Loading...
HomeMy WebLinkAbout04-16-2013 c4 fire battalion chief command vehicle replacementcounci lj!agenba aepoat 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 : FIRE BATTALION CHIEF COMMAND VEHICLE REPLACEMENT , SPECIFICATION NO . 91172 . RECOMMENDATION S 1.Approve the use of Cooperative Purchasing Agreement with National Joint Power s Alliance (NJPA) Contract #102811-NAF through National Auto fleet, effective January 18, 2012, for the purchase of the Fire Battalion Chief Command Vehicle replacement , Specification No . 9117 2 2.Approve the use and transfer of $36,100 from the Fleet Completed Projects account t o the project account in support of this vehicle replacement and equipment acquisition . • 3 . Authorize the Finance Director to execute a purchase order to National Auto Fleet Grou p in the amount of $45,957 .49 for the purchase of one (1) 2013 Chevrolet Suburban 4 - Wheel Drive 2500 Commercial vehicle, including taxes, and delivery . 4. Authorize the Finance Director to execute a sole source purchase order to Emergenc y Vehicle Group in the amount of $48,464 .61 for the purchase and installation of Code-3 emergency response equipment and accessories . DISCUSSIO N Backgroun d Staff is seeking the authorization to purchase (1) one new Fire Battalion Chief (BC) Comman d vehicle currently budgeted and approved for replacement as part of the 2011-13 Financial Pla n (Attachment 1). Staff has concluded after an extensive analysis that the 2013 Chevrole t Suburban 4WD 4-door, 2500 series would make the best fit for the Fire Departments' comman d vehicle needs . The vehicle will be outfitted through Emergency Vehicle Group, a well-know n and well reputed fire equipment builder and repair facility located in Southern California . As a measure of cost avoidance and equipment longevity through reutilization, staff i s recommending that the current BC Command vehicle (Asset No . 0801) be recycled as a n administrative replacement vehicle . That current vehicle, a 2000 Ford Explorer assigned to th e Deputy Chief (Asset No . 0237), will be deemed surplus and disposed of in accordance with th e City's policies . The current BC Command vehicles' useful life is limited but can be utilized in a •short-term in an administrative capacity until replacement of the Deputy Chief vehicle projecte d in 2016-17 fiscal year . MeetingD.4/16/1 3 I¢mN~be .C4 C4-1 Fire BC Command Vehicle (91172)Page 2 Compariso n Staff has completed a vehicle analysis and has concluded the Chevrolet Suburban exceeds th e competition in price, performance and product warranty for the available cargo space, groun d height and off-road capabilities . Additionally, the City has access to a local Chevrolet dealership which can expedite the required warranty services for these types of vehicles . The Chevrolet Utility platform has a part of the City's fleet for many years and has been prove n to be reliable both ergonomically and mechanically . The Chevrolet Suburban is a larger vehicl e than Chevrolet Tahoe Utility and built to accompany a greater payload which will provid e needed passenger space including space for equipment . The current Fire BC Command vehicl e only provides enough space for equipment at present and does not have enough space fo r passengers . The interior cab of the Suburban is large enough to mount necessary equipment i n safe areas to not only increase visibility, but out of the space of air bag deployment . In addition to the installed equipment such as a mobile data terminal, pullout utility command platform , radios, and personal protective gear, a battalion chief carries a variety of fire related equipment needed out in the field . As digital technology increases within the interior of a fire vehicle, th e Chevrolet Suburban provides much needed working room for the installation of equipment an d maintenance of wiring/cabling that attaches to the various computers, radios and other electroni c components . Cooperative Purchasin g The City's Financial Management Manual, Section 405-I page 14, recommends fleet purchase s using either a State cooperative purchasing contract or "piggyback" agreements with loca l agencies . All Fleet purchases such as Police patrol vehicles, general purpose fire trucks, sedan s station wagons, passenger vans, light to heavy trucks, utility vehicles, and constructio n equipment should generally be acquired new through State of California Multiple Awar d Schedule (CMAS) contracts . Specialized units not generally available through CMA should generally be acquired new through "piggyback" purchases, where other loca l agencies have conducted competitive procurements and made those contracts availabl e to the City . Often CMAS contracts or "piggyback" agreements can provide substantial cash discounts for th e City when making these procurements as well as expedite the purchasing process . Having th e capability to make a purchase through an established purchasing agreement, as opposed to a n independent purchase, will provide the City with additional savings which can be utilize d towards the purchase of additional replacement equipment . Staff recommends approval of usin g a multi-year cooperative purchasing agreement with the National Joints Powers Allianc e Contract No . 