File #: 21-0017    Version: 1 Name: Purchase of New Vehicles
Type: Purchase Status: Passed
File created: 1/4/2021 In control: City Commission
On agenda: 1/13/2021 Final action: 1/13/2021
Title: MOTION TO APPROVE THE PURCHASE OF THE FOLLOWING LIST OF VEHICLES FROM ALAN JAY CHEVROLET, BUICK, GMC, CADILLAC IN THE AMOUNT NOT TO EXCEED $56,644, ALAN JAY CHRYSLER JEEP DODGE OF WAUCHULA IN THE AMOUNT NOT TO EXCEED $31,399, ALAN JAY TOYOTA IN THE AMOUNT NOT TO EXCEED $34,037, BOZARD FORD IN THE AMOUNT NOT TO EXCEED $63,248, GARBER CHEVROLET BUICK GMC IN THE AMOUNT NOT TO EXCEED $1,089,696, GARBER CHRYSLER DODGE TRUCK IN THE AMOUNT NOT TO EXCEED $101,555, STINGRAY CHEVROLET IN THE AMOUNT NOT TO EXCEED $179,137, ASBURY AUTOMOTIVE GROUP ( COGGIN) IN THE AMOUNT NOT TO EXCEED $69,486, AND DUVAL FORD LLC IN THE AMOUNT NOT TO EXCEED $57,330, FOR A TOTAL AMOUNT NOT TO EXCEED $1,682,532 FOR FIFTY-ONE (51) VEHICLES, UTILIZING THE FLORIDA SHERIFFS ASSOCIATION'S (FSA) BID # FSA20-VEL28.0, PURSUANT TO SECTION 35.18(C)(5) OF THE CITY'S CODE OF ORDINANCES. POLICE DEPARTMENT ONE (1) - 2021 DODGE CHALLENGER (LADP22) ONE (1) - 2021 JEEP CHEROKEE (WKTH74) ONE (1) - 2021 FORD F-150 (W1C) ONE (...
Sponsors: Purchasing
Attachments: 1. 1. New Vehicle Summary, 2. 2. Vehicles to be Surplused

Title

MOTION TO APPROVE THE PURCHASE OF THE FOLLOWING LIST OF VEHICLES FROM ALAN JAY CHEVROLET, BUICK, GMC, CADILLAC IN THE AMOUNT NOT TO EXCEED $56,644, ALAN JAY CHRYSLER JEEP DODGE OF WAUCHULA IN THE AMOUNT NOT TO EXCEED $31,399, ALAN JAY TOYOTA IN THE AMOUNT NOT TO EXCEED $34,037, BOZARD FORD IN THE AMOUNT NOT TO EXCEED $63,248, GARBER CHEVROLET BUICK GMC IN THE AMOUNT NOT TO EXCEED $1,089,696, GARBER CHRYSLER DODGE TRUCK IN THE AMOUNT NOT TO EXCEED $101,555, STINGRAY CHEVROLET IN THE AMOUNT NOT TO EXCEED $179,137, ASBURY AUTOMOTIVE GROUP ( COGGIN) IN THE AMOUNT NOT TO EXCEED $69,486, AND DUVAL FORD LLC IN THE AMOUNT NOT TO EXCEED $57,330, FOR A TOTAL AMOUNT NOT TO EXCEED $1,682,532 FOR FIFTY-ONE (51) VEHICLES, UTILIZING THE FLORIDA SHERIFFS ASSOCIATION'S (FSA) BID # FSA20-VEL28.0, PURSUANT TO SECTION 35.18(C)(5) OF THE CITY'S CODE OF ORDINANCES.

