Loading...
HomeMy WebLinkAbout2016-04-26; City Council; 22267; Authorizing purchase of ambulance chassis and cab remount from Emergency Vehicle Group1 CITY OF CARLSBAD-AGENDA BILL 2 r" -AB# 22,267 REQUEST FOR AUTHORIZATION TO PURCHASE AN DEPT. DIREGOR Vl ' MTG. 04-26-16 AMBULANCE CHASSIS AND CAB REMOUNT FROM CITY ATTY. '-t15 DEPT. PW-GS EMERGENCY VEHICLE GROUP FOR $162,411 CITY MGR. ·~t>i--" RECOMMENDED ACTION: Adopt a Resolution authorizing the purchase of an ambulance chassis and cab remount from Emergency Vehicle Group for $162,411. ITEM EXPLANATION: In June 2015, the Carlsbad City Council adopted the FY15-16 Operating Budget which included a number of vehicles, including the replacement of one ambulance chassis and cab remount. The Carlsbad City Council authorized $150,433 to be appropriated from the Vehicle Replacement Fund to purchase the vehicle. Contingency funding from the Vehicle Replacement Fund will be used to pay for the remaining $11,978. In addition to the budget adoption process, the City Council is the awarding authority for purchases in excess of $100,000, either individually or collectively from the same dealer. Based on these guidelines, staff is requesting City Council authorization to purchase one ambulance chassis and cab remount. The chassis being replaced exceeds the city's mileage requirements for vehicle replacement per Administrative Order No. 3. Administrative Order No. 3 currently defines replacement of an ambulance at four years of age or 80,000 miles. This vehicle is four years old and currently has approximately 115,000 miles. At the time of replacement, the city will be given a $1,500 credit for the old chassis which is reflected in the net purchase price. Carlsbad Municipal Code section 3.29.030 gives the Purchasing Officer the authority to trade in property for the exchange of new goods. The City of Carlsbad is a member of HGACBuy, a national cooperative purchasing power, by which all contracts available to members have been awarded through a public competitive bid process. Carlsbad Municipal Code section 3.28.100 authorizes the Purchasing Officer to use Cooperative Purchasing Agreements when those agreements are deemed to be in the best interest of the city and have been awarded in a competitive manner. Through HGACBuy contract #AM10-14, the City of Carlsbad obtained a quote for an ambulance chassis and cab remount meeting the departments required specifications. The Purchase Contract has been reviewed by the city's Purchasing Officer who has found the contract to be in compliance with city code. DEPARTMENT CONTACT: Steve Hodges (760) 434-2925 steve.hodges@carlsbadca.gov FOR CLERK USE. V?f COUNCIL ACTION: APPROVED CONTINUED TO DATE SPECIFIC D DENIED D CONTINUED TO DATE UNKNOWN D CONTINUED D RETURNED TO STAFF D WITHDRAWN D OTHER-SEE MINUTES D AMENDED D REPORT RECEIVED D 2 Authorization Purchase Chassis EVG April 26, 2016 Page 2 of2 FISCAL IMPACT: Staff requests that City Council approve the purchase of one ambulance chassis and cab remount from Emergency Vehicle Group. The vehicles replacement was originally budgeted for and approved by City Council in June 2015 for $150,433 with the additional $11,978 to be paid from contingency funding from the Vehicle Replacement Fund. The total estimated cost for the ambulance chassis and cab· remount is $162,411. Sufficient cash is available in the Vehicle Replacement Fund to fully fund the purchase. ENVIRONMENTAL IMPACTS: Pursuant to Public Resources code Section 21065, this action does not constitute a "project" within the meaning of CEQA in that it has no potential to cause either a direct physical change in the environment, or a reasonably foreseeable indirect change in the environment, and therefore does not require environmental review. EXHIBITS: 1. Resolution authorizing the purchase of an ambulance chassis and cab remount from Emergency Vehicle Group for $162,411. 2. Emergency Vehicle Group quote through HGACBuy contract #AM10-14 for the purchase of an ambulance chassis and cab remount for $162,411. 