Loading...
HomeMy WebLinkAbout04-16-2013 c3 police patrol marked utility vehicle replacementcounci lagenda nepoRt Mang Date4/16/1 3 Ie.N.d.r C 3 C I T Y O F S A N L U I S O B I S P O FROM :Daryl R. Grigsby, Director of Public Works Prepared By :Jeremy Schmidt, Fleet Maintenance Superviso r Timothy S . Bochum, Deputy Director of Public Work s SUBJECT : POLICE PATROL MARKED UTILITY VEHICLE REPLACEMENT , SPECIFICATION NO . 91190 RECOMMENDATION S 1.Approve the Police Patrol Utility Vehicle Replacement capital project, Specification No . 91190, and the transfer of $49,900 from the Fleet Replacement Fund balance . 2.Approve the use of Cooperative Purchasing Agreement with National Joint Power s Alliance (NJPA) Contract #102811-NAF through National Auto Fleet Group, effectiv e January 18, 2012, for the purchase of one (1) Police Patrol Utility Vehicle . 3.Authorize the Finance Director to execute a purchase order to National Auto Fleet Grou p •of Watsonville, California in the amount of $33,202 .33 for one (1) Ford Interceptor Police Patrol Utility vehicle, Specification No. 91190 . 4.Authorize the Finance Director to execute a purchase order to 10-8 Retrofit, Inc . o f Ontario California in the amount of $12,171 .83 for the installation of Code-3 Equipmen t for a total of one (1) Ford Interceptor Police Patrol Utility Vehicle, Specification No . 91190 . 5.Authorize the surplus designation of the Police Patrol Utility Vehicle, Fleet Asset No . 1101 by sale, auction, trade-in or other method in accordance with the City's policies an d procedures as prescribed in the Financial Management Manual Section 405-L and 480 . DISCUSSIO N Fleet Asset 1101, a 2011 Chevrolet Tahoe marked Police Patrol Utility vehicle was involved in a hit-and-run accident . During routine patrol on December 31, 2012, this vehicle was struck fro m behind on the 101 freeway which, in turn, pushed the vehicle into the freeway guardrail . The extensive damage caused to the vehicle as a result of this accident was assessed by Fleet staff and local repair body shops and was determined beyond repair . The cost of repairs would fa r exceed the vehicle's worth and thus it was declared a total loss . This vehicle was previously projected for replacement in the 2015-2016 fiscal year . Due to thi s accident, staff recommends accelerating the replacement of this vehicle to 2012-13 . This vehicle •is a dedicated unit assigned to the shift supervisor . It contains specialized equipment for patro l responses and critical incidents, as well as a rear lock box that houses equipment fo r C3-1 Police Patrol Marked Utility Vehicle Replacement Page 2 •emergency/tactical planning . Staff is recommending replacing with like vehicle and equipment . The Ford Interceptor Police Patrol utility model is the standard utility vehicle platform to replace the Chevrolet Tahoe . Staff also requests that City Council approve the surplus of asset 1101 wit h disposal of according to City policy . Staff has recently completed an extensive analysis of Police Patrol vehicles . Fleet and Polic e staff has recommended to Council, at its January 22, 2013, the purchase of the Ford Intercepto r sedan and utility models for the City's Police Department. (Attachment 1 ) Cooperative Purchasin g Staff recommends approval of using a multi-year cooperative purchasing agreement with th e National Joints Powers Alliance Contract No . 102811-NAF, effective January 28, 2012, fo r "Patrol Sedans and related accessories", to purchase the one Police Patrol Vehicle throug h National Auto Fleet Group (Attachment 2). National Auto Fleet group has provided a competitively bid quote through NJPA Cooperativ e Purchasing Agreement through its approved Ford vendor and was able to provide specification s for the utility vehicle to City specification . Staff inspected and reviewed the vehicle fo r compliance and agrees that the quotation provided by National Auto Fleet Group have met o r exceeded the specifications of the City . Staff recommends purchasing one Ford Polic e Interceptor Utility model in the amount of $33,202 .33 . (Attachment 3 ) Sole Source Purchas e Staff recommends a sole source purchase award to 10-8 Retrofit, Inc . in the amount o f $12,171 .83 for the installation of Code-3 equipment on the new patrol vehicle (Attachments 4). City purchasing guidelines allows for sole source when supplies or equipment have bee n uniformly adopted in the city or otherwise standardized and it is important to make sure th e equipment is installed by a qualified vendor . While there are several vendors that could provid e the installation of emergency response equipment, staff is recommending 10-8 Retrofit, Inc . due to a variety of issues including familiarity with the specific type of equipment to be installed , turnaround time and the ability to work with local vehicle vendors . The cost for 10-8 Retrofi t work is comparable to that of other vendors . In addition to the cost consideration, 10-8 Retrofit has an excellent reputation in the polic e industry, and, has the ability to work with a local vendor for the equipment installation . The latter feature limits disruption to service for patrol services as any necessary equipment can b e quickly transferred from the existing patrol vehicle into the new vehicle . CONCURRENCE S Police Department concurs with the replacement vehicle recommendation made in this report . • • C3-2 Police Patrol Marked Utility Vehicle Replacement Page 3 • • FISCAL IMPAC T Funding for this vehicle replacement was not anticipated in the 2011-13 Financial Plan . However, due to an unforeseen accident and extensive vehicle damage, this vehicle will need t o be replaced. This vehicle replacement was originally projected in 2015-16 . Staff now recommends accelerating this replacement to the current fiscal year . Staff recommends Council approve a new capital project, Specification No . 