Loading...
HomeMy WebLinkAbout1989-09-12; City Council; Resolution 89-325I1 0 0 1 2 3 4 5 6 7 8 9 10: 11 12 13 14 15 16 17 18 19 I 20 21 22 23 24 25 26 27 28 RESOLUTION NO. ' *9-325 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA AUTHORIZING A CONTRACT FOR THE OUTFITTING OF EMERGENCY VEHICLES BE IT RESOLVED by the City Council of the City of Carlsbad, California as follows: 1. That the proposal of Hi Standard Automotive, 521 East First Street, Santa Ana, Ca. 92201 dated August 25, 1989, as Exhibit IrAl1 a copy of which is attached and incorporated herein by reference,is hereby accepted and the Purchasing Officer is hereby authorized to execute a Purchase Order for the outfitting of emergency vehicles as may be required for a period of one year beginning September 15, 1989, per prices as listed in Proposal with the option to renew for two additional one year periods at an increase not to exceed $40.00 per hour for labor charges, plus parts at list price less 20% discount. PASSED, APPROVED AND ADOPTED by the City Council of the City of Carlsbad at a regular meeting held on the Uth day Of September , 1989, by the following vote, to wit: AYES: Council Members Lewis, Kulchin, Larson, Mamaux & Pettine NOES: None . ABSENT: None ATTEST: l2/&2d& 4 @* ALETIIA L. RAUTENl&ANZ, City (SEAL) I # n ab'ip~m~m ~u~am~aw Exh- E GENCY RESPONSE VEHICLE SPECIALISTS 321 EAST FIRST STREET - SANTA ANA, CA. 92701 17141 342-2434 - (714) 542-7975 - FAX (919) 542-0320 August 25,1389 City of Cartsbad Purchasing Division 1200 Elm Avenue Carlsbad, Ca. 92008 Attn: Ruth Fletcher Purchasing Officer SUBjECT: PROPOSAL AND UUOTATIUN, to perform Fleet Vehicle and Emergency Vehicle hit Conwrsions, Specialized Vehicle Modifications, and Repair of Emergency Vehicle Equipment and Components, TERMS AND CONDITIONS OF QUOTATION AND ANY RESULTING CONTRACT i. This Proposal is submitted on an ALL or NONE basis. 2. PavmentTerms: NET 30 DAYS from date of Invoice. 3. (;uarantee Polii Vehicle Conversio-ns and Change Over, SDecial Vehicle Construction All work performed and all goods supplied is guaranteed for a period of twelve 112) months from date of completion, to be free of defects in material and workmanship. We will at our discreation, repair or replace any defective goods supplied by us, at no cost to the City of Carlsbad within this period. R~ajnm!&binteance of vehicle eauioment and cornDonen& All work performed and all parts supplied is guaranteed for a period of ninety (90) days from date of completion, to be free of defects in material and workmanship. We will at our discreation repair or replace any defective goods or services supplied by us, at no cost to the City of Carlsbad within this period. 4. Standard Cost of Labor Provided: Our present Shop Labor Rate is computed at $38.00 Per Hour. Tenths of an hour are computed at $3.80 per one tenth hour. This rate will remain fixed for a period of eighteen (18) months from 3/i/89, Projected rate increase not to exceed a $2.00 per hour increase (to 40.00 per hour) over the term of this proposal and any resulting contract. 5. Cast of Goods Supplied: All goods supplied and all replacement parts provided are billed at List Price less 20% Discount to the City. Computation of discount is made at time invoice is generated and is not directly indicated in price column, Exception tu this pricing policy would be the purchase of Major Equipment ie: Light Bars, Siren Units, Siren Speakers, Push Bumpers, etc. These components normally are priced at a 40% discount from list price, and are covered by manufacturers warranty - usually in the two (2) year or more range. t I Quotation - City of Carls. 9 ad, conti 0 Page 2 6. Term of Contract: The intent of this proposal, pricing shovn and guarantee of fixed rate terms, is projected over a thirty-six (36) month period, Consideration of this term period is to the direct benefit of both parties and is strongly encouraged to maintain prices as quoted. The option of extension on ayearly basis or the option of cancellation by either party is agreed to by mutual consent at any time during the term of contract. 7. Perlo'ormance; All work to be performed at Contractors place of business: HI STANDARD AUTOMOTIVE, 521 E. 1st. Street, Santa Ana, Ca, 92701. It is ihe responsibility of &he City of Carisbad to provide €or the transport of units to and from this location. COST BREAKDOWN - BY CATAGORY 1. Standard Patrol Sedan: to include removal of all police patrol type vehicle equipment from disposal units taken out of service. Refurbish all removed components as required, to include but not limited to: overhead light bar, electronic siren/lighting controller, shotgun rack and lock mechanism, vehicle safety partition, and radio control console. Installation of components to new vehicle include those above items and the following: mobile tvo way radio equipment, first aid kit, fire eatingusher, kqh mounted map light, flashlight charger unit, headlight flasher, baton holders,and required wiring and cableing, Vehilce modifications include but are not