Hollywood FL banner
File #: R-2020-037    Version: 1 Name: Police Fleet Replacement FY20
Type: Resolution Status: Passed
File created: 1/14/2020 In control: Department of Public Works
On agenda: 2/5/2020 Final action: 2/5/2020
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Issue A Purchase Order To Garber Chrysler Dodge Truck For The Purchase Of 21 New 2020 Dodge Charger SXT RWD Vehicles In An Amount Not To Exceed $553,455.00, Inclusive Of Cost For Extended Warranties; Authorizing The Issuance Of A Purchase Order To Garber Ford, Inc. For Three New 2020 Ford Intercept Utility Hybrid AWD Vehicles In An Amount Not To Exceed $121,479.00, Inclusive Of Cost For Extended Warranties; And Authorizing The Issuance Of A Purchase Order To Alan Jay Fleet Sales For Two New 2020 Ford F-150 Police Responder 4WD Supercrew Trucks In An Amount Not To Exceed $83,895.60, Inclusive Of Cost For Extended Warranties And The Additional Cost For Vehicle Modifications, Based Upon The Florida Sheriffs Association Bid No. FSA19-VEH27.0 And In Accordance With Section 38.40(C)(5) Of The City's Purchasing Ordinance (Piggyback) For The Vehicle Purchases And S...
Attachments: 1. Reso - PD DodgesFINALFORLEG12182019-PW Accept_Rev01272020.pdf, 2. Piggyback Fleet PD_21Dodges_Garber 2019.pdf, 3. Piggyback Fleet PD Interceptors Garber 2019.pdf, 4. Piggyback Fleet PD F-150s Alan Jay 2019-scan.pdf, 5. TermSheetGarberAlanJayPiggyback.pdf, 6. BIS 20-079.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Issue A Purchase Order To Garber Chrysler Dodge Truck For The Purchase Of 21 New 2020 Dodge Charger SXT RWD Vehicles In An Amount Not To Exceed $553,455.00, Inclusive Of Cost For Extended Warranties; Authorizing The Issuance Of A Purchase Order To Garber Ford, Inc. For Three New 2020 Ford Intercept Utility Hybrid AWD Vehicles In An Amount Not To Exceed $121,479.00, Inclusive Of Cost For Extended Warranties; And Authorizing The Issuance Of A Purchase Order To Alan Jay Fleet Sales For Two New 2020 Ford F-150 Police Responder 4WD Supercrew Trucks In An Amount Not To Exceed $83,895.60, Inclusive Of Cost For Extended Warranties And The Additional Cost For Vehicle Modifications, Based Upon The Florida Sheriffs Association Bid No. FSA19-VEH27.0 And In Accordance With Section 38.40(C)(5) Of The City’s Purchasing Ordinance (Piggyback) For The Vehicle Purchases And Section 38.40(C)(8) Of The City’s Purchasing Ordinance (Best Interest) For The Extended Warranties And Additional Vehicle Modifications.

 

 

Body

 

Staff Recommends: Approval of the Attached Resolution.

 

 

Explanation:

The Department of Public Works Fleet Management Division, on behalf of the Police Department, desires to purchase 26 new vehicles to replace a portion of those vehicles that have reached or surpassed their life expectancy and road worthiness by age, mileage and wear, and can no longer be relied upon to perform at required operational levels.

 

The 26 new vehicles requested are 21 New 2020 Dodge Charger SXT RWD Vehicles, 2 New 2020 Ford F-150 Police Responder 4WD Supercrew Trucks and 3 NEW 2020 For Interceptor Hybrid AWD Vehicles For A Total Amount Of $758,829.60 and were approved in the FY 2020 Budget.

 

The requested vehicles were competitively bid through the Florida Sheriff’s Association pursuant to Bid Number FSA19-VEH27.0 for a term effective October 1, 2019 through September 30, 2020.

