Loading...
III (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.