Loading...
HomeMy WebLinkAbout4.04 WaiveBidPoliceVeh CITY CLERK File # []3JJ5l[QJ-!2J[QL . AGENDA STATEMENT CITY COUNCIL MEETING DATE: MARCH 17, 1998 SUBJECT: Request to Waive Competitive Bid Process and Authorize Staff to Purchase Police Patrol Vehicles Either: 1) Under the State Contract, or 2) By Direct Purchase From Vendor. Report Prepared By: Steve Honse, Administrative Assistant ~ EXHIBITS ATTACHED: 1. Resolution Authorizing the City to Participate in State Contract No. 1-98-23-14 for 1998 Model cap Class "E" Service Vehicles 2. Resolution Waiving the Competitive Bid Process and Authorizing Staff to Negotiate the Purchase of Police Patrol Vehicles (four-fifths [4/5] vote required) 3 . Vehicle Specifications RECOMMENDATION: ~ 1. Adopt Resolution (Exhibit I) authorizing the City to participate in State contract and forward a copy to State only if Staff is unsuccessful at negotiating terms that are superior to those offered under the State contract. 2. Adopt Resolution (Exhibit 2) authorizing Staff to purchase vehicles directly from a vendor only if the vehicles can be purchased at terms that are superior to the State contract . FINANCIAL STATEMENT: Per the terms of the State contract, the purchase price of one patrol vehicle, including options, fees and taxes, is $27,093. The purchase price for four vehicles is estimated not to exceed $108,372. This price does not include the cost to outfit the vehicle or to apply DPS markings. DESCRIPTION: Currently, the City has a fleet often patrol vehicles (nine marked and one unmarked). In order to assure reliability and to minimize repair expenses, the City routinely replaces patrol vehicles after three years of service. Based upon this replacement schedule, four existing 1995 patrol vehicles are scheduled for replacement during the 1998 replacement cycle. Although the funds to purchase these vehicles will be requested as part of the Fiscal Year 1998-99 budget, the vehicles must be ordered prior to March 31, 1998, due to a limited manufacturing period for police vehicles. With minor exceptions, the specifications for police vehicles are highly standardized. On an annual basis, the California Highway Patrol (CHP) promulgates specifications for the standard patrol vehicle. The CHP has selected the Ford Crown Victoria as the standard patrol vehicle for the 1998 model year. By purchasing the standard CHP Crown Victoria, all variables are eliminated and the only consideration is pnce. . COPIES TO: G :fstaff-refveh icIesfmarkedf03-17.doc ITEM NO.-.M 1 Typically, the City's Purchasing Ordinance requires that major purchases be subject to the competitive bid' process. However, on November 4, 1997, the City Council adopted Ordinance 21-97, which provides that the competitive bid process shall not apply to the following circumstances: . 'When another public agency has administered a competitive bidding process within the past two . years for the same or substantially similar supplies, services or equipment . When City Council specifically waives the competitive bid process and au~orizes Staff to negotiate the purchase of vehicles by a four-fifths (4/5) vote. In this case, Staff requests that the City Council apply both exceptions and allow Staff to do either of the following: i: . Participate in the State of California, Department of General Services, Contract 1-98-23-14 for 1998 Model CHP Class "E" Special Services Vehicles; or . Purchase the vehicles directly from a vendor if they can be purchased at terms that are superior to the State contract. .- Staff requests that the City Council allow Staff to explore both options simultaneously. The reasons for this two-pronged approach, as well as the benefits of each option, are discussed below: Option 1: State of California Contract: ~2.36.050(a)(11) of the Dublin Municipal Code allows the City to participate in a contract, without undergoing the competitive bid process, if another government agency has recently completed a bid process for similar goods. In this case, the State had already completed an exhaustive competitive bid for CHP vehicles that are identical to those desired by the City. This contract is administered by the State of . California Department of General Services (DGS). lfthe City participates in the State contract, the Purchasing Ordinance does not require a new competitive bid, provided the City Council approves an exception to the bid process. The State has awarded the exclusive contract to Downtown Ford Sales in Sacramento. Per the contract, the price of one vehicle is $27,093, derived as follows: Vehicle Base Price: City Specified Options: Subtotal $21,969 2.235 24,204 DGS Fee (1 % of Subtotal) Sales Tax (8.25% of Subtotal) Delivery Charge 242 1,997 650 Total Cost Per Vehicle $27.093 If the City wishes to participate in this contract, the City Council must adopt a resolution authorizing DGS to purchase the vehicles on behalf of the City. The adopted resolution must be received by DGS by March 31, 1998; There will not be a City Council meeting before that date to consider bids. A proposed. resolution is attached as Exhibit 1 that would allow the City to participate in the State Contract. Staff recommends that the City Council adopt the resolution, with the following understandings: 1) Prior to -c1.- . . . MarGb 31, 1998, Staff will explore other options (discussed below). 