 

POLICE DEPARTMENT

ONE (1) - 2021 DODGE CHALLENGER (LADP22)

ONE (1) - 2021 JEEP CHEROKEE (WKTH74)

ONE (1) - 2021 FORD F-150 (W1C)

ONE (1) - 2021 TOYOTA 4RUNNER (8642)

ONE (1) - 2021 DODGE RAM (DT1L98)

ONE (1) - 2021 GMC SIERRA (TC10543)

ONE (1) - 2021 CHEVY TAHOE (CC10706/9C1)

ONE (1) - 2021 FORD F-150 (W1C)

TWO (2) - 2021 CHEVY TAHOE (CC15706/1FL)

TWO (2) - 2021 FORD EXPLORER (K7B)

THREE (3) - 2021 CHEVY TRAVERSE (1NB56-LS)

THREE (3) - 2021 CHEVY TAHOE (CC10706/9C1)

TWENTY-EIGHT (28) - 2021 CHEVY TAHOE (CC10706/9C1)

 

FIRE DEPARTMENT

TWO (2) - 2021 DODGE CHARGER SXT RWD (LDDM48)

ONE (1) - 2021 CHEVROLET MALIBU LS (1ZC69)

ONE (1) - 2021 RAM 2500 CREW CAB TRADESMAN 6' BED 4WD (DJ7L92)

 

PLANNING DEPARTMENT

ONE (1) - 2021 GMC TERRAIN SLE 2WD (TXL26)

 

Summary Explanation and Background

 

 PROCUREMENT PROCESS TAKEN:

 

- Chapter 35 of the City’s Code of Ordinances is titled “PROCUREMENT PROCEDURES, PUBLIC FUNDS.”

 

-  Section 35.18 of the City's Code of Ordinances is regarding "COMPETITIVE BIDDING OR COMPETITIVE PROPOSALS REQUIRED; EXCEPTIONS."

 

-  Section 35.18(C) states that "Only the following situations are exempt from the competitive bid and competitive proposal requirements of this section:"

 

-  Pursuant to Section 35.18(C)(5) of the City’s Code of Ordinances, “Commodities or services that are the subject of contracts with the state its political subdivisions or other governmental entities including the United States Government, are exempt from the competitive procurement process.”

 

-  Section 35.21 of the City's Code of Ordinances is titled "AWARD OF CONTRACT."

 

- Section 35.21(A) of the City's Code of Ordinances is titled "City Commission Approval."

 

- Section 35.21(A)(1) states, "An initial purchase of, or contract for, commodities or services, in excess of $25,000, shall require the approval of the City Commission, regardless of whether the competitive bidding or competitive proposal procedures were followed."

 

-  The City is utilizing FSA bid # FSA20-VEL28.0 to complete these purchases.  FSA attempts to include scheduled, factory and aftermarket options in the bid document.  If a purchaser requests a non-scheduled option that is not included in the bid document, the vendor may provide this nonscheduled option.  Non-scheduled options should be listed as a separate line item and noted on the purchase order to include the price.  All non-scheduled options are covered under the terms and conditions.

 

SUMMARY EXPLANATION AND BACKGROUND:

1.  The City's fiscal year 2020-21 adopted budget provided funding for the purchase of replacement vehicles throughout the City's fleet.

 

2.  Existing vehicles are marked for surplus when the vehicles are no longer repairable or the cost to repair greatly outweighs the value of the vehicle. 

 

3.  Below are the details of the vehicles that are being requested for purchase in the current budget year.

 

Police Department

 

4.  Below is a list of the forty-six (46) vehicles being requested by the Police Department to replace the thirty-one (31) vehicles that have already been sent to surplus or marked for surplus, which includes five (5) vehicles which were declared a total loss after accident. Four (4) vehicles were re-purposed to SWAT Medic/FD - No longer assigned to Police. Eleven (11) new vehicles are being requested: four for Patrol Officers, one for a Sergeant, one for training, one for a Captain, one for a Major, and the other three for the Police Service Aides.

