Loading...
HomeMy WebLinkAbout07/02/2002, C10 - VEHICLE REPLACEMENTS FOR 2002-03 Council "'`"o� az Ac,EnbA Report C I T Y OF SAN LUIS OBISPO FROM: Michael D.McCluskey,Public Wor, Director Prepared By: David Elliott,Administrative Analyst, SUBJECT: VEHICLE REPLACEMENTS FOR 2002-03 CAO RECOMMENDATIONS: 1. Approve an acquisition by purchase order in the amount of $133,617.10 to Downtown Ford Sales for replacement of five police patrol sedans 2. Approve an acquisition by purchase order in the amount of$38,529.18 to Folsom Lake Ford for replacement of two general-purpose pickup trucks 3. Approve an acquisition by purchase order in the amount of$56,294.45 to Lasher Auto Center for replacement of three special-purpose light trucks, including the unscheduled replacement of a truck recently totaled in an accident 4. Approve an acquisition by purchase order in the amount of$63,379.35 to Swift Chrysler Dodge for replacement of three special-purpose light trucks 5. Approve an acquisition by purchase order in the amount of$17,363.77 to Jamison Auto Center for replacement of one special-purpose light truck 6. Approve an acquisition by purchase order in the amount of$20,328.88 to Pacific Honda for replacement of one general-purpose sedan 7. Appropriate $26,000.00 from the unappropriated balance of the fleet replacement fund for the unscheduled replacement of the recently totaled truck Total Purchase Order Amounts: $329,513.00 Total Vehicles to be Purchased: 15 DISCUSSION All the proposed replacements were approved in the 2001-03 Financial Plan, except for one special purpose light truck that will replace a truck recently totaled in an accident. On May 10, 2002, vehicle number 9017, a 1990 Dodge truck used by Park and Landscape Maintenance crews, was totaled when it collided with another vehicle that abruptly turned in front of it. The approximate repair cost of$3,200 exceeded the approximate vehicle value of$3,000. Some compensation may be recovered from the insurance of the private party who was responsible for the accident. The proposed replacements are available to the City through State of California cooperative purchasing contracts. The State has competitively procured such vehicles and made the contract prices available to local government agencies. Because of the high volumes purchased,these prices are usually much lower than what a local agency could realize using its own competitive purchasing procedures. The opportunity to compete for these state contracts is available to any qualified dealer C10-1 Council Agenda Report—Vehicle Replacements for 2002-03 Page 2 in California. Recent newspaper reports have cited possible problems with fuel tanks on Ford Crown Victoria Police Interceptors, which the City purchases for use as police patrol sedans. Public Works conducted a survey of officials from local law enforcement agencies, including the California Highway Patrol (CHP), all of which have exclusively used these vehicles for patrol work over the last five years. None reported any problems, and the CHP was unaware of any incidents with these vehicles occurring anywhere in California. The original newspaper article mentioned that the incidents in Arizona and Arkansas were associated with very high speed collisions, a situation that rarely occurs with patrol work in San Luis Obispo. Also,there is some speculation that the problem is connected to high ambient temperatures, because most of the incidents have occurred in Arizona. The local Ford dealer said that Ford Motor Company had pledged to perform any preventive retrofits locally and at no cost to local law enforcement agencies. For several years, Ford has been the only manufacturer that has offered new patrol sedans for sale to law enforcement fleets. FISCAL