Loading...
HomeMy WebLinkAboutMINUTES - 04252006 - C.88 w_..---�---, .... TO: • BOARD OF SUPERVISORS CONTRA FROM: MICHAEL J. LANGO, DIRECT OR OF GENERAL SERVICES COSTA DATE: APRIL 25, 2006COUNTY SUBJECT: REQUEST TO PURCHASE ONE REPLACEMENT VEHICLE FOR THE CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION APPROVE and AUTHORIZE THE Purchasing Agent, or designee, to purchase one replacement vehicle for the Contra Costa County Fire Protection District. FINANCIAL IMPACT The Contra Costa County Fire Protection District is purchasing one replacement vehicle. The estimated purchase cost of$27,667 will be funded with insurance proceeds. BACKGROUND The Contra Costa County Fire Protection District is replacing one vehicle damaged in an accident. This vehicle was not on the approved i Y2005-06 Master List for Vehicle Replacement. Therefore, in accordance with Administrative Bulletin No. 508: "County Vehicle and Equipment Acquisition and Replacement Policy with Guidelines," approval is requested for the purchase of this vehicle. Based on a review of the need for the new vehicle and consideration of alternative fueled vehicles, the Fleet Manager recommends approval of this request, which has been reviewed and approved by the County Administrator for consideration by the Board of Supervisors. z CONTINUED ON ATTACHMENT: /YES SIG 1/0ECOMMENDATION OF COUNTY ADMINISTRATOR_r RECOMMENDATION COMMITTEE APPROVE _OTHER - r -SIGNATURE(S): ACTION OF BOAD O A� D APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS – ,, /� UNANIMOUS(ABSENT ' Q4,,t 1 AYES: NOES: � ABSENTS: ABSTAIN: I MEDIA CONTACT:MICHAEL J.LANGO(313-7100) Originating Dept.:General Services Department cc: General Services Department I HEREBY CERTIFY THAT THIS IS A TRUE Administration AND CORRECT COPY OF AN ACTION TAKEN AND ENTERED ON THE MINUTES OF THE BOARD Accounting OF SUPERVISORS ON THE DATE SHOWN. Fleet Managementn -I / `L I — 1 Auditor-Controller(via F/M) ATTESTED (N�i J -"� Contra Costa County Fire Protection District(via F/M) JOHN LLEN,CLERK OF TH OARD OF SUPERVISORS ANDC UNTYADMINIST�RATTOR BY ® r – ---vl _,DEPUTY G:kAdminlVehicleReplacementBoardOrders\FireDistlBrdOrderCCFPD Purch.l Vehicle4-25-06.doc FM:BG Page 1 of 1 M382(10/68) i VEHICLE AND EQUIPMENT REQUEST FORM (See Instruction Sheet) Department : C_C.c. ' / 51-1. Date: J 0 & Authorized Signature: `1' _-F �6zl �'��� Telephone: Printed Name: /St l C#4,eG fid X02 1. Reason and justification for vehicle request: /2&4gC1E (/E iG "77STJ9G,� 2. Funding Source: (Budget information will be used to prepare Board Order): O✓f'� Y9$3 Is an appropriation adjustment needed? ❑ Yes L No Fiscal Officer: Name: /J'Jl// (5-"ea'e G-ir, Telephone: 3. Description of vehicle or equipment requested (If applicable, complete an accessories form): C✓ �4� N X y I /2�FEh /�, Zf A - 9 4. Is an alternative fuel vehicle acceptable? ❑ Yes JX No If no, reason clean air vehicle will not work: Eis�E✓I�E.✓Gc� //E,c c (,6 5. If replacement, which vehicle or equipment is being replaced: Type: Vehicle/Equipment Number: Z g 7 Odometer/Hours: 3� /30 6. Reason purchase cannot wait until next budget cycle: 7. CAO Release to GS I et Uanageme Yes ❑ No Date: a a D CAO Signatur . FO (' SD FLEET MANAGEMENT'S USE 1. Is vehicle/equipment an addition to the fleet? ❑ Yes No 2. If vehicle/equipment is for replacement, an inspection/evaluation to be completed by Fleet Manager: Date Inspected: ,3-7 -06 Vehicle/Equipment: Make: Model: f'l So Year: --)o,02- Condition of vehicle and/or equipment and life expectancy: V f-ht,`c 2- Accumulated Depreciation: I Estimated Salvage Value: Estimated Cost of Request: 3. Fleet Manager Signature: Date: 3-2 25 -a� C:\Documents and Settings\finorgan\Local Settings\Temporary Internet Files\OLK11 ADMIN HULL 508 FLEET ACQUISITION FORM.doc 12/12/01 4 i a Bidder:S&C Ford, Inc Specification # G09-4-078089 A-9 Qty:4 Page .I of 4 Vehicle Bid YEAR 2004 MANUFACTURE Ford MODEL F150 supercrew Contra Costa County General Services Department Fleet Management Division Specifications Full,Size 1/� ton Super Crew Cab 4X4 Fleetside 5 '/2 foot bed Pick-up Truck (Fire Protection District) New