 

   One (1) - 2021 Dodge Challenger for a total cost of $35,400

   One (1) - 2021 Jeep Cherokee for a total cost of $31,399

   One (1) - 2021 Ford F-150 for a total cost of $33,001

   One (1) - 2021 Toyota 4runner for a total cost of $34,037

   One (1) - 2021 Dodge Ram for a total cost of $34,086

   One (1) - 2021 GMC Sierra for a total cost of $34,999

   One (1) - 2021 Chevy Tahoe for a total cost of $34,053

   One (1) - 2021 Ford F-150 for a total cost of $ 30,247

   Two (2) - 2021 Chevy Tahoe at a price of $40,382 each for a total cost of $80,764

   Two (2) - 2021 Ford Explorer at a price of $28,665 each for a total cost of $57,330

   Three (3) - 2021 Chevy Traverse at a price of $27,266 each for a total cost of $81,798

   Three (3) - 2021 Chevy Tahoe at a price of $34,053 each for a total cost of $102,159

   Twenty-eight (28) - 2021 Chevy Tahoe at a price of $34,053 each for a total cost of $953,484

 

5.  The Police Department requested the following non-scheduled options: (YZ/CS) oxford white exterior / gray cloth 40/20/40 interior, and (300A) manuf. Upgrade package xlt 300a as upgrade options to be added to the two (2) 2021 Ford F-150 (W1C).  The total amount for non-scheduled items is $3,047 of the $63,248 for the two (2) 2021 Ford F-150 (W1C).

 

The Police Department requested the upgrade option for seat cover to be added to the 2021 Ford Explorer (K7B).  This option was a non-scheduled option; a quote was provided and the cost is included in the total cost for the 2 2021 Ford Explorer (K7B).

 

The Police Department requested the (LS-A50) LS trim upgrades from base 1FL,  (3KLS) Third keyless/fob combo w/ remote start, (WPD) Driver Alert Package as upgrade options to be added to the two (2) 2021 Chevy Tahoe (CC15706/1FL). The total amount for non-scheduled items is $5,844 of the $80,764 for the two (2) 2021 Chevy Tahoe (CC15706/1FL).

 

The Police Department requested the upgrade option (LT-NC56 ) LT trim upgrade and  (3KF) for additional keys and key fobs to be added to the 2021  Chevy Traverse (1NB56-LS).  The total amount for non-scheduled items is $8,844 of the $81,798 for the three (3) 2021 Chevy Traverse (1NB56-LS).

 

The Police Department also requested the (EZH) 5.7 ltr Hemi Engine,  (DT1H98) Big Horn Upgrade Package, (DSA) Anti-Spin Diff. Rear Axle, (CLF) Floor Mats, (A62) Big Horn Level 1 Equip Pkg, (AEF) Sport Appear. Pkg, and (PSC)  Billet Silver Metallic as upgrade options to be added to the one (1) 2021 Dodge Ram (DT1L98). The total amount for non-scheduled items is $9,172 of the $34,086 for the one (1) 2021 Dodge Ram (DT1L98).

 

These were all non-scheduled options; a quote was provided and the cost is included in the total cost for each 2021 Ford F-150 (W1C),  2021 Ford Explorer (K7B), 2021 Chevy Tahoe (CC15706/1FL), 2021 Chevy Traverse (1NB56-LS)  and each  2021 Dodge Ram (DT1L98). 

 

6.  The pricing for the line items provided in the quotes are at or below the FSA Bid pricing for both primary and secondary vendor.

 

Fire Department

 

7.  Below is a list of the four (4) vehicles being requested by the Fire Department:

 

Two (2) - 2021 Dodge Charger SXT RWD at a price of $24,242 each for a total cost of $48,484

One (1) - 2021 Chevrolet Malibu LS for a total cost of $16,575

One (1) - 2021 Ram 2500 Crew Cab Tradesman 6' Bed 4WD for a total cost of $53,071

 

8.  The Fire Department requested the following non-scheduled option:  (LNJ) front fog lamps,( WGG) Wrap Around Grille Guard with Winch Mount, (10KW) Warn VR EVO 10 Winch 10,000lb Capacity, (EB-1570) Extendobed 1,500lb Capacity Custom Slide, (ARE-V) ARE V-Series Cab High Topper with T-Handle Aluminum Side  Windoors, Clear Rear Window, Painted to Match PR4 - Flame Red Clearcoat and (INST) 5.0 Hours Labor to Install WGG, Winch, Topper and CG1500XL. A quote was provided and the cost is included in the total cost for the 2021 Ram 2500 Crew Cab Tradesman 4WD (DJ7L92). The total amount for the non-scheduled item is $12,330 of the $53,071 for the one (1) 2021 Ram 2500 Crew Cab Tradesman 4WD (DJ7L92).