3 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 RESOLUTION NO. 2016-073 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, AUTHORIZING THE PURCHASE OF AN AMBULANCE CHASSIS AND CAB REMOUNT FROM EMERGENCY VEHICLE GROUP FOR $162,411. WHEREAS, funds in the amount of $162,411 were previously appropriated to the FY15- 16 Fleet Vehicle Replacement Fund by the Carlsbad City Council for the purchase of one ambulanCI~ chassis and cab remount; and WHEREAS, contingency funding from the Vehicle Replacement Fund will be utilized to cover the remaining $11,978 of the vehicle purchase; and WHEREAS, the Fleet Management Division has reviewed the overall condition, maintenance history, future maintenance needs and determined it is in the best fiscal interest of the City of Carlsbad to replace the requested chassis; and WHEREAS, in accordance with Carlsbad Municipal Code section 3.28.100, the City of Carlsbad utilized competitive bid contract #AM10-14 through HGACBuy to establish the cost of procurement of one ambulance chassis and cab remount; and WHEREAS, the City of Carlsbad has procured a bid from Emergency Vehicle Group to provide one ambulance chassis and cab remount for a total cost of $162,411, and the Purchasing Officer has determined it is in the city's best interest to enter into a contract with Emergency Vehicle Group to purchase the vehicle. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 4 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 2. That the City of Carlsbad Fleet Management Division is authorized to purchase one ambulance chassis and cab remount from Emergency Vehicle Group for a total cost of $162,411. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill 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 of the City Council of the City of Carlsbad on the 26th day of April, 2016, by the following vote to wit: AYES: Hall, Wood, Schumacher, Blackburn, Packard. NOES: None. ABSENT: None. ~~v ~,Mayor ATTEST: 6 EMERGEIVCY vtf/ICLE GRDUP, INC. Engineer Brad Dantzer Carlsbad Fire Department 2560 Orion Way Carlsbad, California 92010 April 8, 2016 RE: Offer to Provide One (1) Emergency Vehicle Group Ambulance Remount(s) on 2017 Ford F450, 4 x 2, Diesel Powered Two Door Standard Cab Chassis Attention: Engineer Brad Dantzer On behalf of Emergency Vehicle Group, Inc., I would like to thank you for the opportunity to provide you with the following offer for the Carlsbad Fire Department to purchase One (1) Emergency Vehicle Group Ambulance Remount(s) on 2017 Ford F450, 4 x 2, Diesel Powered Two Door Standard Cab Chassis Emergency Vehicle Group, Inc. (EVG) is proud to be in the business of serving those who bravely serve our communities and help ensure the safety of our families and friends. Our pledge is to offer you the same quality of service and expertise that is demanded from you. Over the years we have introduced fire departments, municipalities and private companies to the absolute best in service, sales and support for emergency vehicle products. We proudly serve California, Arizona and Nevada and offer you premium custom products along with the best value available in the industry. EVG accomplishes this by representing Spartan ERV Apparatus, SVI Trucks, Wheeled Coach Ambulance, Road Rescue Ambulances, Lifeline Ambulances and McCoy Miller Ambulances as well as ambulance remounts and command vehicles built by EVG. EVG employs EVT and ASE Certified Mechanics with decades of experience in servicing emergency vehicles, fire apparatus and ambulances. EVG recognizes the importance of these vehicles as a life saving device and take great pride in serving those that bravely serve and protect us. Our corporate office, remount and main service facility is located in Anaheim, CA. Our mission is to develop long-term relationships and provide our customers with "honest, intelligent effort" in everything we do for you . We are committed to do whatever it takes to surpass customers' expectations by continually improving