HomeMy WebLinkAboutPW Purchase Ambulance; Arrow Manufacturing (unsigned)Meeting Date: 5/7/2012
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by: Manager Approval
NADER MANSOURIAN (RL)
File No. 01.14.16
SUBJECT: RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN
RAFAEL APPROVING ARROW MANUFACTURING AS A SOLE SOURCE
PROVIDER TO RETROFIT TWO FORD AMBULANCES WITH NEW CHASSIS AND
TO PURCHASE ONE REFURBISHED OSAGE AMBULANCE.
RECOMMENDATION: Adopt Resolution
BACKGROUND: The Fire Department's highest vehicle priority is the replacement of two
2007 Ford ambulances (vehicles 121 & 140). Both have been mechanically unreliable since
they were placed in service in May 2008. They have been in the shop, out of service and under
warranty repair for nearly a full year since that time.
Each 2007 Ford ambulance has failed while on emergency responses requiring the dispatch of a
backup ambulance and increasing patient travel time to the hospital. Most recently (April 18), a
Ford unit experienced a sudden loss of power on Highway 101 while transporting a patient to
Marin General Hospital. Another ambulance was dispatched to transfer the patient, who
fortunately did not require immediate emergency room intervention. Other Marin fire agencies
(e.g., Marin County, Novato) have experienced similar failures with the same Ford chassis and
power train.
San Rafael's vehicle policy calls for ambulance replacement after 5 years; these units are
therefore scheduled for replacement in May 2013. The severe operational deficiencies the Fire
Department has experienced with the Ford ambulances have necessitated this request to access
current vehicle replacement funds to retrofit both units with a 2012 Chevrolet diesel chassis.
Doing so will address load requirements, reduce future maintenance costs and provide the
additional benefit of maintenance standardization. The Chevrolet platform has been quite
reliable: there are 3 Battalion Chief vehicles currently in service with the same chassis and
FOR CITY CLERK ONLY
File No.: 4-1-633 & 9-3-31
Disposition: Resolution 13341
SAN RAFAEL CITY COUNCIL AGENDA REPORT / PaLre: 2
power train, each driven approximately 40,000 miles. They have been problem free and are
highly dependable.
Battalion Chief Jeff Buscher has identified a sole source dealer for the retrofits: Arrow
Manufacturing of Rock Rapids Iowa. After extensive research he determined that Arrow
Manufacturing is the only vendor willing to warranty (see attached) the retrofit of existing
ambulance bodies on to a Chevrolet chassis with a diesel power train.
The department's second ambulance priority is replacement of the 2004 International (vehicle
#118), once again utilizing Arrow Manufacturing. This unit should have been replaced in 2009.
Arrow has refurbished ambulances in stock, built on the same Chevrolet chassis we are
recommending for the 2007 Ford vehicles, and would be able to provide an ambulance body that
mirrors our current configuration.
These transactions also present an opportunity to address the debate over fire apparatus color.
Emergency lights and reflective striping have quelled the visibility and safety issue. The most
compelling reason for red fire apparatus is the public's recognition of and association with fire
emergency response vehicles. Due to the number of vehicles involved, the Fire Department
recommends starting the transition to red colored apparatus. All 3 ambulances will arrive with
the same base color of white and the current yellow accents will be transitioned to reflective red
stripes.
FISCAL IMPACT: Vehicles 121 and 140 have a current Vehicle Replacement Fund balance of
$263,000 ($131,500 each). Arrow Manufacturing has submitted a formal bid to retrofit the 2
ambulances (see attached). The cost will be $74,669 per vehicle, a total of $149,338. The price
includes shipping to and from Iowa and leaves a balance of $113,662 in the Vehicle
Replacement Fund ($263,000 - $149,338 = $113,662).
Arrow Manufacturing has also submitted a formal bid of $109,550 to purchase a refiirbished
Chevrolet Osage Ambulance (see attached). We believe purchasing the remanufactured body
and new chassis is the most efficient fiscal and operational strategy because it reduces cost and
speeds delivery and boosts the Fire Department's failing fleet of Ford ambulances. $148,500 is
available in the Vehicle Replacement Fund for the International ambulance. Total savings
would be $38,950 ($148,500 - $109,550 = $38,950).