 

The Florida Sheriffs Association awarded the bid to the following dealerships: (1) Garber Chrysler Dodge Truck for new 2020 Chrysler Dodge SXT RWD Vehicles: (2) Garber Ford, Inc. for new 2020 For Interceptor Hybrid AWD Vehicles; and (3) Alan Jay Fleet Sales for new 2020 Ford F-150 Police Responder 4WD Supercrew Trucks, as the lowest and best responsive bidders by specification, manufacturer and zone.

 

The City’s Purchasing Ordinance, Section 38.40(C)(5) allows the Director to procure, without following formal procedures, all goods and services which are subject of contracts with the state, its political subdivisions, the United States government, other governmental entities, or a corporation not for profit whose members are governmental entities, public officers, or any combination thereof, provided however, the goods and services are: (i) the subject of a price schedule negotiated by the state or the United States government, or (ii) the subject of a contract with another governmental entity or a corporation not for profit whose members are governmental entities, public officers, or any combination thereof, which contract is based strictly on competitive bids or competitive proposals and not on any preference.

 

Along with the purchase of the vehicles pursuant to the Florida Sheriffs Association bid , the Department of Public Work’s has determined that it is in the best interest of the City to obtain  extended warranties from each of the dealerships which is included in the purchase prices as follows: (1) Garber Chrysler Dodge Truck will provide Dodge Maximum Care five year or 100,000 Mile, $0 Deductible Extended Warranties  in the amount of $66,465.00 ($3,165.00 per vehicle); (2) Garber Ford Inc. will provide Ford Premium Care six year or 100,000 mile, $0 Deductible Extended Warranties in the amount of $10,470.00 ($3,490.00 per vehicle); and (3) Alan Jay Fleet Sales will provide Ford Motor Company Premium Care six year or 100,000 mile, $0 Deductible Extended Warranties in the amount of $7,860.00 ($3,930.00 per vehicle), however, the Extended Warranties were not part of the Florida Sheriffs Association bid

 

It has been determined by the Police Department that in order to   meet operational readiness of the 2 new 2020 Ford F-150 Police Responder 4WD Supercrew Vehicles, it is necessary to have these vehicles modified to include  disabling rear windows, door locks and handles totaling $650 and painting of roof and doors white, leaving mirrors black and the cost for these modifications is $3,650.00 which is part of the total purchase cost from Alay Jay Fleet Sales of $83,895.60, however, such modifications were not part of the Florida Sheriffs Association’s bid.

 

Section 38.40(C)(8), of the City’s Purchasing Ordinance, provides that purchases of, and contracts for, supplies or contractual services, when the City Commission declares by a five-sevenths affirmative vote that competitive bidding is not in the best interest of the City, are exempt from the competitive bidding process.

 

The Director of Public Works and the Director of Procurement and Contract Compliance recommend that the City Commission approve and authorize the issuance of a Purchase Order to Garber Chrysler Dodge Truck for 21 new 2020 Dodge Charger SXT RWD Vehicles for the Police Department, in an amount not to exceed $553,455.00 inclusive of the extended warranties cost for the vehicles.

 

The Director of Public Works and the Director of Procurement and Contract Compliance recommend that the City Commission approve and authorize the issuance of a Purchase Order to Garber Ford Inc. for three new 2020 Ford Interceptor Hybrid Utility AWD Vehicles for the Police Department, in an amount not to exceed $121,479.00 inclusive of the extended warranties cost for the vehicles.

 

The Director of Public Works and the Director of Procurement and Contract Compliance recommend that the City Commission approve and authorize the issuance of a Purchase Order to Alan Jay Fleet Sales for two new 2020 Ford F-150 Police Responder 4WD Supercrew Trucks, in the amount of $83,895.00 inclusive of the extended warranties for the vehicles and additional vehicle modification items needed.

 

Funding for the Purchase Orders is available in account number 557.519901.51900.564520.001173.000000.000.000

 

 

Recommended for inclusion on the agenda by:

Annalie Holmes, Assistant Director, Department of Public Works

Peter Bieniek, Director, Department of Public Works

George R. Keller, Jr., CPPT, Deputy City Manager, Public Safety