Loading...
HomeMy WebLinkAbout11 - Purchase of Police Patrol VehiclesQ �EwaaR� O INA >, z Cq<I FO RNP TO: FROM CITY OF NEWPORT BEACH City Council Staff Report November 28, 2017 Agenda Item No. 11 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Jon Lewis, Chief of Police - 949-644-3701, jlewis@nbpd.org PREPARED BY: Damon Psaros, Lieutenant PHONE: 949-644-3660, dpsaros@nbpd.org TITLE: Approval for the Purchase of Police Patrol Vehicles ABSTRACT: The Police Department seeks City Council approval to purchase four Ford Police Interceptor Utility vehicles from Fairview Ford Sales, Inc. in accordance with the Department's annual vehicle replacement plan. Fairview Ford provided the lowest responsible bid for the vehicles in a competitive Request for Bid (RFB) process conducted by the Finance Department. The four black -and -white patrol vehicles scheduled for replacement meet the time, mileage and condition replacement criteria of Council Policy F-9. RECOMMENDATION: a) Determine this action is exempt from the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) and 15060(c)(3) of the CEQA Guidelines because this action will not result in a physical change to the environment, directly or indirectly; and b) Approve the purchase of four (4) Ford Police Interceptor Utility vehicles from Fairview Ford of San Bernardino, California, and authorize the City Manager to execute a Purchase Order in the amount of $127,631. FUNDING REQUIREMENTS: The current Fiscal Year 2017-18 adopted budget includes sufficient funding for this purchase. It will be expensed to the Police Department's Vehicle Replacement Account, 75303-911016. DISCUSSION: The Police Department continually evaluates the condition of its fleet and schedules vehicles for replacement during the annual budget preparation process. The replacement criteria in the City Vehicle/Equipment Replacement Guidelines (Council Policy F-9) are used to determine which vehicles will be replaced. Police patrol and traffic vehicles should normally be replaced after 4 years or 75,000 miles. Approval for the Purchase of Police Patrol Vehicles November 28, 2017 Page 2 The vehicles scheduled for replacement have all exceeded both the mileage and condition criteria of Council Policy F-9 and are beyond their recommended service life. The Ford Police Interceptor Utility vehicle was chosen from the available police package vehicles in 2012. It remains the Police Department's standard platform for black -and - white and plain patrol vehicles. The police package vehicle market is continuously reviewed to ensure the Police Department deploys the safest, most efficient vehicle that is best suited for heavy duty patrol use and the unique demands of Newport Beach. The Ford Police Interceptor Utility vehicle has performed extremely well throughout its service life, and it continues to be the police fleet industry standard for patrol vehicles. The replacement cost of the four vehicles is $127,631 which was the lowest bid obtained from a competitive bid process. RFB Process Using specifications developed by the Police Department, the City's Purchasing staff facilitated a competitive Request for Bid (RFB) solicitation for four (4) Ford Police Interceptor Utility vehicles. RFB No. 18-11 was published on September 19, 2017, and posted on the City's public bidding portal. The bid closed on October 6, 2017, and the City received five (5) bids. The table below provides a listing of all bidders and their respective bid prices for the requested vehicles, including a State of California - mandated tire recycling fee and any applicable documentation fees. The City's Purchasing policy calls for RFB solicitations to be awarded to the lowest responsive and responsible bidder. For this solicitation, Fairview Ford Sales, Inc. submitted the lowest bid of $127,631 and took no exceptions to the vehicle specifications published by the City. Furthermore, the City has experience in purchasing vehicles from Fairview Ford Sales, Inc., demonstrating to the City that this company is indeed the lowest responsive and responsible bidder. As such, following this competitive public procurement process, the City recommends selecting Fairview Ford Sales, Inc. 11-2 Fairview Fairway Raceway Santa Tom's Ford Ford Ford Margarita Truck Sales, Inc. Ford Center Unit Price $31,899.00 $36,410.00 $32,079.00 $31,958.23 $35,215.00 Ext. Price $127,596.00 $145,640.00 $128,316.00 $127,832.92 $140,860.00 CA Tire $35.00 $35.00 $35.00 $35.00 $35.00 Recycling Fee Documentation $00.00 $00.00 $00.00 $320.00 $116.00 Fee Total Bid $127,631.00 $145,675.00 $128,351.00 $128,187.92 $141,011.00 Rank 1 5 3 2 4 The City's Purchasing policy calls for RFB solicitations to be awarded to the lowest responsive and responsible bidder. For this solicitation, Fairview Ford Sales, Inc. submitted the lowest bid of $127,631 and took no exceptions to the vehicle specifications published by the City. Furthermore, the City has experience in purchasing vehicles from Fairview Ford Sales, Inc., demonstrating to the City that this company is indeed the lowest responsive and responsible bidder. As such, following this competitive public procurement process, the City recommends selecting Fairview Ford Sales, Inc. 11-2 Approval for the Purchase of Police Patrol Vehicles November 28, 2017 Page 3 ENVIRONMENTAL REVIEW: Staff recommends the City Council find this action is not subject to the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: None 11-3