102811-NAF, effective January 28, 2012, for "Emergency Vehicles and relate d accessories", to purchase the Fire Battalion Chief Vehicle through National Auto Fleet Grou p (Attachment 2). National Auto Fleet group has provided a competitively bid quote through NJPA Cooperativ e Purchasing Agreement through its approved Chevrolet vendor and was able to provid e specifications for this vehicle. Staff inspected and reviewed the 2013 Chevrolet Suburban 4WD • • C4-2 Fire BC Command Vehicle (91172)Page 3 • • 2500 Commercial vehicle for compliance and agrees that the quotation provided by Nationa l Auto Fleet Group have met or exceeded the specifications of the City . Staff recommends a purchase be awarded to the National Auto Fleet Group for the purchase of one 2013 Chevrole t 2500 Commercial Series Suburban 4-WD in the amount of $45,957 .49 (Attachment 3). Sole Source Purchase Staff recommends a sole source purchase award to Emergency Vehicle Group (EVG) in th e amount of $48,464 .61 for the installation of Code-3 equipment and wireless Firecom interco m on the Fire BC Command Vehicle (Attachment 4). City purchasing guidelines allows for sol e source when supplies or equipment have been uniformly adopted in the city or otherwis e standardized and it is important to make sure the equipment is installed by a qualified vendor . While there are several vendors that could provide the installation of emergency respons e equipment, staff is recommending EVG due to a variety of issues including familiarity with th e specific type of equipment to be installed, turnaround time and the ability to work with loca l vehicle vendors . The cost for EVG is comparable to that of other vendors . In addition to the cost consideration, EVG has an excellent reputation in the Fire and emergenc y response industry, and, has the ability to work with a local vendor for the equipment installation . The latter feature limits disruption to service for fire response services as any necessar y equipment can be quickly transferred from the existing vehicle into the new vehicle . CONCURRENCE S The Fire Department staff has reviewed the vehicle specifications and concurs with the Flee t Supervisor recommendation for fleet replacement . FISCAL IMPAC T Funding for the Fire BC Command Vehicle replacement was included in the 2011-13 Financia l Plan, Appendix B, pages 3-40 through 3-42 . Approximately $61,200 was approved , Specification No . 91172, for the vehicle replacements and related Code-3 equipment . (Attachment 1). The expenditure is estimated to be $96,600 for the vehicle purchase and outfitting with necessar y fire equipment and accessories . Funding in the amount of $97,300 will be needed to full y support this request . There are several factors that caused the original estimated budget o f $61,200 to become insufficient for this vehicle replacement . First, the approved budget amoun t of $61,200 was not based upon a Chevrolet Suburban 4-wheel drive model but a smaller 2-whee l drive sports utility vehicle which will not accommodate the advancing technology needed in thi s vehicle both in payload and interior cab space . Second, staff is now requesting approval of a 4 - Wheel Drive model to allow for the ability to access various rough terrains within the City, as well as potential limited use for out-of county mutual aide response and reimbursements . Mutual aid use will only occur when sufficient back up of vehicles is available to provide City services . Finally, the funding estimated for Code-3 response equipment is inadequate by nearly half as i t •did not account for increased costs associated with advancements in emergency respons e technology . For all of the reasons, the cost of the vehicle replacement exceeds the budgete d C4-3 Fire BC Command Vehicle (91172)Page 4 • • amount by $36,100 . Staff recommends transferring this amount from the Fleet Replacemen t Fund Completed projects account which has a current balance of $68,348 .33 . There is sufficien t funding in this account to support this request . Funding Source 2011-13 Approved Budget 61,200 Base Unit Total Cost $45,957 .4 9 Emergency Response Equipment & Installation $ 42,334 .4 9 Wireless Firecom Intercom $ 4,065 .0 0 Sales Tax (8%) $ 2,065 .1 2 Accessories Total Cost $ 48,464.6 1 City Logo & Readying for Service I S 1,00 0 Total Vehicle Cost $ 95,42 2 Contingencies 2% $ 1,90 0 Total Project Cost $ 97,32 2 Funding Shortfall $ (36,122) * Balance of of March 7, 201 3 Staff recommends Council approve the use of a NJPA Cooperative Purchasing Agreement fo r the replacement purchase of one (1) 2013 Chevrolet Suburban . (Attachment 2) Staff furthe r recommends authorization of the Finance Director to make this purchase through National Aut o Fleet Group as the approved Cooperative Agreement vendor for this vehicle type, in the amoun t of $45,957 .49 . (Attachment 3 ) Staff also recommends authorization of the Finance Director for a sole source purchase order i n the amount of $48,464 .61 to Emergency Vehicle Group for the installation of Code-3 equipmen t (Attachment 4). ALTERNATIV E Deny Funding Transfer and Purchase .The City Council could choose to deny or defer the Fir e BC Command vehicle purchase . Staff does not recommend this option as the vehicl e replacement was approved as part of the 2011-13 Financial Plan . The Fire BC Command vehicl e has met the useful target life in both years and mileage . Denying or deferring purchases could result in costly maintenance and repairs due to aging vehicles . Additionally, this vehicle does no t have the interior space capacity to accommodate the advancing technology . The reliability o f this vehicle has degraded to the point of unpredictable . The replacement of this vehicle canno t Equipment Replacement Fund 41 0 Fleet Completed Projects (99899) * 2012-13 Budge t $ 68,348 .3 3 Project Coats (911 -2 ) Base Unit Cost (Chevy 2500 Suburban ) Tire Fee Sales Tax (8%) $ 42,543 .9 7 $ 10 .0 0 $ 3,403 .52 • C4-4 Fire BC Command Vehicle (91172)Page 5 •happen without additional funding . There is sufficient funding in the Fleet Completed Project s account to support this purchase . ATTACHMENT S 1.2011-13 Financial Plan, Appendix B, pages 3-40 to 3-42 2.National Joint Powers Alliance Cooperative Purchasing Agreement No . 