pickup in accordance with the following specifications. Vehicle shall be unused current model year production, and equivalent in style and quality to that offered to the general public. Vehicle shall be supplied with all equipment and accessories indicated as standard equipment in the manufacturer's published literature. Optional equipment as necessary to meet the following requirements of this specification shall also be installed. As specified Yes_®_No_❑_(if no, explain) GVW Rating Minimum GVW rating 6,500 pounds. As specified Yes_❑_ No ID-(if no, explain) Bodv Super Crew Cab with 5 '/2 foot bed to include Step type rear bumper. Frame mounted (class 3 hitch). Trailer towing group, Class III. Front and rear bumpers shall be chrome. As specified Yes_❑_No ❑ (if no, explain) Wheelbase The wheelbase shall be 139 inches. As specified Yes_❑_No L ❑ (if no, explain) 1 ; O Bidder:S&C Ford,Inc Specification # GO9-4-078089 A-9 Qty-4 Page 2 of 4 Engine A gasoline engine with a minimum of 4.6 liters, V-8. As specified Yes_❑_No_❑ (if no, explain) "Transmission Electronic 4-Speed automatic with overdrive and transmission cooler. Shall include lour Wheel Drive with Electronic Shift on �y, automatic locking front hubs, and two speed transi�er case. As specified Yes_❑_No_ I _(if no, explain) Cooling Svstem To be manufacturer's largest capacity available option for this vehicle. As specified Yes_®_No_❑ (if no, explain) Axles and Springs Manufacturers total rated capacity for the front and rear axles and springs shall meet or exceed the specified minimum GVW. Axle ratio shall be 3.55 with limited slip. As specified Yes_®_No _❑ (if no, explain) 3.73 LIMITED SLIP Wheels and Tires Five (5) tires and wheels , heavy duty for vehicle bid. Four polished aluminum wheels shall be provided. Tires shall be P255170R-16 OWL All Terrain style. As specified Yes_❑_No 1 ❑ (if no, explain) Electrical Alternator shall be minimum of 75 amps. Battery shall be heavy duty(maintenance free). As specified Yes_❑_No ❑ (if no, explain) Accessories A. Exterior color manufactures white clearcoat. As specified Yes_® No_❑ (if no, explain) 2 1 Bidder:S&C Ford, tnc Specification # G09-4-078089 A-9 Qty:4 Page 3 of 4 B. Heavy duty cloth Captain's Chairs and rear 60/40 bench seat..Color shall be Medium Graphite. Power Driver's seat with Ltunbar support shall be provided. As specified Yes_❑_NoL ❑ (if no, explain) I. C. Timed Windows with rear privacy glass. (O.E.M. only). As specified Yes_❑_No�_❑ (if no, explain) D. Power steering. As specified Yes_®_No_❑_(if no, explain) T. Power disc brakes. Four wheel disc ABS. As specified Yes_❑_Nb_❑ (if no, explain) I F. Skid Plates provided. (O.E�.M. only) As specified Yes,®_N+o_❑_(if no, explain) I G. Two-speed electric windshield wipers and washers, with intermittent speed. As specified Yes_❑_No_❑ (if no, explain) i H. Instruments---Amp, Oil pressure, Water temperature, Tachometer, Trip meter, and O/H Console with Compass. As specified Yes_❑—No_❑_(if no, explain) 1. Fuel tank shall have a minimum capacity of 25 gallons. (O.E.M. only). As specified Yes_® NO_❑_(if no, explain) 3 4 Bidder:S&C Ford, the Specification # GO9-4-078089 A-9 Qty:4 Page 4 of 4 .1. 7-way ICCapproved trailer light plug (Cole Hersee part#12063) shall be mounted on rear bumper. As specified Yes_❑_No_❑_(if no, explain) K. AM/FM stereo radio with single CD, four speakers, and Premium Sound. (O.E.M. only). As specified Yes_❑_No_ ❑ (if no, explain) 1 L. Air Conditioning (O.E.M. only). As specified Yes_®_N-0 (if no, explain) M. Color keyed carpet with floor mats, front and rear (O.E.M. only). As specified Yes ❑_No—0_(if no, explain) N. lower windows; locks, adf ustable pedals, and mirrors. As specified Yes_❑_No_❑ (it'no, explain) O. Speed control; tilt steeringI�wheel, and auto headlight control. As specified Yes_❑_No_❑ (if no, explain) P. Front tow hooks and fog 1, mps. As specified Yes_❑_N o_❑ (if no, explain) Q. Five (5) sets of necessary keys shall be provided. As specified Yes_®_No_❑ (if no, explain) R. Center console between driver and passenger seats shall be installed. As specified Yes_❑ No_❑ (if no, explain) 4