2) The resolution will only be . submitted to DGS if no better option is found prior to the March 31, 1998. Option 2: Waive Competitive Bid Process and Authorize Staff to Negotiate Purchase of Vehicles g2.36.050(a)(11) of the Purchasing Ordinance allows the City Council, by a four-fifths (4/5) vote, to waive the requirement for a competitive bid in the purchase of vehicles. If the City Council grants this authority, Staff would be authorized to negotiate the terms of sale directly with the vendor. Any contract negotiated by Staff would be subject to the approval of the City Council. Due to the CHP designation of the Ford Crown Victoria as the standard patrol vehicle, potential vendors are likely to be Ford dealerships. A direct purchase offers several advantages over the State contract: First, Staff may be able to purchase the vehicles at a lower cost than under the State contract. Second, if the vendor is a Dublin-based business, the City will recoup a portion oftb.e sales tax revenue. Finally, the City can avoid the 1 % surcharge required under the DGS contract and may be able to reduce delivery charges. Outfitting Vehicles Following delivery, the City will be responsible for the costs required to mark the vehicles and to install radios, lights, sirens, opticom units and other emergency equipment. The City will remove most of this equipment from each vehicle as it is retired and reinstall the equipment on replacement vehicles. Vehicle emergency equipment is used for a minimum of six years. The costs associated with the marking and outfitting of the replacement patrol vehicles will be part of the Fiscal Year 1998-99 budget. Any additional equipment purchase will be in conformity with the adopted Purchasing Ordinance. Funding Source The purchase of these vehicles will be financed from reserves in the Internal Service Fund (ISF) for Vehicle Replacement. Staffwill request that the delivery of the vehicles occur after July 1,1998. Therefore, the estimated expenditure will be identified in the Fiscal Year 1998-99 ISF Informational Budget. Recommendation: Staff recommends that the City Council adopt the resolution, attached as Exhibit 1, allowing the City to participate in the State contact. Staff will not immediately dispatch the resolution to the State, but will seek to negotiate better terms directly from a vendor. In the event that Staff is unable to obtain terms that are superior to the State contract prior to March 31, 1998, Staff will complete the necessary tasks for the City to participate in the State contract. Staff also recommends that the City Council adopt the resolution, attached as Exhibit 2, waiving the competitive bid process and authorizing Staff to negotiate directly with vendors. Any contract, negotiated by Staff, shall be presented to the City Council for approval. In order to adopt this resolution, the City Council must approve it by a four-fifths (4/5) vote. -.3- . . . RESOLUTION NO. - 98 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN ********* AUTHOIDZINGTHEDEPARTMENTOFGENERALSER~CESOFTHESTATEOF CALIFORNIA TO PURCHASE FOUR (4) POLICE PATROL VEmCLES WHEREAS, g2.36.050(a)(10) of the Dublin Municipal Code provides that the competitive bidding process shall not apply when another pubic agency has administered a competitive bidding process within the past two years for the same or substantially similar supplies, services or equipment; and WHEREAS, the State of California Department of General Services has administered a competitive bidding process resulting in State Contract Number 1-98-23-14 for 1998 Model CHP Class "E" Special Service V ehicIes; and WHEREAS, the vehicles specified in the State contract are identical to those required by the City. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby authorize the Procurement Division, Department of General Services of the State of California, to purchase four (4) 1998 Model CHP Class "E" Special Service Vehicles for and on behalf of the City of Dublin pursuant to 910324 of the California Public Contract Code, and that the City Manager and/or his Designee is hereby directed to sign and deliver all necessary requests and other documents in connection therewith for and on behalf of the City of Dublin. PASSED, APPROVED AND ADOPTED this day of , 1998. AYES: NOES: ABSENT: lillSTAIN: Mayor ATTEST: City Clerk G:I staff-re/vehiclesfmarked/res-dgs.doc EXHffiIT 1 RESOLUTION NO. - 98 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN ********* WAIVING THE COMPETITIVE BID PROCESS AND AUTHORIZING STAFF TO NEGOTIATE THE PURCHASE OF FOUR (4) POLICE PATROL VEIDCLES WHEREAS, S2.36,050(a)(11) of the Dublin Municipal Code provides that the competitive bid process shall not apply when the City Council specifically waives the competitive bid process and authorizes staff to negotiate the purchase of vehicles by a four-fifth (4/5) vote; and WHEREAS, the City Council feels that significant benefits are possible by authorizing staff to negotiate the purchase offour (4) police patrol vehicles, including cost savings, superior vehicle maintenance and service, sales tax recovery, and avoidance of surcharges. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does specifically waive the competitive bid process pursuant to Dublin Municipal Code ~2.36.050(a)(11) and authorizes staff to negotiate the purchase offour (4) police patrol vehicles. Any purchase contract negotiated by staff shall be presented to the City Council for approval PASSED, APPROVED AND ADOPTED this day of , 1998. AYES: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk G:/staff-refvehicles/markedlres-waiv.doc EXHffiIT 2 . . . . CITY OF DUBLIN: SPECIFICATIONS 1998 POLICE PATROL VEHICLES A. Basic Vehicle Specification Except as modified by Section B below, all price quotations shall be for vehicles that conform to the specifications developed by the State of California for California Highway Patrol High Speed Law Enforcement Class "E" Sedans (attached and incorporated by reference into this document). B. Factory Installed Options to be Included The basic specifications shall be modified to provide vehicles equipped with the following factory authorized options: . 1. HD Rubber Floor Coverings 2. Locking Gas Cap 3. Universal Keys (all units keyed alike) 4. Exterior Color Manufacturer's White with Molding Installed 5. AM/FM Radio Installed 6. Cloth Front Bucket SeatsNinyl Rear Bench Seats 7. 6-Way Power Driver Seat 8. Radio Suppression Package 9. Spotlights, Left and Right, clear, mounted, installed 10. Dealer Installed Undercoating 11. Silicone Hoses 12. Hub Caps in Lieu of Standard 13. Auxiliary Fuse Box 14. Driver and Passenger Controlled Door Locks with rear controls disabled 15. Driver and Passenger Controlled Windows with rear controls disabled 16. Horn/Siren Wiring Package 17. Push Bumper 16", installed (Setina) 18. Wig Wags C. Factory Authorized Service Program Vehicles shall include 3 year /100,000 mile powertrain extended warranty with 0 deductible. D. Optional Factory Authorized "Extra Care" Maintenance Program . Proposals may include pricing for factory Ford Motor Company Authorized "Extra Care" program. For the purposes of preparing your proposal, calculate the cost of the plan assuming a $50 deductible G:fstaff-relvehi cJ esJunmarked/proposal/specs. doc Exhibit 3 .- ,STATE OF CALIFORNIA CAUFOR!'!IA HIGHWAY PATROL HtGH SPEED LAW ENFORCEMENT (E) CLASS SEDAN SPECIFICATION AUGUST 1997 1. GENERAL: It is the intent of this specification to describe an automobile to be used in high speed highway traffic and law enforcement work. The vehicle wifl at times be operated at speeds in excess of tOO miles per hour for both short and long durations. It will be driven on all types of roads, and road surfaces and at altitudes ranging from approximately 200 feet below sea level to 10,000 feet above .sea level. Ambient temperatures to which the vehicle '!VilI be exposed will range from approximately -20oF to 120oF. All vehicles shall be new (unused), current model year production. Vehicles shall be supplied with ail equipment and accessories indicated as standard equipment in the manufacturer's current published literature. Optional equipment shall bf? installed as necessary to meet the requirements of this specifica~on. . The manufacturer shail use components, materials and design practices that are the best available in the industry for the type of operational conditions to which the vehicle will be subjected. Engine, transmission, driveline, differential, brake, suspension, wheel, tire and other component parts of the vehicle shall be heavy duty, selected to give maximum pe"orrna . = J;.r- -- ..._11 ----~..... --~ --.. --...",,,, .....--t the .....;...;.....',- """""'I'rements ~ ,. (j nee, servICE ~JC:.. c;;..:; ..;:.. ,c;;.~ --"'.-"J _"._ ..._.. "'___0", ...::e "lU... .--... '~-t~ of this specffications. . The term "heavy duty", as used'in this specffication, shall mean that the item to which the term is applied shaH exceed the usual quantity, quality, or capacity supplied with standard production vehicles and it shall be able to withstand unusual strain, exposure, temperature, wear and use. 2.. RUL:S AND REGULA TlONS: Vehicles shall comply with California Code of Regulations, TrtJe 13, "Motor Vehicles" (except emissions regulations) and Society of Automotive Engineers SAE J 1100, "Motor Vehicle Dimensions" in addition to all other Federal and S'tate rules, regulations and safety standards applicable to the vehicl~ type in effect on the date of the opening of the invitation for bid. . 1 3. VEHICLE SPECIFICA nON: ". AIl vehicles shall be certified by the vehicle manufacturer as "Police Package", .Police . Interceptor" or .Suitable for Law Enforcement Service". All vehicles shall meet the following minimum specifications: . 3.1 Enoine and Related Eouioment 3.1.1 Enoine.: The engine shall be a heavy duty "Police Package" version equipped with altitude compensating electronic fuel injection. The engine shaff be a V-8 . configuration, with displacement to be determined by the manufacturer so that all . perfonnance specifications are achieved. . . 3.1.2 -- It shall be designed to operate knock free at all engine and vehicle speeds on unleaded fuel with a minimum octane rating of 89 (RM + MM + 2). Enoine Oil Cooler: . An auxiliary engine oil cooler shall be .installed if necessary to meet the engine oil temperature requirements described in paragraph 4.4, "Fluid Temperature". 3.1.3 Fuel Suoolv Svstem: The fuel supply system shall be of such a design to eliminate vapor lock and flooding when the engine is.operating in high ambient temperatures or during a hot soak period after the hot engine is tumed off. . 3.1.4 Coolino SYStem: The cooling system shall be liquid pressurized, forced circulation type. The manufacturer shall provide the heaviest duty cooling system components and recovery system applicable to the modal offaiao. Tha cooling system design and capacity shaff maintain the engine at optimum temperature, under all operating condmons specified. without any loss of coolant or overheating of engine and components. The cooling system shall be free of contaminants that may affect cooling system component longevity and perfonnance. The cooling system shall feature a hermetically sealing radiator pressure cap, with spring-loaded vent valve. Optimum engine temperature shall be maintained with the vehicle loaded to the vehic!e manufacturer's published maximum gross vehicle weight rating (GVVIJR.) and continually operated in all operating environments described within the scope of this specification. . Tne coolant. recovery system shall be of a closed design to prevent air from entering the radiator. The coolant recovery tank shall be of sufficient capacity to prevent loSs of iiuid from the coolant recovery tank and/or entry of air into the cooling s~lSm under all operating condmons. The coolant recovery tank shall be a vented unbreakable translucent reservoir with visible nil level indicator markings. All radiator, bypass and heater hoses shall be made of reinforced silicone rubber or ethylene propylene rubber (EPDM). Hoses shall not collapse under any . operating condition. The hose clamps on the engine cooling and vehicle heating system hoses shall be the steel metal band, constant sptjng tension type. 2 . 