102811-NAF 3.Quotation and Purchase Order, National Auto Fleet Grou p 4.Quotation and Purchase Order, Emergency Vehicle Grou p E-Council Agenda Fire Command Vehicle Purchase .doc • • C4-5 Attachment 1 CAPITAL IMPROVEMENT PLAN - PUBLIC SAFET Y FLEET REPLACEMENT – FIRE BATTALION CHIEF COMMAND VEHICL E Project Descriptio n Replacing the existing Fire Battalion Chief Full-Sized SUV Mobile-Command vehicle, equipped with mobile data computers, GPS, radio an d Code-3 response equipment will cost $61,200 in 2012-13 . q Maintenance/Replacement q New project Fleet Replacement q New Fleet Reques t q Council Goal / Measure Y Priority - List : Need and Urgenc y A request is being made to replace the existing Battalion Chief Command vehicle for Emergency Response division in 2012-13 . The existin g Chevrolet Tahoe was purchased in 2000 and is coming to the end of its front-line service life and will have met its target front line service i n 2013 and will have exceeded its target of 11 years of front-line service . The existing Command vehicle, a mid-sized Chevrolet Tahoe, is overloaded and undersized to the mobile data equipment it must carry . Staff is recommended the replacement vehicle be upgraded to a larger, full-size, Chevrolet Suburban . It is expected that this unit, if left in front-lin e service and with its current mileage, will incur costly major overhauls of main and minor sub-components thus becoming unreliable in th e near future . The appropriate time to purchase a new Command vehicle is in fiscal year 2012-13 . Operating Program Number and Title : 85200 Emergency Respons e Project Phasing and Funding Sources Initial Project Costs by Phase Budget to Date 2011-12 2012-13 2013-14 2014-15 2015-16 Tota l Equipment Acquisition $61,200 $61,200 Total $0 $0 $61,200 $0 $0 $0 $61,200 3-40 •• • • Attachtt 1 CAPITAL IMPROVEMENT PLAN - PUBLIC SAFET Y FLEET REPLACEMENT – FIRE BATTALION CHIEF COMMAND VEHICL E Detail of ongoing costs and alternatives to ongoing costs : Typical annual costs for preventative maintenance such as oil/filter changes , inspections, plus as-needed replacement of wear parts such as tires, batteries, brakes, filters and fuses . Project Funding by Source Asset110021 Budget to Date 2011-12 2012-13 2013-14 2014-15 2015-16 Tota l Fleet Replacement Fund $61,200 $61,200 Total $0 $0 $61,200 $0_$0 $0_$61,200 Reduced /Enhanced Project Alternative s t3 Reduced project is feasible – Cost of reduced project : Replacement costs could be reduced with the purchase of a smaller vehicle . However, the existing command vehicle is overloaded and undersized for its purpose . Project can be phased – Number of years for phasing : Vehicle replacement could be deferred which would result in minimal savings . However, deferring vehicle replacement could lead to higher maintenance costs and repairs . Attachment 1 CAPITAL IMPROVEMENT PLAN - PUBLIC SAFET Y FLEET REPLACEMENT - FIRE BATTALION CHIEF COMMAND VEHICL E Description of Replacement Units Program 8520 0 Replacement Fiscal Year 2011-12 2012-13 2013-14 2014-15 2015-1 6 City Fleet Numbe r Vehicle Typ e Mak e Model Type Model Year Date Entered City Servic e Odometer Reading 002 1 Comman d Chev y Tahoe 200 0 5/1/200 0 53,40 0 Target : Years or Mileage Proposed : Years or Mileage 1 0 1 2 Replacement Cost Base Uni t Accessories & Other Cost s Delivery Sales Tax $48,30 0 $8,500 $35 0 $4,05 0 Total Replacement Costs $0 $61,200 $0 $0 $0 Totals : 2011-12 $0 2012-13 $61,200 2013-14 $0 2014-15 2015-16 $0 3-42 •• ATTACHMENT 2 •www.nlpacoop.org Zse PA 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 f Directors under the category of "Passenger Cars, Light Duty, MediumDuty, and Heavy Duty Trucks with Related Accessories ."NJPA contracts are nationally solicited, competitively bid and awarded on behalf o f NJPA current and potential government and education membe r agencies . •Staples, MN (January 18, 2012) –In response to a national solicitation and resulting competitive hid and evaluatio n process, the National Joint Powers Alliance s (NJPA) has awarded : DriveCam, Inc .102811-DC I Secured Mobility, LLC dba Keyless Ride 102811-SM L CODA Automotive,102811-CDA Mitsubishi Motors North America (MMNA)102811-MM N Smith Electric Vehicles US 102811-SEV Empire Southwest, LLC dba Empire Truck and Trailer 102811-ESW Gresham Ford 102811-GFT Husky Trucks, LLC 1002811-HT L National 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 Aft-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 thes e vehicle options available to our Membership . National Joint Powers Alliance' ATTACHMENT 2 NJPA.www.njpocoop•arg National Joint Powers Allian 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 respons e 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 .ora 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 i 218-894-5477 i mike .hajek@njpacoop .org C4-10 • • Sall, seMce, and deliver letter Attachment 3National Auto Fleet Grou p A Division of Chevrolet of Watsonvill e 490 Auto Center Drive, Watsonville, CA 9507 6 (855) BUY-NJPA . (626 457-5590 ) (855) 280-6572 . (831) 480-8497 Fa x 3/7/201 3 Jeremy Schmid t City of San Luis Obisp o Public Work s25 Prado Roa dSan Luis Obispo, California, 9340 1 Dear Jeremy Schmidt , National Auto Fleet Group is pleased to quote the following vehicle(s) for you rconsideration. *New/Unused (2013 Chevrolet Suburban (CK20906) 4WD 4dr 250 0ommercial) and delivered to your specified location, each fo r Sub Total $42,543 .9 7 Tax (8 .00 %)$3,403 .5 2 Tire fee $10 .0 0 Total $45,957 .4 9 -per the attached specifications . Price includes 2 additional key(s), and 1 service manual(s). This vehicle(s) is available under the National Joint Powers Allianc e Contract 102811 .Please reference this Bid number on all purchase orders . Payment terms are Net 30 days after receipt of vehicle . hank you in advance for your consideration . Should you have any questions ,ase do not hesitate to call . 