upon what we do. All of us at Emergency Vehicle Group, Inc. believe in long-term relationships and we look forward to the opportunity of working with you and the Carlsbad Fire Department. I would again like to thank you for the opportunity. Each of us at EVG offer you our sincere pledge of "Honest, Intelligent Effort" in everything we do for you now, and in the future. Sincerely, ~ Jerry Grinstead Jr. CEO & Co-Founder Carlsbad Revised #2 Lifeline EVG Remount Order Summary #2 20160408 2883 E. Coronado St. Anaheim, CA 92806 Tel: 714-238-0110 Fax: 714-238-0120 www.evginc.net 7 EMERGENCY VEHICLE GROUP, INC. The Following is an Offer and Purchase Agreement for: Carlsbad Fire Department To Purchase One (1) Emergency Vehicle Group Ambulance Remount(s) on 2017 Ford F450, 4 x 2, Diesel Powered Two Door Standard Cab(s) April 8, 2016 All prices are quoted to include Ford GPC Rebates. Pricing is subject to change if the current rebate/GPC amount changes or becomes unavailable per vehicle. If the Ford rebates amount changes, the difference will be invoiced to the Carlsbad Fire Department. Price is subject to change and will be recalculated if additional options are reauested. Price includes a $1500.00 trade-in credit for the old chassis and a $6088 additional concession. Description Qty Price Each Extended Price One (1) Emergency Vehicle Group Ambulance 1 Remount(s) on 2017 Ford F450, 4 x 2, Diesel Powered Two Door Standard Cab Chassis Chassis VIN Number(s): To Be Determined After Production Start Tax (Based on Rate of 8%) Tire Fee Document Fee Total Purchase Price 1 1 1 1 $150,295.00 $12,023.60 $12.25 $80.00 $162,410.85 $150,295.00 $12,023.60 $12.25 $80.00 $162,410.85 This constitutes a contract for the purchase and sale of One (1) Emergency Vehicle Group Ambulance Remount(s) on 2017 Ford F450, 4 x 2, Diesel Powered Two Door Standard Cab chassis between Emergency Vehicle Group, Inc. (Seller) and the Carlsbad Fire Department (Buyer) in the total amount of: One Hundred Sixty Two Thousand Four Hundred Ten Dollars and Eighty Five Cents $162,410.85 Offer based on work order/specification reference number 150228EG and any associated drawing(s) as provided. A final approval work order/specification and drawing will be provided after all Pre-Construction changes are completed (if applicable). Pre-Construction changes may incur an additional cost. Payment Terms: 100% payment of the contract is due at the time of delivery. Failure to pay the contract in full may result in interest accruing at a rate of 0.0164% compounded daily on the unpaid portion (based on a 6% annual rate). Proof of insurance and approved financing or payment will be required to execute this contract. Delivery Time: Delivery shall be 180 days after after receipt of chassis and approved work order and production drawings of the vehicle. Ap~~vWI~ t./tt:tt'kll' £.. Stw~, /)tf~ Signature below represents acceptance of above contract and terms: Emergency Vehicle Group: 4/8/2016 Date Signature Date Matt Hall Jerry Grinstead Jr. Printed Name Printed Name Mayor Title Carlsbad Revised #2 Lifeline EVG Remount Order Summary #2 20160408 Title 2883 E. Coronado St. Anaheim, CA 92806 Tel: 714-238-0110 Fax: 714-238-0120 www.evginc.net CEO & Co-Founder 8 Carlsbad Fire Department 2017 Ford F-450 Type I EVGRemount Specification 1.0 CHASSIS REQUIREMENTS: 1.1 CHASSIS MANUFACTURER AND MODEL YEAR The chassis shall meet the requirements of this specification. It shall be a 2017 Ford F-450 4x2 cab chassis with a 189.00 inch wheelbase. EVG to retain/ dispose of old chassis EVG is providing a $1500 credit included in this pricing 1.2 MODEL PHYSICAL CHARACTERISTICS: Vehicle: Ford Chassis Cab Body Style: Super Duty F-450 Dual Rear Wheel Drive Train: Rear Wheel Drive Model Number body code: F4G Regular Cab 189" wheel base XLT Gross Axle Weight: Front: 7,000 pounds Rear: 11,000 pounds Gross Vehicle Weight Rating: 16,500 pounds Engine Type: 99T 6. 