Loading...
HomeMy WebLinkAbout2013-09-10; City Council; 21355; Authorization Purchase Public Safety VehiclesCITY OF CARLSBAD - AGENDA BILL 21.355 REQUEST FOR AUTHORIZATION TO PURCHASE PUBLIC SAFETY VEHICLES AND APPROPRIATION OF FUNDS DEPT DIRECTOR MTG. 9/10/2013 REQUEST FOR AUTHORIZATION TO PURCHASE PUBLIC SAFETY VEHICLES AND APPROPRIATION OF FUNDS CITY ATTORNEY ^ —" DEPT. PEM REQUEST FOR AUTHORIZATION TO PURCHASE PUBLIC SAFETY VEHICLES AND APPROPRIATION OF FUNDS CITY MANAGER {^j^ RECOMMENDED ACTION: Adopt Resolution No. 2013-221 _, authorizing the purchase of public safety vehicles and appropriation of funds. ITEM EXPLANATION: In June 2012, the Carlsbad City Council adopted the Fiscal Year 2012-13 Capital Outlay Budget which included a number of vehicles, including the replacement of one (1) Wildland Interface Fire Engine. In June 2013, the Carlsbad City Council adopted the Fiscal Year 2013-14 Capital Outlay Budget. Included in the Fiscal Year 2013-14 budget are the replacement of nine (9) police patrol sedans and two (2) Mobile Intensive Care Units (MICUs). In addition to the budget adoption process, the City Council authorizes vehicle acquisitions which are in excess of $100,000, either individually or collectively from the same dealer. Based on these guidelines, staff is requesting City Council authorization for the purchase of one (1) Wildland Interface Fire Engine, two (2) MICUs and nine (9) police patrol sedans. In addition, staff is requesting that City Council appropriate funds for one (1) light duty pickup truck and (2) mid-sized sedans not included in prior fiscal year capital budgets. The light duty pickup truck will replace a vehicle that was retired due to an accident. Both mid-sized sedans will replace units that have met the City's requirements for vehicle replacement and there are additional concerns regarding the mechanical integrity ofthe vehicles. Per Administrative Order Number 3 Section 5, a vehicle with mileage of more than 70,000 miles is recommended to be replaced rather than repaired if significant repair costs are required or anticipated in the near term. At the time of replacement, the replaced vehicles will be stripped of all reusable specialty equipment, retired from the fleet, and sent to auction. The police patrol sedans will be purchased from Bob Stall Chevrolet of La Mesa, Calif. The MICUs and Wildland Interface Fire Engine will be purchased through the Emergency Vehicle Group, Inc. (EVG). Section 3.28.100 ofthe Carlsbad Municipal Code allows the Purchasing Officer to purchase equipment directly from a vendor at a price established by another public agency when the other agency has made its purchase in a competitive manner. In January of 2012, the County of San Luis Obispo received bids for seven (7) police patrol sedans. The lowest responsive bid of $27,668.67 plus sales tax per vehicle (base vehicle without options), was submitted by Bob Stall Chevrolet of La Mesa. Bob Stall Chevrolet is offering the same contract pricing extended to the County of San Luis Obispo to the City of Carlsbad. The cost per vehicle as specified is $32,115.01 which includes options, sales tax and fees. The total cost for the purchase of the nine (9) vehicles is estimated to be $289,035. DEPARTMENT CONTACT: Tony Winney (760) 434-2925, tonv.winnev@carlsbadca.gov FOR CITY CLERKS USE ONLY COUNCIL ACTION: APPROVED DENIED • CONTINUED • WITHDRAWN • AMENDED • CONTINUED TO DATE SPECIFIC • CONTINUED TO DATE UNKNOWN • RETURNED TO STAFF • OTHER - SEE MINUTES • Page 2 The City of Carlsbad is purchasing the MICUs and Wildland Interface Fire Engine utilizing a competitive bid offered a cooperative purchasing agreement with EVG offered through the Houston-Galveston Area Council (HGAC). The cost per MICU is $223,063 which includes sales tax, warranty, fees and outfitting expenses. The cost per vehicle as specified for the Wildland Interface Fire Engine is $423,103 which includes sales tax, warranty, fees and outfitting expenses. The purchase cost of the two midsize sedans is $28,623.08 and $29,154.75 including sales tax. Each vehicle requires minimal aftermarket outfitting, so staff is requesting a total of $59,000 for both vehicles. Both vehicles were initially scheduled for replacement in 2010 and have been deferred several times in order to maximize vehicle use. City staff routinely reviews vehicles that qualify for replacement and defers and/or downsizes replacement where appropriate. However, due to increasing maintenance concerns, staff is requesting to move forward with replacement ofthe two sedans at this time. Both vehicles have met the city's requirements for vehicle replacement. The purchase price of the light duty pickup truck is $22,809.80, with outfitting costs expected to be an additional $4,200 which would bring the total vehicle cost to $27,000. This truck will be used to replace a vehicle that was damaged in an accident and retired from service. Staff requests that the Carlsbad City Council authorize the Administrative Services Director to appropriate a total of $86,000 from the Fleet Vehicle Replacement Fund for the purchase of the light duty truck and two midsize sedans. The total estimated cost for all requested public safety vehicles is $1,244,264. This request comprises the majority of City Council approved vehicle purchases for Fiscal Year 2013-14. The remaining vehicles approved during the Fiscal Year 2013-14 budget will be purchased at a later date. ENVIRONMENTAL IMPACT: The proposed