3.1.5 Electrical System: The electrical system shall be 12 volt negative ground. All wiring shaJJ be heavy duty with weather proof connectors. The electronic fuel managementlignition system shall be designed as to not be affected by a 1 00 watt. 35-50 MHz, or a 450 miliwatt. 150-174 MHz radio system instaJled in the vehicle or a 6 watt, 138-174 MHz portable radio in the immediate vicinity and in the transmit mode. The electronic fuel ma'nagementlignition system shall have "on board" diagnostic capabilities. The vehicle batterysh~~l ?e the optiO!!2J he2uicc:t ,.h rty type available, compatible with the vehicle charging system and intended police service. The vehicle battery shall have a minimum of 650 cold cianking amps and 100 reserve minutes, with a manufacturing date not exceeding six (6) months prior to vehicle delivery. Vehicles will not be ac!""epted with batteries exhibiting less than 90 percent of full charge at time of delivery. ~. ..... ._~~ ,~~ .~.... -, "" " - .. The alternator shall be the highest capacity optional alternator listed in the manufacturers current police package brochure applicable to the vehicle bid. It shall have a m.inimum 115 amp output. hot, at a nominal underhood operating temperature of 930C, and a minimum curb-idle output of 45 amps .hot, with the . transmission in park position without the use of an add-on idle speed increasing device. . Tne accessory orive belts shall be of 2 heavy duty, serpentine type with a self- adjusting tensioner that will drive all accessories wit., one belt 3.1.6 Fuel Tank: The fuel tank furnished shall be the largest capacity available. 3.2 Radio Suooresslon: All e~ectrical equipment shall be shielded to minimize radio interference in the 35 to 50 megahertz range and the 138 to 174 megahertz ranges. . Tne entire electrical system shall be designed so that not more than 2.5 microvolts inputto the receiver will be required to produce at least 20dB quieting at the receiver, when tested in accordance with Exhibit A, Figures 1 and 2, for all engine speeds from idle to full throttle and with the radio and antenna mounted and connected as on current CHP automobiles in service. This requirement shall be met without the use of any receiver extender, noise blanker or'impulse noise suppression type circuitry. With the engine stopped, the radio receiver used in the test shall require not more than 0.35 microvolts for 20dB quieting measured as shown on Exhibit A, Figure 1, Step 1. Manufacturers of vehicles not previously tested by the CHP shall be required to deliver a vehicle equipped with their standard pOlice radio suppression package for testing per the requirements listed in paragraph 5.0, "Quality Assurance Provisions". The vehicle will be tested to show compliance with the above requirement Past experience has shown that 3 . . . . . . . - . . . ~ . . .' . - . /:.': ~.::..:_:;-:.:_~: .:-:~::-:_::::: ~ ::~.::..:.-.:: :': .r,_o ....'., . :::- -.' . ........ ._... ._.#__..__. .,__...._, ..... .'. 0" ._._. ,._..... __.......... ..... 0...._.: - .. . .. ~ _. .... _. . ..... .'. .' ."_' .' . .... ".::::- ' : . :,": :'.. .: .' ._ .._ ':..'_: ..0. . .--'.' '~'...- . .'--'. ,. .' . '-:::'-::':'.--'.';.::-:~"':.:~ :':-::':~::-..:<.:..: the following ground straps are required, at a minimum. to meet the requirements of this. specification: . . . .~ 2- Rear bumper to frame or body 2 - Hood to body 2 - Trunk lid to .body 2 - Frame to body if frame and body construction 1 - From each exhaust pipe to body or frame at rear 2 - Engine to frame 1 - Frame to body at front 3.3 Chassis: 3.3.1 VVheelbase: The minimum wheelbase shall be 114". . :: .3.32 3.3.4 Transmission: Tne transmission shall be heavy duty, fully automatic With a minimum of four speeds forward and one reverse. The transmission shall be equipped with internal and external transmission fluid coolers, if necessary, to meet the transrmssion temperature fluid requirements specified in paragrap~ 4.4, "Fluid Temperature". 3.3.5 Steerina: The steering shall be power assisted "firm" type' or variable ratio. The power steering system shaJl be equipped with a fluid cooler.. if necessary. to meet the power steering fluid temperature requirements specified in paragraph 4.4, "Fluid Temperature". 3.3.6 Brakes: The brakes shall be power assis"~d and feature a four wheel anti-lock brake sys"'..em (ASS). AIl four wheels shall be equipped with disc brakes. Friction material shall be heavy duty for police work.. The brake system shall meet the performance requirements specified in paragraph 42, "Braking", 3.3.7 - Wheels and lires: Each vehicle shall be supplied with five (5) matching wheels and tires. The wheels shall be 15 inches x 6.0 inches minimum and shall have a safety ridge rolled into rim or otherwise designed to prevent the tire from separating from the wheel in the event of a flat The spider shall be heavy duty. Wheels shall be heavy duty steel or aluminum alloy. Lug nuts shall be covered with center hub caps or full wheel covers. Center hub caps on steel wheels shall be boit on type. Full wheel covers are ac-...eptable in lieu of center hub caps, . 4 . . . ;- r . , , " . . . . . The tires shall Comply with State of California Specffication 261 O-XXX-03, High Speed Tires. It is recommended that the vehiCle manufacturer certify as many . tire brands as possible to be compatible with their vehicle. This m~y be accompl!shed. in the following ways: .... .