limited to immobilization of rear window mechanisms, door lock mechanisms, interface of vehicle brake light and back-up lights thru sirdlighting controller system. These constitiute the minimum requirements and represent a standard vehicle change-over. The vehicle once completed is fully operational in all requirements when delivered, and is fit for first line use. Fixed Time - Per Unit (12,O hours 8 38,OO per hour) 456 .OO Fixed Material Cos& - Per Unit 40.00 Sales Tax - Per Unit (6% 1 2 -40 Per Unit Cost Ca 38.00 per hour) $495,4CI 2. Emergency 4WD Vebicle/Suburbaa Patrol Unit: Includes all operations described above under standard patrol sedan catagory, with the additional requirement of fabrication of rear passenger area stroage compartment with raised deck at tailgate area, and remounting of spare tire. Additionally on Blazer type vehicles with fiberglass roof panals, the fabrication and installation of radio antenna ground plane disks at antenna mount locations. Fixed Time - Per Unit (15.0 hours Q 38.00 per hour) 570.00 Fixed hlaterial Cost - Per Unit 140 ,OO Sales Tax - Per Unit (6% 1 8.40 Per Unit Cost (R 39.00 per hour) $718.40 Quvtalivn - City of Carls R) ad; Cont: 0 Page 3 3. PoiiceiFire ShM Yehicle and Unmarked Unib: Includes installation of conceded siren system, underhood siren speaker, mobile radio system, rear amber warning light, rear seat safety partition and modifications to vehicle similar to patrol unit, Fixed Time - Per Unit (7.5 hours Q 38.00 hr.) Fixed Material - Per Unit Sales Tax - Per Unit (6% 1 285 .00 20 ,oo 1.20 Per Unit Cost I @ 38.00 per hour) $306.20 4, !&J 4 3: Due to the numerous and various designs, requirements, md specifications required, these units ' are computed on a Straight Time and Material Basis, Labor is computed at our standard Shop Labor Rate of 3S800 per hour [or revised), Written quotations vi11 be provided on a cme by case basis upon request. 5. bc Arrow &I -Dependent upon extent of required fabrication to mount unit on various chassidbody combinations, Computed on n Straight Time and Material Basism Labor is computed at our standard Shop Labor Rate of 38.00 per hour (or revised), Average cost based on previous installations performed range from $z5kOo to $273,Qo per unit, 6. Repair of Emergency Response Vehicle Equipment: As each repair is uniquie unto itself and cannot be anticipated in advance the only basis for quotation is upon a StaightTime and Material Basis, There is no general flat rats guide wailable on such repairs. Experience on past repairs made, range from a low of 19.00 to and average high of 80.00. Labor is computed at our standard Shop Labor Rate of 38,OO per hour (or revised), plus cost of parts and material. On major repairs which exceed 125,00, it is our policy to consult with the appropriate representitive of the Fleet Maintenance Department for verbal authorization before making repairs. Parts cost are computed at List Price less 202 discount to City. 432Em.L 1 I hiaterid listed on invoice as "hiiscg Material Reqd:" consisb of ; 811 holk, nuts] fwteners, wire, connectors, tape, loom, solder, clamps, circuit breakers, fuses, switches, paint and fabricating material. 2. Major componenk are listed by Part Number or Model Number as well as a written common description by Part Name. 3. All work performed is finished in a workmanlike manner and is subject to the approval of the Fleet Maintenance Manager or his designated rcpersentitiw 4. As B vendor vith Distributor Sfatus with the majority of all major emergency vehicie equipment manufactllrers, we request the opportunity of Bidding on all acquisit.iom of vehicle equipment requirementy. Includeing all1 related vehicle equipment as pertains to Police, Fire, and Public Safety vehicles. .. Quotation - City of Carisbil)Cont: @e 4 1 5. We rmme the right to s~~ppfy and provide on a cmse hy cae bsis any equipment requested by an authorized representitive of the Fleet Maintenance Division without the requirement of submitting a written quotation to the Purchasing Department. 6. Should a Contract be awarded the terms herein shall be made a part of said Contract. THE UNDERSIGNED OFFERS AND AGREES, IF THIS QUoTATION AND PROPOSAL IS ACCEPTED .4ND A CONTRACT IS AWARDED, TOFURNISH ANY OR ALL ITEM S QUOTED, AT TIE PRICES SHOWN AND IN AOANCE W ITH ALL CONDITIONS HEREIN, REVISION OF LABOR RATES TO RE MADE BY MUTURAL AGREEMENT OF BOTH PARTIES TO THIS AGREMENT. NEGOTIATION OF SAID REVISION TO BE MADE NO SOONER THAN EIGHTEEN MONTHS AFTER DATE OF ACCEPTANCE OF THIS QUOTATION, THE UNDERSIGNED FURTHER AGREES TO A FIXED LABOR RATE NOT TO EXCEED $40 -00 PER HOUR FOR THE TERM OF THIS AGREEMENT. MAXIMUM TERM OF AGREEMENT MOT TO EXCEED THIRTY-SIX (36 1 MONTHS. PROVISION FOR EXTENSION BEYOND THIS PERIOD TO BE MADE BY MUTUAL AGREEMENT OF BOTH PARTIS. Brrmm - HI STANDARD AUTOMOTIVE n f &&g T TITLE/ Owne~ DATE/ AuaySt 25,1982 ADDRESS/ 521 E, 1st Street, Sua Ca, 92701 PHONE/ (7141 542-2433 - 542-7974 (FAX 714 ” 5431 03201 +,+)++)t++~’t+++++++~+~ttttt+tt~+ttt~+tt~t*t~~~~+t~~t~tt++~ttt~tttt