File #: 23-0012    Version: 1 Name: Purchase of 2023 Dodge Ram for Fire Department
Type: Purchase Status: Passed
File created: 1/4/2023 In control: City Commission
On agenda: 1/18/2023 Final action: 1/18/2023
Title: MOTION TO APPROVE THE PURCHASE OF ONE 2023 DODGE RAM 2500 TRADESMAN FROM GARBER CHRYSLER DODGE TRUCK INC. FOR A TOTAL AMOUNT NOT TO EXCEED $69,860, UTILIZING PRICING ESTABLISHED BY THE FLORIDA SHERIFFS ASSOCIATION’S (FSA) BID # FSA22-VEL30.0, PURSUANT TO SECTION 35.18(C)(5) OF THE CITY’S CODE OF ORDINANCES.
Sponsors: Fire
Attachments: 1. 1. 2023 Ram 2500 DJ7L91 Garber Quote, 2. 2. Ram 2500 Award Report, 3. 3. 7792 - Evaluation for Surplus

Title

MOTION TO APPROVE THE PURCHASE OF ONE 2023 DODGE RAM 2500 TRADESMAN FROM GARBER CHRYSLER DODGE TRUCK INC. FOR A TOTAL AMOUNT NOT TO EXCEED $69,860, UTILIZING PRICING ESTABLISHED BY THE FLORIDA SHERIFFS ASSOCIATION’S (FSA) BID # FSA22-VEL30.0, PURSUANT TO SECTION 35.18(C)(5) OF THE CITY’S CODE OF ORDINANCES.

 

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:"

 

- 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 # FSA22-VEL30.0 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 Fire Department is requesting to purchase one new vehicle to be assigned to the Battalion Chief.

 

2.  The new vehicle will replace vehicle # 7792 which is over 15 years old.

 

3.  The Fire Department requested to utilize Florida Sheriffs Association's contract # FSA22-VEL30.0.

 

4.  The City's Fleet Manager contacted the primary vendor, Garber Chrysler, and obtained a quote in the amount of $69,860.  The City was informed that Garber would be able to provide the Dodge Ram.

 

5.  Request Commission to approve the purchase of one 2023 Dodge Ram 2500 Tradesman from Garber Chrysler Dodge Truck Inc. for a total amount not to exceed $69,860, utilizing pricing established by the Florida Sheriffs Association’s (FSA) contract # FSA22-VEL30.0, pursuant to Section 35.18(C)(5) of the City’s Code of Ordinances.

 

Reviewed by Commission Auditor.

 

 

Financial Impact

 

FINANCIAL IMPACT DETAIL:

 

a)  Initial Cost:  $69,860

b)  Amount budgeted for this item in Account No: $69,860.00 in account # 001-529-4003-664214-0000-000-0000- (Truck)

c)  5 year projection of the operational cost of the project: Not applicable.

d)  Detail of additional staff requirements: Not applicable.

e)  Detail of additional staff requirements: Not applicable.

 

 

FEASIBILITY REVIEW:

 

A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts.  This analysis is to determine the financial effectiveness of function sourcing services.

 

a)   Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service?  Not Applicable.

 

b)   If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable.