Skip to main content
Legistar header
                                                         
File #: RS-18-056    Version: 1 Name: Procurement of Vehicles for Fire Department
Type: Resolution Status: Passed
File created: 4/9/2018 In control: City Council
On agenda: 7/24/2018 Final action: 7/24/2018
Title: Consider a memorandum/resolution authorizing the procurement of five (5) vehicles for the Fire Department.
Sponsors: Fire Department, Fleet Services
Attachments: 1. Staff Report, 2. Quotes, 3. Certificate of Interested Parties, 4. Presentation

 TITLE

 

Consider a memorandum/resolution authorizing the procurement of five (5) vehicles for the Fire Department.

 

SUMMARY

 

DATE:              July 17, 2018

 

TO:                      Ronald L. Olson, City Manager

 

FROM:            Jonathan Locke, Executive Director of Finance

 

SUBJECT:   Procurement of five (5) vehicles for the Fire Department       

            

 

BACKGROUND AND FINDINGS:

 

Funding for the acquisition of vehicles for the Fire Department was approved as part of the City's FY 2018 Budget process.  The Fire Department will utilize these vehicles in support of fire and emergency medical service operations to replace five (5) existing vehicles that are on average 17 years of age, have an average of 142,000 miles, and have exceeded their useful life. All five (5) units will be replaced with Ford Explorer Interceptor models that are equipped for staff emergency response.

 

 

THE ALTERNATIVES CONSIDERED:

 

1.) Defer replacement, which will cause the department to continue to operate in a reduced resource capacity, incur increased maintenance costs, and lose remaining residual value in the current vehicles.

 

2.) Replace the vehicles in order to provide safe and effective emergency services and achieve the least cost of ownership on these vehicles.

 

Which alternative is recommended? Why?

 

The second alternative is recommended in order to meet the department’s mission and operate in the safest and most cost effective manner.

 

 

CONFORMITY TO CITY POLICY:

 

The City of Killeen is a member of several purchasing cooperatives that are in compliance with Texas Local Government Code section 271.102.  Purchases made through a cooperative satisfy competitive bid requirements.  Quotes were solicited from four vendors that participate in cooperative agreements, which resulted in three complete quotes and one partial quote. Silsbee Ford supplied the quote representing the best value for the City.  

 

 

FINANCIAL IMPACT:

 

Cooperative quotes received:

 

Vendor

Co-op

Vehicle Cost

Up-fit Cost

Cost/Unit

Total

Silsbee Ford

Tarrant County

$30,341.00

$9,604.00

$39,945.00

$199,725.00

Sam Pack Ford

HGAC

$28,270.60

$13,113.00

$41,383.60

$206,918.00

Caldwell Country

BuyBoard

$31,770.00

$9,989.00

$41,759.00

$208,795.00

Nat’l Auto Flt Group

NJPA

$34,447.00

N/A

N/A

N/A

 

What is the amount of the expenditure in the current fiscal year? For future years?

 

The total amount of the expenditure is $199,725. There are no future costs related to these vehicles.

 

Is this a one-time or recurring expenditure?

 

This is a one-time expenditure.

 

Is this expenditure budgeted? If not, where will the money come from?

 

Yes, funds are budgeted in account number 601-7070-442.61-10.   

 

Is there a sufficient amount in the budgeted line-item for this expenditure?

 

Yes, the total available budget is $208,700. 

 

 

RECOMMENDATION:

 

Staff recommends that City Council approve the purchase of the five (5) vehicles from Silsbee Ford utilizing Tarrant County Cooperative pricing totaling $199,725, and that the City Manager or designee be expressly authorized to execute any and all change orders within the amounts set by state and local law.

 

 

DEPARTMENTAL CLEARANCES:

 

Fire Department

Purchasing

Finance

Legal

 

 

ATTACHED SUPPORTING DOCUMENTS:

 

Quotes

Certificate of Interested Parties