IMPACT Budgeted in the Fleet Replacement Fund: Description of Amount Replacement Vehicles to be Replaced Qty. Budgeted Cost Police Patrol Sedan 5 $155,000.00 $133,617.10 General-Purpose Sedan 1 $17,000.00 $20,328.88 General-Purpose Pickup Truck 1 $23,500.00 $26,311.99 Special-Purpose Light Truck 5 $136,000.00 $115,911.12 Total Fleet Repl. Fund 12 $3319500.00 $276930239 Budgeted in the Wastewater Fund: Description of Amount Replacement Vehicles to be Replaced Qty. Budgeted Cost General-Purpose Pickup Truck 1 $20,000.00 $12,217.19 Special-Purpose Light Truck 1 $20,000.00 $21,126.45 Total Wastewater Fund 2 $40,000.00 $339343.64 Not Currently Budgeted: Description of Amount Replacement Vehicles to be Replaced Qty. Needed Cost Special Purpose Light Truck 1 $26,000.00 $19,866.70 Total Not Budgeted 1 $26,000.00 $199866.70 Attachment 1 shows details for the proposed replacements, including existing vehicle C10-2 Council Agenda Report—Vehicle Replacements for 2002-03 Page 3 descriptions, replacement vehicle descriptions,budget references,budget amounts, and replacement costs. The replacement costs shown do not include the costs for changing over existing equipment or installing new special equipment. For instance, when police patrol sedans are replaced, special equipment (push bumpers, light bars, sirens, exterior speakers, weapon racks, non-upholstered rear seats, radios, consoles,radar units, and video cameras) must be transferred from the old vehicles to the new vehicles. Another example would be the three '/a-ton pickup trucks for the Park and Landscape Maintenance Program, which will be modified to equip them with aftermarket mechanisms that convert the pickup beds to dump beds. Costs for these changeovers and installations have been included in the project budgets. There is no money budgeted for replacement of the damaged truck. Public Works is recommending that$26,000.00 be appropriated from the unappropriated balance of the fleet replacement fund for this purpose. $19,866.70 of this appropriation will pay for the replacement truck. The remainder will cover the cost of the needed dump bed mechanism and other minor special equipment items. The current unappropriated balance in the fleet replacement fund is $629,200. ATTACHMENTS: Attachment 1 —Vehicles to be Replaced through State Cooperative Purchasing Contracts FY 2002-03 (:\Council Agenda Reports\2002 agenda reports\CAR Vehicle Replacements for 2002-03 C10-3 ^, ATTACHMENT 9 O U M M M M M T N M1 b V' Q' Q M1 V O Ol �O V M1 M1 M1 M1 M1 DD M M N � � � N N M � 6N9 69 6N9 6N9 6N9 VN9 4N9' 69 iNA 49 bN9 69 64 69 f19 � O O O O O O O O O O O O O O O O O C V M M M M M N N N M M N N N M P cz 69 b9 b9 b9 fA b°I fA fA fA fA fA fA 69 n. O O l0 � U U M1 M1 M1 M1 M1 T M1 O O O O M1 M1 — y V1 � C d ` W L•1 L•.l CU Ct1' CL Cil L.] L'1 CLI CLl C:1 CU Ct1 ..I O LL CC C:.] L•.1 Lid Ccl Cil L[d L'.l Lcl Cc1 Ci] Cil Ccl Ltl O\ O V O O V h h N C ` W M rf M M M1 T — = — er rt r1 ' R cn W) rn c 'o u u u ci 0 0 0 3 o o o W y u u u 'u. _ F. '.F y y y F F F U O ^o L ^� LLp '� N .y .y Q C ` U ff o R > > > >pp > ¢ 3 3 y y V 3 3 3 F° U y O O Y W f N C C N N N jj O O O O O C L L W W t0 L L L M C Z W U U U U U = U U m m m U U U U 9 •� ar >' o 'O 'o 'o N 3 ou U U U au on m N U ... C i•' M eCal c o o O C C G N N N N N ly M iry N1 E L ` S � LL p N N N CVO OD Cp U U U O O m G" N N M 00 CO N N N V 1d V O O O O O 6i v1 v'1 v1 N Y O O L O r d m m m N 7 ❑ ❑ O L N N N O O O w N N N V E C V m U V 6 C C C YY' :L Y Y 1 Y U U U U_ U U U U O u u u vl F F2- F F F r C F 4 F F F F r7 r F y M M M M M M y0 u u U Q :o, W o 0 0 0 0 0 t0 Ym > > > �- lu } U U U U U o '� 'o '� N o p p C O ❑ ❑ u rn a O. a a a a OO'+ rn a a rn s r � — y _T iC NO' O N_ M '/� N M O O O O V (� ; O O O O O N O O O O O O O O a0 9 •1