91190, for the Polic e Patrol Utility Vehicle Replacement and the transfer of $49,900 from the Fleet Replacement Fun d to support this purchase . Currently, there are sufficient funds available in the Equipmen t Replacement Fund identified for fleet replacements . Staff further recommends authorization of the Finance Director to make this purchase an d subsequent equipment appurtenances through National Auto Fleet Group, as the approved Cooperative Agreement vendor for this vehicle chassis, in the amount of $33,202 .33 and 10-8 Retrofit, Inc . for the installation of Code-3 equipment in the amount of $12,171 .83 . Fleet Replacement Fund (410 ) Fleet Replacement Fund Balance* 2012-13 Budge t $ 2,304,000 .0 0 Project Costs (91190 ) Base Unit Cost (Ford Interceptor Utility ) Tire Fee Sales Tax (8 .00%) $ 30,734 .8 0 S 8 .7 5 S 2,458 .7 8 Total Base Vehicle Cost Code-3 Equipment/Installation $33,202 .33 $12,171 .83 Total Code-3 Equipment Cos t 10% Contigency Funding $45,374.1 6 $ 4,537.42 Total Project Cost $49,9113 8 Remaining Fleet Replacement Fund Balance $ 2,254,088.4 2 *Fleet Replacement Fund balance per Janaury 22, 201 3 The City will pursue cost recovery through insurance agencies in attempt to recuperate vehicl e costs however, the driver of the vehicle did not have sufficient insurance to cover these costs . Any cost recovery funds received shall be returned to the Fleet Replacement Fund in support o f future vehicle replacements . ALTERNATIVE Deny Purchase .The City Council could choose to deny or defer the Police Patrol Utility vehicl e •purchase . Staff does not recommend this option as the Police Department does not have a n adequate number of reserve patrol vehicles to utilize daily in the interim . There are sufficien t C3-3 Police Patrol Marked Utility Vehicle Replacement Page 4 •funds available in the Fleet Replacement Fund to accelerate this replacement request to the 2012 - 13 fiscal year . ATTACHMENT S 1.Council Agenda Report, January 22, 201 3 2.Cooperative Purchasing Agreement, National Joints Powers Allianc e 3.Proposal and Purchase Order, National Auto Fleet Grou p 4.Proposal and Purchase Order, 10-8 Retrofit, Inc . T :\Council Aeenda Reporls'20 132013-04-1 6\Police Patrol Marked Utility Vehicle Replacement (GrigsbySchn idt-Storton)\E-Council Avend a Report- PD Unit 1101 Replacement doc • • C3-4 Attachment 1 counci lagenda Report C I T Y O F SAN L U I S O B I S P O FROM :Daryl Grigsby, Director of Public Work s Prepared By :Jeremy Schmidt, Fleet Maintenance Superviso r Keith Storton, Police Lieutenant Timothy S . Bochum, Deputy Director of Public Work s SUBJECT :POLICE PATROL VEHICLE REPLACEMENTS, SPECIFICATION NO . 9117 1 RECOMMENDATIONS 1.Approve the use of Cooperative Purchasing Agreement with National Joint Power s Alliance (NJPA) Contract #102811-NAF through National Auto Fleet Group, effectiv e January 18, 2012, for the purchase of four (4) Police Patrol Vehicles . 2.Authorize the Finance Director to execute a purchase order to National Auto Fleet Group of Watsonville, California in the amount of $138,735 .24 for two (2) Ford Intercepto r Sedans and two (2) Ford Utility patrol vehicles, Specification No . 91171 . • 3 . Authorize the Finance Director to execute a purchase order to 10-8 Retrofit, Inc . o f Ontario California in the amount of $31,177 .26 for the installation of Code-3 Equipment for a total of four (4) Ford Interceptor patrol vehicles, Specification No . 91171 . 4 . Approve the transfer of $51,588 of funding in the Police Patrol Vehicle Replacemen t project, Specification No . 91171, to the Fleet Completed Projects Account for support o f future vehicle replacements . DISCUSSIO N As part of the 2011-13 Financial Plan, Council approved the replacement of four (4) Polic e patrol sedans . The existing patrol sedans, Dodge Chargers, were purchased in 2008 and hav e come to the end of their front-line service life . The existing Dodge Chargers have been far mor e expensive to repair than previous Police Patrol sedans . As part of the recommendation fo r replacement, it was anticipated that these cost trends would continue . Since approval of th e Financial Plan the Police Department and Fleet Services have utilized this time to evaluate, leas e and test-drive potential replacement models for the Dodge Chargers . This assessment period was invaluable in providing staff information regarding the best fit an d most cost-effective replacement for these vehicles . Staff evaluated both sedan and utility model s comparing vehicle performance, road handling, gas economy, cost, and ergonomics . With a