purchase of these sedans does not qualify as a "project" under the California Environmental Quality Act (CEQA) per Public Resources Code Section 21065 and State CEQA Guidelines Section 15378 in that it has no potential to cause either a direct physical change in the environment or a reasonably foreseeable indirect physical change in the environment and therefore does not require environmental review. FISCAL IMPACT: Staff requests that City Council approves the purchase of the fifteen (15) public safety vehicles and authorize the Administrative Services Director to appropriate $86,000 from the Vehicle Replacement Fund. The additional $86,000 appropriation is for the replacement of a light duty pickup truck and two midsize sedans not included as part ofthe Fiscal Year 2013-14 replacement schedule. Sufficient funds are available in the Fleet Vehicle Replacement Fund to fully fund the purchases. The total estimated cost for the requested vehicles is $1,244,264. This request comprises the majority of vehicle purchases for Fiscal Year 2013-14. Page 3 EXHIBITS: 1. Resolution No. 2013-221 authorizing the purchase of public safety vehicles and appropriation of funds. 2. Bob Stall Chevrolet Police Patrol Vehicle Purchase Pricing Summary. 3. Emergency Vehicle Group, Inc. (EVG) Wildland Interface Fire Engine Contract Purchase Pricing Summary. 4. Emergency Vehicle Group, Inc. (EVG) MICU Contract Purchase Pricing Summary. 3 EXHIBIT 1 1 RESOLUTIONNO. 2013-221 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 CARLSBAD, AUTHORIZING THE PURCHASE OF PUBLIC SAFETY VEHICLES AND APPROPRIATION OF FUNDS 4 5 WHEREAS, funds were previously appropriated to the Fiscal Year 2012-13 and 2013-14 6 Fleet Vehicle Replacement Budget by the Carlsbad City Council for the purchase of nine (9) police 7 patrol sedans, two (2) mobile intensive care units (MICU), one (1) Wildland Interface Fire Engine; 8 and 9 WHEREAS, three additional vehicles, F161, A994 and F997 were not part of the fiscal 10 year 2013-14 Vehicle Replacement Schedule, A994 and F997 have met or exceeded the city's 11 age and/or mileage requirements for vehicle replacement and F161 is replacing a vehicle retired 12 due to an accident; and 13 WHEREAS, the Fleet Management Division has reviewed the overall condition, 14 maintenance history, future maintenance needs and determined it is in the best fiscal interest of 15 the City to replace the requested vehicles; and 16 WHEREAS, Section 3.28.100 of the Carlsbad Municipal Code provides that the city may 17 purchase directly from a vendor at a price established by another agency when another agency 18 has made its purchase in a competitive manner; and 19 WHEREAS, the County of San Luis Obispo used formal bidding procedures to establish 20 the cost of procurement of police patrol sedans; and 21 WHEREAS, the city has procured a quote from Bob Stall Chevrolet to provide eight (8) 22 new police patrol units in accordance with the competitively bid purchase awarded by the County 23 of San Luis Obispo for a total estimated cost of $289,035; and 24 WHEREAS, the City of Carlsbad used formal bidding procedures to establish the cost of 25 procurement for one (1) Wildland Interface Fire Engine and two (2) MICUs via our existing 2^ agreement with the Houston-Galveston Area Council (HGAC); and 27 28 1 WHEREAS, the city has procured a quote from to provide one (1) Wildland Interface Fire 2 Engine and two (2) MICUs in accordance with the competitively bid purchase awarded by the 3 Houston-Galveston Area Council for a total estimated cost of $869,229; and 4 WHEREAS, the city has procured quotes to provide one (1) light duty pickup truck and 5 two (2) midsized sedans for a total estimated cost of $86,000. 6 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, 7 California, as follows: 8 1. That the above recitations are true and correct. 9 2. That the City of Carlsbad Fleet Management Division is authorized to purchase 10 nine (9) police patrol cars, two (2) mobile intensive care units (MICU), one (1) Wildland Interface 11 Fire Engine, one (1) light duty pickup truck and two (2) midsized sedans for a total estimated cost ''2 of $1,244,264. ''3 3. The Administrative Services Director is authorized to appropriate $86,000 from ^4 the Vehicle Replacement Fund for use with the light duty pickup truck and two midsized sedans vehicles not previously budgeted for. 16 // 17 // // 18 19 // // 20 // 21 // // 22 23 // // 24 // 25 26 27 28 // // // 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED AND ADOPTED at a Regular Meeting ofthe City Council ofthe City of Carlsbad on the 10**^ day of September, 2013, by the following vote to wit: AYES: NOES: Council Members Hall, Packard, Wood, Blackburn and Douglas. None. ABSENT: None. ATTEST: BARBARA ENGLESO^City Clerk 2014 Caprice PPV Request for Pricing The following price schedule reflects the cost for a 2014 Model Year Caprice PPV built to the County of San Luis Obisbo's specifications. This schedule relfects the active bid pricing for the last three model years. 2011 San Luis Obispo Caprice PPV {built to SLC Specifications) $27,668.67 2012 Model year option changes (approved) $831,00 2014 Model Year Increase $1,528.35 Discount for options removed from SLC Specifications (per City ofCarlsbad } ($300,001 Total Purchase Price for 2014 Caprice PPV built to SLO Specifications $29,728.02 Sales Tax (8%) $2,378.24 Tire Tax $8.75 Total Cost per unit $32,115.01 Number of units requested 9 Total cost for Request $289>035.10 Prepared for the City of Carisbad By: James I Clifton Fleet/Municipai/Commercial Sales Bob Stall Chevrolet 7601 Alvarado Rd La Mesa, CA 91942 619-719-2311-phone 619-^388-2141-fax jcHfton@bol3sta!