7L Diesel V8 with 98R Manual Regen Displacement 6.7liters Fuel System Turbocharged DI SAE net HP 325 @ 3300 RPM SAE net Torque 570 foot pounds @ 2000 RPM Wheelbase: 189inches Transmission: 6 -speed Automatic, Electronic Rear Axle Ratio: 4:10 Ltd Slip 9 Tire Size: LT225/70Rx19.5F, BSW All Season, 2 front, 4 rear Spare Tire Size: LT225/70Rx19.5F, BSW All Season Wheels All including spare, steel19.5 x 6.0 Brakes: 4-Wheel ABS System Engine Block Heater: Code 41H Alternators: Dual130 Alternators, Code 67 A Batteries: Dual, 78-AH, 750 CCA Fuel Tank: Single 40 Gallon, aft of rear axle Exterior Upgrade Package: 64 7 A Interior Upgrade Package: 647A Cab seating: Code 3-40/20/40 cloth Ambulance Prep. Package: Code 4 7L A/CHeater Connector Pkg: Code 57L Steering: Power Stereo AM/FM, Single CD Player, Clock Running Lights Day time Running Lights, Code 942 Pedals Adjustable Gas and Brake Pedals, Code 62M Suspension Liquid Springs for Ford F-450 4x2 cab chasis 1.3 ELECTRICAL GENERATING SYSTEM: The vehicle shall be equipped with the OEM supplied dual130 ampere alternators. 1.4 ENGINE AUTOMATIC HIGH IDLE SPEED CONTROL: The engine high idle shall be regulated by the OEM supplied high idle speed control. The control shall be mounted in the cab console. 10 1.5 DRIVER'S COMPARTMENT: The driver's compartment shall be as required by paragraphs 3.9.1, 3.9.2, and 3.9.4 of the Federal Ambulance Specification KKK-A-1822-F requirement guidelines. The cab shall be equipped with the chassis manufacturer's high back seats. The safety restraint system for the driver and passenger shall be installed by the chassis manufacturer. Modifications or substitutions of the chassis manufacturer's cab seats or restraint system will not be acceptable. 1.6 OUTSIDE REAR VIEW MIRRORS: The vehicle mirrors should be firmly secured, vibration less rear view mirrors totaling at least one hundred and twenty five square inches. The mirrors shall be OEM, manually telescoping trailer tow, power /heated glass, integrated clearance lights and turn signals, and a two-way fold. 1. 7 CAB INTERIOR OPTIONS: The manufacturer shall install a single layer of 3M Thinsulate insulation between the OEM head liner and the cab roof to reduce noise. 1.8 FORD OEM ALUMINIM WHEELS: The chassis shall be equipped with Ford OEM aluminum wheels. The aluminum shall be ordered on the chassis and not aftermarket due to warranty concerns. 1. 9 CAB SEATS: The Ford OEM front cab seats shall be reupholstered in Vinyl to match the cab and interior colors. The exact color shall be determined at the pre-construction meeting. 1.10 LIQUID SPRINGS SUSPENSION SYSTEM: This vehicle shall have a "Liquid Spring" rear suspension installed by the manufacturer. It shall include electronic controls, automatic height control, kneeler, and OEM sway bar. The dump and fill function shall be operated by opening or closing the right rear door entrance door. It shall have both an enable switch and a dump indicator light in the cab console and shall only operate when the vehicle is in neutral or park with park brake set. CLASS®, or Compressible Liquid Adaptive Suspension System, is the next generation vehicle suspension system. Utilizing a strut, with a compressible fluid as the spring/damping medium, and its sophisticated on-board microprocessor, CLASS® adapts the entire vehicle's response to road variations and the driver. Unlike current steel and air sprung suspension systems, CLASS® is the only commercial suspension system that can automatically and 11 instantaneously change the spring stiffness and damping at each wheel over a very broad range with minimal power consumption while the vehicle is being driven and without driver intervention. Changing the spring stiffness and damping at each wheel independently provides the ability to reduce ride harshness while increasing roll and pitch control. The traditional compromises of balancing ride and handling performance in steel and air sprung suspension designs are eliminated. CLASS® employs an optimized S-link suspension configuration that enhances ride and handling versus conventional