favorable economy for patrol vehicles, improved manufacturing and warranties, and promisin g test drive performance, staff is recommending that the four patrol sedans slated for replacement • be split with two (2) sedan models and two (2) utility models . The two utility vehicles have th e same wheel base as the sedan but higher headroom in the occupant area allowing large r individuals more room to operate the vehicle . Additionally, having two utility patrol models a s part of the mixed fleet will allow staff to evaluate real world performance and maintenance cost s C3-5 MevvgD e 1/22/1 3 Item Number C6 Attachment 1 Purchase of (4) Four New Police Patrol Vehicles Page 2 for utility-type vehicles in relation to sedans . As discussed below, staff is recommending th e Ford Interceptor Police Patrol sedan and utility models for the approved 2012-13 vehicle replacements . Comparison As summarized in the following table and shown in Attachment 1, the Police Departmen t conducted a vehicle comparison and addressed several available patrol vehicle options . Th e table provides a brief comparison of each vehicle's `on-the street' performance and th e maintenance cost/durability . Table 1 : Patrol Vehicle Compariso n Kapa (quip),~ Dodge Charger Costly Mechanical Repairs (Increased by $15,000 ) Costly Electrical Repairs (Increased by $35,000) MDC incompatibilitie s Decreased Battery Life / Increased Replacement Costs (Increased b y $12,000) Compact Trunk Size / Limited Storage Excessive Heat Build-up Engine Failures $45,000 Sedan Deterioration of plastic/rubber due to excessive heat buildu p Costly Engine Replacements & Cam Shafts (Increased by $20,000 ) Chevrolet Caprice Mid-Floor Shifter interferes with aftermarket MDC equipment installation . Compact Vehicle Size leading to ergonomic related-injuries & unabl e to fit Patrol equipment $45,000 Sedan Ford Interceptor Available in Sedan/ Utility models . Parts interchangeable with previous For d Crown Victoria models currently in fleet Larger platform - vehicle Chassi s Available in All-Wheel Drive - conducive to patrol operations /les s likely to experience front-end failur e Adjustable Pedals / Ergonomic seats $40,000 Sedan $44,000 Utility Ford Crown Victoria Currently Discontinued -No Longer Being Manufactured - Parts Unavailable Currently, there are eight (8) Dodge Chargers in the City's patrol fleet . This project will replac e four of them . Since 2008, these vehicles have experienced unexpected and costly mechanical an d electrical problems . The maintenance costs of the Charger well exceeded budgeted expectation s and have generally been a disappointment as a police vehicle from a performance perspective . The Charger has been unable to meet the challenges of a patrol operation vehicle . hi order to test potential alternatives to the Dodge Chargers, in 2011 the City's Fleet Divisio n was able to enter into a five-year lease agreement with Mears Motor Leasing to lease one (1 ) Chevrolet Caprice Police Sedan for field testing . The Police Department took this opportunity t o test and analyze the functionality, practicality and dependability of this vehicle type . Mechanically the Caprice appears to be a sound vehicle, with few concerns identified regardin g acceleration, braking, or maintenance/repairs . However, due to this vehicle's compact siz e several issues have been raised about its ergonomics . The tightness of the vehicle has limited th e officers' ability to fit themselves and necessary equipment (such as utility belt) into the vehicl e cab, interfering with movement and visibility from within the driving compartment . Additionally, the vehicle has a mid-floor shifter that restricts the placement of aftermarket MD C C3-6 Attachment 1 Purchase of (4)Four New Police Patrol Vehicles Page 3 •equipment which is an essential piece of equipment needing proper placement . Due to thes e restrictions the Police department has determined that the Chevy Caprice is unable to meet th e full needs of a patrol operation vehicle . The Ford Interceptor is designed specifically for police use . Its format has increased size an d space providing greater interior fit, mobility and ease of installation, maintenance and use o f components . The Ford Interceptor has the option of being outfitted with police emergenc y equipment and lighting direct from the factory . The Ford Interceptor vehicle is equipped with a 3 .5 V6 engine delivering 280 horsepower . It has a unique six-speed automatic transmission tha t is built with lower initial gears for improved off the line acceleration and higher gearing fo r improved efficiency at lower rpm's when cruising . The vehicle is expected to deliver 20% bette r fuel efficiency than the V8 Caprice and about a 12% fuel increase from the V8 Charger. The Ford Interceptor offers both front-wheel drive (FWD) as well as an all-wheel drive (AWD ) option . Patrol vehicles are typically rear wheel drive because in heavy patrol duty service the y are more reliable and less likely to experience front end failure as a result of hard use . The AWD option is a favored choice due to handling and stability efficiency . The Ford product offers factory installation of wiring, lighting and communication equipmen t