|.com p Prepared For: Prepared By: Ed Barr administrator City of Carlsbad James I. Clifton Requested Quantity: g 7601 Alvarado rd La Mesa, CA 91942 Phone: {619)719-2311 Fax; (619)388-2141 Email; jcliflon@bobstall,com 2014 Fleet/Non-Retaii Chevrolet Caprice Police Patrol Vehicle 4dr Sdn Polic SELECTED MODEL & OPTIONS SELECTED MODEL - 2014 Fleet/Non-Retail 1EW19 4dr Sdn Police Code Description MSRP Invoice 1EW19 2014 Chevrolet Caprice Police Patrol Vehicle 3^/V7f ^ y^Sc^ ^'" 4dr Sdn Police SELECTED VEHICLE COLORS-2014 Fleet/Non-Retail 1EW19 4dr Sdn Police Code pfscriptlon Interior: Jet Black Exterior 1r Phantom Biack Metallic Exterior 2; No color has been selected, SELECTED OPTIONS - 2014 Fleet/Non-Retafl 1EW19 4dr Sdn Police CATEGORY Code Description MSRP Invoice EMISSIONS YF5 EMISSIONS, CALIFORNIA STATE REQUIREMENTS ^ 0 ENGINE L77 ENGINE, 6.0L V8 SFI WITH ACTIVE FUEL MANAGEMENT. INCLUDES ^ (£85} FLEXFUEL (GAS ETHANOL) CAPABILITY uses gasoline or E85 P r fuel. (355 hp [264.7 kWJ @ 5300 rpm. 384 ib-ft of torque (518.4 N-m] @ 4400 rpm) (No additional charge) TRANSMISSION MXO TRANSMISSION. 6-SPEED AUTOMATIC. ELECTRONICALLY CONTROLLED (STD) / ^ PREFERRED EQUIPMENT GROUP ^ 1SB POLICE PREFERRED EQUIPMENT GROUP includes standard equipment A MODEL OPTION 9 ^ 901 POLICE PACKAGE ff f Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 288.0. Data updated 7/30/2013 ©Copyright 1985-2005 Chrome Systems Corporatton. Ai! rights reserved Customer Fiie: August 07. 2013 10:07:49 AM Page 2 Prepared For; Prepared By: Ed Barr administrator City of Carlsbad James I. Clifton Requested Quantity; 9 7601 Alvarado rd La Mesa, CA 91942 Phone: (619) 719-2311 Fax; (619)388-2141 Email" ]cl!fSon@bobstaii com 2014 Fteet/Non-Retail Chevrolet Caprice Police Patrol Vehicle 4dr Sc SELECTED MODEL & OPTIONS SELECTED OPTIONS - 2014 Fleet/Non-Retail 1EW19 4dr Sdn Police CATEGORY Code Description IVISgjP PAINT (V GIE PHANTOM BLACK METALLIC PAINT SCHEME STANDARD PAINT SEAT TYPE 0 P HCQ SEATS, FRONT BUCKET. CLOTH WITH HEAVY-DUTY FOAM. VINYL , /o ^ /q/ fe. REAR BENCH includes seatback security pane! and vinyl floor covering SEAT TRIM JET BLACK. CLOTH SEAT TRIM # UFU AUDIO SYSTEM. CHEVROLET MYLINK RADIO. AM/FM STEREO WITH CD PLAYER AND MP3 PLAYBACK includes 7" diagonal color f touch-screen display (STD) ADDITIONAL EQUIPMENT G80 DIFFERENTIAL. LIMITED SLIP (Included with (L7?) 6.0L V8 engine ) COOLING. ENGINE OIL COOLER (Included and only availabie with (L77) 6.0L V8 engine) K5S BATTERY, AUXILIARY, WITH AGM, 700 COLD-CRANKING AMPS. 70- ^ tlo""^- AMP HOUR for accessory equipment, located in trunk ^ SG8 WHEEL, FULL-SIZE SPARE AND TIRE (Includes (UJM) Tire Pressure ^ f ^ H^fiB Monitor System sensor, not programmed. Includes full-size tire) ^ ^ 6J3 WIRING. GRILLE LAMPS AND SIREN SPEAKER ^/^ I 7^^— ^ l^^i-- 6J7 FLASHER SYSTEM, HEADLAMP AND TAILLAMP. DRL COMPATIBLE 3^ - o> 3^ with control wire 7X7 SPOTLAMP, DRIVER- AND PASSENGER-SIDE (Not available with ^ ^ t<' /f 60 (7X6) driver-side spotlamp. (7X8) driver-side spotlamp provision or (7X9) ^ 7 2 / — driver- and passenger-side spotlamp provision.) 6A3 FLOOR COVERING, HEAVY-DUTY VINYL. FRONT AND REAR v ^ (Included and only available with (HCQ) cloth front bucket seats wilh vinyl * *^ ^ rear bench seat. Replaces production carpeting.) Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Dala Version; 288.0. Data updated 7/30/2013 ©Copyright 1986-2005 Chrome Systems Corporation. Al! rights reserved. Customer Rle. August 07. 2013 10:07.49 AM Page 3 1 Prepared For: Prepared By: Ed Barr administrator Qly of Cartsbad James I. Clifton F^equestad Quantity; 9 7601 Alvarado rd La Mesa, CA 91942 Phone: (619) 719-2311 Fax: (619) 388»2141 Email' jclifton@bobstall com 2014 Fleet/Non-Retail Chevrolet Caprice Police Patrol Vehicle 4dr Sdn Polic SELECTED MODEL & OPTIONS SELECTED OPTIONS » 2014 Fleet/Non-Retail 1EW19 4dr Sdn Police CATEGORY Code Descflption MSRP Invoice ADDITIONAL EQUIPMENT A ^ ^ 4.0 6N5 REAR WINDOW SWITCHES. INOPERATIVE (Rear power windows >rlo^ ^ ^ operate only from driver position.) AMF KEYS, 6 CUT with integrated Remote Keyless Entry (not programmed. . oo. ^, -> y g-S- see owner's manual); vehicle specific keyless enlry for common fleet frequency not available; include remote vehicle start 6E3 DOOR LOCKS, SINGLE KEY LOCKING SYSTEM. ENTIRE FLEET | s^- CODED ALIKE. KEY CODE IS DIFFERENT FROM (6E4) DOOR LOCKS. (Not available with (6E4) door locks. Not compatible with 2011MY-2013MY Capnce Police vehides and all Impala and Tahoe Police vehicles.) ^ e> 5N6 REAR DOOR LOCKS AND HANDLES. INSIDE DOOR INOPERATIVE ^ G(, ^ f f ^ (Doors can be opened from the outside.) ^ . B42 CARGO MAT. TRUNK custom-fitted, heavy-duty vinyi with molded edge ^ / fJ WS DAYTIME RUNNING LAMPS AND AUTOMATIC HEADLAMPS. DELETE ^ ii- VQ2 FLEET PROCESSING OPTION OPTIONS TOTAL ^t,SU^ ^lp9{>il Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual untt performance will depend on your operating conditions. GM AutoBook, Data Version: 288.0, Data updated 7/30/2013 ©Copyright 1986-2005 Chrome Systems Corporation. Ail rights reserved. Customer File August 07, 2013 10:07:49 AM Page 4 it) Prepared For; Prepared By: Ed Barr administrator Cily of Carlsbad James L Clifton Requested Quantity: 9 7601 Alvarado rd La Mesa, CA 91942 Phone; (619)719-2311 