317/1 3 • www.nationalautofleetgroup .canVaderRequesUSSDPrintl582?ws=True&se=True&sMsg=A+Nabs al+Ante+Fleet+Gros nAccount+Manager +++va'11+be+1ia ..1/12 317/13 Sell, senice, and deliter lette r Sincerely , John Oviyac h National Fleet Manage r Email : john .oviyach@verizon .ne t Office : 562-618-092 8 Fax : 562-684-4672 Attachment 3 S CHEVROLET .NISSAN W TOYOTA Qe • • wmv.nabonalautcdeetgroup .caNOrderRegU st/SSDPrint/582?ws=TrueBsec True&sMsg=A+Nabonal+Aut p.FIeet+Grrwp+Accant+Manages+QIU+coma ... 2112 317/13 Sell, service, and deli%er letter Attachment 3 In order to Finalize your Quote, please submit this purchas e packet to your governing body for Purchase Orde r *Approval . Once you issue a Purchase Order please send by : Fax :(831) 480-849 7 Mail :National Auto Fleet Grou p 490 Auto Center Driv e Watsonville, CA 9507 6 Email :Jcooper@nationalautofleetgroup .co m We will then send a W-9 if you need on e Please contact our main office with any questions : 1-855-289-657 2 vo.w.ratonalautofleetgroup.can'OrderReq uest/SSDPrintl582?ws=True&se=True&sMsg=A+National+AUto+FIeet+Groyi+Account+ManagerQ,i7+l ... 3/12 31711 3 Vehicle Configuration Options Sell, service, and ddiver letter Attachment 3 EMISSIONS Code Description YF5 EMISSIONS, CALIFORNIA STATE REQUIREMENT S ENGINE Code Descriptio n L96 ENGINE, VORTEC 6 .OL VARIABLE VALVE TIMING V8 SFI, (352 h p [262 .5 kW] @ 5400 rpm, 382 lb-ft of torque [515 .7 N-m] @ 4200 rpm ) (STD ) TRANSMISSION Code Descriptio n MYD TRANSMISSION, 6-SPEED AUTOMATIC, HEAVY-DUTY, ELECTRONICALLY CONTROLLED WffH OVERDRIVE AN D TOW/HAUL MODE, (STD ) AXLE Descriptio n REAR AXLE, 3 .73 RATI O PREFERRED EQUIPMENT GROU P Code Descriptio n 1 FL COMMERCIAL PREFERRED EQUIPMENT GROUP, Include s Standard Equipment TIRES Cod e GT4 Cod e QIW Descriptio n TIRES, LT245/75R16E ON-/OFF-ROAD, BLACKWALL, (STD ) PAINT Code Descriptio n PAINT SCHEME ,Code Descriptio n SEAT TYP E Vwwi.rwbmalautc1edgrap .caWOrderRequesbSSDPrirt/582'V+s=Tnwxca=True&sMsg=A+Nati +Aito#Fleet+Group+Accpitt+Ma,ga Na... 4/1 2 317/1 3 Code Sell, seruce, and defiler lette r Description Attachment 3 SEATS, FRONT BUCKET WITH PREMIUM CLOTH, (AG1) 6-wa ypower driver and (AG2) front passenger seat adjusters, adjustabl ehead restraints, driver manual lumbar control, floor console and rea rstorage pocket s SEAT TRI M RADI O Code Descriptio n US8 AUDIO SYSTEM, AM/FM STEREO WITH MP3 COMPATIBLE C DPLAYER, seek-and-scan, digital clock, auto-tone control, Radio Dat aSystem (RDS), speed-compensated volume, TheftLock and auxiliar yaudio input jack (STD) ADDmoNAL EQUIPMEN T Code Descriptio n SNOW PLOW PREP PACKAGE, includes instrument panel switch ,roof beacon wiring, forward lamp wiring and torsion ba r K47 AIR CLEANER, HIGH-CAPACIT Y G80 DIFFERENTIAL, HEAVY-DUTY LOCKING REA R KW1 ALTERNATOR, 160 AMP S NZZ SKID PLATE PACKAGE, includes front underbody shield startin gbehind front bumper and running to first cross-member, protectin gfront underbody, oil pan, differential case and transfer case, frame -mounted shield s TRW PROVISION FOR CAB ROOF-MOUNTED LAMP/BEACON ,provides a switch and electrical wiring tucked beneath the headline rfor a body upfitter to connect a body-mounted warning or emergenc ylamp. 30-amp nominal ratin g G63 LUGGAGE RACK, DELETE B85 MOLDINGS, COLOR-KEYED BODYSID E AG2 SEAT ADJUSTER, FRONT PASSENGER 6-WAY POWE R D07 CONSOLE, FLOOR, with storage area, cup holders and integrate dsecond row audio controls '58 FLOOR MATS, COLOR-KEYED CARPETED FIRST AND SECON DROW, REMOVABL E VAV LPO, ALL-WEATHER FLOOR MATS, FIRST AND SECOND RO W widow.natiordautofleetgrcup .corrVOrderReq uesi/SSDRint/5827ws=True&seTrue&sMsg=A+Nadal+Auto4Flee+Group+Accaart+Manager.Qk §onto 5/1 2 Cod e 19C Descriptio n EBONY,PREMIUM CLOTH SEAT TRIM 9 5 3/7/13 Sell, service, and deliver letter Attachment 3 B30 'FLOOR COVERING, COLOR-KEYED CARPETIN G JF4 PEDALS, POWER-ADJUSTABLE FOR ACCELERATOR AN D BRAKE ' DRC MIRROR, INSIDE REARVIEW AUTO-DIMMING WITH REA R CAMERA DISPLAY UVC REAR VISION CAMERA, (Note : images appear on Navigatio n screen for units equipped with (UYS) AM/FM stereo with MP 3 compatible CD/DVD player and navigation . For units not equippe dwith Navigation systems images will appear within rearview mirror ) UD7 REAR PARK ASSIST, WITH AUDIBLE WARNIN G 9N5 FLOOR CONSOLE DELETE, Deletes the floor console an d associated audio equipment that is included with premium cloth hig hback bucket seats . All exposed floor areas will remain untrimme d 5T4 EXTERIOR BODY COLOR PARTS, VICTORY RED, Provide s Victory Red special paint WA9260 and Victory Red special painte d exterior body parts in lieu of glossy Black color normally installed wit hspecial paint Victory Red painted parts will consist of front fascia ,rear bumper fascia, rear liftgate license plate applique, rear liftgat e handle, door handles and body side moldings . Mirrors, rear D-pilla r applique and liftgate spoiler will remain Black . TGK SPECIAL PAINT, SOLID, ONE COLOR, All normally body colore dnon-sheet metal parts will be gloss Black . This includes front and ma'facias, liftgate handle and applique, 'D' Pillars and Upper liftgat e applique . Mirrors and door handles will be grained Black parts . Body-side moldings will be deleted . May require extended lead time . 