~ """. ,. . . Th'e vehicle manUfacturer shall teSt and certify tires as acceptable for I"\nni~::I1 ~nllir\r''I'lc':'t and "'," t' sta" II tie th ,. . k h' I .. _...":/..._. -"-'r:'~"-" rep acemen In a Or! Or! e po.!ce pac age ve Ice "specified in this invitation for bid. This tire certification is subject to conformation t~sting by the California Highway Patrol, in accordance with the performance requirements specified in paragraph 4, "Performance Specification". 2. Tn~ Califomia,Highway Patrol may test selected brands of tires in . aceor9Ci.nce with ttie performance requirements'specified in paragraph 4, "F:erfo~~l!~e. SpeCificati.on" and notify the vehicle manufacturer of test results and -ac~.~~.~bilitY. .~ ,,'. . If on"'y one. tire certified by the vehicle manufacturer is proven acceptable to the California Highway Patrol, the State will accept the vehicles with that tire installed. For acceptable replacement tires, the vehicle manufacturer shall.accept the California Highway Patrol test and allow any of those tires to be installed with no ch.ange in either vehicle Warra~tY or liability." . . The wheels' and tires install~d on the vehicle (including spare) shalf provide a minimum "reserve load" of 3.0 percent as defined in the Code of Federal Regulations (CFR),.Title 49~ Chapter V, Part 575.102. A matching full size wheel and spare tire shall be furnished. Space saver type . spare tire is not acceptable. 3.4 Bodv: The body shall be a four door sedan with center post A vinyl type protective body side molding shall be installed except on the front doors. This is to permit installation of the CHP insignia (33. long by 20. high) without trim interference. The wheel wells shall be so constructed that SAE Class "S" style tire chains may be installed in a conventional manner, without clearance problems and without causing body or structural damage to the vehicle (SAE specification J1232). The front door body side 'slde molding shall be supplied with mounting hardware for installation by the CHP when the vehicle is taken out of service. Rear deck lid emblems and trim must be removed, if necessary, to permit the installation of ..Highway Patrol.CHP decals. All emblems and trim removed shall be furnished to the CHP in bulk pack. 3.5 Exterior Color. The body (and steel wheels) shall be painted manufacturers gloss black. The reof panel and lower portion of both front doors below the window belt molding shall be painted manufac:urer's gloss bright white. Both paint colors shall be factory applied during the man ufactIJrer' s assembly operations. Dealer applied paint to aChieve the two-tone scheme specified above is not acceptable. For reference, the CHP has traditionally accepted colors comparable to Ditzier#OQE 9000 (black) or Ditzler#OQE 8000 (white). If 5. .' ~ full wheel covers are installed, standard black paint as supplied by the wheel manufacturer shall be acceptable. ... 3.6 Interior. . 1~ 3.6.1 Seats: . Front seats shail be either 40/40 or 45/45 bucket type. The driver's seat shall be 6-way power adju~~ie and shail be heavy duty, designed for maximum comfort, support and durability. The front and rear seat upholstery shall be woven synthetic cloth fabric aqd vinyl trim. Other material is subject to CHP approval. ." . . ~: i 3.6.2 Steerina Wheel: A tilt steering wheel is required. . 3.6.3 Soeedometer. .The vehicle described in this specification will be used in law enforcement and speedometer accuracy is essential. The speedometer shalf be calibrated and be accurate within 2 miles per hour at.sp"eeds.froni 15 to 100 miles. per hour of the true vehicle speed, within the environmental operating range specified in paragraph 1. The dial face shall be marked up to a minimum of 140 miles.per hour. The design of the speedometer shailbe such to insure accuracy throughout the fife of the vehicle. The face markings shall not be in increments greater than 2 miles per hour. The face shaH contain the wording "Certified Speedometer', or other wording to indicate that speedometer .accuracy is certified, or a letter of certification of accuracy shall be provided with each unit The vendor shall specify the size, brand and model of tires for which the . speedometer is certified. The pointer shall not cover more than a two mile per hour section of the scale. 3.6.4 Dashboard: The dashboard shall be supplied with or Without the radio opening, at th~ option of the CHP. AM or AM 1 FM radios are not required. Ail dashboards shaJl be built alike~ Decisions as to radio opening will be made after a sample dashboard is inspected. 3.6.5 Sootliehts: The CHP wiil install two (2) spotlights (Unity Model 225), one (1) on each "A'" pillar post The vehicle manufacturer shall provide a factory installed spotlight accommodation package including predrilled "A. piflar post and door/d~~r weatherstrip modifications. 3.6.6 Floor Covenne: The floor covering of the entire front ci~d rear floor shall be carpet; The color shall be keyed with the upholstery color._ The carpeting shall have an insert on the drivers side to protect the heel wear area from damage. An OEM, custom fit. deep spike, carpeted floor mat may be provided to meet th~ specification. 3.6.7 Hood Latch Release: The hood latch release shall be mounted inside the front . passenger compartment so that the hood can't be opened frOm outside the vehicle. The release shall be readily accessible to the driver. 3.6.8 Rear Deck Lid Release: The rear deck lid release shall be mounted in a location readily accessible to the driver. The rear deck lid release shall bel6 . . operated by an electric solenoid. The switch location shan be approved by the CHP. Dealer modification of the location to meet this specification is acceptable however no holes may be left as a result of the modification. . 3.6.9 . .. Trunk Comoartment The trunk compartment shall have a minimum usable luggage capacity of 14.0 cubic feet 3.6.10 Radio Soeaker. Vehicle shall be factory equipped with two (2) front mounted four (4) ohm radio speakers. 