Fax; (619)388-2141 Email: jCiifton@bobstali.com 2014 Fleet/Non-Retail Chevrolet Capnce Police Patrol Vehicle 4dr Sdn Polic STANDARD EQUIPMENT STANDARD EQUIPMENT - 2014 Fleet/Non-Retaii 1EW19 4dr Sdn Police ENTERTAINMENT • Audio system, Chevrolet MyLink radio. AM/FM stereo with CD player and MP3 playback includes 7" diagonal color touch-screen display • Audio system feature, standard speaker system with 2 speakers and 2 tweeters • Bluetooth for phone and music, personal cell phone connectivity to vehicle audio system, voice recognition, music navigator and streaming audio • Steering wheel controls, mounted audio controls • Antenna, roof-mounted, fixed mast, radio EXTERIOR • Wheels, 18" (45.7 cm) heavy-duty steei • Wheel center cap, bolt-on. forged aluminum • Tires. P235/50R18 all-season blackwall, Goodyear • Wheel, compact spare • Fascias. front and rear body-color • Headlamps, halogen with automatic exterior lamp control • Lamp, center high-mounted stop/brake (CHMSL) » Mirrors, outside power-adjustable, Biack. manual-folding « Glass, Solar-Ray light-tinted windshield, driver and front passenger, light-tinted rear backglass • Wipers, front intermittent, variable • Door handles. Black • Lock cylinders, driver and front passenger doors » Lock cylinder, trunk • License plate bracket, front Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit perfomiance will depend on your operating conditions. GM AutoBook. Data Version: 288.0. Data updated 7/30/2013 ©Copyright 1986-2005 Chrome Systems Corporation, All rights reserved. Customer File: August 07. 2013 10:07:49 AM Page 5 Prepared For: Prepared By: Ed Barr administrator City of Carisbad James L Clifton Requested Quantity: 9 7601 Alvarado rd La Mesa. CA 91942 Phone; (619)719-2311 Fax: (619) 388-2141 Email; jc!ifton@bobstall.com 2014 Fleet/Non-Retail Chevrolet Caprice Police Patrol Vehicle 4dr Sdn Polic s> I MfMUMniU CWUlriVlizni I STANDARD EQUIPMENT - 2014 Fleet/Non-Retail 1EW19 4dr Sdn Police INTERIOR • Seats, front bucket, cloth with heavy-duty foam, cloth rear bench includes seatback security panel and carpeted floor covering • Cloth seat trim • Seat adjuster, driver 4-way power height and lumbar with manual recline and fore/aft • Seat adjuster, front passenger 4-way power height and lumbar with manual recline and fore/aft • Mounting platform, center console equipment • Steering column, tilt and telescopic • Instrumentation, "certified" analog 160 mph, 1 mph increments digital display, trip odometer, waming lamps and Driver information Center with Oil Life Monitor • Driver information Center, monochromatic display with customization features • Monitor, engine hours and idle hours, displayed in Driver Information Center « Surveillance mode, circuit for connection to customer switch • Oil life monitoring system • Windows, power with driver and front passenger Express-Down and rear passenger lockout • Door locks, power programmable with lockout protection • Retained accessory power power windows and audio system remain operational after ignition is switched off for 10 minutes or until a door Is opened • Key. folding blade fob • Remote vehicle starter system Includes Remote Keyless Entry • Trunk release, ignition controlled • Cruise control, electronic with set and resume speed • Theft-deterrent system, vehicle, PASS-Key I1I+ • Air conditioning, dual-zone automatic climate control with pollen air filtration • Defogger, rear-window electric • Glovebox, passenger-side, non-lockable Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 288.0, Data updated 7/30/2013 ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File: August 07, 2013 1 0:07:49 AM Page 6 Prepared For; Prepared Sy: Ed Barr administrator City of Carisbad James I. Clifton Requested Quantity: 9 7601 Alvarado rd La Mesa., CA 91942 Phone: (619)719-2311 Fax: (619)388-2141 Email; jclifton@bobstalt.com 2014 Fleet/Non-Retail Chevrolet Capnce Police Patrol Vehicle 4dr Sdn Polic STANDARD EQUIPMENT STANDARD EQUIPMENT - 2014 Fleet/Non-Retail 1EW19 4dr Sdn Police • Power outlet. 1 located on instrument panel, 12-volt • Ignition, 110-amp main power supply wiring at instrument panel and auxiliary 120-amps in trunk • Mirror, inside rearview manual day/night • Visors, driver and front passenger vanity mirrors, covered • Lighting, interior mth center-mounted dome and rear reading lights » Lighting, trunk courtesy lamp • Shift lever, column-mounted MECHANICAL • Engine, 3.6L SIOl DOHC V6 WT includes (ESS) FlexFuel (gas ethanol) capability, uses gasoline or E85 fuel. (301 hp [224.4 kW] @ 6700 rpm. 265 Ib-ft of torque [367.8 N-m) @ 4800 rpm) • Transmission, 6-speed automatic, electronically controlled • Throttle control, electronic • Rear axle, 2 92 ratio • Rear-Wheel Drive (RWD) • Cooling, transmission oil cooler • Battery, 700 cold-cranking amps located in trunk with Battery Rundown Protection • Alternator, 170 amps with idle boost • Suspension. Heavy-Duty Police • Steering, power, electric (EPS) • Brakes, 4-wheel antilock, 4-wheel disc, heavy-duty • Brake, parking, foot apply • Exhaust system, dual, stainless-steel • Tools, mechanical jack and wheel wrench Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions, GM AutoBook. Data Version: 288.0, Data updated 7/30/2013 ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File; August 07. 2013 10:07:49 AM Page 7 Prepared For: Prepared By: Ed Barr administrator City of Carisbad James I. Clifton Requested Quantity; 9 7601 Alvarado rd La Mesa, CA 91942 Phone: (619)719-2311 Fax: (619) 388-2141 Email: jclifton@bobstall.com 2014 Fleet/Non-Retail Chevrolet Caprice Police Patrol Vehicle 4dr Sdn Polic STANDARD EQUIPMENT STANDARD EQUIPMENT - 2014 Fleet/Non-Retai! 