suspensions. CLASS® substantially reduces the impact loading into the vehicle frame and body thereby lowering maintenance costs and extending the vehicle's life. Aside from operational benefits of improved ride and handling, vehicle manufacturers may also realize benefits. While CLASS® is tuned to specific chassis platforms, its software can be tuned to specific applications while using the same common suspension hardware for the chassis platform, thus providing greater utilization of a chassis for a variety of body configurations with each one tuned accordingly. A user friendly driver interface provides a means for minor adjustment of the suspension response to fit operator preferences for certain road conditions. Compared to typical air systems, CLASS ® is a closed hydraulic system which eliminates the need for extra add-on components such as air dryers and heaters. Additional standard functional features such as load-leveling, suspension "kneeling", and diagnostics are built-in. 1.11 LIQUID SPRINGS AUTO DUMP FEATURE: There shall be an auto dump feature added to the Liquid Springs suspension system. This auto dump shall be tied to the secondary rear door and include a safety cutoff switch mounted to the primary rear door. 1.12 FORD F-SERIES FOUR BATTERY SYSTEM: The vehicle shall come equipped with a ( 4) four battery system. There shall be (2) two batteries located under the hood and (2) two mounted in the standard battery compartment. There shall be a Surepower battery separator 1315-200 installed to isolate (2) two batteries in the battery compartment for emergency start function. 2.0 MODULE EXTERIOR WORK REQUIREMENTS: 2.1 REMOVAL OF MODULE BODY FROM OLD CHASSIS: The module body shall be removed from the old and inspected prior to being transferred to the new chassis. Any and all damage must be reported to Carlsbad Fire Department with the recommended repairs in writing for approval. No Exceptions 12 2.2 REMOUNT MODULE BODY TO NEW CHASSIS: The module body shall be installed on the new Ford chassis per the Ford Motor Company body builder's guideline requirements and QVM requirements. This shall include all new body mounts and cab to module weather gasket. 2.3 MODULE BODY DOOR HANDLES: All module door handles shall be reused. The handles shall be cleaned and inspected and found to be in good working order. If a handle is found to be inoperative, Carlsbad Fire Department shall be notified of the damage and provided a cost estimate for approval prior to the work being done. 2.4 DOOR ADJUSTMENTS: All module entry doors and compartment doors shall be adjusted for proper operations during the remount process. If a door is found to be damaged and needs repair, Carlsbad Fire Department shall be notified of the damage and provided a cost estimate for approval prior to the work being done. 2.5 DOOR GASKETS: All module entry and compartment door seal gaskets shall be replaced with new door seal gaskets being the remount process. 2.6 GAS STRUT HOLD OPEN DEVICES: The module curbside entry and all compartment doors gas strut hold open devices shall be replaced with new gas strut hold open devices. The gas struts shall be the proper pound rating for the door that it is being used on. 2. 7 DOOR PANEL NUTSERTS: All module entry and compartment doors shall have new nutserts installed in all door panel mounting holes. 2.8 REAR FENDER: The rear fender flares shall be replaced with new polished aluminum fender flares. These fender flares shall match the current fender flares on the vehicle. 13 2.9 DIAMOND PLATE RUNNING BOARDS: The cab shall have new aluminum diamond plate running boards install for the Ford F-450 cab chassis. The aluminum diamond plate running boards be NFPA approved. 2.10 FRONT CORNER GUARDS: The diamond plate front corner guards shall be polished and cleaned to a like new condition. 2.11 DIAMOND PLATE AND CAST ALUMINUM PARTS-POLISHED: All diamond plate and cast aluminum part including compartment interior door panels, DEF, fuel fillers and the rear risers shall be polished to a like new appearance. 