HomeMy WebLinkAboutIII (C) Authorization and Approval to Waive Formal Bid Process and Piggy-Back with Lake County for the Purchase New Fire Apparatus Mayor >je Center of Good Li
vo Agenda 8-20-2002
-- -- z Commissioner' Item III C
S. Scott Vandergrift ,-s , 1.'„J 1.00,.0 .� Danny Howell, District t
JimScat
on,
Gleason ,' r' , Nancy J.hParker District
CityManager 3
�. 4
To: The I lonorable Mayor and City Commission
From: Ron Strosnider, Fire Chief tC
Date: August 9,2002
Subject: PURCHASE NEW FIRE APPARATUS
HISTORY :
The1985 Emergency-One Fire Pumper has been our reserve lire engine since receiving the two K ME fire
engines in 1991 and 1992. It is due to be replaced this year. As we are having some serious structural
problems with Engine 3 [KME 1991 1 due to the Maguire Road rebuilding we are asking for your
approval to start the purchasing process now.
We would like to piggy-back from the Lake County Bid for Pierce Fire'Trucks. We would like to use this
process for several reasons.One recommendation is that it saves the cost and time of having to go out for
bids. The second reason is that we now have three(3)Pierce fire apparatus' and have not had any major
problems with them.
The time period that it takes to receive a new truck is approximately seven (7)months. Our proposed plan
is to place the new fire engine at Station Three,replacing the KME at Station Three. The KME will then
become the Reserve Engine, which is utilized by all stations.
COST:
The cost for the new fire apparatus is $269,265.00. Pierce will allow us a $10,000.00 trade in deduction
for the 85 Emergency-One Pumper, which will bring the total to$259.265.00. The C.I.P. has the
replacement engine listed at$260,000.00. This purchase would be within the budgetary amount.
RECOMMENDATIONS:
We would like to follow the City of Ocoee Purchasing Manual Section 13, which states:
In many instances the items to be bid have already been bid by other governmental agencies to include
any political subdivision of the State of Florida or the United States,The United States Federal Services
Administration or cooperative purchasing consisting of a combination of these. Due to size and volume of
the bid, the prices secured may be lower then quotes received by the City prior to bid.
It is my recommendation that the City Commission waive the formal bid process and award the bid based
upon the other governmental units bid, which are attached. This approval will direct Finance to procure
financing for the apparatus.Finally, this addition will also help us standardize our feet.
Attachments
City of Ocoee• 150 N Lakeshore Drive • Ocoee, Florida 34761
phone: (407)Y0S-31 W • fax:(407)656-8504 •www.ci ococe.tl.us
I
August 6 20 02
City of Ocoee Fire Department
125 North Bluford Avenue PROPOSAL
FOR FURNISHING
Ocoee, Florida 34761 < �«� FIRE APPARATUS
The undersigned is prepared to manufacture for you, upon an order being placed by you, for final acceptance by
Pierce Manufacturing, Inc., at its home office in Appleton. Wisconsin, the apparatus and equipment herein named and
for the following prices:
One Pierce Enforcer Custom Pumper per the enclosed proposal. $ 269,265.00
This unit is being offered by accessing our existing contract
with Lake County, 899-150 for Goods and Services-Fire Apparatus,
which is enclosed for your review.
Option: Trade-in of 1985 Ford/E-One commercial pumper,
deduct $10,000.00. Trade-in offer is contingent
upon current pump service test certification.
Per the terms and conditions of the Lake County contract,
a 100% Performance Bond will be supplied upon receipt of
order.
Total $ 269.265.00
Said apparatus and equipment are to be built and shipped in accordance with the specifications hereto attached,
delays due to strikes, war or international conflict, failures to obtain chassis, materials, or other causes beyond our
control not preventing, within about 140 working days after receipt of this order and the acceptance thereof
at our office at Appleton, Wisconsin, and to be delivered to you at_Ocoee. FI on da.
The specifications herein contained shall form a part of the final contract, and are subject to changes desired by the
purchaser,provided such alterations are interlined prior to the acceptance by the company of the order to purchase,and
provided such alterations do not materially affect the cost of the construction of the apparatus.
The proposal for fire apparatus conforms with all Federal Department of Transportation (DOT) rules and regu-
lations in effect at the time of bid,and with all National Fire Protection Association (NFPA)Guidelines for Automotive
Fire Apparatus as published at the time of bid, except as modified by customer specifications. Any increased costs
incurred by first party because of future changes in or additions to said DOT or NFPA standards will be passed along
to the customers as an addition to the price set forth above.
