Loading...
HomeMy WebLinkAbout19-Fire Department CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Dept: Fire OR' ,... I". 1 L Il..tliivM Subject: Resolution authorizing the Purchasing Manager to purchase four new fire apparatus from Pierce Manufacturing Inc., Solicit Bids to Purchase ancillary equipment, and enter into a lease purchase agreement to fund the purchases. From: Larry R. Pitzer Date: May 15, 2001 MC/C Meeting Date: June 4, 2001 Synopsis of Previous Council Action: OS/20/98 01/22/01 Approved resolution which established a Fire Apparatus Replacement Program Approved resolution which accepted the Vehicle Extrication Program from OTS granting the City $81 ,000. 01/22/01 Approved resolution which authorized a long-term contract with American Medical Response regarding enhanced Pre-Hospital Paramedic Service RECOMMENDATION: Adopt resolution. Contact Person: Larrv R. Pitzer Supporting data attached: Staff Report and Resolution Phone: (909)384-5286 Ward: City Wide FUNDING REQUIREMENTS: Amount: $50,000 Source: OTS Grant fundina FY 2000/2001 Amount: $1,436,583.90 General Fund FY 2002-2012 Source: No net increase to the General Fund FY 2000-2001 and FY 2001-2002. Net annual increase cost is estimated to be 10-vear lease pavments of $65,836 from the General Fund and $77,822 from AMR revenues in the total amount of $143,658 annuallv throuah FY 2002-2012 Finance: '/'1#1 Council Notes: Agenda Item NO....J!/ STAFF REPORT SUBJECT: Resolution authorizing the Purchasing Manager to purchase four new fire apparatus from Pierce Manufacturing Inc., solicit bids to purchase ancillary equipment, and enter into a lease purchase agreement to fund the purchases. BACKGROUND: The Mayor and Common Council adopted the Fire Department apparatus replacement schedule on June 1, 1998. The replacement of two-wildland type III wildland apparatus, one heavy rescue apparatus, and one air and light apparatus is necessary to meet our department requirements. The units being replaced are older than the adopted life spans, that are on the replacement schedule. The purchase of these four apparatus will complete the needs of our 10-year plan (1998-2008) . We are requesting a selective source bid approval for Pierce Manufacturing to purchase these 4 apparatus, pursuant to section 3.04.010B (3) of the City of San Bernardino Municipal Code. Pierce is the manufacturer that we have purchased all of the new apparatus from over the past 2-year period. Pierce builds excellent fire apparatus and is highly competitive in the market place. Purchasing these 4 apparatus from Pierce Manufacturing ensures that the Fire Department's fleet is standardized. Uniformity of the fleet makes maintenance of the apparatus more efficient and less costly because staff training for maintenance and repairs is consistent and quantity discounts on the purchase of like replacement parts can be obtained. In addition, training requirements of all the apparatus operators is significantly reduced because of the standardization. In January 2001 the Fire Department and American Medical Response (AMR) entered into a long-term contract that established a pre-hospital paramedic service delivery partnership in the City of San Bernardino. This established a revenue stream for the City to fund four programs. One of the programs is the purchase of fire apparatus and ancillary equipment. FINANCIAL IMPACT: Funding for the heavy rescue unit will be partially funded by a grant received from the State of California Office of Traffic Safety (OTS) in the amount of $81,000 to purchase rescue tools and rescue system. This grant will fund 1 $50,000 of the cost of this apparatus when City signs the manufacturing contract. The OTS grant deadline for all funding is June 2002. The final three pieces of apparatus and the remaining balance on the heavy rescue will be partially funded by AMR revenue beginning in fiscal year 2002/2003. The OTS grant will fund this program including the ancillary equipment until fiscal year 2002/2003. In fiscal year 2002/2003 the program will need an estimated additional annual amount of $65,836 for 10 years to fulfill the lease purchase obligation. The 10-year lease purchase for the equipment is broken down as follow: 10-Year Payment Plan FY 01-02 $50,000 FY 02-03 thru FY 11-12 $0 OTS-One Time Existing Fire Department Budget $0 (Which has been inclreased for the AMR program) $77 ,822 General Fund - Annual $0 $65,836 $143,658 Total Annual Cost $50,000 RECOMMENDATION: Adopt resolution. 