Although the prices and fiends described above meet current operational needs, it is important to
emphasize that payments into the Vehicle Replacement Fund would need to continue to
accumulate adequate fiends to replace all 3 ambulances at the 5 year mark (2017). To
summarize:
Available in
Vehicle
5 -year
FD Vehicle
Replacement
Retrofit/Purchase
Replacement
Replacement
Unit
Fund
Cost
Balance
Cost
Pavments
#118
$148,500
$109,550
$38,950
$154,600
$115,560
#121
$131,500
$ 74,669
$56,831
$178,000
$121,169
#140
$131,500
$ 74,669
$56,831
$178,000
$121,169
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3
OPTIONS: The City Council may choose not to approve the resolution but staff does not
recommend this option. The mechanical deficiencies of the Ford ambulances have significantly
impacted Fire Department medical response operations. Staff feels strongly that the retrofits and
financial transactions described herein will solve the Department's immediate ambulance
deficiencies and will further identify sufficient funds for future ambulance purchases.
ACTION REQUIRED: Staff recommends that the City Council adopt the resolution.
Enclosures (2)
1. Resolution
2. Arrow Manufacturing warranty, bids
RESOLUTION NO. 13341
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
APPROVING ARROW MANUFACTURING AS A SOLE SOURCE PROVIDER
TO RETROFIT TWO FORD AMBULANCES WITH NEW CHASSIS AND TO
PURCHASE ONE REFURBISHED OSAGE AMBULANCE.
WHEREAS, the Fire Department has determined that two (2) Ford ambulances
currently in service are mechanically unreliable and therefore negatively impact
emergency medical response operations; and
WHEREAS, The Fire Department further determined the need to replace an
International ambulance in service since 2004; and
WHEREAS, the Fire Department has identified a single source (Arrow
Manufacturing) for the retrofit of the Ford ambulances with a mechanically reliable
Chevrolet chassis and power train, and for the purchase of a refurbished ambulance using
the same chassis and power train to replace the 2004 International unit; and
WHEREAS, Arrow Manufacturing will fully warranty the retrofit of the Ford
ambulances and the purchase of the refurbished Chevrolet Osage ambulance; and
WHEREAS, there are sufficient funds in the Vehicle Replacement Fund for the
transactions described above; and
WHEREAS, the Fire Department and Public Works have reviewed the
specifications, pricing and timelines from Arrow Manufacturing and have determined
that they offer financial value and immediate operational benefits.
NOW, THEREFORE BE IT RESOLVED, that the City Council of the City of
San Rafael does hereby authorize the waiving of competitive bidding under San Rafael
Municipal Code Section 2.55.070(D), and approves and authorizes the Public Works
Director to enter into a sole source agreement with Arrow Manufacturing, in a form
approved by the City Attorney, for the retrofit of two Ford ambulances with new chassis
and for the purchase of one refurbished Osage ambulance, in an amount not to exceed
$265,000.
I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the
foregoing resolution was duly and regularly introduced and adopted at a regular meeting
of the Council of said City held on the 7th day of May, 2012, by the following vote, to
wit:
AYES: COUNCILMEMBERS: Connolly, Heller, Levine, McCullough & Mayor Phillips
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
'02g*Ex— e-- .Apee 'e",
ESTHER C. BEIRNE, City Clerk
File No.:
�Agv "--- -S, V, V, 0
"Specializing in Ambulance Remounts"
WARRANTY CERTIFICATE
The following are the Warranties offered by Arrow Manufacturing, Inc.
Modular Structural Warranty shall be twenty (20) years from the date of delivery of
vehicle. Warranty shall include material and workmanship.
Ambulance Conversion Warranty shall be five (5) years from the date of delivery of the
vehicle. Ambulance shall be free of substantial defects and shall include material and
workmanship.
Ambulance Electrical Wiring System Conversion Warranty shall be seven (7) years from
date of delivery of the vehicle. Items not manufactured or installed by Arrow
Manufacturing, Inc. shall be excluded and or otherwise covered under the warranty of the
specific component Manufacturer.