1EW19 4dr Sdn Police SAFETY • Brake/transmission shift interlock • Daytime Running Lamps, reduced intensity low beam • Air bags, dual-stage frontal, pelvic-thorax side-impact, head curtain and knee, driver and front passenger includes Passenger Sensing System (Always use safety belts and child restraints. Children are safer when properiy secured in a rear seat in the appropriate child restraint. See the Owner's Manual for more information.) • Safety bells, 3-point. all seating positions • Safety belt pretensioners, front row seats • Door locks, rear child security » Tire Pressure Monitor System • Horn, dual-note high and low Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating condilions. GM AutoBook, Data Version: 288.0. Data updated 7/30/2013 ©Copyright 1986-2005 Chrome Systems Corporation. All rights reserved. Customer File; August 07. 2013 10:07:49 AM Page 8 ^l@jyPSliir CONTRACT PRICING WORKSHEET TlllPi%OlfJr For MOTOR VEHICLES Only Contract | p^j^-H No.: Date Prepared: 6^21/2013 This Worksheet is prepared by Contractor and given to End User. If a PO is issu the Worksheet MUST be faxed to H-GAC (S) 713-993-4548. Therefore olease t\ led, both the PO and pe or print legibly. B«>l«g IcARLSBAD FIRE DEPARTMENT; AgeBty: j Contracture Crimson Fire dba. Spartan ERV Prrsom |BATTALIGN CHIEF MICHAFX CALDERWOOD Prepared By: Stephen Carieton Phonr 1760 931 2114 Phon«; 714 2380110 FM; 760 929 0256 Fax: 714 238 0120 Em>ii: |MICHAEL.CALDERWOOD@CARLSBADCA.GOV Email: scarlcton@evginc.net ^Cod«^ 1 FB03 1 Oescriptim: j International 2>door 4 X 4, wifdiand interface, aluminum body A. Product Item Base Unit Price Per Contractor's H-GAC Contract: 249132 B. Published Options - Itemize below - Attach additional sheet(s) if necessary - Include Option Code in description if applicable. (Note: Published Options are options; which were submitted and priced in Contractor's bid.) Description Cost Description { Cost See attached form 65600 i , s .•i,„.,', , ,,,,.,.,,;i,,,,,„.i„,:„„,M' •riiimi,™i..iuim;i.un' aai'n " V ii 1 J J 1 1 —r •'— 1 1 ! Subtotal From Additional Sheet(s): 1 Subtotal B:| 65600 C. Unpublished Options - Itemize below / attach additional $heet($) if necessary. (Note: Unpublished qptions are items which were not submitted and priced in Corttractor's bid.) Description | Cost Description | Cost See attached fonn j 68224 1 Subtotal From Additional Sheet(s): || ll Subtotal Ctj 68224 Check: Total cost ofUnpublished Options (Cl cannot exceed 25% ofthe total ofthe Base Unit! ^ ^, , . . j Price plus PubHshed Options (A^B). j »hts transaction the percentage .s: 22% D. Total Cost Before Any Applicable Trade-in / Other Allowances / Discounts (A+B+C) | Qttantit>'Ordered: ll 1 X Subtotal of A + B + C: 382956 | - | Sabtotal D: j 382956 E. H-GAC Order Processing Charge (Amount Per Current Policy) | Subtotal E: j 2000 F. Trade-Ins / Special Discounts / Other Allowances / Freight / Installation / Miscellaneous Charges Description j Cost Description 1 Cost Inspection Trips (Pre-con $ Final 2 FD reps per trip) | SOOO 1 1 CA Taxes 8.5% j 33146.26 """""" """"1 ! 1 Subtotal F:| 38146.26 De„veryl>a.e:| 300 aa,s after PO G. Total Purchase Price (D+E+F): | 423102.26 /5 UN-PUBLISHED OPTIONS 1 Change cab to crew cab 4-door mode! $ 15.000.00 2 Modify rear cab seating area to add storage box and SCBA's $ 4.400.00 3 Add remote contro! font bumper turret $ 5,097.00 4 Add two (2) GoLights to cab roof $ 855.00 5 Relocate booster reel to under rear center compartment $ 1.500.00 6 Modify body per customer specs $ 3,470.00 7 Add upper body storage compartments $ 4,855.00 8 Add rear ladder storage compartment for one (1)16' two-section Ext. ladder $ 1,298.00 9 Add rear hard suction storage compartment $ 1.298.00 10 Add Kussmaul PPI 000 system $ 1.137.00 11 Add aluminum diamond plate hose bed cover $ 2,117.00 12 Wheel well panels painted with two (2) SCBA bottle storage per side $ 2,357.00 13 Storm king fire curtains installed in cab $ 3,800.00 14 David Clark intercom system $ 8,950.00 15 Motorola APX6500 800mhz and Kenwood 5710VHF provided and inst. $ 9,750.00 16 Deluxe bezels and trim rings on pump panel $ 780.00 17 Backboard storage compartment $ 985.00 18 Rear direct tank fill $ 575.00 TOTAL UNPUBLISHED OPTIONS: $ 68,224.00 Page 3 of 3 2883 E. Coronado st Anaheim, CA 92677 (714)238-0110 Date: June 21, 2013 City of Carlsbad Fire Department 2560 Orion Way Carlsbad. CA 92010 The following is our proposal to provide the following through HGAC: Crimson Fire (dba. Spartan ERV) International 2-door Wildland Interface engine BID # FSI 2-11 Fire Service Apparatus H-GAC Category: FB03 BASE PRICE $ 249,132.00 PUBLISHED OPTIONS: ltem# 99 Add front bumper hosewell with cover $ 3,550.00 197 Upgrade warning lights to LED (8 @ $325.00ea.) $ 2,600.00 200 Add Whelen PSTANK level indicator lights (3 @ $500.00ea) $ 1,500.00 203 Upgrade light bar to aii LED with Opti-com emitter $ 5,500.00 237 Add map box console $ 750.00 333 Add portable engine driving pump, wired, plumbed and installed $ 19.000.00 356 Add foam system that flows 0 and 2gpm concentrate per minute $ 9.250.00 282 Change valve to electrically actuated $ 1,950.00 280 Add front bumper discharge $ 3.350.00 385 Add booster reel and all associated plumbing, wiring and rollers $ 7,900.00 Page 1 of 3 17 456 Add rear winch receiver and power point $ 1,450.00 467 Add winch $ 3,200.00 483 Add one (1)300# roll-out tray $ 800.00 480 Add four (4) half depth shelve (4 @ $275.00ea) $ 1,100.00 481 Add two (2) full depth shelves (2 @ 425.00ea) $ 850.00 498 LED traffic advisor $ 1,950.00 529 Add two (2) body exterior 12v scene light (2 @ $50.00ea) $ 900.00 Page 2 of 3 $ 65,600.00 le Exhik.