01 U SPECIAL PAIN T 4GK TIRE, SPARE LT245175R16 (E) ON/OFF-ROAD, BLACKWALL , This spare replaces standard all-season tread spare with on/off-roa dtread WHEEL TYPE Code Descriptio n QB5 WHEELS, 4 -16" X 6 .5" (40 .6 CM X 16 .5 CM) STEEL DISC, (STD) SHIP THRU CODES Code Description • wom..naGOnalau[dleetgroup cuNOrderRequestlSSGPrinl/582?ws=True6se=True&sMsg=A+National+Auto+Fleet+Graip+Accourrt+Manager+~IR0onta ... 6/1 2 37/13 Sell, service, and deliver letter Attachment 3 2013 Fleet/Non-Retail Chevrolet Suburban 4WD 4dr 250 0 Commercia l ° WINDOW STICKER 2013 Chevrolet Suburban 4WD 4dr 2500 Commercial Interior: 6 .OL/366 Gas V8 Exterior 1 : No color has been selected . 6 Speed Automatic Exterior 2 : No color has been selected . CODE MODEL MSRP CK20906 2013 Chevrolet Suburban 4WD 4dr 2500 Commercial $47,745 .0 0 YF5 OPTIONS EMISSIONS, CALIFORNIA STATE REQUIREMENTS $0 .0 0 L96 ENGINE, VORTEC 6 .0L VARIABLE VALVE TIMING VS SFI, (352 hp [262 .5 kW] @ 5400 rpm, 382 $0 .0 0 MYD lb-ft of torque [515 .7 N-m] @ 4200 rpm) (STD ) TRANSMISSION, 6-SPEED AUTOMATIC, HEAVY-DUTY, ELECTRONICALLY CONTROLLED $0 .00 GT4 WITH OVERDRIVE AND TOW/HAUL MODE, (STD ) REAR AXLE, 3 .73 RATIO $0 .00 I FL COMMERCIAL PREFERRED EQUIPMENT GROUP, Includes Standard Equipment ($1,295 .00 ) QIW TIRES, LT245/75R16E ON-/OFF-ROAD, BLACKWALL, (STD)$0 .00 ~95 SEATS, FRONT BUCKET WITH PREMIUM CLOTH, (AG1) 6-way power driver and (AG2) front $935 .00 19C passenger seat adjusters, adjustable head restraints, driver manual lumbar control, floo r console and rear storage pocket s EBONY, PREMIUM CLOTH SEAT TRIM $0 .0 0 US8 AUDIO SYSTEM, AM/FM STEREO WITH MP3 COMPATIBLE CD PLAYER, seek-and-scan, digital $0 .0 0 VYU clock, auto-tone control, Radio Data System (RDS), speed-compensated volume, TheftLock an dawdliary audio input jack (STD ) SNOW PLOW PREP PACKAGE, includes instrument panel switch, roof beacon wiring, forward $255 .0 0 K47 lamp wiring and torsion ba r AIR CLEANER, HIGH-CAPACITY $25 .0 0 G80 DIFFERENTIAL, HEAVY-DUTY LOCKING REAR $295 .0 0 KW1 ALTERNATOR, 160 AMPS IN C NZZ SKID PLATE PACKAGE, includes front underbody shield starting behind front bumper and $150 .00 TRW running to first cross-member, protecting front underbody, oil pan, differential case and transfe r case, frame-mounted shield s PROVISION FOR CAB ROOF-MOUNTED LAMP/BEACON, provides a switch and electrical wiring IN C G63 tucked beneath the headliner fora bodyupfitterto connect a body-mounted warning o remergency lamp . 30-amp nominal ratin g LUGGAGE RACK, DELETE ($25 .00 ) B85 MOLDINGS, COLOR-KEYED BODYSIDE IN C ~2 SEAT ADJUSTER, FRONT PASSENGER 6-WAY POWER IN C 07 CONSOLE, FLOOR, with storage area, cup holders and integrated second row audio controls IN C B58 FLOOR MATS, COLOR-KEYED CARPETED FIRST AND SECOND ROW, REMOVABLE INC (~ t -I www.nationalautoleetgrow .00MOrderRequact/SSDPriM/58Y?vs=True&se=True8sMsg=A+Natior~+Auto~FIeet+Gra Accent+Manager+4All~l .. 7/1 2 Attachment 3317/13 Sell, service, and deliver letter VAV LPO, ALL-WEATHER FLOOR MATS, FIRST AND SECOND ROW $140 .00 B30 FLOOR COVERING, COLOR-KEYED CARPETING $190 .0 0 JF4 PEDALS, POWER-ADJUSTABLE FOR ACCELERATOR AND BRAKE $15 0 MIRROR , MIRROR, INSIDE REARVIEW AUTO-DIMMING WITH REAR CAMERA DISPLAY I N UVC REAR VISION CAMERA, (Note : images appear on Navigation screen for units equipped with $450 .0 0 (UYS) AM/FM stereo with MP3 compatible CD/DVD player and navigation . For units not equippe d with Navigation systems images will appear within rearview mirror .) UD7 REAR PARK ASSIST, WITH AUDIBLE WARNING $265.0 0 9N5 FLOOR CONSOLE DELI I E, Deletes the floor console and associated audio equipment that is ($625 .00 ) included with premium cloth high back bucket seats . NI exposed floor areas will remai n untrimme d 5T4 EXTERIOR BODY COLOR PARTS, VICTORY RED, Provides Victory Red special paint WA9260 $150 .0 0 and Victory Red special painted exterior body parts in lieu of glossy Black color normall y installed with special paint Victory Red painted parts will consist of front fascia, rear bumpe r fascia, rear liftgate license plate applique, rear liftgate handle, door handles and bodysid e moldings . Mirrors, rear D-pillar applique and liftgate spoiler will remain Black . TGK SPECIAL PAINT, SOLID, ONE COLOR, NI normally body colored non-sheet metal parts will be $300 .0 0 gloss Black. This includes front and rear facias, liftgate handle and applique, 'D' Pillars an d Upper litigate applique . Mrrors and door handles will be grained Black parts . Body-sid e moldings will be deleted . May require extended lead time . 01 U SPECIAL PAINT $0 .0 0 4GK TIRE, SPARE LT245/75R16 (E) ON/OFF-ROAD, BLACKWALL, This spare replaces standard all-$35 .00 season tread spare with on/off-road trea d QB5 WHEELS, 4 - 16" X 6 .5" (40 .6 CM X 16 .5 CM) STEEL DISC, (STD)$0 .00 • SUBTOTAL $49,140 .0 0 Advert/ Adjustments $0 .00 Manufacturer Destination Charge $995 .0 0 TOTAL PRICE $50,135.0 0 Est City 10 MP G Est Highway. 15 MPG Est HighwayCruising Range : 585 .00 m i My performance-related calculations are offered solely as guidelines . Actual unit performance will depend on your operatin g conditions . • ww,v.nationalautofleetgroup .carVOrderReq uest/SSDPrint/582?ws=True&se=True&sMsg=A+National+Auto+Fleet+Group t Account+Mang a+S 41-iet§onta...8/12 37/1 3 Standard Equipment Sell, served, and deli'.er letter Attachment 3 MECHANICA L Pngine, Vortec 6 .0L Variable Valve Timing V8 SFI (352 hp [262 .5 kW] @ 5400 rpm, 382 lb-ft o f torque [515 .7 N-m] @ 4200 rpm) (Requires 3/4 ton models .) Transmission, 6-speed automatic, heavy-duty, electronically controlled with overdrive and tow/hau l mode (Requires 3/4 ton models .) Rear aide, 3 .73 ratio (Requires 3/4 ton models .) Suspension Package, Handling/Trailering, heavy-duty (3/4 ton models only .) 