Unless accepted within 30 days from date, the right is reserved to withdraw this proposition.
/ IER? NUFACTURING, INC.
By: /� 4 obert F. Boggus
SALES R PRESENTATIVE
411C-P7—th l
Ten-8 Fire Equipment Inc.** memo
Date: August 5, 2002
To: City of Ocoee
From: Robert Boggus
RE: Lake County Fire Apparatus Contract
Attached is the complete Lake County Contract No. 99-150 which permits Lake
County, FL to purchase various specified and unspecified apparatus per the pricing
structure bid on June 24, 1999. See attached pages I of 9 for conditions attached.
This contract is renewable up to five (5) years. The formula is 4% over dealer cost
on the base vehicle and 10% on vehicle options and equipment. We are willing to
extend the same terms and condition per Lake County Bid 99-ISO to the City of
Ocoee.
As indicated by the number of agencies that have accessed this contract, the legality
of this contract has been researched and approved by the legal departments of the
agencies listed.
All handling, transportation, and delivery costs would be included in the base
vehicle cost from Pierce Manufacturing Inc.
We could also provide prices paid on similar units by other municipalities as
additional price justification. The following municipalities have accessed this
contract for various models of Pierce fire apparatus.
Lake County-(9) Contender Pumpers
City of Melbourne-(2) Custom Contender Pumpers
City of Pompano Beach-(3) Custom Contender Pumpers
1
City of South Walton Beach—105' Dash 2000 All-Steer Aerial
City of Seminole-105' Dash 2000 All-Steer
City of Destin-105' Dash 2000 All Steer
N.W. Hernando-Custom Contender Pumper
-3<- City of Windemere—Commercial Tanker
Seminole County-Seven (7) Quantum Pumpers
City of Key West- One (l) Dash 2000 Pumper
City of Temple Terrace- Quantum Pumper
City of Bartow-105' Dash 2000 Ladder
City of Bradenton-61' SkyBoom Quantum
City of Hialeah-(2) Quantum Pumpers, (1) Lance Haz-Mat Vehicle
City of Eustis—Dash 85' Platform
Volusia County-(2) Custom Contender Pumpers
Volusia County-Heavy Rescue
City of Melbourne-Custom Contender Pumpers (2)
Lealman Fire Rescue-Contender Pumper
City of Cape Canaveral-Mini Pumper
City of St. Petersburg-Aerial Platform
City of Cape Coral-(2) Kenworth Pumpers & Dash 2500 gallon Tanker
City of Avon Park-105' Dash 2000 Ladder
City of Tarpon Springs-Quantum Pumper
Marco lsland-Enforcer Pumper
City of Lakeland-(2) Quantum Pumper& 61' Quantum Sky-Boom
City of Cocoa Beach-Pumper
Safety Harbor-Dash Aerial Ladder
City of Seminole-Enforcer Pumper
2
City of Seminole-Dash 105' Aerial Ladder .
Holly Hill-Saber Responder Pumper
Casselberry-Enforcer Pumper
Edgewater-Enforcer Rescue
City of Winter Park-Quantum Pumper
Monroe County-(3) Enforcer Pumpers
City of Pinellas Park-(2) Dash Pumpers
City of Lake Worth-Saber Pumper
City of Miramar-(2) Lance Pumpers
City of Spring Hill-Quantum Pumper
Bonita Springs-Quantum Pumper
City of Miami Beach-(2) 55' Sky-Boom Aerial/Pumper
City of Miami Beach-(2) 100' Aerial Platforms
City of Miami-(3) 65' TeleSqurt/Pumper& (1) Air and Light Vehicle
City of Lake Alfred-Dash Pumper
Mascotte-Custom Contender Pumper
City of Riviera Beach-Custom Contender Pumper
City of North Lauderdale-55' Saber Sky-Boom
City of Fort Myers-Enforcer Pumper
City of Stuart-Dash Pumper
North Naples Fire & Rescue District-Quantum Pumper
Town of Longboat Key-75" Aerial Ladder
Key Largo- Encore Rescue
Cape Canaveral-105' Aerial Ladder
Titusville-Custom Contender Pumper
Flagler County-Custom Contender Pumper
3
City of Clearwater-(2) Enforcer Pumpers •
City of Chipley-Saber Pumper
City of Bellair Bluth-Enforcer Pumper
City of Miami Beach—Dash Pumper
City of Rockledge-Enforcer pumper
Hallandale Beach-Enforcer pumper
Deland-Enforcer pumper
Deltona-Enforcer pumper
City of Cocoa-Enforcer pumper
Fernandina Beach-Lance Pumper
Fernandina Beach-Lance 75' Ladder
Bay County-Custom Contender
City of Ormond Beach—105' Ladder Dash
Martin County-Enforcer pumpers (2)
City of Coral Gables-Quantum Pumper
City of Daytona Beach Quantum Pumper
City of Belleair Bluffs-Enforcer Pumper
Hernando County—Tanker
City of Lakeland-Contender Rescues
City of Miramar-Saber Encore
Monroe County-KW Contender Pumper
Spring Hill-Pierce Quantum Pumper
Volusia County-Encore Rescue
North Palm Beach-Enforcer Pumper
4
City of Venice-Custom Contender
Fort Myers Shores-KW Contender
Alva Fire District-KW Contender
If you should have questions or require thriller information, please contact us.