needs strictly geared toward police vehicles . This option is unique in the automobile industry an d allows smaller departments to outfit police vehicles with factory warranty coverage conjoine d with repair capabilities at the local Ford dealer . This option decreases service and repair tim e •and provides a better option in keeping the patrol fleet running and in service on City streets . The Ford Interceptor is also offered in a Utility model . Although the Interceptor Utility i s inspired by the Ford Explorer platform, it is actually built on a Taurus chassis fitted with heav y duty brakes, cooling and electrical systems to cope with the rigors of police work . Therefore th e actual size is only slightly larger than the Sedan version and smaller than the full Explorers o n the road . The Utility also has a rear camera for safety in backing which will assist in avoidin g backing-related collisions incidents . The utility model provides a higher clearance for off-roa d driving (potentially valuable if needed for emergency response in a City Open Space accessibl e by vehicles), improved performance in road handling and more interior cab space than the sedan , making room for vehicle mobile data computers, gun racks and officer utility belts . As discusse d above, the higher headroom and cab area allows additional room for larger officers in conductin g their daily activities . Staff solicited feedback about patrol utility vehicles from various local agencies . The Californi a Highway Patrol has selected the Ford Interceptor Utility vehicle as its approved patrol vehicl e and plans to purchase 1,800 in the next two years . The CHP indicated that the Interceptor Utilit y vehicle and the Tahoe Police Patrol Vehicle (PPV) were the best options for its service needs . Additionally, the LA County Sherriff s Department was able to perform in-depth driving tests fo r the Ford Interceptor Utility vehicle and noted that the Ford Utility out-accelerated, out-brake d and out-cornered the Tahoe PPV model . Both the sedan and utility offer a range o f service/comfort capabilities for driver/passenger ergonomics as well as equipment installation, fit, repair and storage of gear . As part of the City fleet, staff will continue to evaluate the utilit y • model to determine if this vehicle type is an appropriate option to meet the City's service needs . C3-7 Attachment 1 Purchase of (4) Four New Police Patrol Vehicles Page 4 Recommendation • Police and Fleet staff have partnered in the discussion and testing of the vehicle products that ar e currently on the market . Staff is recommending the Ford Interceptor product as the nex t generation of vehicles . This decision was based on the mechanical reliability of the produc t coupled with the performance objectives expected of police patrol vehicles . Staff believes that this option will allow the standardization of the City's patrol fleet to a single make and generall y similar model of vehicle over the next several years . Such standardization is expected t o increase performance and reduce maintenance costs . The interchangeability of Ford sedan parts with Ford utility parts creates a unique situation fro m a fleet maintenance perspective . It will allow Fleet to perform similar mechanical functions an d repair/store like parts to fit both types of vehicles for the Police department vehicle as opposed t o two separate manufacturers as currently maintained with the Dodge Chargers and Chevy Tahoe . Both the Ford Interceptor sedan and utility are competitively priced, and exceed alternativ e vehicles in performance and product warranty. A local Ford dealership will perform the require d warranty services . This unit is available with a pre-wired factory and lighting package that wil l reduce vehicle electrical problems . Based upon this assessment, Police and Fleet staff are recommending two (2) sedan and two (2 ) utility vehicle replacements . Cooperative Purchasing • Staff recommends approval of using a multi-year cooperative purchasing agreement with th e National Joints Powers Alliance Contract No . 102811-NAF, effective January 28, 2012, for "Patrol Sedans and related accessories", to purchase the four Police Patrol Vehicles throug h National Auto Fleet Group (Attachment 2). National Auto Fleet group has provided a competitively bid quote through NJPA Cooperativ e Purchasing Agreement through its approved Ford vendor and was able to provide specification s on both the sedan and utility vehicle types to City specifications at a substantial savings o f almost $30,000 (Attachment 3). Staff inspected and reviewed the vehicle for compliance an d agrees that the quotation provided by National Auto Fleet Group have met or exceeded th e specifications of the City . Sole Source Purchas e Staff recommends a sole source purchase award to 10-8 Retrofit, Inc . in the amount o f $31,177 .26 for the installation of Code-3 equipment on the four patrol vehicles (Attachment 4). City purchasing guidelines allows for sole source when supplies or equipment have bee n uniformly adopted in the city or otherwise standardized and it is important to make sure th e equipment is installed by a qualified vendor . While there are several vendors that could provid