2.12 DIAMOND PLATE REAR BUMPER: The rear bumper outer pontoons shall be replaced with new diamond plate pontoons to match the existing pontoons. 2.13 DIAMOND PLATE CURBSIDE STEP: The curbside diamond plate second step shall be modified to cover the entire step area with a new step. The step shall run from wall #1 to wall #3 of the curbside step well. 2.14 CHASSIS PAINT REQUIREMENTS: The new Ford F-450 cab chassis shall be painted to match the current module body color. The paint shall include interior door jambs and under the hood and front fenders. 2.15 MODULE BODY PAINT REQUIREMENTS: The module body shall be inspected and completely sanded and repainted following Dupont Axaltra paint process. This shall include the all door jambs. The finished product shall be buffed and polished to a mirror like finish 2.16 CAB GRAPHIC PACKAGE: The graphics package on the vehicle shall be replaced with all new material per the Carlsbad Fire Department's specification. 14 3.0 ELECTRICAL SYSTEM REQUIREMENTS: 3.1 VEHICLE ELECTRICAL SYSTEM: The vehicle electrical shall be transferred to the new chassis except for items that must be changed or modified due to the new 2016 chassis requirements. Since there is uncertainty of parts availability and product support in the future for the 850 electrical system the 850 Electrical system will be removed and replaced with an EVG electrical system including printed circuit boards, switch panels. The electrical system shall be inspected and checked for proper operations. 3.2 OVERHEAD SWITCH AND RADIO CONSOLE: The current custom overhead console installed in the cab headliner to house (2) Motorola remote radio control heads shall be reinstalled in the new chassis. 3.3 CAB CENTER FRONT CONSOLE: The current custom cab center front console shall be reinstalled between the cab seats. The console shall house (2) portable radio chargers, (2) large cup holders, (1) MDC and siren control head. 3.4 KUSSMAUL 20 AMP AUTO EJECT SHORELINE: The vehicle shall come equipped with a new Kussmaul 20 AMP auto eject with a Red spring loaded cover. The auto eject shall be located in the current location forward of the D2 compartment. 3.5 CAMERA SYSTEM: The vehicle shall come equipped with the cameras being reinstalled on and in the vehicle. There shall be (1) one back-up camera installed above the rear door centered and (1) one interior camera on the rear header facing to the front of the patient compartment. The interior monitor shall be in the electrical system in the cab. 3.6 IOTA DLS-45 BATTERY CHARGER: The vehicle shall come equipped with a new Iota DLS-45 AMP battery charger. The battery charger shall be located in the current location. 15 4.0 EMERGENCY SYSTEM REQUIREMENTS: 4.1 CAST PRODUCTS SIREN SPEAKERS: The vehicle shall come equipped with two new Cast Products P /N SAD /P3806 polished aluminum speakers recessed in the OEM front bumper. 4.2 WHELEN SIREN SYSTEM: The vehicle shall come equipped with a New Whelen 295HFS2X dual AMP siren system. The siren must be California Title 13 requirements. 4.3 AIR HORN SYSTEM: The current air horn system shall be removed and reinstalled on the new chassis. The mounts shall be replaced with new mounts. The air lines between the compressor and the dual air horn shall be replaced with new air lines and air horn button on driver's side of front cab center console. 4.4 EMERGENCY AND SCENE LIGHT LENSES: All of the emergency light and scene lenses shall be cleaned and polished. This includes the front and rear light bars, traffic advisor, upper and lower warning lights and taillight lenses. During the cleaning and polishing process, if a lenses is found to be damages or cracked, Carlsbad Fire Department shall be notified of the issue and a cost estimate of the repair shall be provided for approval. 