Thank You,
Robert F. Boggus
Authorized Sales Representative
5
Lake County bid access justification
-Provides access to a bid that allows each department to specify apparatus to meet their
specific requirements. By accessing the Lake County Bid the agency eliminates the
purchase costs of options or features that may not be necessary verses accessing a hid for
a specific product as bid by another qualified State agency.
-Lake County bid provides access to all products
-Provides a specific price point of 4% over dealer cost on the base model and 10% over
dealer cost on options and accessories. Total vehicle price averages 5-6% over dealer
cost. This margin is the minimum profit level a dealer can operate on and provide an
acceptable level of service on such specialized vehicles. Margin is at or below the
industry average.
-Saves significant costs that would be associated with the preparation and solicitation of
competitive bids on specialized vehicles of this type.
-Expedites the delivery of the product and allows the purchasing agency the ability to
more quickly, install a unit into service, and serve the Citizens of the community.
6
LAKE COUNTY, FLORIDA
1. Modification No. : 6 2. Contract No. : 99-150
1
Effective Date: May 21, 2002 Effective Date: July 19, 1999
3 . Coctrac'iing officer: Roseann Johnson, CPP9 5. Contractor-Name and address Telephone Number: (352) 343-9765
Pierce Mfg. Inc
4. Issued By:
Lake County, Florida PO Box 2017
Procurement Services
Lake County Administration Building " '°t"" WI 51913
315 W. Main St. , Suite 416
Tavares, Florida 32778-7600 Attn: Robert Boggus
6 , SPECIAL INSTRUCTIONS: If indicated, contractor is required Co sign Block 8 showing
acceptance of the below written modification and return this form to address shown in
Block 4 within ten (10) days after receipt, preferably by certified mail to ensure a
system of positive receipts. Retain a photocopy of the signed copy of this
modification and attach to original of contract which was previously provided.
7 . DESCRIPTION OF MODIFICATION:
ADD: Pierce Mfg. Co. will sell under the same terms and conditions, for the same
price, to other governmental/public agencies in the State of Florida.
ADD: Contract will hereby be modified to include a '.S percent ( . 005) administrative
fee charged to any entity accessing the contract.
AMEND: This Contract is effective from May 21, 2002 through May 20, 2003 except the
County reserves the right to terminate this Contract immediately for cause and/or lack
of funds with thirty (30) days written notice for the convenience of the County. This
contract also provides for four additional twelve (12) month renewals at the County' s
sole option at the terms noted in the Hid.
6. Contractor's Signature: 9. Lake County, Florida
Name
By:
Title
Date 1 —� (/1 /
// Procurement S -vices Direosor
Original - Bid No. 99-150
Copies - Contractor 9D fri74/qua -&-
Fire Rescue _
Contracting Officer Date --
Risk Management
• Ten 8 Fire Equip. Inc.
P�'iers
We Build Confidence
CITY OF OCOEE FIRE DEPARTMENT
PIERCE ENFORCER CUSTOM PUMPER
PRICING COMPUTATION SUMMARY
PER LAKE COUNTY CONTRACT NO. 99-150
AUGUST 6, 2002
Apparatus Base Cost $173,877.00
4% Mark-up over Base Cost $6,955.00
Standard Options at Cost * $80,394.00
10% Mark-up on Options $8,039.00
FINAL APPARATUS PRICE $269,265.00
F.O.B. OCOEE, FLORIDA
* (Cost of Options is obtained by subtracting Apparatus Base Cost from
Apparatus Cost with Options)
Option: Trade-in of 1985 Ford/E-One Commercial Pumper, deduct
$10,000.00. Offer contingent upon the unit passing an annual pump service
test.
A 100% Performance Bond will be supplied upon receipt of order.