e the installation of emergency response equipment, staff is recommending 10-8 Retrofit, Inc . due to a variety of issues including familiarity with the specific type of equipment to be installed , turnaround time and the ability to work with local vehicle vendors . The cost for 10-8 Retrofi t work is comparable to that of other vendors . In addition to the cost consideration, 10-8 Retrofit has an excellent reputation in the police • industry, and, has the ability to work with a local vendor for the equipment installation . Th e C3-8 Attachment 1 Purchase of (4)Four New Police Patrol Vehicles Page 5 •latter feature limits disruption to service for patrol services as any necessary equipment can b e quickly transferred from the existing patrol vehicle into the new vehicle . This is currently ver y important due to the significant "down" time of the Dodge Chargers and the recent loss of th e Police Sargent's Patrol Vehicle that was significantly damaged in a hit and run accident ., CONCURRENCE S Police Department concurs with the replacement vehicle recommendations made in this report . FISCAL IMPAC T Funding for patrol vehicle replacements was included in the 2011-13 Financial Plan, Appendi x B, pages 3-10 through 3-14 Approximately $230,000 was approved, Specification No . 91171 , for four (4) patrol vehicle replacements and related Code-3 equipment . (Attachment 5 ) Staff recommends Council approve the use of a NJPA Cooperative Purchasing Agreement fo r the replacement purchase of two (2) Ford Interceptor sedans and two (2) Ford Interceptor Utilit y vehicles . Staff further recommends authorization of the Finance Director to make this purchas e through National Auto Fleet Group as the approved Cooperative Agreement vendor for thi s vehicle type, in the amount of $138,735 .24 . (Attachment 6 ) Staff also recommends authorization of the Finance Director for a sole source purchase order i n •the amount of $31,177 .26 to 10-8 Retrofit, Inc . for the installation of Code-3 equipmen t (Attachment 7). Funding Sourc e 9117 1 Patrol Sedan Replacements 2012-13 Budge t 230,00 0 Project Cost s Base Unit Cost (Ford Interceptor Sedan ) Base Unit Cost (Ford Interceptor Utility ) Delivery Sales Tax (7 .75%) $59,289 .9 8 $66,459 .6 6 $3,240 .0 0 $9,745 .6 0 Total Base Vehicle Cost Code-3 Equipment/Installation $138,735.2 4 $31,177 .2 6 Total Project Cos t 5% Contigency Funding Remaining Project Balance $ 169,912 .5 0 8,500 51,58 8 The total project costs are estimated at $169,912 .50 . There is sufficient funding to support thi s vehicle replacement request . • Even with 5% contingency funding for unanticipated vehicle modifications/equipment, staff projects over $50,000 in savings by selecting the Ford vehicle model type and by purchasin g through an approved cooperative purchase agreement . Typically, any remaining funds followin g C3-9 Attachment 1 Purchase of (4) Four New Police Patrol Vehicles Page 6 vehicle purchases are returned to the Fleet Completed Projects Account for the Flee t Replacement Fund to support future vehicle replacements . Staff is anticipating a budget shortfal l with the replacement of the Fire Department Battalion Chief Command Vehicle . Therefore, staf f recommends that the estimated savings realized by purchasing patrol vehicles via a State contrac t agreement be transferred immediately to the Fleet Completed Projects account and be mad e available for the aforementioned Fire Department vehicle need .. ALTERNATIVE Deny Purchase .The City Council could choose to deny or defer the Police Patrol vehicl e purchases . Staff does not recommend this option as vehicle replacement were approved as par t of the 2011-13 Financial Plan . Patrol vehicles have met the useful target life in both years an d mileage . Denying or deferring purchases could result in costly maintenance and repairs due t o aging vehicles . The reliability of these vehicles has degrading to the point of unpredictable . ATTACHMENT S 1.Patrol Vehicle Comparison 2.Cooperative Purchasing Agreement, National Joints Powers Allianc e 3.Quotation, National Auto Fleet Grou p 4.Quotation, 10-8 Retrofit, Inc . 5.2011-13 Financial Plan, Appendix B, pages 3-10 to -31 4 6.Purchaser Order, National Auto Fleet Grou p 7.Purchase Order, 10-8 Retrofit, Inc . T\CoundI Mends Reoons?013@013-01-22\Police Patio Vehide Replacements (Gn(ubv-9ochumSChm dtRts-Coundl Merida Police Vehide Purdiase .doc • • S C3-10 ATTACHMENT 2 NJPA National Joint Powers Alliance FOR IMMEDIATE RELEAS E NJPA Contract Award Announcemen t Vendor Awarded NJPA National Contract for Passenger Cars , Light Duty, Medium Duty, and Heavy Duty Trucks Wit h Related Accessorie s NJPA contracts # 102811 were recently awarded by the NJPA Board o fDirectors under the category of "Passenger Cars,Light Duty,Mediu m Duty, and Heavy Duty Trucks with Related Accessories ."NJPA contractsare nationally solicited, competitively bid and awarded on behalf o f NJPA current and potential government and education membe ragencies. *Staples,MN (January 18,2012) –In response to a national solicitation and resulting competitive bid and evaluatio n process, the National Joint Powers Alliance* (NJPA) has awarded : DriveCam, Inc .102811-DC I Secured Mobility, LLC dba Keyless