-I-H iMlMflrSw JMar^flHr fll wads' ir CONTRACT PRICING WORKSHEET For Standard Equipment Purchases Contract ( AMlO-12 No.: 1 Date Prepared: 5/21/2013 This Worksheet is prepared by Contractor and given to End User, If a PO is issued, both documents MUST be faxed io H-GAC (a). 713-993-4548. Therefore please tvpe or print legihlv. Agmr j Carlsbad Fire Department Contrsctar: Emergency Vehicle Group Contwt jg^ Michael Caldcrwood Person: • Prepared By: Jerry Grinstcad Phone: |760 931 2114 Phone: 714 238 0110 Fax: j76 929 0256 Fax: 714238 0120 email: imichaclcaldcrwood@earlsbadca.gOv Emait: igrinstcad@cvginc.nct Product I Code: } P^®^ Dncription: |Type 1 Superllner 167" Body Ford F450 A, Product Item Base Unit Price Per Contractor's H-GAC Contract: 161,668.00 B. Published Options - Itemize below - Attach additional sheet if necessary - Include Option Code in description if applicable (Note; Published Options arc options which were submitted and priced in Contractor's bid.) Description Cost Description Cost HI02 Air Horns 1600 H104 Map Light 125 HI07 Battery Charger 370 HI08 12V outlets 3 @ $25 75 HI 13 Auto Eject 20 Amp 1 295 H115 Power Door Locks 7 ig 145 1015 HI 18-2 Dark Tinted Window 3 @ 300 900 HI 19 Cabinet Dracwcr ------------------500 H123 Sharps Cabinet 2 @ 295 | 590 H126 Ducted HVAC 1 1500 HI3I LED Light Bar 2 @ 3400 6800 HI35 Module to bc painted other than White I 1600 H145 LED interior lights 8 @ 140 1120 H139-1 LED Exterior Door Light 2@ 175 350 i Subtotal From Addilional Sheet(s): , , , , , : ,, ll Subtotal B: 16840 C. Unpublished Options • Itemize beiow - Attach additional sheet If necessary (Note: Unpublished options arc items which were not submitted and priced in Contractor's bid.) Description i Cost Description Cost Radios, MDC, Communication equip and installation! 13858 Add Ford 60/150/6000 Extended Warranty 4575 Plymovent InstaU 1 535.08 Whelen Scene Pioneer Lights (6) 3916 Slide Out Battery Drawer ILOS door 1 333 OEM Aluminum Wheels 961 Custom Console i 675 Whclcn TrafTic Advisor and LED Waming Lights 1 2630 Subtotal From Additional Sheet(s): 1 Subtotal C: 27483.08 Check: Total cost of Unpublished Options (C) cannot exceed 25 Price plus Published Options (A+B), »of the total of thc Base Unit For this transaction the percentage is: 15% D. Total Cost before any other applicable Charges, Trade-Ins, Allowances, Discounts, Etc. (A+B+C) Quantity Ordered: 2 1 X Subtotal of A + B+ C: 205991.08 } Subtotal D: 411982.16 E. Other Charges, Trade-ins, Allowances, Discounts, Etc. Description i i Cost Description c:ost HGAC Fee 1.000.00 Document Fee 1 160 * CA Tire Fee j 24.5 CA Sales Tax 1 32,958.56 1 Subtotal E: 34143.06 ' Delivery Date:! 2/15/2014 F. Total Purchase Pf ice (D+E): | 446125.22 Offer and Purchase Agreement For City of Carlsbad Flre Department (2) 2014 Ford F-450 Type I Lifeline Superllner Module Ambulances The following is a formal piggy back offer for the City of Carlsbad Fire Department to purchase (2) 2014 Ford F-450 Type I Lifeline Superiiner Module Ambulance from the Emergency Vehicle Group. Inc. and Lifeline Emergency Vehicles, Inc. off the Houston Galveston Area Council (HGAC) formal bid process. For HGAC Product Code: RA04. The City of Carlsbad is currentiy an active member of HGAC. All prices are quoted to include all avaiiable Ford GPC Rebates and incentives. Price is subject to change and will be recalculated if additional options are requested. Description •-^^f^'-'f:^^^ F-450 Type I Lifeline 2 Superiiner Module Ambulance per the enclosed proposed work order. Production drawings wili follow. Includes radio equipment, wireless card and MDC Installation Includes Ford 60 month/150,000 mile/6,000 hour Extended Warranty Price Each $205,991.08 Extended Price $411,982.16 Sub-Total (Before Sales Tax and License) HGAC Fee 2 Tax (8.0% or Prevailing Rate) 2 Approximate DMV Licensing Fee Tire Fee 2 Document Fee 2 $205,991.08 500.00 16,479.28 12.25 80.00 $411,982.16 $1,000.00 $32,958.56 N/A $24.50 $160.00 Total Purchase Price 223.062.61 $446,125.22 2883 East Coronado Street, Anaheim. California 92806 Tel: 714-238-0110 Fax: 714-238-0120 www.evginc.net at) This constitutes a contract for the purchase and sale of ambulances and ambulance equipment between Emergency Vehicle Group, Inc. (Seller) and City of Carisbad Fire Department (Buyer) in the total amount of $446,125.22 for (2) 2014 Ford F-450 Type I Lifeline Superiiner Module Ambulance. Payment Terms: 100% payment for the above amount Is due at time of delivery of the vehicles. Failure to pay for the vehicles in full may result in interest occurring at the current prime rate plus 3% as published in the Wall Street Journal. Proof of insurance and approved financing or payment will be required to execute this contract. Delivery Time: Delivery shall be approximately February 16, 2014. The vehicles shall be delivered to City of Carlsbad Flre Department by EVG. Jerry N. Grinstead Jr. Emergency Vehicle Group. Inc. CEO-Co-Founder 2883 East Coronado Street, Anaheim, California 92806 Tel: 714-238-0110 Fax: 714-238-0120 www.evginc.net Morgen Fry Subject: Attachments: FW: Council Inquiry Regarding