2 April 11, 2001 City of San Bernardino CP~~ 200 East Third SI. San Bemardino, CA 92410 Proposal for Furnishing Fire Apparatus The undersigned is prepared to manufacture for you, upon an order being placed by you, for final acceptance by Pierce Manufacturing, Inc. at its corporate office in Appleton, Wisconsin, the apparatus and equipment herein name for the following prices. One (1) Pierce Air and Light Apparatus mounted on a Pierce Custom Saber chassis for a total delivered price of _$ 284.893.00 The above price does not include sales tax. Said apparatus and equipment are to be built an 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 8 to 9 months after receipt of this order and the acceptance thereof at our office at Appleton, Wisconsin, and to be delivered to at San Bernardino, California. 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 or the order to purchase. and provided such altemations do not materially affect the cost of the construction of the apparatus. The proposal for the fire apparatus conforms with all Federal Department of Transportation (DOT) rules and regulations in effect at the time of initial purchase, and with all National Fire Protection Association (NFPA) Guidelines for Automotive Fire Apparatus as published at the time of Initial purchase, except where modified by customer requirements. Any increased costs incurred by the 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 sixty (60) days form date, the right is reserved to withdraw this proposition. PIERCE MANUFACTURING, INC. By: Sales Re resentative Kevin M. Newell Attachment "A" April 11,2001 City of San Bemardino ~ 200 East Third St. San Bernardino, CA 92410 Proposal for Furnishing 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 corporate office in Appleton, Wisconsin, the apparatus and equipment herein name for the following prices. One (1) Pierce Wildland Type III Interface Apparatus mounted on a Navistar 4 X 4, 4800 chassis for a total delivered price of $ 191.843.00 each The above price does not include sales tax. Said apparatus and equipment are to be built an 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 8 to 9 months after receipt of this order and the acceptance thereof at our office at Appleton, Wisconsin, and to be delivered to at San Bernardino, Califomia. 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 or the order to purchase, and provided such altemations do not materially affect the cost of the construction of the apparatus. The proposal for the fire apparatus conforms with all Federal Department of Transportation (DOT) rules and regulations in effect at the time of initial purchase, and with all National Fire Protection Association (NFPA) Guidelines for Automotive Fire Apparatus as published at the time of initial purchase. except where modified by customer requirements. Any increased costs incurred by the 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 sixty (60) days form date, the right is reserved to withdraw this proposition. PIERCE MANUFACTURING, INC. By: k:- . Sales Re resentative Kevin M. Newell Attachment "A" I April 11. 2001 City of San Bernardino 200 East Third St. San Bemardino, CA 92410 Proposal for Furnishing 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 corporate office in Appleton, Wisconsin, the apparatus and equipment herein name for the following prices. One (1) Pierce Heavy Rescue Apparatus mounted on a Pierce Custom Saber chassis for a total delivered price of J 230.654.00 The above price does not include sales tax. Said apparatus and equipment are to be built an 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 8 to 9 months after receipt of this order and the acceptance thereof at our office at Appleton, Wisconsin, and to be delivered to at San Bemardino, Califomia. 