Ride 102811-SM L CODA Automotive,102811-CD A Mitsubishi Motors North America (MMNA)102811-MM N Smith Electric Vehicles US 102811-5EV Empire Southwest, LLC dba Empire Truck and Trailer 102811-ESWGresham Ford 102811-G F T Husky Trucks, LLC 1002811-HT LNational Auto Fleet Group 102811-NA F Northside Ford Trucks 102811-NSF Within the Accessories sub-section of this procurement . NJPA has awarded DriveCam, Inc ., and Keyless Ride for their extensive line of vehicle accessory products and equipment . For the Alt-Fuel subsection of this procurement NJPA has awarded Northside Ford/Gresham Ford, CODA , Smith Electric, and Mitsubishi each . Northside/Gresham's joint offering is limited to the Azure Dynamic s Transit Connect Electric vehicles AND the Roush CleanTech LP gas/CNG conversion packages . The CODA,Smith Electric and Mitsubishi offerings also consist of electric vehicles, however NJPA sees very limite d overlap in these equipment offerings, therefore NJPA has elected to award these responses and make all of these vehicle options available to our Membership . •www.nipocoop.org National Joint Powers Alliance C3-1 1 ATTACHMENT 2NJPPwww.njpacoop .org National Joint Powers Allia n Oshkosh, on behalf of its featured Striker line of ARFF vehicles, is awarded a contract for their airport snow , fire . and emergency utility vehicles which will be a unique safety equipment asset for our airport members an d municipals that service airports . Husky Trucks is awarded for their medium duty line of cargo step-vans, and their Isuzu line of cab-over trucks . Mitsubishi is also awarded for their cab and chassis truck offering providing depth and breadth to NJPA's equipment offerings is this area of equipment . Finally, National Auto Fleet Group NAF! is awarded for their full line of Cars and Trucks . The NAF response demonstrated a very innovative web based ordering system featuring pricing and selection of vehicle option s format which allows them to offer over 1200 models of cars and trucks, each with an extensive offering o f factory and dealer applied options . National Auto Fleet Group, a subsidiary of a franchised new car deale r demonstrated the ability to sell and service members in all 50 states for the manufacturers including but no t limited to, Ford, Chevy, Nissan and Toyota. Large over the road truck line includes Mac and Volvo . "It was exciting to the see the vehicle industry support and respond to our national contract concept and nationa l solicitation . The value and efficiencies to both our members and our vendors will prove and validate this ne w and innovative way to procure vehicles "said NJPA Director of Contracts & Marketing, Mike Hajek . About NJPA : The National Joint Powers Alliance° (NJPA) is a municipal contracting government agency that serves education an d government agencies nationally through competitively bid and awarded contract purchasing solutions . Over 35,000 member agencies enjoy the value and commitment of the world class NJPA awarded vendors . Go to www .nipacoop .org to join NJPA at no cost, obligation or liability . Learn more about the now over 135 contract solutions available to ou r member agencies . Contact: Mike Hajek Director of Contracts and Marketing]218-894-5477 I mike .hajek@njpacoop .or g C3-12 • • National Auto Fleet Groutphment 3 A division of Chevrolet of Watsonvill e 490 Auto Center Drive, Watsonville, CA 9507 6 855 BUY-NJPA 626-457-559 0 855 289-6572 626-457-559 3 March 14, 201 3 Mr. Jeremy Schmid t City of San Luis Obisp o 25 Prado Road San Luis Obispo, Ca 9340 1 Delivery Via Emai l Dear Mr. Schmidt , In response to your inquiry, we are pleased to submit the following for your consideration : National Auto Fleet Group will sell, service and deliver at the San Luis Obispo, new/unuse d 2013 Ford PI utility responding to your requirement with the attached specifications fo r Vehicle $ 30,734 .8 0 State Sales Tax $ 2,458 .78 •tire tax (non-taxable $8 .75 Total $ 33,202 .53 Pricing includes black and white paint to match your scheme . These vehicles are available under the NJPA master vehicle contract# 102811 . Delivery is 75-90 days A .R .O . Stock units are currently available . Final availability is subject t o prior sale . Terms are net 20 days . National Auto Fleet Group welcomes the opportunity to assist you in your vehicle requirements . John Oviyach National Account Law Enforcement Manage r National Auto Fleet Grou p • 3-13 Attachment 3 2013 Ford Utility Police Interceoto r SELECTED MODE L Code Descriptio n K8A 2013 Ford Utility Police Interceptor AWD 4dr Code Descriptio n Interior: No color has been selected . Exterior 1: No color has been selected . Exterior 2: No color has been selected . Code Descriptio n 422 CALIFORNIA EMISSIONS *Required on units for CA, CT, MA, ME, MD, NJ, NY, OR, PA , RI, VT & WA registration. Optional for Cross-Border States ' 99R 3 .7L TI-VCT V6 FFV ENGINE (STD) ISEIOR ..,. 