3.7 Miscellaneous Eauioment The vehicle shall be equipped with the following miscellaneous equipment . . Fresh airtype heater and defroster. Refrigeration air conditioning of a size and type recommended and installed by the manufacturer of the vehicle. An automatic high speed. wide open throttle or high head pressure compressor cut- outto be installed or other means provided to protect the compressor from excessively high head pressure. Intermittent windshield wiper system. . Fuel Jevel, engine oil pressure, water temperature and amp or volt indicator gauge's. Cigarette lighter outlet (power port) in front compartment Dual electric horns or dual note homo Halogen headlamps, high and low beam. Standard map or courtesy light Door post switches shall be inoperative. Quick release style driver's side inside door handle to allow the driver's door to be unlocked by pulltng on the inside handle. Driver and passenger side air bag. All four (4) doors shall contain power locking and unlocking mechanisms controlled by switcbes located on both the left and Tight front door control panels. Alf four Windows shaU be power actuated and controlled from the driver's side . door control panel with a lockout feature to prevent other windows from being operated when locked out by the driver. . Rear window defogger/defroster on a separate switch. Single key for ignition, door, trunk and glove box, four (4) keys for eat:." vehicle. Each vehicle keyed individually. 7 Arm rests on each of the 4 doors (arm rests in rear passenger compartment may be mounted on other than the door if vehicle is so designl;!d). . . - Left and right remote control outside mirrors~ Similar in appearance mounted on left and right front doors.. Both mirrors shall.be Controllable from the driver's seat Two coat hooks installed in rear compartment Windshield and all windows shall feature tinted glass. Light in trunk with trunk lid actuated switch. Light in engine compartment with hood actuated switch. $hall be located so as to illuminate engine oil dip stick and filler. . Standard tool kit including wheel changing tools and jaCk adequate to safely lift . .the vehicle. Owner's manual and warranty manual. 4. . PERFORMANCE SPECIFICA TlON: . Perforrr.ance of the vehicle will be evaluated by drivers selected by the CHP for accelel clion, top speed, braking and vehicle dynamics. A copy. of the performance evaluation protocol is attached (Exhibit B). . During vehicle dynamics testing on the road course, the.vehicle shall display exceptional handling characteristics. The vehicle's suspension system shaJl be designed to provide a firm and stable ride with a minimal amount of body roll. Tne suspension shall provide the ride necessary for a vehicle used in a pursuit application. Each vehicle delivered against this specification shall be capable of sustained high speed operation. at wide open throttle for a minimum dj~.ance of 25 miles without damage to the powertrain. 4.1 Soeed and Acceleration: The following tests are to be performed on level ground at nominal sea level elevation: - 0 to 60 miles per hour in 10.7 seconds maximum. - 0 to 1 00 miles per hour in 29.0 seconds maximum. - 50 to 100 miles per hour in 22.0 seconds maximum. - Top speed of 122 miles per hour minimum within 2 miles or less from a standing start. . The following test will be performed on level ground at approximately 6,000 ft. of elevaticr:: 8 . " ~. " . . 4.2_- o to 60 miles per hour in 13.0 seconds maximum. Any vehicle tha~ fails to perform within the above listed parameters during the course of this test s~aIl not be acceptable.. . . Brakina: The following tests will be performed o~ level ground: 4.2.1 - Stoooina Distance: Four (4) maximum oraking effort stops, with anti-lock brake . system (ASS) activated (operating), will be made from a speed of 90 miles per hour. The stops are to be-at2minute intervals. Stopping distance and the ability to stop in a straight line and within its own lane will be evaluated. Approximately 5 minutes after test has been completed, it will be repeated. Stopping distance and the ability ofthe vehicle to stop in a straight line and within its own lane will again be evaluated. Any vehicle that fails to remain within its own iane during the course of this test shall not be acceptable. The stopping distance of each of the eight (8) stops will be combined to calculate the average stopping distance for the vehicle. .. . Maximum acceptable average stopping distance from 90 miles per hour. 375' Any vehicle that fails to meet the maximum acceptable average stopping distance during vehicle stopping distance testing shall not be acceptable. Vehicles equipped with a self-adjusting brake feature will be subjected to four (4) stops, made while the car is being driven in reverse, immediately after the conclusion of the above test If the self-adjusting feature is found to adjust the brakes to the extent that the wheels drag after the brakes have cooled, the vehicle shall not be acceptable. 4.22 Fade Resistance: - The vehicle will be subjected to a simulated pursuit course approximately 4 miles in length and approximately 7 minutes in duration. The course is comprised of a combined highway and city pursuit scenario. The vehicle wIll be subjected to three (3) 70 mile per hour full ABS stops followed by several .slow to. clear intersection" brake applications while traversing simulated city streets. There will be no cool down period beiween brake appiications. Any vehicle that exhibits brake fade during the course of this test shall not be acceptable. 