Loading...
HomeMy WebLinkAbout34-Purchasing C1 ! C) \ SAN BERNARDINO CITY FIRE DEPARTMENT Interoffice Memo SUBJECT: Fred Wilson, Assistant City Administrator .' William L. wright, Fire Chief (L /dl- {7L:"-r- Fire Department Engine and Ladder Truck Purchase TO: FROM: DATE: July 31, 1992 The Fire Department has 11 front line fire engines and two front line aerial ladder trucks. In reserve, the department has three fire engines and one reserve truck. The front line fire engines purchase dates range from 1979 to 1989. The reserve fire engines were purchased in 1963, 1968 and 1975. The front line trucks were purchased in 1963 and 1982. The reserve truck was purchased in 1965. The Insurance services Off ice (I. S. 0.) and the National Fire Protection Association (N. F .P.A.) recommend, under normal conditions, front line service of ten years for fire engines and five additional years for a reserve engine. Recommendation for ladder trucks is 15 years of front line service and five additional years as a reserve. Five of the Fire Department's 11 front line fire engines are ten years old or older. The three reserve engines are 17, 23 and 30 years old. The two front line ladder trucks are ten and 30 years old and the reserve truck is 27 years old. At the present time our reserve truck is out of service. It is being refurbished and painted by our own firefighters on and off duty. In order to meet I.S.O. and N.F.P.A. guidelines, as well as maintain a dependable fleet, it is recommended that an engine be replaced every year and a truck replaced when needed, depending on the age. Even at this rate of replacement, the oldest front line engine would then be 16 years old before it would be replaced. The oldest engine would be put in reserve for about five years and would have approximately 21 years of service. It should be noted that the N.F.P.A. states that at no time should any fire apparatus exceed 25 years of service. !l3.J-.3/R c -. ~~ , Fred wilson, Assistant City Administrator July 31, 1992 Page Two There has not been a consistent replacement plan, consequently, the fleet is becoming older and due to the high number of responses is beginning to wear out rapidly. If the purchase of fire engines and ladder trucks are not done on a consistent planned basis, it can result in a major unanticipated expenditure during a budget year. Therefore, because of the age and condition of the entire fleet, I recommend the City approve the purchase of one fire engine and one ladder truck. WW/sm CITY OF SAN BER~RbINO - REQUEST !l=qR COUNCIL ACTION - From: Dean R. Meech, Purchasing Agent Subject: One Each, Fire Pumper Truck with Radios and Accessories One Each, 100 Foot Aerial Ladder Truck with Radios and Accessories Dept: Purchasing Date: May 14, 1992 Bid: F-92-17 & F-92-18 Synopsis of Previous Council action: None ,. *;tftU~~...d~'~~L. ...r 9/-cr~d Recommended motion: Adopt Resolutions ~an R. Meech 4~~,~ Signature Contact person: ~an R. Meech, Purchasinq Aaent Phone: 5085 Supporting data attached: Yes Ward: N/A FUNDING REQUIREMENTS: Amount: Sl 010 165.20 Source: (Acct. No.) 001-202-55141 & 001-202-55147 IAcct, DescriPtion) Fire Plm10er 1Enruial Truck Finance: ,.1J ~ Council Notes: \=='crs+ p"it"'l~"'\ ...,.,'\\ \.", > " \ "l ~ 3) .,l.\- , p; So. ~ '\ 'I ~...r 75.0262 Agenda Item No.3 3 - ..3 I:, - CITY OF SAN BER"C"DINO - REQUEST 'OR COUNCIL ACTION STAFF REPORT F-92-17 & F-92-18 The proposed purchase is for one (1) each, fire pumper truck (F-92- 17) and one (1) each, 100 foot aerial ladder truck (F-92-l8) to be utilized in daily operations by the Fire Department. At the request of the department, appropriate specifications were prepared, published and furnished to area suppliers.Both bids were publicly opened and declared on march 31, 1992. The following is a summary of bids received. COMPANY TOTAL BID (INCLUDING TAX) F-92-l7 Fire Pumper Section 1 & 3 only adjusted without Section 2 (accessories) BWM Fire Company *Seagraves Fire Apparatus Inc. Fire-Bann Corporation $275,834.61 $251,894.72 $287,570.74 F-92-l8 100 Foot Aerial Ladder Truck *Seagraves Fire Apparatus Inc. $483,245.82 Fourteen (14) suppliers of fire apparatus for the fire pumper truck (F-92-17) and fourteen (14) suppliers for the 100 foot aerial ladder truck (F-92-l8) were solicited. Eight (8) vendors failed to respond, six (6) vendors responded, three (3) no bids and three (3) valid bids on the fire pumper truck (F-92-l7). The Purchasing Agent recommends the bid of Seagraves Fire Apparatus Inc. as meeting the City's requirements. Ten (10) vendors failed to respond, three (3) vendors responded, two (2) no bids and one valid bid on the aerial ladder truck (F-92- 18). This type of equipment is rather specific equipment and certain manufacturers do not meet California State requirements in some cases. Fortunately the valid bid is a Seagraves and is in line with our fire fleet standards at present. The Purchasing Agent recommends the bid of Seagraves on the ladder truck as meeting the City's requirements. We bid the accessories. suppliers of vehicles in We also bid these items. three sections; unit, options and' the accessories separately to normal