PPG Ambulance Paint Conversion Warranty shall be five (5) years from the date of
delivery. Paint warranty shall cover any painting done by Arrow Manufacturing on the
modular body and on the chassis. Corrosion is not included.
801 South East Street - P.O. Box 349
Rock Rapids, IA 51246
1-800-743-3157
FAX 712-472-3156
www.arrowmfginc.com - info@arrowmfginc.com
"Specializing in Ambulance Remounts"
One (1) Year General Warranty from Date of Pick Up/Delivery to the original retail
purchaser to be free from defects in material and workmanship supplied or performed by
Arrow Manufacturing under normal use and service. The following items are excluded by
Arrow Manufacturing warranty.
■ Chassis or items supplied by chassis manufacturer
■ Tires, tire balancing, or wheel alignments
■ General tightening, light bulbs or headlamp adjustments
■ Separately manufactured items installed by Arrow
including, but not limited to: batteries, sirens, battery chargers,
inverters, lightbars and similar equipment. These are covered
by warranties supplied by the manufacturer of the components. Arrow will
facilitate the warranty and replacement of the defective component.
■ Normal wear, abuse, accident, negligence or unapproved alteration
of original parts.
Should repairs become necessary under the terms of this warranty, the extent of that
repair shall be determined solely by Arrow Manufacturing and shall be authorized prior to
any work performed.
Chassis Warranty shall be covered by the Chassis Manufacturer.
801 South East Street - P. O. Box 349
Rock Rapids, IA 51246
1-800-743-3157
FAX 712-472-3156
www.atTowmfginc.com - info@affowmfginc.com
Quote for:
San Rafael Fire Department
Remount Customer's 2007 T3 Horton on 2012 G4500 4x2 chassis
good thru: 11/11/11 and pending chassis availability
Option
Qty Code Description total price
1.000 CHASSIS
1 1.108 Supply new 2012 GM G4500 (159"wb DRW) cutaway chassis for remount; 6.6L Duramax turbo diesc $42,879
1 1.301 Fabricate and install custom metal front console with drink holders and map/binder storage $750
1 1.401 Install (2) new 100 amp siren drivers and cast through -the -bumper siren speakers (T3) $950
1 1.581 Install Velvac heated/remote mirrors on chassis $563
1 1.602 Install new aluminum diamondplate running boards with punched holes $526
1 1.701 Install new 16" stainless steel wheel covers $296
1 1.985 Install black rubber floor mats $37
2.000 BODY
1 2.001 Complete modular body structural integrity inspection $0
1 2.101 Remount body (T3 -T3) (chassis model change) $18,180
1 2.321 Install separate fill provision for DPF fluid (urea) and plumb appropriately $450
3.000 PAINT/STRIPING/LETTERING
1 3.201 Repaint front of modular body (T3-T3)(Ford-GM cab conversion) $1,760
1 3.399 No additional paint work on body/chassis $0
1 3.501 Single Vinyl Stripe around perimeter of vehicle (cover existing yellow stripe with red) $1,200
1 3.528 Reflective Vinyl Pinstripe around perimeter of vehicle $300
1 3.546 Chevron Reflective Striping applied to cover rear of ambulance around doors (red/yellow) $2,400
1 3.801 Customer to install lettering and decals on cab and body $0
4.000 EXTERIOR ELECTRICAL
1 4.131 Re -Install customer's 700 series warning lights in front grille $228
1 4.231 Re -Install customer's 700 series intersection warning lights on front fenders $228
5.000 INTERIOR ELECTRICAL
1 5.101 Replace/Update modular body with new electrical system $0
1 5.152 Replace front and rear switch panels with new (front to have digital gauges) $400
1 5.181 Front Switch Panel to have "Battery On" switch and "Module Disconnect" switch $0
1 5.201 Re -use existing siren head $56