4.2.3 Disc Brake Piston Knock Back Test Tne vehide will be subjected to a minimum of four (4) consecutive disc brake piston knock back tests. The disc brake piston knock back tests will be conducted immediately following the stopping distance test The vehide will be operated in a 'serpentine pattern at a speed between 30 and 60 miles per hour. The vehicle will be laterally loaded, alternating left and right. a minimum of two (2) loadings per side. A full ASS brake application to a complete stop will then be made without allowing the vehide to neutralize. Any vehicle that exhibits significant (to the extent that 9 . . stopping distance is increased) or complete loss of brake pedal during the course of this test shall not be acceptable. - . 4.3 ~ Vehicle Dvnamics: . J i Vehicle dynamic characteristics will be evaluated on a high-speed, dosed road cOurse. The . vehicle will be evaluated by a minimum of four (4) drivers selected by the CHP. A minimum or five (5) laps will be perfonned per each driver. A three (3) lap average for each driver will be calculated by discarding the highest and lowest time. The average lap time of each of the.!our .(4) d~ers will be used to calculate a total average lap time for the vehicle. ;;;.<. .:;,:; tt- ,. ... Mi.nirnurn ac::eptable combined average lap time: - 122.0 Any vehicle that fails to fTleet the minimum acceptable average lap duririg vehicle dynamic testing shall not be acceptable. During vehicle dynamics -testing on the. TOad course, vehicle handling characteristics will be evaluated. Dri~~rs will assess understeer, oversteer, body roll and ride characteristics. Any vehicle that exhibits poor handling characteristics as defined by either excessive understeer, oversteer or body roll during vehicle dynamic testing shall not be acceptable. Fluid Temoerature: 4.4 .. The vehicle will.be subjected to an engine oil, transmission fluid and power steering fluid . . temperature test The test will be perfonned in ambient temperatures equal to or exceeding 1100F and at elevations from sea level to 6,000 feet above sea level. The vehicle will be operated at a speed of 80 miles per hour for a distance of.5 miles immeolately followed by a speed of 100 miles per hour for a distance of 5 miles. Tne highest operating temperatures will be recorded. Coolers shall be installed as necessary to mainb::: ::=! ::j;Z;Q:;iiQ temperatures not to exceed the following limits: Engine Oil Transmission Fluid Power Steering Fluid 275DF, maximum 2750F, maximum 30QoF, maximum . Any vehicle in which the engine oil, transmission fluid and power steering fluid exceeds the maximum ac::eptable temperatUre shall not be acceptable. 5. QUALlT'f ASSURANCE-?ROVlSIONS: Insoection of Samole Car.. Wrthin 5 working days of the issuance of a purchase order, the - successful bidder shall deiivertc the Caiifornia Highway Patrol, 3300 Reed Avenue, West Sacramenta, CA 95605, a loaner sample vehide. The loaner sample vehicle shall be represemative of the vehides to be delivered ta California Highway Patrol and shall meet all . performance test requirements of the specification as detailed under paragraph 4, .Perfonnance Specification", It will be used as a prototype for determining the method of 10 .'~. .' " ;r,.. f < -- . . 6. attaching the various items of police equipment such as spotlights, outside radio speaker, radio, etc. It may be necessary to drill holes in order t;:l determine the proper location of CHP installed equipment Every effort will be made to avoid drilling holes in the vehicle body. This vehicle will be retained by.. the CHP until deliveries against the contract begin. If the manufacturer deems it necessary for aCHPinspection of a production vehicle at the point of assembly, all costs associated with the travel will be borne by the manufacturer or dealer. DELIVERY AND INSPECTION OFVEHICLES: 6.1 . Deliverv of Vehicles: :- 62 6.3 The vehides'shall be delivered to the following lo~tion in West SaCramento, California: , . California HighWay Patrol, Motor Transport Section,. 3300 Reed Avenue, West Sacramento, CA.95605.~'Caravari or driv~ metho,d.of delivery from the factory to a dealer is not. acceptable~~ Vehicles delivered from a dealer with more than 50 miles on the odometer will be charged 50 cents foreac., mile exceeding 50 miles. This charge shall be deducted from the purchase order price for each vehicle delivered agairyst each purchase order. Vehicles , required to return to the oealer for speedometer replacement will be charged for total miles drive!1 Including first and subsequent trips. The original dealer's -Report of Sale" shall be furnished to the CHP at the time of delivery of the vehic:le. . Pre-Oeliverv Insoection: Prior to delivery, each vehicJe shall be serviced and inspected by the dealer. As a minimum, this pre-<1elive,y.inspection shall cover the operations listed on the attached .Pre- Delivery Schedule". A Copy of the dealer's inspection and service check sheet shall b~ furnished with each vehic:le delivered. Tne check sheet shall include dealer name, vehicle identification number, check off of service and inspections performed and the service . manager's signature. The vehicle's crankcase, differential and transmission shall be filled to the manufacturer's recommended capacity. The gas tank shall be at least 1/4 full when the vehicle is delivered to the CHP MotorTransport Section facility in West Sacramento. The vehicle shall be clean and tree from defects when delivered. insoection of Vehicles: New vehicles wIll be inspected before acceptance by an authorized representative of the CHP for workmanship. appearance, proper functioning of all equipment and systems and confonnance to all other requirements of this specification. If the deficiencies found can.not be corrected within one (1) working day of defJVery, the vehicle(s) will be deleted from the invoice and the dealer shall provide a substitute vehicle(s), which is acceptable, before the end of the delivery day to meet the delivery rate as required by the contract. Payment and/or commencement ofa discount period (if applicable) will not be made until corrective action is made, and the vehicle re-inspeded and accepted. It shall be the responsibility of the dealer to pick up thevehicle(s), make the necessary corrections and re-deliverthe vehicle{s) for ~nspection and.acceptance of all vehicles rejec+..ed. A CHP "New Car 11 Receiving Check Sheer is attached (Exhibit C). The CHP utilizes this check sheet When receiving each new vehicJe. This check sheet is the foundation for accepting or rejecting . 