44C 6-SPEED AUTOMATIC TRANSMISSION -inc : column shifter (STD ) tEtti tbRRERC0*:T", 500A 500A EQUIPMENT GROUP ORDER CODE -inc : base vehicle A UA EBONY STANDARD PAINT 9W CHARCOAL BLACK, CLOTH FRONT BUCKETS SEATS & VINYL REAR BENCH SEA T ARM7rdrUL EYWetporr 66,4 FRONT HEADLAMP LIGHTING SOLUTION -inc : base projector beam headlamp, (2) fron t multi-function park/tum/wam (PTW) bulbs, (2) white hemispheric lighthead LED side waming lights C3-14 • Attachment 3 • • 2013 Ford Utility Police Intercepto r Code Descriptio n 66B TAIL LAMP LIGHTING SOLUTION -inc : base lamp, (2) rear integrated hemispheri c lightheaded white LED side warning lights located in taillamp s 66C REAR LIGHTING SOLUTION -inc : (2) interior liftgate glass mounted backlit high-intensit y flashing LED lights, (2) liftgate open activated inner high-intensity flashing LED lights 67G CARGO WIRING UPFIT PKG -inc : rear console mounting plate, Whelen lighting controller , Whelen PCCBR light relay center, light controller/relay center wiring, (2) 50-amp battery & ground circuits in RH rear quarter, 10-amp siren/speaker circuit, wiring overlay harnes s w/lighting & siren interface connections, vehicle engine harness w/(2) engine compartmen t light connectors-supports up to (3) LED lights each, pre-wiring for grille LEDS & siren/speaker *With w/67H Ready For The Road Pkg-does not include Whelen Lightin g PCC8R control head, Whelen PCC8R light relay center, light controller/relay center wiring * 60A PREWIRE FOR GRILLE LAMP, SIREN, SPEAKER 19L LOCKABLE GAS CAP FOR EASY FUEL CAPLESS FUEL-FILLE R 51V WHELAN DRIVER/PASSENGER LED BRANDED SPOT LAMP S 153 FRONT LICENSE PLATE BRACKE T 52P DOOR LOCK PLUNGER HIDDEN W/REAR DOOR HANDLES INOPERABL E 59B KEYED ALIKE, 1284X (N/A w/595 Remote Keyless Entry ) 53M SYNC VOICE-ACTIVATED COMMUNICATIONS & ENTERTAINMENT SYSTEM -inc : Bluetooth capability, steering wheel audio controls, USB port, audio input jack, 911 assist , vehicle health report 18W REAR WINDOW PWR SWITCH DELETE 43D DARK CAR FEATURE DISABLES COURTESY LAMP S 17T RED/WHITE DOME LAMP IN CARGO AREA 85R REAR CONSOLE PLATE (N/A w/65U Interior Upgrade Pkg ) 218 REARVIEW CAMERA (REQ : 53M SYNC) 76R REVERSE SENSIN G B4A NET INVOICE FLEET OPTIO N OPTIONS TOTAL C3-15 Attachment 3 • 2013 Ford Utility Police Interceptor • C3-16 • • Attachment3 2013 Ford Utility Police Intercepto r Mechanica l •3 .7L Ti-VCT V6 FFV engin e •6-speed automatic transmission -inc : column shifter '3.65 rear axle rati o •All-wheel drive Engine oil cooler HD 78-amp/hr (750 CCA) maintenance-free battery •220-amp alternato r •Prewire for 2-way radio •Pwr pigtail hamess •Rear recovery hook s •Independent front/rear suspensio n •Electric HD pwr steering •4-wheel HD disc brakes w/HD front/rear calipers •True dual exhaus t Exterio r 18"x 8.0"painted black steel wheel s •P245/55R18 all-season BSW tire s •18" full-size spare tire •Lower black bodyside claddin g •Black spoile r Black grille •8i-functional halogen projector headlamp s •LED tail /amps •Manual-folding black pwr mirrors w/integrated spotter mirro r •Acoustic laminated windshield C3-17 Attachment 3 2013 Ford UtilityPoliceInterceptor 2nd/3rd row privacy glas s Speed-sensitive intermittent wiper s Rear dual-speed wipe r Black door handle s Fixed glass liftgate -inc: door lock cylinder, black handl e 'Driver/front passenger/littgate lock cylinders Entertainmen t AM/FM stereo w/CD/MP3 player -inc :(6)speakers,clock •Roof-mounted antenna Interio r •Front police grade cloth bucket seats -inc: driver 6-way pwr adjuster &2-way manual lumbar adjustment, passenger 2- way manual adjuster, seatback steel intrusion plates Fold-flat 60/40 split rear vinyl bench seat •Universal tray top center instrument panel for mounting aftermarket equipment •HD thermoplastic elastomer flooring •Front/rear scuff plates Tilt steering wheel w/cruise &audio controls Calibrated speedomete r •Engine hour meter •Front seat Belt-Minder system •Pwr windows -inc : driver 1-touch down w/disable feature •Pwr door locks -inc:operable rear door locks &handle s Pwr adjustable pedals w/driver dead peda l •MyFord -inc : police cluster, 4 .2" color LCD screen center stack "smart display," 5-way steering wheel switches , redundant control s 'Cruise control •Single-zone manual climate control C3-18 • • • Attachment 3 2013 Ford Utility Police Intercepto r STANDARD EQUIPMEN T 'Particulate air filter ▪Rear window defroster •Simple fleet key ▪Locking glove bo x ▪(2) front pwr point s 'Overhead console w/sunglass holde r 'Front passenger side grab handl e •Driver/front passenger door tether strap s 'Dual color-keyed sun visors •Interior lighting -inc: driver/passenger overhead console task light, 1st row red/white overhead dome ligh t '2nd row overhead map light •Cargo hooks Safety ▪AdvanceTrac w/roll stability control & hydraulic brake assis t 'Anti-lock brakes w/traction control •2nd generation front airbags side seating position roll curtain airbags & safety canopy •SOS post-crash alert syste m •Seat belts -inc: pretensioner energy-management system, 1st row height adjustmen t •Lower anchors & tethers for children (LATCH) system on rear outboard seat location s •Child safety locks (capped) •Tire pressure monitoring system -inc : spare tire C3-19 City of San Luis Obispo PURCHASE ORDE R PURCHASE ORDER NO . A . 