4-wheel driv e Transfer case, active, 2-speed electronic Autotrac with rotary controls, includes neutral position fo r dinghy towing . (Requires 4WD models . Included with (K5L) heavy-duty trailering package or 3/4 to n models .) Battery, 660 cold cranking amps with 80 amp hour ratin g Alternator, 145 amps (Not available on 1 /2 ton models .) Trailering equipment includes trailering hitch platform, 7-wire harness with independent fuse d trailering circuits mated to a 7-way sealed connector and 2" trailering receive r Cooling, external engine oil cooler, heavy-duty air-to-oil integral to driver side of radiator (Include d and only available with (K5L) Heavy-Duty Trailering Package on 112 ton models . Included on all 3/4 ton models .) ooling, auxiliary transmission oil cooler, heavy-duty air-to-oil (Included and only available with 5L) Heavy-Duty Trailering Package on 1/2 ton models . Included on all 3/4 ton models .) Trailer brake controller, integrated (Available on'/ ton models, standard on %ton models . Require s (K5L) Heavy-Duty Trailering Package .) Recovery hooks, front, frame-mounted (Standard with 4WD 1/2 ton models and all 3/4 ton models . Available on 2WD 1 /2 ton models .) GVWR, 8600 tbs . (3901 kg) (Requires 3/4 ton models .) Suspension, front independent with torsion bar (3/4 ton models only .) Suspension, rear multi-stage leaf springs (3/4 ton models only .) Steering, powe r Brakes, 4-wheel antilock, 4-wheel disc with hydroboost (3/4 ton models only .) Powertrain grade braking EXTERIOR Wheels, 4 - 16" X 6 .5" (40 .6 cm x 16 .5 cm)steel disc (3/4 ton models only.) ires, LT245175R16E on-/off-road, blackwall (Standard on 4WD 3/4 ton models . Available on 2W D ton models .) Wheel, 16" (40 .6 cm) full-size spare (3/4 ton models only . Included and only available with (QB5) 4- 16" x 6 .5" (40 .6 cm x 16 .5 cm) steel disc wheels .)r~,1 ppwww..na6malautoAeetgrap .caNOrderRequestlSSDRint/582?ws=True&se=TrueBsMsg=A+Natior~+Auto+Fleet+Group+ACCamt+Manager+MR4r e6nta ... 9/1 2 3/7/13 Sell, service, and deliver letter Attachment 3 BITERTAINMEN T INTERIOR Seats, front 40/20/40 split-bench, 3-passenger includes driver manual lumbar control, driver an d front passenger manual reclining, center fold-down armrest with storage, lockable storag e compartments in seat cushion (includes auxiliary power outlet), adjustable outboard head restraint s and storage pockets . With Premium Cloth seats includes (AG1) 6-way power driver seat adjuster . (With vinyl seats requires (19V) Ebony vinyl and (BG9) Black rubberized-vinyl floor covering .) Seats, second row 60/40 split-folding bench, 3-passenger with center armrest with 2 cup holder s (With vinyl seats included and only available with (AZ3) front 40/20/40 vinyl split-bench seats, SE O (5T5) second and third row vinyl with front cloth seats or (9S 1) seats, driver and passenger front , individual seats in vinyl trim .) Seat trim, clot h Seat adjuster, driver 6-way powe r Seats, third row 50/50 split-bench, 3-passenger, removable, all-belts-to-seat _ Floor covering, Black rubberized-viny l Steering column, Tilt-Wheel, adjustable with brake/transmission shift interlock www.aaUmalautofleetgroup.caWOcderReq uestlSSDPrirtt/582Ns=TrueBse=True&sMsg=A+Nalioral+Auto+Fleet+[,roup .Acco nt+Manager+~,At3rrEabBnt ...10/1 2 Tire, spare LT245/75R16 all-season, blackwall (3/4 ton models only . Upgradeable to (4GK ) LT245/75R16E on-/off-road, blackwall spare tire .) Tire carrier,lockable outside spare,winch-type mounted under frame at rea r Luggage rack side rails, roof-mounted, Blac k Fascia, front color-keye d Fascia,rear color-keye d Assist steps, Black Headlamps, dual halogen composite with automatic exterior lamp control and flash-to-pass featur e Mirrors, outside heated power-adjustable,manual-folding (Mirror caps are Black .) Glass, Solar-Ray deep-tinted (all windows except light-tinted glass on windshield and driver- an d front passenger-side glass ) Wiper,rear intermittent with washe r Door handles,Black Liftgate with liftglass,rear door system with rear-window wiper/washe r Audio system, AM/FM stereo with MP3 compatible CD player seek-and-scan, digital clock, auto - tone control, Radio Data System (RDS), speed-compensated volume, TheftLock and auxiliar y audio input jack Audio system feature, 6-speaker syste m SiriusXM Satellite Radio, delete 3/7/13 Sell, service, an d delive r letter Attachment 33 Steering wheel, vinyl Steeling wheel controls, mounted cruise control s strumentation, analog with speedometer, odometer with trip odometer, fuel level, voltmeter, engin e 'temperature, oil pressure and tachomete r Warning tones headlamp on, key-in-ignition, driver and right-front passenger safety belt unfaste n and turn signal o n Windows, power with driver Express-Down and lockout features Door locks, power programmable with lockout protectio n Remote vehicle starter prep package includes Remote Keyless Entry (Remote vehicle starter fo b available as a Chevy Accessory .) Cruise control, electronic with set and resume spee d Theft-deterrent system, vehicle, PASS-Key II I Air conditioning, tri-zone manual HVAC controls with individual climate settings for driver, right-fron t passenger and rear seat with rear controls located in floor console