 

9.  The Fleet Manager has identified four (4) vehicles that have already been sent to surplus or are currently marked for surplus.

 

Planning Department

 

10.  The Planning Department  fiscal year 2020-21 budget included funding for the purchase of one (1) -2021 GMC Terrain SLE 2WD (TXL26) for a total cost of $21,645.

11.  The Planning Department has identified one (1) vehicle that has already been sent to surplus or are currently marked for surplus.

 

Recommendation

 

12.  Request Commission approve the purchase of the following list of vehicles from Alan Jay Chevrolet, Buick, GMC, Cadillac in the amount not to exceed $56,644, Alan Jay Chrysler Jeep Dodge of Wauchula in the amount not to exceed $31,399, Alan Jay Toyota in the amount not to exceed $34,037, Bozard Ford in the amount not to exceed $63,248, Garber Chevrolet Buick GMC in the amount not to exceed $1,089,696, Garber Chrysler Dodge Truck in the amount not to exceed $101,555, Stingray Chevrolet in the amount not to exceed $179,137, Asbury Automotive Group ( Coggin) in the amount not to exceed $69,486, and Duval Ford LLC in the amount not to exceed $57,330, for a total amount not to exceed $1,682,532 for fifty-one (51) vehicles, utilizing the Florida Sheriffs Association's (FSA) bid # FSA20-VEL28.0, pursuant to Section 35.18(C)(5) of the City's Code of Ordinances.

 

Police Department

One (1) - 2021 Dodge Challenger (LADP22)

One (1) - 2021 Jeep Cherokee (WKTH74)

One (1) - 2021 Ford F-150 (W1C)

One (1) - 2021 Toyota 4runner (8642)

One (1) - 2021 Dodge Ram (DT1L98)

One (1) - 2021 GMC Sierra (TC10543)

One (1) - 2021 Chevy Tahoe (CC10706/9C1)

One (1) - 2021 Ford F-150 (W1C)

Two (2) - 2021 Chevy Tahoe (CC15706/1FL)

Two (2) - 2021 Ford Explorer (K7B)

Three (3) - 2021 Chevy Traverse (1NB56-LS)

Three (3) - 2021 Chevy Tahoe (CC10706/9C1)

Twenty-Eight (28) - 2021 Chevy Tahoe (CC10706/9C1)

 

Fire Department

Two (2) - 2021 Dodge Charger SXT RWD (LDDM48)

One (1) - 2021 Chevrolet Malibu LS (1ZC69)

One (1) - 2021 Ram 2500 Crew Cab Tradesman 6' BED 4WD (DJ7L92)

 

Planning Department

One (1) - 2021 GMC Terrain SLE 2WD (TXL26)

 

Financial Impact

FINANCIAL IMPACT DETAIL:

 

a)   Initial Cost:  $1,682,532

b)   Amount budgeted for this item in Account No:

 

Police Department

 

1-521-3001-64214 - Truck $1,507,357

1-521-3001-64028 - Car $0

 

Fire Department

 

1-529-4003-678-64028 - Car $16,575

1-529-4003-64214 - Truck $53,071  

1-529-4003-64028 - Car $48,484

 

Planning Department

1-515-9002-64214 - Truck $21,645

 

c)   Source of funding for difference, if not fully budgeted:

From

1-521-3001-64214 - Truck $35,400

 

To:

1-521-3001-64028 - Car $35,400

 

d)   5 year projection of the operational cost of the project: Not Applicable.  

e)   Detail of additional staff requirements:  Not Applicable.