360098 X Send copy to vendor with any attachment s Do not send to vendor SHIP TO ADDRES =`m 03/14/1 3 VENDOR NATIONAL AUTO FLEET GROUP CITY OF SAN LUIS OBISP O ADDRESS 490 AUTO CENTER DRIVE 25 PRADO ROA D WATSONVILLE CA 95076 SAN LUIS OBISPO, CA 9340 1 JOHN OVIYACH,NATIONAL FLEET MGR JEREMY SCHMIDT, FLEET MANAGE R Bus: 562-618-0928 Bus: 805-781-704 6 Fax : 805-781-753 7Fax: 562-684-467 2 Quote Number Date Account #Description Amoun t 3/7/13 QUOTE 03/07/13 41080600-91190956-91190410-91190956 Purchase of one (1) 2013 Ford Utility Polic e Interceptor Utility AWD vehicle, per vendor quotatio n dated 3/7/13 . Specification No. 91190 . $30,734.80 03/07/13 41080600-91190956-91190410-91190956 Tire Fee $8 .75 03/07/13 41080600-91190956-91190410-91190956 Sales Tax 8%$2,458 .78 TOTAL $33,202 .3 3 Requestinq Department Prepared By Dept Approval Finance/Administration Approval Public Works MMUDGET T Instructions : Department : Complete form and obtain departmental approval . Attach quotes, bid summaries, or CAO report as required by purchasing guidelines). Route to Finance or Admin for approval . Finance : After final approval, assign PO number and return copy to department . Process encumbrance . ACCOUNTING USE ONLY ' Verified By r ••J vn • 10-8 RETROFIT IN C •415 W . MAIN ST . ONTARIO, CA 91762-384 5 909-986-5551 Offic e 909-986-5506 Fax Attachment 4 Estimat e Name /Address CITY OF SAN LUIS OBISP O 25 PRADO ROAD SAN LUIS OBISPO, CA . 9340 1 805 781-7046 Ship To CITY OF SAN LUIS OBISP O 25 PRADO ROAD SAN LUIS OBISPO, CA . 93401 Date Estimate # 838 33/11/201 3 P .O . No .Terms Due Date Project Net 30 3/11/201 3 Qty Item Description Cost Tota l 1 PB400 / INTERCEP...SETINA 2012-13 FORD INTERCEPTOR SUV PB400 ALUMINU M BUMPER 302 .50 302 .50 T 1 MISC .PRO GUARD SLIDING WINDOW CAGE / P4704 / SUV 456 .00 456 .00 T 1 MISC .PRO GUARD LOWER PANEL AND RECESS 132 .75 132 .75 T 1 MISC .PRO GUARD PRISONER SEAT / REAR CAGE WIRE P4705 897 .50 897 .50 T 1 MISC .PR GUARD LOWER PAN 136 .50 136 .50 T 1 SHIPPING SHIPPING AND FREIGHT CHARGE / PRO GUARD 175 .00 175 .00 1 MISC .HAVIS CONSOLE C-VS-1308-INUT 285 .50 285 .50 T 1 WIRE & TERMINA...RELAYS 30 AMP , CIRCUIT BREAKER, FUSES, WIRE,175 .00 175 .00 T CONNECTORS, ETC . 1 FUSE 12 / 5029B 5029B FUSE 12 BLOCK W/ POS . BUS COVER / HOT 32 .50 32 .50 T 1 FUSE BLOCK / 502 ...FUSE BLOCK 6 / 5028B W/ COVER POS . BUS / IGNITION 25 .50 25 .50 T 1 MRCB-150 CIRCUIT BREAKER 150 MRCB-150 25 .50 25 .50 T 1 UPKM-3 UPKM-3 PARK KILL MODULE 32 .00 32 .00 T 1 6001 COPELAND TAMER TOP HAT 6001 W/ 200AMP SOLENOID 125 .12 125 .12 T 1 ANTENNA KIT ANTENNA KIT CABLE AND ANTENNA 40 .00 40 .00 T I MISC.LIGHTBAR HOOK KITS 35 .50 35 .50 T t DIST . BOX 2 ELECTRONIC ENCLOSURE ( RADIOS, FUSES, RELAYS)350 .00 350 .00 T 1 LABOR 3 LABOR-SHOP REMOVE ALL EMERGENCY EQUIPMENT FROM DODGE CHARGERS 200 .00 200 .00 1 LABOR 3 LABOR-SHOP INSTALL USABLE EMERGENCY EQUIPMENT FROM STRIP UNIT / LIGHTBAR / SIREN CONTROLLER TM4 / 1,620 .00 1,620 .00 RADIO / ARROWSTICK CONTROLLER / REAR TRUNK TRAY / GUN RACKS / COMPUTER / WIRE ALL OEM EQUIPMEN T Subtota l Sales Tax (7 .25%) Total S E-mail Web Sit e mario l0-8retrofltl@verizon.net www .10-8retrofit .com C3-2 1agei Attachment 4 10-8 RETROFIT IN C 415 W. MAIN ST . ONTARIO, CA 91762-3845 Estimate rDateEstimate# 909-986-5551 Office 909-986-5506 Fax 3/11/2013 8383 Name / Addres s CITY OF SAN LUIS OBISP O 25 PRADO ROAD SAN LUIS OBISPO, CA . 9340 1 805 781-7046 P .O . No.Terms Due Date Project Net 30 3/11/201 3 Qty Item Description Cost Tota l 1 MISC .TRUCK VAULT PER SPEC . SHEET C-FDEXRN3-I ID-PS-PT 2,838 .75 2,838 .75 T I SHIPPING SHIPPING AND FREIGHT CHARGE / TRUCK VAULT 245.00 245 .0 0 1 MISC .DUAL GUN RACK 475-0051 307.50 307.50T I LABOR 3 LABOR-SHOP INSTALL TRUNK VAULT 180.00 180.0 0 1 MISC .WHELEN LIBERTY LIGHTBAR DUO COLOR / TRAFFI C ADVISOR / ALLEY / TAKE DOWN / CLEAR LENS AN D CENCOM SAPPHIRE CONTROLLE R TAHOE TO FORD INTERSECTOR SU V ATT : JEREMY 2,894.50 2,894 .50TI Subtotal $11,512 .6 2 Sales Tax (7 .25%)$659 .2 1 Total $12,171 .8 3 E-mail Web Site mario I0-8retrofitl @verizon .net www.10-8retrofit.com raye C3-22 Ship To CITY OF SAN LUIS OBISP O 25 PRADO ROA D SAN LUIS OBISPO, CA . 9340 1 City of San Luis Obisp o PURCHASE ORDE R PURCHASE ORDER NO .I r-i 90000 0 •Send copy to vendor with any attachment sFXDonot send to vendor ®$"$ 03/13/1 3 VENDOR 10-8 RETROFIT,INC .SHIP TO CITY OF SAN LUIS OBISP O ADDRESS 415 W .MAIN STREET ADDRESS 25 PRADO ROAD ONTARIO CA 91762-3845 SAN LUIS OBISPO, CA 9340 1 MARIO JEREMY SCHMIDT, FLEET SUP V Bus :909-986-5551 Bus :805-781-7046 Fax :909-986-5506 Fax :805-781-753 7 Quote Number Date Account #Description Amoun t #8383 3/11/13 03/11/13 41080600-91190956-91190410-91190956 Purchase of Code-3 Emergency Respons e Equipment for the Ford Police Interceptor Utilit y Vehicle (Replacement for unit #1101) pe r consultant's proposal dated 3/11/13 . $9,712 .62 03/11/13 41080600-91190956-91190410-91190956 Labor for installation of equipment $1,800 .00 03/11/13 41080600-91190956-91190410-91190956 Sales Tax 7 .25%$659 .2 1 • TOTAL $12,171 .8 3 Requestinq Department Prepared By Dept Approval Finance/Administration Approva l Works MMUDGETT ions :ACCOUNTIN GDepment: Complete form and obtain departmental approval . Attach quotes, bid summaries,USE ONLY or CAO report as required by purchasing guidelines). Route to Finance or Admin for approval .Finance: After final approval, assign PO number and return copy to department . Process encumbrance . Verified By r -•s •~•2 Page intentionally left •blank . •