Loading...
HomeMy WebLinkAbout30- Purchasing CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL AC111ON From: Dean R. Meech Subject: Purchase of Police Vehicles Purchasing Agent �' ' ° 1988/89 Budget Dept: purchasing Police Department n Date: March 1, 1988 Ia Synopsis of Previous Council action: None Recommended motion: Adopt Resolution Dean R. M Signa re Contact person: Dean R. Meech, Purchasing Agent Phone: 384-5085 Supporting data attached: Yes Ward: N/A FUNDING REQUIREMENTS: Amount: $177,250.86 Dodge $207,009.68 Ford Source: (ACCT. NO. ) 001-213-55120 9 Po I:« 13.11-1 (ACCT. DESCRIPTION) Police Patrol Vehicles Finance: G+---- / — Council Notes: CI& OF SAN BERNARDINO - REQUEST FOR COUNCIL ACfl'ON STAFF REPORT PROPOSED ACTION AUTHORIZE THE PURCHASE OF FIFTEEN NEW POLICE PATROL VEHICLES THROUGH THE DEPARTMENT OF GENERAL SERVICES, STATE OF CALIFORNIA OR OUTSIDE OF THE STATE PROCUREMENT. BACKGROUND INFORMATION The proposed purchase is for fifteen (15) police patrol vehicles to be utilized in daily patrol operations of the Police Department. Procurement at this time and in this manner is consistent with the acquisition schedule for replacement of this type vehicle. The State of California through its cooperative purchasing program, affords political subdivisions the opportunity to participate in volume purchases in order to obtain equipment at the best possible price. In this respect the State recently awarded a contract for furnishing a number of 1988 model police patrol vehicles. In accordance with the State specifications, the City may purchase from this contract through the Department of General Services. The vehicle offered through the State contract is the Dodge Diplomat. Specifications for this vehicle have been reviewed with the Equipment Superintendent who concurs that the vehicle meets all requirements for the intended use. The unit price is $11,081.38. Purchase price for fifteen vehicles under the State contract would be $174,775.00 including all applicable taxes and State service charge. Transportation charge from delivery point of Sacramento, CA. , will be approximately $165.00 per vehicle ($2,475.00) total of $177,250.86. The police department has made a good case favoring the Ford Crown Victoria as attached memos support. Re: Ford, superior frames, (safety) ; Dodge, unstable front ends; Dodge, initial cost saving lost in higher maintenance costs; Ford, higher resale value when the City is finished with the vehicles; Ford, superior cooling system; Ford, larger interior, etc. The Los Angeles Sheriff's Department and the San Bernardino Sheriff's Department both specify the Ford and picked the Ford over the Dodge. At a meeting on February 17, 1988 in purchasing it was felt the Equipment Superintendent and the Police Department could agree on the Ford police model if Council agrees. The Fords would be purchased direct from the same vendor at the same price offered San Bernardino County, thus saving the County service charges. r The unit price is $12,988.13. Purchase price for fifteen vehicles including tax is $206,509.68. Transport is approximately $500.00 from Wilnix Ford, Pomona for a grand total of $207,009.68. In veiw of the foregoing it is recommended that the procurement action on one of the two Police model inventory price listings attached as proposed herein be approved. Funding for these vehicles will be included in the 1988/89 budget. Note: the Cut-off date for the State contract is April 1, 1988. This department is at your disposal for any questions you may have. As I would assume, so is the Garage and Police Department. Dean R. Meech, Purchasing Agent e I -2- SF0037 1988/89 DODGE POLICE VEHICLES 15 EA BID F79-001417, AUTOMOBILE, 1988 MODEL CHP, CLASS "E" SPECIAL SERVICE VEHICLE IN ACCORDANCE WITH STATE SPECIFICATIONS 2310-72K-03, DATED OCTOBER 1987 MAKE - DODGE MODEL - DIPLOMAT (MGL41) 4 DR. SEDAN, (318CID V-8) $10,114.00 AND WITH THE FOLLOWING EQUIPMENT INSTALLED: 15 EA DOOR LOCKS, POWER 182.33 15 EA KEYS, UNIVERSAL 15.90 15 EA LOW GEAR LOCKOUT, ESTIMATE 12.00 15 EA OIL PRESSURE GAUGE (CODE JFBN00) 64.52 15 EA SEAT, FRONT, BENCH, SPLIT, HD VINYL, TAUPE COLOR CODE(KX) 327.75 1.5 EA SEAT, REAR, HD VINYL (DEALER INSTALLED) 85.00 1.5 EA SPOTLIGHTS, LEFT AND RIGHT, CLEAR, CHROME POST MOUNTED, INSTALLED (REF UTILITY MODEL 225) 210.00 15 EA ROOF WIRING, (8 WIRE) WHOLE IN CENTER SINGLE PULL TO FRONT FOR LIGHTS (CODE XHC) 44.88 15 SETS WHEELS, HEAVY DUTY 14" WITH P215/70HR14 TIRES C (GOODYEAR EAGLE GT/HR) (5 EA) SET 25.00 TOTAL EXTRA EQUIPMENT: $967.38 TOTAL (ONE CAR) : $11,081.38 TOTAL (FIFTEEN CARS) : $166,220.70 STATE CONTRACT SERVICE CHARGE 1,662.20 TOTAL 167,882.90 $200 DISCOUNT PER CAR @ 15 CARS = $3,000 - 3,000.00 TOTAL 164,882.90 6% TAX 9,892.97 TOTAL 174,745.00 APPROXIMATELY $165 PER CAR TRANSPORT 2,475.00 v SF003r `0% r.- 1988/89 FORD POLICE VEHICLES 1.5 EA 1988 FORD CROWN VICTORIA "S" 4-DOOR POLICE SEDAN, CODE #55A POLICE PACKAGE 351- V8 POLICE ENGINE, WHEELBASE: 114" MAKE - FORD $12,296.17 AND WITH THE FOLLOWING EQUIPMENT INSTALLED: 15 EA TILT STEERING WHEEL 105.72 15 EA COOLING SYSTEM, EXTRA HD, TRAILER TOWING TYPE RADIATOR 33.00 15 EA GAUGES: AMP, OIL AND WATER 167.20 15 EA INOPERATIVE DOOR JAMB SWITCHES 8.45 15 EA SINGLE KEY LOCKING SYSTEM, ALL UNITS KEYED ALIKE 16.90 15 EA TWO (2) EXTRA KEYS PER UNIT 1.50 15 EA SPOTLIGHTS, LEFT AND RIGHT, UTILITY 6" PILLAR MOUNTED 178.10 15 EA BODYSIDE MOLDINGS, FRONT DOOR MOLDINGS SHIPPED LOOSE 63.48 15 SETS HD FRONT AND REAR FLOOR COVERING (RUBBER) 22.81 15 EA DECKLID RELEASE, MOUNTED LH SIDE OF STEERING COLUMN 19.85 15 EA RADIO CONDUIT WIRING, 1 1/2" 71.80 15 EA SPLIT BENCH FRONT SEAT (NON-RECLINE) WITH CLOTH TRIM 28.00 15 EA EXTRA SET OF SEAT BELTS FOR DRIVER AND PASSENGER, SHIPPED LOOSE 30.00 15 EA DELETE AM RADIO (-54.95) TOTAL EXTRA EQUIPMENT: $691.86 TOTAL (ONE CAR) : $12,988.03 TOTAL (FIFTEEN CARS) : $194,820.45 6% TAX 11,689.23 TOTAL 206,509.68 TRANSPORT 500.00 GRAND TOTAL $207,009.68 L 4TY OF SAN BER ARDINO - MEMO ANDUL-. To DEAN MEEC H From JOHN LEIN PURCHASING AGENT Subject POLICE PATROL VEHICLE PURCHASE Date MARCH 1 , 1988 Approved Date Recalling our meeting of February 17, 1988, during which Captain Dan Robbins recommended that the replacement fleet of (15) fifteen patrol vehicles be Ford products, we are still awaiting the information regard- ing the bid offered to the San Bernardino Sheriff's Department. As you know, this recommendation was based upon, among other factors, our belief that the maintenance costs experience of previous and current Ford patrol vehicles were and are significantly lower than the Dodge vehicles. Another element recently surfaced which favors the purchase of the Ford vehicles . The police department, as phase two of the Computer Aided Dispatch system, hopefully will be installing Mobile Digital Terminals (MDT) in patrol vehicles in the near future. This requires adequate space in the front compartment for installation of the mobile devices without eliminating the front passenger seating space. In a study by the Los Angeles Police Department, it was found that the Ford vehicles had the only police package available which could accommodate the MDT and still operate two officer vehicles. I have completed the option package selection as you requested for the Dodge Diplomat. (Please see attached) . CITY OF SAN BERNARDINO - MEMORANDUM To CAPTAIN D. A. ROBBINS From LT. T. MAIER Subject VEHICLE COMPARISONS Date 3-7-88 FORD vs DODGE (POLICE PATROL VEHICLES) Approved Date As per your request, I have collected data comparing the Ford Crown Victoria with the Dodge Diplomat for police patrol vehicles. The following individuals provided their opinions for our consideration: Sergeant Randall L. Nichols Communications