5.0 PATIENT COMPARTMENT REQUIREMENTS: 5.1 PATIENT COMPARTMENT FLOORING MATERIAL: There shall be new patient compartment flooring material installed. The old flooring material shall be completely removed and all glue and adhesive material from the old floor shall be cleaned and removed. The new flooring material shall be determined at the pre- construction meeting. All floor trim shall also be replaced. 5.2 CURBSIDE AND REAR THRESHOLD PLATES: The curbside and rear door threshold plates shall be removed and replaced with new stainless steel threshold plates. The edges shall be sealed with silicone material. 5.3 PERNO-WASHINGTON 173-3 COT MOUNT: The vehicle shall come equipped with a new Ferno-Washington 173-3 cot mount and hardware installed in the patient compartment floor. 16 5.3.1 Cot and Stair Chair A Ferno-Washington Model28 EZ Cot and 59T EZ Glide Stair Chair will be provided. The price included in the total cost of the remount proposal is: FW-Model 28Z FW-Model 59T EZ Glide Stair Chair 5.4 COT PLATES: There will be no cot plates provided on the patient compartment floor 5.5 ATTENDANT SEAT: $5,805.00 $2,843.00 The attendant seat shall be replaced with a new high-back EVS vacuum formed automotive style captain's chair and upholstered with a color coordinated, heavy grade vinyl. This seat, positioned at the head of cot shall have 4 inches of travel, fixed and adjustable forward and aft. This seat shall provide easy access to all of the action wall controls and outlets. This seat shall be a combination attendant/ child seat with 3 point seat belt, mounted on an EVS base. To ensure proper and safe use of the child seat feature, the base must lock in forward facing or rearward facing positions only and not swivel. 5.6 SEATING AREA UPHOLSTERY: The CPR seat and the squad bench lower and back cushions shall be replaced with new lower and back cushions which shall also include the padding. The upholstery color shall match the current color as close as possible. 5.7 PATIENT COMPARTMENT PLEXIGLAS SLIDING DOORS: All of the Plexiglas sliding doors shall be inspected and polished to a like new condition. During the cleaning and polishing process, if a piece of Plexiglas is found to be damages or cracked, Carlsbad Fire Department shall be notified of the issue and a cost estimate of the repair shall be provided for approval. 5.8 PATIENT COMPARTMENT RESTOCKING FEATURE GAS STRUTS: All of the restocking feature gas struts in the patient compartment shall be replaced with new gas struts. 5.9 ******RIGHT FRONT STACK CABINET REPLACED***** OPTIONAL: 17 The right front stack cabinet shall be replaced with a new right front stack cabinet which has the ( 4) drawers in the upper section of the cabinet. The cabinet shall be the same cabinet that was in the 2013 Lifeline vehicles. 6.0 HVAC SYSTEM RERQUIREMENT: 6.1 HVAC SYSTEM: The vehicle shall come equipped with a new ProAir ducted HVAC system installed in the patient compartment. All of the HVAC lines shall be replaced including the heater hoses 6.2 EXTERNAL HVAC CONDENSER: The vehicle shall come equipped with a new ProAir external condenser under the D2 compartment. 6.3 JOHNSON PUMP FOR REAR HEATER: The vehicle shall come equipped with a new Johnson 12-Volt centrifugal liquid pump for boosting the flow capacity of the engine coolant to the rear heater. 7.0 OXYGEN SYSTEM REQUIREMENTS: 7.1 OXYGEN SYSTEM: The current oxygen system shall be remain in the vehicle. The system shall be pressure tested in accordance with AMD standard 015, and a signed inspection sticker shall be in plain view of the attendant. 8.0 CLEANING, POLISHING AND DETAILING REQUIREMENTS: 8.1 PATIENT COMPARTMENT DETAILED: The patient compartment interior surfaces shall be checked, inspected, cleaned and detailed. The following shall be done: Any and all stainless steel surfaces shall be polished. Lexan sliding cabinet doors shall be cleaned. All upper upholstery that was not replaced, shall be cleaned During the inspection, if any damage, torn or broken items are found, Carlsbad Fire Department shall be notified for the need repairs and a cost estimate shall be provided for approval prior to work being done in this items. 