HomeMy WebLinkAboutAgenda Report - September 7, 1994 (49)oR
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: PURCHASE OF POLICE UNDERCOVER VAN
MEETING DATE: September 7, 1994
PREPARED BY: Police Chief
RECOMMENDED ACTION: That the City Council authorize a $4,500
increase in the amount of funds allocated in
the 1994-95 budget, to purchase a new undercover
van which will be used as a multi-purpose
vehicle in the Police Investigations Unit and direct the Police
Department in the method of purchase.
BACKGROUND INFORMATION: In the current budget, we have been
authorized $15,500 to purchase a replacement
undercover sedan for the Lodi Police
Department Investigations Unit.
In light of current budget restraints the needs of the Investigations
Unit have been reassessed and it has been determined that the
purchase of a van would be more practical than the standard four -door
sedan.
Often times the SWAT Van is utilized as a mobile command post,
however, in major incidents the SWAT team is needed for tactical
purposes and the van is not available to the Investigations Unit.
Refer to the attached memo from Captain Mauch. He will also be
present at this Council meeting to answer any questions regarding
this matter.
Method of Purchase:
A. Authorize the purchase of a fleet-rental/buyback used 1994 van.
In the past, the standard practice, subject to approval by City
Council, is to purchase a fleet -rental buyback vehicle. Three
current bids are attached; or,
B. Council approve the attached vehicle specifications and authorize
the advertising for bids.
FUNDING: $4,500 additional funding needed to supplement the $15,500
allocated in the present budget.
arty Hansen
Chief o Police
APPROVED _,( - W
THOMAS A. PETERSON lec,c1ee vave
City Manager J
"-I
v
L O
D
I
P
O L I C E
D E P A
R
T
M
E
N T
M e m o r
a
n d u m
To: Larry D. Hansen
Chief of Police
From: Captain Charles Mauch
Date: August 24, 1994
Subject: PROPOSED FUNDING FOR A MULTI-PURPOSE MINI VAN
In the current budget, the Support Services Division
anticipated the purchase o" a late model 4 -door sedan to
replace the Chevrolet Celearity at an estimated cost of
$15,500.
We currently have a pickup, a Jeep, and several two or
four -door sedans. These vehicles (compact and sub -compact)
are adequate at the present time for the follow-up
investigations we are required to complete; however, they
lack the flexibility which is required for extended
investigations and surveillance.
In light of the current budget restraints, we have
reassessed our needs and feel a van would offer our
Department more diversity to meet a variety of needs in the
following areas:
Surveillance:
I have recently acquired a Canon Ll Surveillance Video
Camera, which was donated to this Department. This
high-tech camera requires a tri -pod to gain maximum use.
The van would give us the space to set up this camera in a
variety of scenes and have illicit activity monitored by
our personnel or by the remote control capabilities of the
camera. These vans are very common, inconspicuous, and
would afford the concealment necessary to carry out our
mission. Types of surveillance it would be used for are:
Surveillance for narcotics use and sales in our
community;
Prostitution Stings;
Burglary and auto theft surveillance.
August 24, 1994
Page 2
Other uses:
Transportation of personnel to and from schools and
other business related activities;
Mini command post for crime scene investigations. We
would have the ability to take all our equipment
(video and standard camera equipment, latent print and
evidence recovery materials) to the crime scene. We
will equip it with a small writing table and telephone
jacks.
Patrol would have the availability for its use for
patrol -related surveillance activities.
Captain Charles Mauch
Commander
Support Services Division
WedMOTORS
I N O O a M O a A T t D
2 REST LOMFORD STREET f LODL CALIFORNIA 94210
TELEPHON-M LODI (209) 369.27)9] STOCKTON (209) 464-77M
August 25, 1994
T0: The City of Lodi
Gentlemen,
Please accept the following as our bid for the sale to you
of one 1994 Dodge Grand Caravan SE, California license plate
ZEQY960, with 13,414 miles, as of this date and equipped as .
follows: 3.3 *, V-6, 4 speed automatic, air conditioning, tilt
wheel, cruise control, AM/FM cassette, power windows, power door
locks, luggage rack, and rear defroster.
l We are offering theis vehicle to the City of Lodi for the
spm of $ 18,612.00, plus tax, license, and doc. fee.
Please contact me if we can be of further assistance.
Sincerely,
*hn.Chase
Fleet Sales
T,--,TPL F'N,i4 .00_7 .
view Deal CITY OF LODI Aug 25 1994
ssasassssasissssssitsssssSSSasssss=siiiisssuaaaaasssssrsssssisrl�CSsrsis
CHASE CHRYSLER -PLYMOUTH
price .................
17,554.63
Taxable A.M.O.........
0.00
Doc Fee ...............
3S.00
Dealer Smog Fee.., ....
28.00
Sales Tax .............
1,365.37
Non -Tax A.M.O.........
0.00
Service contract......
0.00
Subtotal...........
18,983.00
DMV Fees ..............
10.00
Total Insurance.......
0.00
State Smog Fee ..... ..•
7.00
Total ..............
19,000.00
Amount Financed....... 19,000.00
Finance Charge........ 0.00
Total of Payments..... 19,000.00
Total Sale Price...... 19,000.00
*** Buyer ***
CITY OF LODI
Soc. Sec. *,
Home Phone *;
Work Phone #:
Countys
Drv. Lic. #;
Trade ................. 0.00
Payoff ................ 0.00
Net Trade ............. 0.00
Cash Down ............. 0.00
Deferred Down......... 0.00
Rebate ................ 0.00
Total Doan............ 0.00
APR ................... 0.00
Term (month.days)..... 1.00
Monthly Payment....... 19,000.00
Item ===ya Term == C/O =s== Total
Mo. Pmt 1 633.33 19,000.00
*** 2nd Buyer ***
*** Trade ***
*** Bank *** *** Insurance ***
ID
*** Purchase ***
Stock #
7350
Year
94
Make
PLYMOUTH
Model
VOYAGER
Body Style
WG
Color
BLUE
Trim
Key #
Trunk Key
Weight
License
3GDR242
Odometer
20622
I.D.
2P4GH4538RR658486
Cylinders
6
Vehicle Type
USED
Trade ................. 0.00
Payoff ................ 0.00
Net Trade ............. 0.00
Cash Down ............. 0.00
Deferred Down......... 0.00
Rebate ................ 0.00
Total Doan............ 0.00
APR ................... 0.00
Term (month.days)..... 1.00
Monthly Payment....... 19,000.00
Item ===ya Term == C/O =s== Total
Mo. Pmt 1 633.33 19,000.00
*** 2nd Buyer ***
*** Trade ***
*** Bank *** *** Insurance ***
ID
X15 I-sm 40CL1-�119
C4 o obwaa
"NO v4s las
- 1�65 �'ic�3 -�?7 Ct3
3�o CVaasa Rah
om
�k;1►5i8
��salr�r� uAs
�F 9.txk
71.5,50
'ak'K\ce'� UAO%qx
� 183'0.
*Us fiacs
-Aiv%143m ass i
.41M wilesulm CW\D 3F�R5
'Rca�D►\ �1ur�i�h
TiBt�l� �•�
•+ TQTAL P;gGE.Ch1 4+
ft
SEVEN PASSENGER MINI VAN TABLE OF CONTENTS
SECTION 1 NOTICE INVITING BIDS 1.1
SECTION 2 INFORMATION TO BIDDERS 2.1
SECTION 3 BID PROPOSAL 3.1
SECTION 4 SPECIFICATIONS 4.1
7PMINIVN DOC
W
SEVEN PASSENGER MINI VAN
CIN OF LODI, CALIFORNIA
SECTION 1
NOTICE INVIIT1NG BIDS
The City of Lodi hereby invites sealed proposal for furnishing and delivering one Seven
Passenger Mini Van in accordance with this notice and specifications on file and
available from the City of Lodi. Public Works Department, Municipal Service Center,
1331 South Ham Lane, Lodi, CA 95242. No bid will be considered unless it is submitted
on a proposal form provided by the City of Lodi.
Said sealed proposals shall be delivered to the Purchasing Officer, City of Lodi, 221
West Pine Street, Post Office Box 3006, Lodi, CA 95241, at or before
and will be publicly opened and read at that time in the Public Works Conference Room,
City Hall, 221 West Pine Street, Lodi, California.
The City of Lodi reserves the right to reject any or all bids, to waive any informality in
any bid, to accept other than the lowest bid, or not to award the bid.
Reference is hereby made to said specifications for further details, which specifications
and this notice shall be considered part of any contract made pursuant thereto.
CITY OF LODI
Joel E. Hams
Purchasing Officer
7PMINIVN.D0C
1.1
6/29/94
\ 11
SECTION 2
SEVEN PASSENGER MINI VAN INFORMATION TO BIDDERS
A. The Purchasing Officer will receive sealed bids at Lodi City Hall, 221 West Pine
Street, Lodi, California. 95240, until the time for opening bids as noted in the "Notice
Inviting Bids". Bidders or their authorized representatives are invited to be present.
B. The proposal shall be submitted as directed in the "Notice Inviting Bids" under
sealed cover. plainly marked as a proposal and identifying the equipment to which
the proposal relates and the date of the bid opening therefor. Proposals which are
not properly marked may be disregarded. Only proposals actually received by the
Purchasing Officer by the time set for the bid opening will be accepted.
PROPOSAL FORM
A. Prospective bidders are furnished with one proposal form included in the
specifications.
B. The proposal must be signed with the full name and address of the bidder, by an
authorized representative of the company.
C. The purchaser reserves the right to accept other than the lowest bid or to reject any
or all bids.
PENALTIES
In the event the successful bidder fails to deliver said equipment on the date promised,
the City of Lodi shall levy a penalty of $ for each working day after promised
delivery date that actual delivery is late. Penalty shall be deducted from invoice amount
at the time final payment is made.
Bidder shall be fully responsible for all work of subcontractors, and shall be liable for any
failure or omissions to comply with the specifications for this equipment.
Bids may be rejected if they show any alterations of proposal form, additions not called
for, or alternative bids not properly documented. Bids proposing equipment with which
the City has no prior in-service experience may be rejected. Erasures or irregularities of
any kind may also be cause for rejection.
7PMINIVN.DOC 2. 1 8/29M
A. The award of the bid, if it be awarded, will be to the lowest responsible bidder whose
bid proposal complies with all the requirements described herein.
B. In evaluating the bids and determining lowest total to the City, the city will consider
the Sales Tax Credit in the amount of one percent (11%) of the purchase price of the
equipment. which is rebated to the City of Lodi when such purchase is
consummated at the retailers place of business and such business:
1. Is located within the City of Lodi;
2. Is licensed by the California State Board of Equalization to collect sales tax at
the local place of business;
3. Maintains a valid City of Lodi Business License.
C. Where alternative bids are received, the City Council reserves the right to select the
bid most advantageous to the City. The award, if made, will be made within thirty
days after opening of the bids.
D. In case of tie bids, consideration will given to bids as described in "Award of Bid",
paragraph B, above. If that section does not apply to resolution of the tie, the tie will
be broken by a coin toss, conducted by the City Purchasing Officer. Tie bidders will
be notified and may be present.
Delivery time will be part of the bid evaluation, and delivery time shall be clearly
indicated on the proposal. Delivery is required not more than #(DAYS) calendar
days following award of bid to the Municipal Service Center, 1331 South Ham Lane,
Lodi, California 95242. Truck delivery shall be made only during normal working hours.
8:00 a.m. - 4:00 p.m., Monday through Friday.
PRICES
All quoted prices shall be current and firm for at least thirty days after date of bid
opening. prices to be F.O.B. Lodi- California.
SALES AND USE TAXES
All quotations submitted shall include 7.75% California sales tax.
PAYMENTS
A. Invoices shall indicate sales tax as a separate item apart from the cost of F.O.B.
point of delivery. Purchaser's item description and order number shall appear on all
invoices. All invoices shall be rendered in duplicate.
7PMINIVN.DOC 2. 2
W9/94
I
B. Full payment by the purchaser shall not release supplier of his responsibility to fully
carry out his bid obligations nor be construed by supplier as acceptance of the work
hereunder by purchaser.
GUARANTEES
A. In addition to any or all guarantees mentioned elsewhere herein, the supplier shall
replace entirely at his own expense, including freight. any faulty equipment. within a
period of at least one year after the equipment has been accepted by the purchaser.
PURCHASES
A. This transaction will be covered by the City of Lodi purchase order, and all terms
included in Information to Bidders, Proposal and Specifications will be binding.
7PMiNWN.00c 2. 3
mares
SECTION 3
SEVEN PASSENGER MINI VAN BID PROPOSAL
CITY OF LODI, CALIFORNIA
Date: September, 1994
TO: The Lodi City Council
Lodi City Hall
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
The undersigned, as bidder, declares to have carefully examined the Notice Inviting
Bids, information to Bidders and Specifications filed for furnishing and delivering this
equipment, and agrees to be fully informed regarding all of the conditions affecting the
equipment to be furnished for the completion of the order, and that the information was
secured by personal investigation and research and not from any estimate of a City
engineer, and that no claim will be made against the City by reason of estimates, test or
representations of any officer or agent of the City; and proposes and agrees if the
proposal be accepted, to furnish the City of Lodi the necessary equipment specified in
the bid, in the manner and time therein set forth. It has been noted the City of Lodi
reserves the right to accept all or part of this bid, to reject any or all bids, or to accept
other than the lowest bid.