1 5.901 Mount customer supplied radios - customer to have local provider do final installation/hook-up/approl $344
6.000 HVAC/VENTILATION/OXYGENNACUUM
1 6.101 New Heat & A/C unit with hoses, fittings, and thermostat (T3) $1,434
1 6.501 Leak test oxygen system $136
1 6.801 Test suction pump for proper operation and inspect vacuum lines - replace as needed $40
1 6.901 Inspect patient compartment exhaust fan for proper operation and replace as needed $40
7.000 OUTSIDE FINISH
1 7.102 Polish and re -use aluminum diamondplate rock guards, rub rails, etc. $398
1 7.202 Polish and re -install rear bumper $588
1 7.302 Polish and re -install fenderettes $174
1 7.401 Adjust and lubricate all compartment and entry door latches & hardware - replace as necessary $620
1 7.249 Install non-skid on all grip surfaces of exterior door latches $0
8.000 INSIDE FINISH
1 8.621 Install new net at the head of the squad bench $470
9.000 MISC
1 9.101 Clean entire truck inside and outside (Grade A) $590
1 9.109 Performance test entire vehicle and inspect with 100+ point checklist $0
1 9.202 Chassis Trade -In Allowance (2007 E450 4x2) -$400
1 9.305 Chassis manufacturer rebate -$5,000
1 9.801 Transportation (freight to and from Arrow via truck) $3,000
1 9.901 Transfer customer's license plates to new truck $0
1 9.998 Quote FOB Rock Rapids, IA $0
1 TOTALS $73,635
10/12/11 2:14 PM 1 of 1
"Specializing in Ambulance Remounts"
April 3, 2012
San Rafael Fire Department
1039 C Street
San Rafael, CA 94901
Arrow Manufacturing Inc. hereby proposes to furnish to you, subject to your acceptance of this
proposal the following vehicle and equipment in accordance with the attachments hereto:
$107,900 (1) New 2011 Chevy Osage Gent Ambulance remounted and reconditioned with
all associated new warranties per photos and specifications (discounted price)
-$2,500 Municipal Customer Bid Assistance Rebate
N/C Customer specific lettering and striping to match fleet (red vs yellow stripe)
$2,400 Rear chevron striping around rear doors (red/yellow)
N/C Rear Squad Bench Safety Net
$1,750 Freight to San Rafael FD
$109,550 TOTAL
FOB: Rock Rapids, IA
Terms: (20%) deposit with receipt of signed proposal
Remaining balance due before delivery
NOTE: Prices do not include any taxes, title, license, registration and inspection fees unless
specifically stated in the attachments hereto.
Arrow Manufacturing Inc. reserves the right to withdraw or amend this proposal if not accepted
within 14 days from the submission date below.
Please sign and fax back a copy of this proposal if you are in agreement with these terms.
Respectfully Submitted by: Agreed and Accepted by:
ARROW MFG. INC. SAN RAFAEL FIRE DEPARTMENT
(signature) (signature)
(proposal date) (acceptance date)
801 South East Street — P.O. Box 349
Rock Rapids, IA 51246
1-800-743-3157
FAX 712-472-3156
www.arrowmfginc.com — info@arrowmfginc.com
CITY OF SAN RAFAEL
ROUTING SLIP / APPROVAL FORM
INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT,
ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL / AGENCY.
SRRA / SRCC AGENDA ITEM NO. 1= -
DATE OF MEETING: 5/7/2012
FROM: RICHARD LANDIS
DEPARTMENT: PUBLIC WORKS
DATE: 4/25/12
TITLE OF DOCUMENT:
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL APPROVING
ARROW MANUFACTURING AS A SOLE SOURCE PROVIDER TO RETROFIT TWO FORD
AMBULANCES WITH NEW CHASSIS'S AND TO PURCHASE ONE REFURBISHED OSAGE
AIlTBULANCE .
Department Head (signature)
*** *** *** *** *** *** *** *** *** *** *** *** *** *** *** ***
(LOWER HALF OF FORM FOR APPROVALS ONLY)
APPROVED AS COUNCIL / AGENCY
AGENDA ITEM:
%1- A--xl�
City Manager (signature)
NOT APPROVED
REMARKS:
APPROVED AS TO FORM:
City Attorney (signature)