and Fleet Management Bureau Los Angeles County Sheriff's Department Ph: (213) 267-2511 Al Daniel Fleet Maintenance San Bernardino County Sheriff's Department Ph: (714) 387-3770 Sergeant Nichols was contacted on 11-18-87, at the L.A. County Fair Grounds. Sergeant Nichols was conducting tests on four police patrol sedans: Chevrolet Caprice, Ford Crown Victoria, Ford Mustang, and Dodge Diplomat. Each car was put through a battery of tests which were being measured by sophisticated test equipment and technicians. When questioned about the test results and his opinions, Sergeant Nichols stated the Chevrolets and Fords were superior to the Dodge. When asked why, Sergeant Nichols stated that both the Ford and Chevrolet had full frames while the Dodge had a unibody with a stub or "K" frames in front. He added that this was a cheaper method of building the car, but that these front ends (Dodge) were highly unstable and inherently run up high maintenance costs during their service life. He drew our atten- tion to the fact tht the Dodge being tested had already had front-end prob- lems during the test and was having to be repaired before testing could con- tinue. He reiterated that any savings made in the initial purchase of the Dodge was quickly lost to front-end repairs. Sergeant Nichols stated of the three makes of cars tested, the Dodge had finished last in acceleration, braking, and handling. Al Daniel was contacted on 3-7-88, at his office by telephone. Mr. Daniel stated the Sheriff's Department has been using the Ford Crown Victoria for the past several years. He stated 1982 was the last year they had purchased Dodge Diplomats. I asked Mr. Daniel why they had switched to Fords, noting that the initial cost of the Ford was higher. He stated the Dodge' s initial cost savings was lost in higher maintenance costs, especially in front-end repairs. He further noted the Dodge' s experienced much greater down time than the Fords. He listed the following as reasons the Sheriff's Department continued to purchase Fords over Dodges: (1 ) the Ford has a full frame which makes it • 3 $"APTAIN D. A. ROBBINS ;L4EHICLE COMPARISONS 3-7-88 PAGE 2 safer, more stable, and provide much cheaper maintenance ("K frames cost from $750 to $900 each. . . .We couldn't keep front ends under the Dodges" ) ; (2) the Fords have a $1300-$2200 higher resale when sold at the end of their service life; (3) a Ford with front-end damage can be cut in half and welded to a Ford with rear end damage for $2000-$3000, thus saving approximately $9000 in replacement costs (The Sheriff' s Department does this on a regular basis. Mr. Daniel states this cannot be done with the Dodges, that they must be scrapped instead. ) ; (4) the Ford has a superior cooling system which saves in repair costs; (5) Ford has an extended warranty system which covers the car for three full years, thus allowing the cars to be operated for three full years; (6) the Ford' s have a much larger interior which assists in pre- venting officer fatigue; (7) the Ford has larger trunk space allowing for standard size equipment holders which cannot be used in the Dodges (We have standard equipment holders in stock, but cannot use them in the Dodges. ) . I have enclosed cost breakdowns for both Ford Crown Victoria and Dodge Dip- lomat. The unit cost of the Ford, including tax, is $ 11,746.26 vs $11 ,468. 