The item listed below is to be in accordance with the City of Lodi specifications attached
hereto. The bidder will submit a detailed list of any and all exceptions taken to these
specifications by either listing those exceptions in the space provided on the said
specifications attached or, when such space is inadequate, by listing those exceptions
on a separate paper by item in the same order of the City's specifications. In the
absence of such a list, it will be understood that the bidders proposal is based on strict
conformance to the specifications in all respects. All exceptions taken will be evaluated
and determination made on acceptability before the award is made.
If awarded the bid, the undersigned agrees to furnish and deliver the equipment
described in the specifications and to take in full payment therefor the following unit and
total prices, to -wit:
The undersigned declares that the specifications have been carefully examined for one
New Seven Passenger Mini Van and submits this schedule of prices for its bid.
7PMINNN.O0C 3.
tit
8/29/94
The undersigned further agrees to be responsible for the work of its subcontractors.
New 1994 Seven Passenger Mini Van
7.75° Sales Tax
TOTAL AMOUNT OF BID
Estimated delivery date
State period of full warranty
(calendar days)
Additional warranties
Total amount of bid w/additional warranties
NAME OF BIDDER
DATE
BY
ADDRESS OF BIDDER
TELEPHONE
It is understood and agreed that if this Proposal is accepted the price quoted above is
inclusive of sales tax, or similar tax now imposed by Federal, State, or other
governmental agency upon the equipment specified.
The undersigned has checked carefully all the above figures and understands that the
City and its officers and employees will not be responsible for any errors or omissions
on the part of the undersigned in completing this bid.
The undersigned, as bidder, hereby declares that the only persons or firms interested in
the proposal as principal or principals is or are named herein and that no persons or
firms other than herein mentioned have any interest in this proposal, that this proposal is
made without connection with any other person, company or parties making a bid or
proposal; and that it is in all respects fair and in good faith, without collusion or fraud.
This bid may be withdrawn by the written request of an authorized representative of the
bidding company at any time prior to the scheduled time for the opening of bids or prior
to any authorized postponement thereof.
The undersigned hereby designates as the office to which such notice of acceptance
may be mailed or delivered-
7PMONIVN DOC 3.2 &29194
NAME OF COMPANY
ADDRESS
CITY, STATE, ZIP
PHONE NUMBER
AUTHORIZED SIGNATURE
TITLE
DATED
7PMINIVN.DOC
3.3
mere,
'1wr�� w' ♦} .E.A_Nr, r:. r -.N .. r'1ln�l(SywtT��' Ny'� r.p �Y�ljt'.��;�t��:Yi. � ! ..
15,
SEVEN PASSENGER MINI VAN
SECTION 4
SPECIFICATIONS
All equipment listed as standard by the manufacturer for the model quoted shall be
furnished whether or not such equipment is detailed herein. Exception: vendor shall not
furnish standard item., replaced by specified optional equipment. Only models of latest
design and in current production will be accepted. The Seven Passenger Mini Van and
all equipment furnished therewith shall be in compliance with all applicable provisions of
the California Vehicle Code. The Seven Passenger Mini Van and all equipment
furnished therewith shall be in compliance with all provisions of the State of California,
Division of Industrial Safety and Cal/OSHA.
The unit shall be delivered completely assembled and ready to operate. Upon delivery,
it shall be the suppliers responsibility to provide any evidence necessary that the
product fully meets the requirements of this specification. The component parts of the
Seven Passenger Mini Van shall be of proper size and design to safely withstand
maximum stresses imposed by a capacity load, and the manufacturer's rated loads for
axles and bearings must not be exceeded when the Seven Passenger Mini Van is
loaded with such capacity loads. Prior to delivery, the Seven Passenger Mini Van must
be completely serviced with factory prescribed pre -delivery service. The crankcase,
transmission and differential must be filled to factory recommended capacities and have
at least five gallons of fuel in the fuel tank. The Seven Passenger Mini Van and all
components shall operate conforming to factory intent and in good factory -dealer
practice.
The Seven Passenger Mini Van is to be covered by factory 12 month parts and labor
warranty. All defects shall be corrected by successful bidder or any factory authorized
dealer for that Seven Passenger Mini Van under standard factory warranty. During the
warranty period the successful bidder shall bear responsibility and costs for transporting
to and from any service or repair facilities. The successful bidder may be required to
supply a similar "loaner" vehicle at their expense, if any repair work causes the vehicle
to be out of service more than one week while under warranty.
Bids will be considered only on equipment represented by a reliable California firm,
carrying adequate supply of replacement parts in the State. Successful bidder shall
furnish, at no charge, one Operator Manual, one Replacement Parts Catalog, and one
Shop Repair Overhaul Manual for the Seven Passenger Mini Van that is furnished.