In weighing the bids we found. the accessories section lacking substantially when bid by the truck manufacturers. We had also bid the accessories separately in the open marketplace. We would prefer to procure the accessories required by the vehicles in the open market secured by two quotations, Q20070 and Q20075, rather than from the truck manufacturers who just pass those accessories through at an unnecessary cost to the City. '5-0264 - ~ o o The procurement of the accessories will involve 13 different suppliers of these goods. The accessory cost is $104,339.17 overall. The open market purchase of these accessories this way is the best advantage to the City (see resolution and attachment on accessories). The acquisition of vehicles and accessories will be a lease purchase transaction for all items. The fire pumper truck (F-92-17) cost is $251,894.72 including tax. The 100 foot aerial ladder truck (F-92-18) cost is $483,245.82 including tax. The accessories for both vehicles cost is $104,339.17. Total cost for both vehicles including accessories is $839,479.71. The lease purchase amount to finance is $839,479.71 including tax. The cost to finance is $170,685.49 at7.03 percent interest. Payments are 6 months in arrears for 10 semi-annual payments of $101,016.52 over 5 years. The total payout is $1,010,165.20. The lease purchase vendor is Municipal Leasing Corporation. The lease purchase payment schedule commences approximately 6 months after take down. Specifications as bid have been reviewed with the Fire Department who concurs that the bid of Seagraves on both pieces of equipment meets specifications and requirements. It is therefore recommended that the bids be accepted for contract. ACCOUNT NUMBER: 001-202-55141 001-202-55147 TOTAL AMOUNT: $1,010,165.20 ~~p~ Dean R. Meech, Purchasing Agent -,,-. - - - ~ o o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A SCHEDULE 3 ADDENDUM TO LEASE PURCHASE AGREEMENT NUMBER 108, DATED OCTOBER 28, 1991 TO MUNICIPAL LEASING CORPORATION FOR THE FINANCING OF ONE EACH, FIRE PUMPER TRUCK, ONE EACH, 100 FOOT AERIAL LADDER TRUCK AND RADIOS AND ACCESSORIES FOR BOTH TRUCKS, TO BE UTILIZED BY THE FIRE DEPARTMENT IN ACCORDANCE WITH BID SPECIFICATIONS F-92-17, F- 92-18, QUOTE Q20070~D Q20075. ... BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY- OF SAN BERNARDINO A FOLLOWS: SECTION 1. That Municipal Leasing Corporation is the lowest and best responsible bidder for the financing of one each, Fire Pumper Truck, one each, 100 Foot Aerial Ladder Truck and Radios and Accessories for both Trucks in accordance with Bid Specification F-92-17, F-92-18, Quote Q20070 and Q20075 for the total amount of one million, ten thousand, one hundred sixty-five dollars and twenty cents ($1,010,165.20) at 7.03% interest payable six (6) months in arrears over five (5) years; pursuant to this determination, the Purchasing Agent is hereby authorized and directed to issue a Schedule 3 Addendum to Lease Purchase Agreement Number 108 dated October 28, 1991 for said financing of one each, Fire Pumper Truck, one each 100 Foot Aerial Ladder Truck and Radios and Accessories for both Trucks to said lowest and best responsible bidder; such award shall only be effective upon the issuance of Scheudle 3 Addendum to Lease Purchase Agreement Number 108 by the purchasing Agent; and all other quotations therefor are hereby rejected. / / / / / / / / / / / / / / / / / / / / / / / / 05-14-92 -1- "- =? t,/ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 IIII 25 IIII 26 I I I I 27 05-14-92 28 _.. - - - - o .') ....., RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A SCHEDULE 3 ADDENDUM TO LEASE PURCHASE AGREEMENT NUMBER 108, DATED OCTOBER 28, 1991 TO MUNICIPAL LEASING CORPORATION FOR THE FINANCING OF ONE EACH, FIRE PUMPER TRUCK, ONE EACH, 100 FOOT AERIAL LADDER TRUCK AND RADIOS AND ACCESSORIES FOR BOTH TRUCKS, TO BE UTILIZED BY THE FIRE DEPARTMENT IN ACCORDANCE WITH BID SPECIFICATIONS F-92-17, F- 92-18, QUOTE Q20070 AND Q20075. SECTION 2. The authorization to execute the above referenced Schedule 3 Addendum to Lease Purchase Agreement Number 108 is rescinded if the parties to the agreement fail to execute it within sixty (60) days of the passage of this resolution. I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of , 199_, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA REILLY HERNANDEZ MAUDSLEY MINOR POPE-LUDLAM MILLER City Clerk I I I I I I I I I I I I -2- - ..... 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 - - - o ~ "",' RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A SCHEDULE 3 ADDENDUM TO LEASE PURCHASE AGREEMENT NUMBER 108, DATED OCTOBER 28, 1991 TO MUNICIPAL LEASEING CORPORATION FOR THE FINANCING OF ONE EACH, FIRE PUMPER TRUCK, ONE EACH, 100 FOOT AERIAL LADDER TRUCK AND RADIOS AND ACCESSORIES FOR BOTH TRUCKS, TO BE UTILIZED BY THE FIRE DEPARTMENT IN ACCORDANCE WITH BID SPECIFICATIONS F-92-17, F- 92-18, QUTOE Q2--70 AND Q20075. The foregoing resolution is hereby approved this day of , 199____ W.R. Holcomb, Mayor City of San Bernardino Approved as to form and legal content: James F. Penman, City Attorney -2- . ~ r'-. -U-~ .' 05-14-92 -3-