , J----~,. ,._, N ::0;:::- "'-' .. -f~~ N ~s on,.," ~". \ PAT QUAID Fleet Manager - ~r' ~- Faf?view Ford Sales, I~. 292 NORTH G STREET P.O. BOX D!Ue SAN BERNARDINO. CALI,... 92412 Te...,hon_ (714) e84~92eJ _..- I [--'1/ CO;')' of I ~i-:,~.h .1i...l.\lil"_~'L.!~, '. '.: .... <:11"') ('tEl' AH I I'lL) ,\"'1\....' . . I L" ,. P'::J I i~ . U I.' I. I _J . ') I '.!' ~. ~ ...1.. t . . ~ .,.' ..... I February 15, 1989 Mr. Dean R. Meech Purchasing Agent City of San Bernardino 250 West Cluster Street San Bernardino, Ca. 92408 Subject: Fifteen Police Vehicles Dear Mr. Meech: Per our telephone conversation this date on the above fifteen vehicles, we can further offer the following extended service plans: ESP Base-3 years 150,000 miles--$490.00 ESP Plus-3 years 150,000 miles--$715.00 The above prices are on a per vehicle basis. Items covered under each plan are outlined in enclosed brochure. Fairview Ford perform our predelivery service on our own premises for a better control of quality. Hope the above information is satiSfactory and will be pleased to provide any further information. s, encl. I " " , ~ - , '. Fa~iew Ford Sales, I~. 292 NORTH G STREET P.O. BOX 5S18 SAN BERNARDINO. CALIF. 92412 Telephone (714) 884-9281 ;1 n ". ..< .,,> -~ 1m :t... ..... :J :: It ~ . . . February 2, 1989 Mr. Dean R. Meech Purchasing Agent City Of San Bernardino 250 West Cluster Street San Bernardino, Ca. 92408 Subject: Fifteen Police Vehicles Dear Mr. Meech: Per our telephone conversation this date regarding the above subject, we have contacted Ford Motor Company and were advised that the same volume discount which was applied to the San Bernardino County bid last October cannot be applied to a volume of less than one hundred vehicles. Based on this information, the best price we can propose on a vehicle equipped per San Bernardino County proposal 'P-31, dated 10/5/88 is: $14059.00, plus sales tax each. Hope the above information is satisfactory and I will be pleased to provide any further information required. rs, (1-'1 ' , -1 .-, -'~ '. I . .~. r' ". ~ :. t '. ! .; r.- .., lU (.., 83 I e' 1"".(, ...1 -'_ .J . ":1I"l'I':f,':li1'!.J:!ISVt:')" I.JI. t. ,. - ..' 'I!OH'ME'Q ;1".:s :!IJ .'. I . . . ~:Dn ,,:,m)> en" .."" mm.. o~.... n-" .Oe ::a2n ..~" ...... < m J: ii .... m .. ~,y OF SAN EaRNARDINO - CJEMORANDUM To Subject CAPT. WAYNE HARP PURCHASE OF POLICE PATROL SEDANS From LT. R. CURTIS 2-15-89 Date Approved Date PROBLEM: In FY 1989/90, the police department will budget for replacement marked police patrol sedans. The department must choose either the.Ford Crown Victoria or the Chevrolet Caprice as these two companies are the only manufacturers offerin9 a police sedan this year. RECOMMENDATIONS: I recommend that the department request to. purchase the Ford Crown Victoria as replacement marked police patrol sedans in FY 1989/90. FINDINGS: The department currently operates a ,mixed fleet of marked police patrol units comprised of Dodge Diplomats and Ford Crown Victorias. Dodge declined to submit a police patrol sedan this year for the State of California request for bids. The State of California bid was awarded to the Chevrolet Caprice which was the low bidder. An analysis of the two available vehicles was completed with the assistance of Robert Torbitt, Superintendent of Equipment Maintenance, and Dean Meech, Purchasing Agent, with the following findings. The three of us are in agreement that the Ford Crown Victoria is the best police patrol sedan available today and should be the vehicle purchased by the police department. The Ford is initially more.expensive to purchase but this cost '. savings is offset by the anticipated increased maintenance. of the Chevrolet Caprice. There have been no major problems encountered in operating and maintaining the Fords. The Fotds are larger and heavier than the Chevrolet Caprices and offer the occupants more protection during traffic collisions. The interior of the Ford is larger than the Chevrolet, offering occupants more room for comfort and reducing the fatigue of long hous of driving. The Chevrolet Caprice traditionally has experienced handling problems above 85 mph due to a light front end and weak front suspension. Ford has a.better extended warranty maintenance which is expected to reduce down time for police unit and improve the turn around time on warranty work. The selection of the Ford would additionally result in cost savings in the area of training for garage mechanics and the stocking of a third inventory of replacement parts. All three of us are of the opinion that the total cost of operating and maintaining the Ford Crown Victoria over a three year period will be lower than ihat of the Chevrolet Caprice. PRIDE ..( ~.:{ IN PROGRESS ," A' ":'.. ...oK.. -. J: .L","-_~ . I