Original Dealers Report of Sale, or Manufacturer's State of Origin, or Bill of Sale and
Weight Certificate and Factory Warranty Guarantee must be furnished to the City when
the Seven Passenger Mini Van is delivered. Final acceptance of the unit for
conformance with the specifications will be made only at the Municipal Service Cen`.er
yard. If the successful bidder does not supply the vehicle/equipment by the delivery
date specified or as set by the City, a similar "loaner' may be negotiated at the bidders
expense, or reimbursement for the cost of a similar rental unit may be considered, upon
the City's approval, in lieu of or in combination with any per day delivery penalty detailed
otherwise in this specification. The apparent silence of this specification or
7PMINIVN DOC 4
8/29/94
supplemental specification as to any detail, or the apparent omission from it of a detailed
description concerning any point, shall be regarded as meaning that only the best
commercial practice is to prevail, and that only materials and workmanship of first
quality are to be used. Any and all deviations to any of the requirements of this
specification shall be stated on the returned bid. Unless so stated by the bidder, the
City may, at its discretion, assume that all requirements have been met and may hold
the bidder to each and every part of the specification. The manufacturers name and
model number must be shown on the bid in the designated place, however, that
information is not sufficient evidence that the bidder is making an exception. If no
exception or deviations are shown the Seven Passenger Mini Van will be furnished as
specified herein. Bidder shall submit current literature and specifications of equipment
bid.
7PMINIVN.DOC
4.2
&29194
Afflk Ah
SN PASSENGER MINI VAN
SPECIFICATIONS
ITEM SPECIFICATIONS
WHEELBASE
119.3 inches
OVERALL
192.8 inches
LENGTH
OVERALL WIDTH
70 inches
ENGINE TYPE
Gasoline V-6
ENGINE
3.3 Liter, E.F.1
DISPLACEMENT
STEERING
Power assisted with auxiliary cooler
BATTERY
500 AMP, 12 Volt maintenance free
ALTERNATOR
12 Volt, 90 AMP
PARKING BRAKE
Mechanical, rear wheel with dash mounted warning light.
FUEL TANK
20 US gallon capacity
HORN
OEM Standard
WHEELS
OEM Standard
TIRES
Four count all steel belted radial of a size compatible with
vehicle GVW
SPARE TIRE
Standard. Full size
TRANSMISSION
Automatic. OEM heavy duty 4 speed.
WINDSHIELD
Electric, mufti -speed and intermittent operation. Front and
WIPERS
rear mounted.
WINDSHIELD
Dual jet system, front and rear mounted with readily
WASHERS
accessible reservoir.
RADIATOR
OEM heavy duty with coolant recovery kit.
GAUGES
Must include oil pressure, coolant temperature, voltmeter,
fuel capacity with low fuel warning light, speedometer,
odometer, brake system indicator and service brake
indicator.
SUSPENSION
OEM heavy duty front and rear, with tow package.
EXCEPTIONS
7PMINWN DOC 1 ar29M
SH PASSENGER MINI VAN
SPECIFICATIONS
ITEM SPECIFICATIONS EXCEPTIONS
BRAKES
WIRING
DOOR LOCKS
RADIO
LIGHTING
GLAZING
SEATING
HEATER
AIR
CONDITIONING
OUTSIDE
REARVIEW
MIRRORS
COLOR
OEM heavy duty power assisted anti-lock breakirng with dual
hydraulic system appropriate to the GVWR of the vehicle
All cables shall be OEM standard. Secondary ignition wires
must be radio suppression type. electronic or equal. Wiring
for tow package to be included
All door locks to be electrically operated.
OEM AM/FM Standard
Interior - Dual OEM standard.
Tum Signals - OEM front and rear
Back-up Lights - OEM standard
Emergency Flashers - OEM standard
Windshield and all side and rear windows must be tinted
safety glass. Windshield to have dark tinted sun band
across top. Windows to be electrically operated.
Drivers Seat - OEM standard, manual adjustment; seven
passenger capacity seating. Middle and rear bench seats
must be removable. Cloth fabric covering to be compatible
in color with exterior paint color.
Fresh air type front mounted OEM standard. Must include
front defroster with multiple speed blower.
Fresh air front mounted OEM standard with manual control
multiple speed fan.
Left and right, adjustable from interior of vehicle, as supplied
by OEM.
Exterior color to be white, beige, tan or light gray. Color
must be stated with bid.
Exterior Color
Interior color of trim and seats to be beige, tan or medium
gray. Color must be stated with bid
Interior
7PMINNN DOC 2 8/2W94