'each vehicJe.' . 7. 'N."" ,MISCELlANEOUS: :. . . " ., . ~, ; ., 7.1 Warrantv: l,... Each vehicJe purchased to this specification shall be covered by the manufacturer's standard warranty. In addition, the vehicJe shall be covered by a factory extended powertrajn warranty of.3 years or.100;OOO miles, whichever occurs tirst The cost of the factory extended powertrain warranty shall be included in the bid pnce. .A -Delete for Credit" ,option price shall be quoted. The factory extended powertrain warrantY may be deleted for . credit at the: request of the q-IP ~r receiving agency. A list of the powertl?in components that shall be covered by thefactoty extended .powertrain warranty is attached (Exhibit D). Additional coverage may be prOvided at bidder's expense. Acceptance of the purchase order implies approval or the CHP stipulations of the powertrain items to be covered. Acceptance of the purchase order also implies approval of the CHP veh~cle preventive maintenance service schedule and .s.ervice intervals as being acceptable maintenance for powemain warranty repairs. One copy of the "Manufacturer's Warranty Policy and Procedures Manual- shall be provided to the CHP prior to start of delivery. 7.2 Warranty Start Date: . Vehicles not placed in service immediately upon receipt shall be warranted from the date the unit is placed in service. The CHP, or receiving agency, shall notify the vendor in writing of the actual-in-service- date. 7.3 Guarantee: A manufacturer delivering cars against this specification shall guarantee that the car meets the minimum requirements set forth herejn~ If it is found that the vehicles delivered do not meet the minimum requirements of this specification, the manufacturer wiJ/ be required to correct defiCiencies at their expense. 7.4 Certification: The vehicle and all equipment shall. meet and be compliant With all Federal and State rules and regulations in effect at the time of opening of the Invitation for Bid. 7.5 Technical Information and Oiaonostic Eouioment .- The successful bidder shall supply the CHP with the following technical information and diagnostic equipment commencing with delivery of the first vehicle: . 7.5.1 FadoN Vehicle 'Service Manuals: 120 copies of the factory vehicle service . manuals covering all components of the vehicles purchased. One copy to be 12 .. . . . . sent to each field command with the balance to be shipped to Motor Transport Section. A list of field command addresses i~ attached (Exhibit E). 7.5.2. Dealer Parts Manuals: Three (3) copies of the parts list covering the vehicles pu~ased. The parts list shall provide a description and service part number for each part Three (3) copies on IBM compatible CD ROM disc or 3.5" floppy disc are acceptable. In addition to the regular parts list for the vehicles, 120 copies of a special parts list giving service part numbers shall be pre.pared showing the parts and assemblies that are peculiar to the enforcement vehicle purchased. The list shall be broken down by chassis, engine, body, etc., and shall contain a brief description of the part together with its correct service part number. One copy to . be sent to each field command with the balance to be shipped to Motor Transport Section. A list of field command addresses is attached (Exhibit E). 7.5~3 Factorv Electrical Winne Diaeram Manuals: Three (3) copies of the electrical wiring diagram manual covering the vehicles purchased. 7.5.4 Factorv Oriveabiiitv I Diaenostic Manuals: Four (4) copies of the driveability I diagnostic manuals covering the vehicles purchased. 7.5.5 Dealer Service Bulletins: Two (2) copies each of dealer service bulletins applicable to the model year of the vehicle being purchased. The CHP shall be placed on the manufacturers mailing list to receive serVice bulletins each time they are published. 7.5.6 Oiaenostic Eeuioment Twenty four (24) factory approved, current technology hand held diagnostic scanners (reference: New Generation Star Tester). 7.6 Reoair Parts: 7.7 It shall be the responsibility of the vehicle manufacturer to maintain an adequate stock of all regular and special parts to meet the continuing service and repair parts needs of the CHP without.undue delay. A special system shall be set up for expediting the procurement of back order items needed to repair an inoperative vehicle including a system to air freight parts at factory expense when parts are not in stock in Califomia parts depots. Parts must be available within three (3) working days after telephone notification. Dealer Network: Since the CHP must rely on local service for the vehicle being purchased against this specification for maintenance and repairs, it is a requirement of this specification that service facilities approved and authorized by the factory for maintenance and repairs of the vehicle being bid must be available within 15 miles of a minimum ef 80% of the CHP offices 10c:aL~ in the cities shown on the attached list of office locations. Tne successful bidder shall furnish a list of service locations certified bv the manufacturer. Service locations listed , shall be required to service the vehicles without undue delay. 13