18 9.0 Miscellaneous Options 9.1 $1500 Credit for old chassis included in pricing 9.2 $6088 Credit for agreed discount is included in pricing 19 HGACBuy CONTRACT PRICING WORKSHEET Contract AM10-14 Date I 4/8/2016 For MOTOR VEIDCLES Only No.: Prepared: This Worksheet is prepared by Contractor and given to End User. If a PO is issued, both documents MUST be faxed to H-GAC@ 713-993-4548. Thenefore please type or print legibly. Buying City of Carlsbad Contractor: !Emergency Vehicle Group, Inc. Agency: ~ Contact Brad Dantzer Prepared Mark Verbeck Person: By: Phone: 951-704-4258 Phone: j714-238-0IIO Fax: Fax: 1714-238-0120 Email: brad .dantzer@ca rlsbadca .gov Email: mverbeck@evginc.net Product NEOS II Description: jRemount Only Lifeline Body, Ford F450 lA. Product Item Base Unit Price Per Contractor's H-GAC Contract: $107,726.00 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 I Cost Published Options Worksheet Page I Total $ 16,865 i Published Options Worksheet Page 2 Total $ -I Published Options Worksheet Page 3 Total $ -I ! I i: i I i ! I j I i ' i i I Subtotal B: I $ 16,8651 C. Unpublished Options-Itemize below I attach additional sheet(s) if necessary. (Note: Unpublished options are items which were not submitted and priced in Contractor's bid.) Description Cost Description ' Cost ' ' Un-Published Options Worksheet Page I Total $ 30,792 i ' ' Un-Published Options Worksheet Page 2 Total $ -' ' I Subtotal C: I $ 30,7921 I Check: Total cost of Unpublished Options (C) cannot exceed 25% of the total of the Base I For this transaction the percentage is: 25% Unit Price plus Published Options (A+B). D. Total Cost Before Any Applicable Trade-In I Other Allowances I Discounts (A+B+C) Quantity Ordered: I 1 l X Subtotal of A+ B + C: I $155,383.00 I = Subtota!D: $155,383.00 E. H-GAC Order Processing Charge (Amount Per Current Policy) Subtotal E: $1,000.00 F. Trade-Ins I Other Allowances I Special Discounts I Freight I Installation Description ; Cost Description I Cost Tire and document Fee I $ 92 Concession on Brush Truck I$ (6,088) Sales Tax @ 8.00% I $ 12,024 ' I II Subtotal F: 1 $ 6,028 I Delivery Date: I I G. Total Purchase Price (D+E+F): $ 162,410.85 20 EMER~NGY VEHIG~ GROUP. lNG. HGAC Published and Unpublished Option's Buying Agency: -=C...:..ity~o:....:f-=C:....:a...:..r.:..:ls-=b-=a-=d ___________ _ Contract: AM10-14 Product Code: NE05 Description: Remount Only Lifeline Body, Ford F450 --------- PUBLISHED OPTIONS Item No. Description Cost 10-00-5300 Ford OEM aluminum wheels $931.00 10-00-6050 Liquid Springs suspension system $7,900.00 10-04-0000 Ford 4-Battery system $575.00 85-01-0000 Paint chassis Red $1,500.00 85-01-1500 Paint module Red $1 ,300.00 10-03-0000 New cab center console $600.00 40-01-4500 Kussmaul 20 AMP auto eject $225.00 40--01-9500 ltoa DLS-45 battery charger $230.00 60-01-4510 Cast Product siren speakers (2) $644.00 60-01-1000 Whelen 295HFS2X siren $671.00 65-01-9500 Center mount Ferno cot mount $788.00 65-05-7500 Highback attendant seat $651.00 70-01-5500 Auxilliary 12 Volt HVAC condenser $850.00 Page 1 Sub-Total $16,s6s.oo 1 21 EMERGENCY VEHJCLE GRDIJP, tiVC. HGAC Unpublished Option's Buying Agency: -=C~ity~o:....:f....:C:....:a~r.:..:ls....:b....:a....:d ___________ _ Contract: AM10-14 Product Code: NE05 Description:Remount Only Lifeline Body, Ford F450 --------- UN-PUBLISHED OPTIONS No. Description Cost New gas struts on all doors (8) $200.00 2 Rear flare flares, stainless steel $375.00 3 New diamond plate running boards $575.00 4 Rear step bumper $1,000.00 5 Graphics package $3,000.00 6 EVG Electrical system $8,500.00 7 Custom overhead console $500.00 8 Reinstall camera system $300.00 9 Reinstall air horn system $300.00 10 Ferno Washington 28Z cot $5,805.00 11 Ferno Washington 59T EZ glide stair chair $2,843.00 12 New upholstery in patient compartment $1,500.00 13 New HVAC system $3,480.00 14 Chassis trad-in ($1 ,500.00) 15 2014 to 2017 Ford Chassis Price Increase $3,914.00 16 17 18 19 20 21 22 23 24 25 26 27 28 29 Page 1 Sub-Total $3o,792.oo 1