Ann Arbor logo
File #: 14-0202    Version: 1 Name: 3/3/14 - Signature Ford Police Vehicles
Type: Resolution Status: Passed
File created: 3/3/2014 In control: City Council
On agenda: 3/3/2014 Final action: 3/3/2014
Enactment date: 3/3/2014 Enactment #: R-14-075
Title: Resolution to Approve the Purchase of 18 Vehicles from Signature Ford (Macomb County Cooperative Purchasing Contract $457,393.00)
Title
Resolution to Approve the Purchase of 18 Vehicles from Signature Ford (Macomb County Cooperative Purchasing Contract $457,393.00)
Memorandum
The attached resolution authorizes the purchase of one 2014 Ford F-150 four wheel drive pickup at $26,407.00, one 2014 Ford Escape four wheel drive at $24,050.00, four 2014 Ford Police Interceptor - Sedans at $24,601.00 each, nine 2014 Ford Police Interceptor - Utility at $26,298.00 each, two 2014 Ford Police Interceptor - Utility with rear auxiliary air conditioning for use as K-9 units at $26,846.00, and one 2014 Ford F-150 two wheel drive pickup at $18,158.00 for a total of $457,393.00 from Signature Ford, Perry, Michigan.  
 
Police Vehicles
The police detective and patrol vehicles listed on this resolution will replace vehicles that will have reached the 80,000 miles or the 6 years in service limit specified in the  City's labor contracts with the Ann Arbor Police Officers Association and the Ann Arbor Police Supervisors.
 
Police requires a fleet of detective vehicles with a variety of makes, models, and body styles. The fleet includes cars, pickups, and SUVs. To maintain the variety of vehicles needed in this operation, the Fleet & Facility Unit develops a list of vehicles that were awarded a contract under one or more of the cooperative purchasing programs from the State of Michigan, Macomb County, and Oakland County.
 
All three of the new sedans have less shoulder room then the Crown Victoria and we are finding it difficult to install the growing amount of equipment needed in Police vehicles and still have adequate room for our officers. Therefore we are incorporating more of the larger SUV pursuit rate vehicles into the fleet. These will be used for special service vehicles like the K-9, Command, SWAT, Crime Scene Processing, and general patrol.
 
This resolution is for the purchase of the Ford Police Interceptor-Sedan and the Ford Interceptor - Utility both equipped with Ford's 3.7 liter V-6 engine and an All Wheel Drive transmission. The Ford Police Interceptor series of vehicles are built specifically for sale to law enforcement agencies and are not available to the public. The basic body styling of these vehicles are similar to the Ford Taurus and Explorer.
 
Non-Police Vehicles
The City has established replacement schedule for each class of vehicle. When a vehicle comes up on the replacement schedule,  Fleet uses a two-step evaluation process.  The first step scores a vehicle's age, miles/hours of use, type of service, reliability, maintenance and repair cost.  The second step consists of the Fleet Service Supervisor's review of the vehicle repair history and general condition. Vehicles with a total score indicating good condition or better are not replaced regardless of the replacement schedule.  For vehicles with higher (poorer) scores, the Fleet Supervisor's rating is used to determine retention or replacement.  By including the Fleet Supervisor's scoring, the City is ensured that vehicles in service for a long time or that have had one high repair charge but are otherwise in very good condition, are not replaced.
 
Of the sixty eight light vehicles scheduled for evaluation this year, two have met the requirements for replacement. One of these vehicles is included in the resolution.  
 
Field Operations uses truck #4248, a 2006 GMC C1500 pickup for Signs & Signals / Radio Shop. The truck has been in service for 7.6 years and has an over 4,800 total hours of operation. It averages 0.23 repair work orders per month and the cost of repairs has exceeded 60% of it purchase price. The Fleet Service Supervisor evaluation recommends replacement.
 
This purchase follows the guidelines of the City's Green Fleet Policy to reduce the amount of fuel used and to pay a premium for "greener" vehicles if necessary.
 
The Fleet and Facilities Unit reviewed the bids of the Cooperative Purchasing Programs of the State of Michigan, Oakland County, and Macomb County. Signature Ford was the lowest responsive bidder to Macomb County.
 
Adequate funds for these purchases have been budgeted in the Fleet Services budget for fiscal year 2014.
 
Signature Ford received Human Rights approval on January 30, 2014.
Staff
Prepared by:  Thomas A Gibbons, Financial Analyst Fleet & Facility Unit
Reviewed by;  Matthew J. Kulhanek, Fleet & Facilities Manager and Craig Hupy, P.E., Public Services Area Administrator
Approved by:  Steven D. Powers, City Administrator
Body
Whereas, The Fleet and Facilities Unit needs to purchase replacement vehicles for the City's fleet;
 
Whereas, Signature Ford, Perry, MI, is the lowest responsive bidder to the Macomb County Cooperative Bid program; and
 
Whereas, Signature Ford received Human Rights approval on January 30, 2014;
 
RESOLVED, That City Council approve the issuance of a purchase order to Signature Ford for the purchase of one 2014 Ford F-150 4 wheel drive pickup at $26,407.00, one 2014 Ford Escape SE at $24,050.00, four 2014 Ford Interceptor - Sedan at $24,601.00 each, nine 2014 Ford Interceptor - Utility at $26,298.00 each, two 2014 Ford Interceptor - Utility at $26,846.00 each, and one 2014 Ford F-150 two wheel drive pickup at $18,158.00 for a total amount of $457,393.00;
 
RESOLVED, That funds for this purchase come from the 2014 Motor Equipment budget with funds to be available without regard to fiscal year;
 
RESOLVED, That the vehicles being replaced (nos. 0031, 0035, 0037, 0039, 0043, 0047, 0050, 0051, 0052, 0053, 0058, 0062, 0063, 0147, 0203, 0366, 0337, and 42480) be sold at the next City vehicle auction; and
 
RESOLVED, That the City Administrator be authorized to take the necessary actions to implement this resolution.