17 for the Dodge. The cost difference per unit is $ 2,021.05. The cost difference for 15 units will be $30,315.75. It is our opinion that the cost of the Ford over a three-year period will be lower than that of the Dodge and, at the same time, is a safer car to operate. Its heavier frame will provide more safety which, in dollars, would provide a healthy savings. The Ford' s larger interior provides a greater amount of comfort to the operator which aids in the prevention of fatigue and stress, which is also a cost savings. The Ford' s margin of value can also be seen in its greater resale value which provides proof of its durability and performance. Respectfully submitted, THOMAS D. MAIER, LIEUTENANT OF CALIFORNIA Date Prepared By Agency Billing Code Purchase Request Numoer Page Number, TMENT OF GENERAL SERVICES E OF (PROCUREMENT 8/27/87 FOR OFFICE OF PROCUREMENT USE ONLY! S aL AGENCY H CITY OF SAN BERNARDINO CENTRAL GARAGE :HASE REQUEST P 182 S. Sierra Way San Bernardino, Ca 92408 36 (Rev 10/85) T 0 TO: A CITY OF SAN BERNARDINO e of Procurement I 42804 OFFICE OF THE PURCHASING AGENT I mento, CA 94204-0001 L 250 W. Cluster Street San Bernardino, Ca. 92408 T :y Contact Regarding This Request (Name, Title, 5 Phone Number) 0 (Purchase Order & Invoice Copies Will Be DEAN R. MEECH, PURCHASING AGENT 714-384-5085 � Sent In Triolicate To "MAIL TO" Address) IOUANTITY JUNIT (STATE STOCK NUMBER JOESCRIPTION JUNIT PRICE (EXTENSION i y requests that the State Office of Procurement purchase the items specified below under Provisions of California c Contract Code Section 10324. 15 ea 1988 Model Calif rnia Highway Patrol Full-Size $10,854.00 Sedan (wheelbas 112 - 116 inches) xX ea 1988 Model Calif rnia Highway Patrol Special Service High Spe d Sedan CHANGE ORDER REDUCE AMOUNT OF ITEM 1 FROM 20 EA. TO 15 EA. i IMAXIMUM FUNDS AVAILABLE FOR THIS PURCHASE $ ocal agency accepts sole responsibility for payment to the vendor, and will make a payment directly to the vendor :cordance with the provisions of the purchase order. It is understood that the Statc shall incur no financial nsibility in connection with this purchase. The local agency agrees to pay promptly, when billed, all charges of apartment of Gen 1 Service for/rendering the service. C I T Y O F S A N B E R N A R D I N 0 t INTEROFFICE MEMORANDUM 8708-108 i i, TO: DEAN MEECH, PURCHASING AGENT FROM: WARREN A. KNUDSON, DIRECTOR OF FINANCE SUBJECT: PRELIMINARY COMMITMENT TO STATE CONTRACT - PATROL VEHICLES DATE: AUGUST 26 , 1987 ( 7178 ) COPIES: CITY ADMINISTRATOR ------------------------------------------------------------- You have recently made notification that the State of California requires a preliminary commitment by August 31 , on the number of patrol vehicles the City may be interested in for delivery in 1988-89 . This notification is preliminary and there will be an opportunity to reduce the number that we actually order at a later date . This preliminary number may well be changed since the procedure for ordering these vehicles is under review . After my discussion with the City Administrator, on August 24, you are requested to place the preliminary order for 15 vehicles . Hopefully by the time a firm commitment is required , the review of the order process will be completed . ka. Q jc-.� WARREN A . KNUDSON Director Of Finance vm ITY OF SAN ..oER :ARDINO — _JEMORANDU,.J To The Honorable Mayor & Common Council From Dean R. Meech Subject Purchase of Police Vehicles 1987/88 Date Purchasing Agent August 21, 1987 Approved Date The Purchasing Agent received correspondence August 18, 1987 issuing a cut-off date of August 31, 1987 for placing our order through the State Department of General Services contract. The Police Department & Garage Superintendent were contacted this date and amount of vehicles determined (25 each) . The Purchasing Agent would like a recommendation on procurement action so as to take advantage of the State contract and economies afforded therein. Respectfully, 10,04 00 Or DEAN-Jr. MEECH Purchasing Age t'FM`)t= j p f STATE Gr CAUFORNIA—STATE AND CONSUMER SERVICES AGL. Y GEORGE DEUKMEJIAN, t,..vwrai DEPARTMENT OF GENERAL SERVICES Box 942804 Sacramento, G 94204-0001 August 12, 1987 TO ALL PARTICIPATING AGENCIES Subject: 1988 Model CHP Sedans, Full Size and High Speed The Cooperative Purchasing Program is requesting input on the