with front bucket seats and in th e roof console with front bench sea t Air conditioning, rear auxiliar y Heater, rear auxiliary with rear passenger heating duct s Defogger, rear-window electri c Power outlets, 3 auxiliary, 12-volt includes 2 on the instrument panel and 1 in the cargo are a irror, inside rearview manual day/nigh t eadliner, cloth Visors, driver and front passenger illuminated vanity mirrors, padded with cloth trim, extends on ro d Assist handles, front passenger and second row outboar d Lighting, interior with dome light, driver- and passenger-side door switch with delayed entry feature , cargo lights, door handle or Remote Keyless Entry-activated illuminated entry and map lights in fron t and second seat position s Fleet Package SAFETY 9 r bags, head curtain side-impact, first and second row outboard seating positions with rollove r ensor, includes third row seating positions with (AS3) 3-passenger third row bench seat (Always use safety belts and child restraints . Children are safer when properly secured in a rear seat in the vmwurationaladofleetgroup .com/OrderReq uest1SSDPrirN5322es=True&seTrueBsMsg=A+Nabcia Akto+FIe +Grc{+Accant+Manage+het ...11/1 2 StabiliTrak, stability control system with traction control includes electronic trailer sway control an d hill start assis t Daytime Running Lamps with automatic exterior lamp contro l Air bags, dual-stage frontal, driver and right-front passenger with Passenger Sensing System (right - front passenger air bag status on overhead console) (Always use safety belts and child restraints . Children are safer when properly secured in a rear seat in the appropriate child restraint . See th e Owner's Manual for more information .) 317/13 Sell, senice, and deliver letter appropriate child restraint . See the Owners Manual for more information .) Air bags, seat-mounted side-impact, driver and right-front passenger for thorax and pelvi c protection (Always use safety belts and child restraints . Children are safer when properly secured i n a rear seat in the appropriate child restraint . See the Owners Manual for more information .)' OnStar, 6 months of Directions and Connections plan includes, Automatic Crash Response , Emergency Services, Crisis Assist, First Assist, Injury Severity Predictor, Stolen Vehicl e Assistance, Stolen Vehicle Slowdown, Remote Ignition Block, Remote Door Unlock, Roadsid e Assistance, Remote Horn and Lights, Turn-by-Turn Navigation with OnStar eNav, Destinatio n Download (requires navigation radio), OnStar Vehicle Diagnostics, Hands Free Calling an d available OnStar RemoteLink mobile app . (Visit onstar.com for details and system limitations .) Automatic Crash Response (Deleted when (UEO) OnStar delete is ordered .) Stolen Vehicle Assistance (Deleted when (UEO) OnStar delete is ordered .) OnStar Turn-by-Turn Navigation (Deleted when (UEO) OnStar delete is ordered .) Safety belts, 3-point, driver and right-front passenge r LATCH system (Lower Anchors and Top tethers for CHildren), for child safety seat s Tire Pressure Monitor System air pressure sensors in each tire with pressure display in Drive r Information Center (does not apply to spare tire) • • wuw .nationalautofleetg roue.co WOrderRequest/SSDPrint/582Ws=True&se=TrueBsMsg =A+Nabmal+Auto+Fleet+Group+Accou1t +Manages +Q4 22nt... 1211 2 City of San Luis Obisp o PURCHASE ORDE R PURCHASE ORDER NO . Attachment 3 360098 •X Send copy to vendor with any attachment s Do not send to vendor ^,$ 03/13/1 3 VENDOR NATIONAL AUTO FLEET GROUP SHIP TO CITY OF SAN LUIS OBISP O ADDRESS 490 AUTO CENTER DRIVE ADDRESS 25 PRADO ROA D WATSONVILLE CA 95076 SAN LUIS OBISPO, CA 9340 1 JOHN OVIYACH,NATIONAL FLEET MGR JEREMY SCHMIDT, FLEET SUP V Bus : 562-618-0928 Bus : 805-781-707 6 Fax :562-6844672 Fax:805-781-753 7 Quote Number Date Account #Description Amoun t 317/1 3 PROPOSAL 03/07/13 41085100-91172956-91172410-91172956 Purchase of one (1) 2013 Chevrolet Suburban 4W D 4-door 2500 Commmerical series for the Fir e Department BC Command Vehicle, per th e consultant's proposal dated 3/7/13 . Specificatio n No . 91172 $42,543.9 7 03/07/13 41085100-91172956-91172410-91172956 Tire Fee $10 .00 03/07/13 41085100-91172956-91172410-91172956 Sales Tax 8%$3,403 .52 • TOTAL $45,957 .49 Requestinq Department Prepared By Dept Approval Finance/Administration Approva l Works MMUDGET T I ions :USE ONL YDepartment: 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 Verified By tn •r2 Attachment 4 March 14 th , 201 3 San Luis Obispo City fire Departmen t 2160 Santa Barbara Ave San Luis Obispo, CA 9340 1 RE : EVG BC VEHICL E Attention : Jeremy Schmid t On behalf of Emergency Vehicle Group, Inc .,I would like to thank you for the opportunity t o provide you with the following offer for the San Luis Obispo City fire Departmen t to purchase one (1) EVG Battalion Chief Custom Command Vehicle . Emergency Vehicle Group, Inc . is proud to be in the business of serving those who bravel y serve our communities and help ensure the safety of our families and friends . Our pledg e 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 th e absolute best in service, sales and support for emergency vehicle products . We proudly serve California and Nevada from our Headquarters in Anaheim, CA and offe r you premium custom products along with the best value available in the industry .EVG accomplishes this by representing Spartan ERV Apparatus, Lifeline Ambulances, Wheele d Coach Ambulances, McCoy Miller Ambulances, Road Rescue Ambulances and Spartan Fire Chassis as well as EVI Specialty Vehicles and our own EVG built Command Vehicles . EVG employs EVT and ASE Certified