Sept. 10 Agenda Items Local Preference.xlsx For the Information of thef PIJY COUNCIL / CAV CC_^ City Manager From: Greg Hermann Sent: Tuesday, September 10, 2013 1:23 PM To: Council Archive Cc: John Coates; Gary Barberio Subject: Council Inquiry Regarding Sept. 10 Agenda Items Hello, Below find the responses to the questions from yesterday's briefings. Please let me know if you have any questions. Greg Item #1 Question: Is the Wildland Interface Fire Engine the vehicle that the Fire Department has been asking for in the past and has been denied? Answer: The Wildland Interface Fire Engine that is being requested tonight is 17 years old and is in need of replacement. This is the first request to replace this vehicle. Discussions In past years for other additional vehicles are no longer current. The Fire Department does not have, at this moment, any unmet apparatus needs other than the vehicle specified in this item. Question: Why are we purchasing police sedans from a vendor in La Mesa, California and not from local vendors? /Answer; The Municipal Code allows us to join in cooperative purchasing agreements. It allows for the purchasing officer to have "the authority to join with other public or quasi-public agencies in cooperative purchasing plans or programs for the purchase of Goods and/or Services by Contract, arrangement or Agreement as allowed by law and as determined by the Purchasing Officer to be in the City's best interest." San Luis Obispo procured pricing via a competitive bid process for police patrol sedans, and we are allowed to join with this public agency per the municipal code. Local providers have not been as competitive, based on previous experience with formal bids and do not offer this model for sale. Question: Do we provide a purchasing preference for local vendors? Answer: Our current policy is to provide local vendors with a one percent "discount" on bids for goods. The rationale is that one percent of the eight percent sales tax paid by a vendor would go to the city of Carlsbad. This rationale, of course, assumes a local vendor would be purchasing goods within city limits. Previously, we conducted a survey of local cities and their respective local preference policies. The results are attached. Question: What are the sales tax implications when a vehicle is purchased outside of Carlsbad? Answer: Generally speaking, one percent of the sales tax goes to the city in which the point of sale is located. There are some nuances, however, in vehicle sales. The tax rate that is charged when a vehicle Is purchased is the tax rate ofthe buyer's residence. For example, a Carlsbad resident that purchases a car in La Mesa will pay sales tax applicable at the Carlsbad rate (the rate in Carlsbad is 8 percent versus La Mesa's rate of 8.75 percent). However, the one percent Bradley Bums portion of the tax that gets collected Is given to the city in which point of sale is (La Mesa in our example). Additionally, If there are any district taxes or transactional use taxes (ie. SANDAG Transnet), those are al^^ocated to the city where the vehicle will be used. Thus, if a resident in Orange County came to Car Country Carlsbad they would have to pay any voter approved district taxes and transactional use taxes for Orange County. Question: Is the City of Carlsbad exempt from paying sales tax on purchased goods? Answer: No. A list of exemptions and exclusions for sales taxes can be found on the California Board of Equalization web site. Although a number of nonprofit, religious, and organizational organizations qualify for exemptions, municipal governments do not. Item #5 Question: What is the policy concerning the funding and selection of public art in the proposed roundabout? Answer: Carlsbad Municipal Code authorizes the City Council to make appropriations at their discretion for public art In conjunction with construction projects included in the city's capital Improvement program. It specifies that city departments include in requests for authorizations or appropriations for construction projects, an amount for works of art equal to at least one percent of the total cost of the construction project as estimated in the city's capital improvement program. Because the Carlsbad Blvd/State St roundabout was not processed as a project through the city's capital improvement program, an appropriation has not yet been made for this construction project and is being requested at this time. Once the appropriation is made, the Arts Commission establishes a Public Art Selection Committee to select an artist who works with the project team to develop design concepts. The design is brought to the Arts Commission for review. Once accepted, the design is put out for public feedback. A report and recommendation which includes that feedback Is forwarded by the Arts Commission to the City Council for approval. Item #10: Question: What is the parking requirement for the Bluewater project and how was it met? Answer: The Bluewater project requires 22 on-site parking spaces and 22 spaces are being provided. The project will also provide a bicycle parking area. The required parking for the Bluewater project is based on the parking requirements set forth in the Village Master Plan for restaurants (1 space/100 net sq. ft.) and microbreweries (1 space/300 net sq. ft.). The Bluewater application does not include a request for any standards modifications for parking. The project will benefit from several hotels being within walking distance