quantity of 1988 model highway patrol specification vehicles that you may require. Again this year, both the full -size vehicles (wheelbase 112-116 inches) and the smaller high speed vehicle (wheelbase 100-106 inches) will be offered on contract. There are no changes from the 1987 specifications regarding performance, handling, or other minimum requirements. The two vehicles offered under the 1987 CHP vehicle contract were the Chevrolet Caprice for a net cost of $10,854 (with an 100,000-mile warranty) and the Ford Mustana for a cost of $10,427. Please list your requirements on the attached form and return it to our office by August 31 , 1987. As soon as the bids are awarded, we ;:ill send you recaps showing the base prices and options available. You can then submit your requests with exact quantities, options , and colors specified, along with your agency' s authorizing resolution. Sincerely yours, ,6', ..c�3— 11, :„QcY Bus Eddy, Buyer Cooperative Purchasing 916/445-6681 WLt:terry Attachment 'ter/ 1 RESOLUTION NO. 2 RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE DEPARTMENT OF GENERAL SERVICES OF THE STATE OF CALIFORNIA TO PURCHASE UP TO FIFTEEN 3 POLICE PATROL VEHICLES. 4 1 BE IT RESOLVED THAT THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN 5 BERNARDINO DO HEREBY authorize the Office of Procurement, Department of 6 General Services of the State of California to purchase up to fifteen police patrol vehicles 1988 Model CHP Special Service, Class E Dodge Diplomat 8 1 (318 CID V-8) at a cost of $11,081.38 per vehicle or a maximum total of i q fifteen vehicles for $177,250.86 total cost. On the behalf of the City 10 I of San Bernardino pursuant to Section 10324 Public Contract Code & RESOLUTION 86-237 that the Purchasing Agent of San Bernardino is hereby authorized it 1 12 and directed to sign and deliver all necessary requests and other documents 13 in connection therewith for and on behalf of the City of San Bernardino. 14 I HEREBY CERTIFY that the foregoing resolution was duly adopted by 15 the Mayor and Common Council of the City of San Bernardino at a 16 meeting thereof, held on the day 17 of ,198 by the following vote, i to wit: 18 AYES: Council Members 19 20 NAYS: 21 ABSENT: 22 23 City Clerk 24 25 26 27 i 28 Resolution re-purchasing r_irteen police Uuuy- VC11111GJ 1 The foregoing resolution is hereby approved this day 2 of 198 3 4 5 Mayor of the City of San Bernardino 6 Approved as to form i and legal content: 7 8 City Attorney 9 10 11 12 i3 14 15 16 17 ' 18 19 !� 20 21 22 23 24 II 25 I 26 !I 27 28 I I I, �I 2 1 RESOLUTION NO. 2 RESOLUTION OF THE CI^1Y OF SAN BERNARDINO AUTHORIZING TO PURCHASE UP TO FIFTEEN POLICE PATROL VEHICLES. 3 BE IT RESOLVED THAT THE MAYOR AND COMMON COUNCIL OF THE 4 CITY OF SAN BERNARDINO DO HEREBY authorize the Department of 5 Purchasing to purchase up to fifteen police patrol vehicles 6 1988 Model CHP Special Service , Ford Crown Victoria 351-V8 at a cost of $12 ,988 .03 per vehicle or a maximum total of fifteen 8 vehicles for $207 ,009 . 68 total cost. The Purchasing Agent of 9 San Bernardino is hereby authorized and directed to sign and 10 deliver all necessary requests and other documents in connection 11 therewith for and on behalf of the City of San Bernardino. 12 I HEREBY CERTIFY that the foregoing resolution was duly 13 adopted by the Mayor and Common Council of the City of 14 San Bernardino at a meeting thereof_ , held on the 15 day of 198 by the following vote , 16 to wit: 17 AYES: Council Members 18 19 NAYS: 20 ABSENT: 21 22 23 City Clerk 24 25 26 27 28 1 Resolution regardi purchasing f teen police Ford vehicles 1 The foregoing resolution is hereby approved this day 2 of 198 3 4 5 Mayor of the City of San Bernardino Approved as to form 6 and legal content: 7 City Attorney 8 9 10 11 i !2 (3 14 15 16 i 17 II i 18 i 20 I 21 i 22 li 23 24 f 25 26 27 28 i