Mechanics with many years experience in fire apparatus to provide the peace of mind that the fire apparatus being purchased will b e handled with expertise and promptness . EVG recognizes that this fire apparatus is a lif e saving device and handle all work as such to allow the apparatus to effectively do the job it was designed to do . Our service facility is located in Anaheim, CA . EVG offers over 125 years of combined emergency vehicle experience and has dedicate d sales and service experts throughout the region with a true passion for providing the bes t products along with unequalled pre and post-sale service and support . Together, as a team and partner with you, we provide custom, premium fire apparatus and ambulances that ar e designed specifically for you and your specific needs . Our Commitment to you ... We will provide you with the absolute best in sales, service and support both before an d after the sale . Our mission is to develop long-term relationships and provide our customer s with "honest, intelligent effort" in everything we do for you . We are truly "striving fo r excellence and have dedication and passion" for what we do . The Service You Expect from People You Can Trust . 2883 E . Coronado St .Anaheim, CA 9280 6 Tel : 714-238-0110 Fax : 714-238-012 0 www.evginc .net • • C4-24 Attachment 4 2883 E. Coronado St. Anaheim, CA 9280 6 EVG is pleased to offer the San Luis Obispo City fire Departmen tthe following : •Personal service and access to our entire sales and service team at Emergency Vehicle Group, Inc.,located in Anaheim, CA .•Certified Radio Technician s•Licensed and Bonded California Auto Dealership . Dealer Number 64202•EVT and ASE Certified Fire Apparatus Mechanic s•Parts and service provided by our office in Anaheim, CA The list above reflects just a few of the many benefits that Emergency Vehicle Group, Inc .has to offer . Please feel free to contact Manny Perez or myself at anytime should you have an yquestions or need anything additional . All of us at Emergency Vehicle Group, Inc .believe in long-term relationships and welook forward to the opportunity of working with you and the San Luis Obispo City fir eDepartment•I would again like to thank you for the opportunity to provide you with this offer . Each of u satEVGoffer you our sincere pledge of "Honest, Intelligent Effort" in everything we do foryou now, and in the future . Sincerely , Travis B . GrinsteadPresident ,0009-0002 • • 2 02009 Emergency Vehitle Group, Inc . —NI Rights Reserved. Do not reproduce or transmit without the express witted consent C4-25 Attachment 4 2883 E. Coronado St . Anaheim, CA 92806 San Luis Obispo City fire Departmen t Purchase Proposal fo r One (1) EVG BC Custom Command Vehicl e The following proposal is for the San Luis Obispo City fire Department to purchase one (1 ) EVG BC Custom Command Vehicle per the enclosed specifications and as outlined below . The below prices are quoted FOB San Luis Obispo . Pricing includes Striping and Letterin g installation per your specifications .Note : Chassis for this build to be supplied by th e Cityof San Luis Obispo . Warranties :Emergency Vehicle Group BC Custom Command Vehicle comes with a (1 ) one year labor and installation warranty, please see the enclosed additional part s warranties. Delivery :The timeline for delivery will be no more than 100 days after delivery of chassi s to EVG . Payment Terms :Net 30 or COD at time of delivery of apparatus . Description Qty Each Extende d EVG BC Custom Command Vehicl e (Chassis provided by the City) 1 $42,334 .49 $42,334 .4 9 Sales Tax (8 .00% or prevailing rate)1 $1,739 .92 $1,739 9 2 Unit Price with Sales Tax 1 $44,074.41 $44,074 .41 iooaema2 • • • 3 @2009 Emergency Vehide Group . Inc —All Rights Reserved . Do not repodtrP or transmit without the a press written consent .C4-2 6 Attachment 4 •Jeremy attached are the breakdowns for the command truck build, and two separate for interco m systems, one wireless and the other hard wired . Here is the pricing for each : • Truck buildup with Command Box -$42 .344.49 (Customer Provided Chassis ) • Option Price Wireless Firecom Intercom $4.065 .0 0 •Option Price Hard Wired Firecom Intercom $2 .975 .0 0 I will send you the command unit buildup first thing in the AM , Manny Perez Sales Manage r Fire Apparatus Divisio n Emergency Vehicle Group Inc -Spartan ERV - Fir e 2883 E . Coronado St . Anaheim, CA 9280 6 714-238-0110 x240 714-238-0120 Fa x •626-893-9589 Cel l mperez(aevginc.ne t www .evginc.net • C4-27 City of San Luis Obisp o PURCHASE ORDE R PURCHASE ORDER NO . Attachment 4 X Send copy to vendor with any attachment s Do not send to vendor {W `v" 03/14/1 3 VENDOR EMERGENCY VEHICLE GROUP, INC SHIP TO CITY OF SAN LUIS OBISP O ADDRESS 2883 E . CORONADO STREET ADDRESS 25 PRADO ROA D ANAHEIM CA 92806 SAN LUIS OBISPO, CA 9340 1 MANNY PEREZ, SALES MANAGER JEREMY SCHMIDT, FLEET MANAGE R Bus :714-238-0110 Bus:805-781-704 6 Fax :714-238-0120 Fax :805-781-753 7 Quot e Number Date Account *1 Description Amount 3/14/1 3 PROPOSAL 03/14/13 41085100-91172956-91172410-91172956 Purchase of one (1) EVG Fire BC Command Vehicl e (Chassis provided by the City), per consultan t specifications & proposal dated 3/14/13 . Specification No . 91172 $42,334 .4 9 03/14/13 41085100-91172956-91172410-91172956 Purchase of one (1) Wireless Firecom Intercom $4,065 .0 0 03/14/13 41085100-91172956-91172410-91172956 Sales tax 8% on Equipment $2,065 .1 2 TOTAL $48,464 .6 1 Requestinq Department Prepared By Dept Approval Finance/Administration Approva l 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 ONL Y Verified By Alr-lsr •