and having nearby public parking lots located at the southern end of Ocean Street (Off Shore Surf Shop) and on Washington Street at Carlsbad Village Drive. Limited on-street public parking also exists within convenient walking distance ofthe project site. Item #15: Question: What is the funding history of our Beach Sand Replenishment projects? Are there other funding sources that could be used for these projects? Answer: In 2001, SANDAG completed a Regional Beach Sand replenishment Project (RBSP I) to place 2.1 million cubic yards of sand on twelve beaches from Imperial Beach to Oceanside. Two of these beaches were located in Carlsbad. The project was funded entirely with state and federal funds. In 2006, the City Council awarded $1.5 million in Agricultural Conversion Mitigation Fee (ACMF) funds to support a second beach sand replenishment effort. The City of Carlsbad and other cities with receiver beaches partnered with SANDAG to complete the work as part ofthe second RBSP (RBSP II). RBSP ll was completed in.2012 with 360,000 cubic yards of beach sand deposited on Carlsbad beaches. The total cost ofthe project was approximately $26 million. The state funded 85 percent ofthe project, with cities funding the remaining balance (15 percent). Carlsbad's contribution toward the project was $884,060. The remaining $615,940 is being recommended to be put back into the ACMF for other projects. When RBSP ll was completed, it was expected that the next RBSP effort would not be needed for several years. The City of Carlsbad does not have a programmed funding source to contribute funds toward any future RBSP. With regard to the ACMF Program, city staff estimates that by the time all coastal agricultural land is converted to urban uses, the conversion of these lands will generate anywhere between $900,000 and $1.4 million dollars in additional ACMF funds that could be used for future sand replenishment projects. Other possible funding sources could include the general fund, transient occupancy tax and state and federal grants. Quest/on; What was the Agriculture Conversion Mitigation Fee Ad Hoc Citizens Advisory Committee recommendation to the City Council concerning the SDG8iE/Caruso property? Answer: At its meeting on June 25, 2013 the Agricultural Conversion Mitigation Fee (ACMF) Ad Hoc Citizens Advisory Committee received public comment from Peter Mackauf, general manager for the Carlsbad Strawberry Company Mackauf requested that the Committee encourage the City Council to set aside an unspecified amount of ACMF funds to study and mitigate the impacts that potential development of the SDG&E/Caruso property would have on the Carlsbad Strawberry Company's business. Mackauf indicated that if, and when, the SDG&E property is developed, it would create significant impacts affecting the sustainability ofthe Carlsbad Strawberry Company's business operations. Committee Chairperson Eric Larson indicated that according to the Committee's policies and procedures, the Committee will specifically not "hold back" funds for future awards. Mackauf insisted that the Committee encourage the City Council to set aside funds to study the impacts that development ofthe SDG&E/Caruso property would have on the Carlsbad Strawberry Company. Larson moved that the Committee convey to the City Council that it has concerns regarding the future ofthe Carlsbad Strawberry Company's business, if, and when, development ofthe property takes place. The motion carried unanimously. Following the meeting, Caruso Affiliated was notified that this issue was raised. Caruso Affiliated was subsequently provided with a copy of the draft minutes from the Committee meeting. Development of the SDG&E/Caruso property is not subject to the ACMF program at this time, but that is subject to change pending approval of a Local Coastal Amendment program submitted to the California Coastal Commission. LOCAL BUSINESS PREFERENCE POLICY Percentage Details 1 Chula Vista 0% Preference given in a tie 2 Coronado 0% Preference given in a tie 3 Del Mar 0% 4 Imperial Beach 0% 5 Lemon Grove 0% 6 Oceanside 0% 7 Santee 0% 8 Solana Beach 0% 9 Visalia 0% Preference given in a tie 10 Carlsbad 1% Goods H El Cajon 1% Goods 12 Escondido 1% Goods 13 Ontario 1% Goods and services 14 Santa Monica 1% Goods and services 15 Sunnyvale 1% Goods 16 Vista 1% Goods and services, excluding public works projects 17 Pasadena l%/5% 1% on goods, 5% on services 18 La Mesa 1.75% Goods and services 19 National City 2% Goods and services 20 Freemont 2.5% Goods and services, not to exceed $5,000 21 San Jose 2.5% /5 poitits 2.5% on goods, 5 points out of 100 on services 22 Murrieta 3% Goods 23 Berkeley 5% Goods and services, not to exceed $1,250 24 Concord 5% Goods and services, not to exceed $5,000 25 Huntington Beach 5% Goods and services, not to exceed $5,000 26 Irvine 5% Goods, not to exceed $2,000 27 Morro Bay 5% Goods 28 Vallejo 5% Goods and services, not to exceed $10,000 29 Windsor 5% Goods and services 30 Long Beach 10% Goods and non-professional services, not to exceed $10,000 31 Tracy 10% Goods and services, not to exceed $3,000 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 LOCAL BUSINESS PREFERENCE POLICY September 2011 Citv Percentage Carlsbad Chula Vista Coronado Del Mar El Cajon Encinitas Escondido Imperial Beach La Mesa Lemon Grove National City Oceanside Poway San Marcos Santa Monica Santee Solana Beach Vista 1% 0% 0% 0% 1% No Response 1% 0% 1.75% 0% 2% 0% 1% No Response 1% 0% 0% 1%