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 or the order to purchase, and provided such altemations do not materially affect the cost of the construction of the apparatus. The proposal for the fire apparatus conforms with all Federal Department of Transportation (DOT) rules and regulations in effect at the time of initial purchase, and with all National Fire Protection Association (NFPA) Guidelines for Automotive Fire Apparatus as published at the time of Initial purchase, except where modified by customer requirements. Any increased costs incurred by the 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 sixty (60) days form date, the right is reserved to withdraw this proposition. PIER~7MAN,UF~CT~RING,INC~ By: ~~~ 7Jf. );0~ Sales Re~';entative Kevin M. Newell Attachment "A" c .' STATE OF CALIFORNIA ~...~ 1InI_ ~ u.n.,r.~--A PURCHASE ORDER (0 P_,e Purduue Order Nil. RIf. 56365 OIl" - ._ ClOP I-PIN to4/9I) s""u.r No. SolIdl._ NO. 669361 41126 DoIlNt7 OIl'. FOil ,...., A. SpodBod 0_ ,-. T...... GOLDEN STATE FIRE APPARATUS. INC. UBI DOKER DRIVE, BLDG. A MODESTO. CA 953SI 11.111I: HAROLD W. WRIGHT S 'T 10 , DEPT FORESTIl Y .. FUll! 59111 CHILES ROAD DAVIS, CA 95616 c , DEPT FORESTRY" FIRE . T AnN: JIM KIDWELL ~ 0 59111 CHILES ROAD . DAVIS. CA 95616 11.111I: JIM KIDWBLL .~ J/IUIor ..._1'-.-. __. &_,. II....... 13056 7EE9DCIOI 58114 , _..., 209,522-0422 ...,....,c_ J1MItID~ ,... 5l!1-757-2407 Do'. 11_ ,,_ No. Qoo""'lty lhoIl C_..t.JM(p C.. Da.......... 1Jn/, _ "Id_ 1tE IlEJEl:AL PROV'ISICIIS, AI INCLUIED IN THE SOUCnAn... fta"aIE....n ... THIS PlMatASE IllDERt ARE HERElY IIICIJIIPGtATED I' 1lEFERIHCE. RtlERAL PRQVISI_ CAlI IE VIEWED IY ACCDSJIII QlII ...SITE ATI .....PD._.CA.HV/ACIIIJ~1191A. I Z EA 4211-421-1."-4 TRUCK FIRE 111,751. .... H1,474.11 TIlUCl, FIRE TIIIIat, FIRE PER ."1iIKT FIRE PRIITECTIIII, ~CIFICATlIII SX-9t. DATEI IECEIIIEIt 1"1, IIVUD NDVIIIIIIt, I"'. lID IIIUDTE TO INCLUDE ......111_ TO INCIEAIE PIIICIIUE IUllfTm IV SIX IIITHIN SD,,!,' ('I' DAft OF PIIICIIAIE..... IID.IUDTE TD DeUIIE ITAlI IIFl'ICE aF --.err "TlIlICIl ... Ale ClIUS1S IIDTJ-'," \l .....1Im TO IE EFl'ECTlllE TIE aan VEllJClE JI PlICEll JJl SlIlYJCI! IV '.Im. IlEALIR TO DELIVER I1MIIC.NI, IEIIISTIIATIIII, ANI IMCOfIILETE VEHICLE DOCUtIEIIfAT.... TO "I' TO u.EIS. ........... tllLL IIStlTO ... lICrtIIE VEHlCLlrl'. ......., PIEIIa! ....1. -- '._1 Val... 565,474." tHE FOLLtJlfDla ctWIIIEl ,.. ~ SPlCIfICATI.. ARE IlERpY ~tEI 11I'I1I THO PIIICHAIE _. .,. 11, IIUL CHDCI 0__, ..... IIIIDIII_ TO ... .. .... lB.... tIE ~.11IUIT .....L . UNIIII....TELY ll.r .. 11.... .. 2'-..... PACT SIZE" 1IIIIrfT~ LOCAn_ TD 1E.-nMJ.. AT TIlE ...~I... IIIITIIII. Fer.. ",""" ef ",I. ....r, enb F.D.I. ...tl...... .111 ... ........... ... ...,. - ....................... r.~u~J,u TO" wca Attachment "B" ,... aOCN_ ~ ...11:. %~."J-' J 916-:IZJ..J4liS .' STAn OF CAUFORNIA 0...... '" c......... a ~.. """1lII'. ., PURCHASE ORDER CONTINUATION __UIN_ ,.,. 1 C.....) , "-'-' 0tWr N.. 56365 II..... ".,,. , tfJO~ 6.,,,.. H.- lIt'JII s.,Iifr - GOLDBN 1T4TIl FIRIl4PPARATIJ$. II... H.- ~ "'* C_, eM -...... VoIl "". .-... .....,.... . v.ltlea. ..U ., "'...... ..... ........... .,.. .... ..."....... .. . .......... -., ....,... ......... I~".. II ..___elM 1..I~t .. _ ....,.. ....... ., ........ fir'", te ."vt,., It ..Ill .. ... .........Utw .. ... ...... .. .... ,.. ......tt.. ___ ....1. 11 r__ ... ........:r. ..............., ....... .f ........ _I'" .... ....lfI....... .111 .. 1M ,.......,U" .f 1M ........ "'"...........,._ .. H'" ~.. 11I'I_ .1. .... ~...,.. Iew."..\t CNe ....... IJII,.I'. .... 1 ..._1.... .......t tit tit.. ~...- ..,. .... .. -...... .. ..... .... ... ... .. 1M' liar ., .... ,,....,... fl...1 ...,.. ~ ~f ,. ,.. Attachment "B" February I .11199 Cit" of Ceres PROPOSAL 2220 MaRDoli. Street ,...- Ceres. CA 95307 ~..> FIRE APPARATUS The u............ .. prep.red to m."ufactu.. far y..... "poll .Il onl.. beinl p18c:ed bl you. far IIul .ccepta.... b,. PIen:e M.aafllCtur\nc, tne.. .t Ita ....... ofIIca In AppJoton. WlKoMIa. tho .ppua"'" .ad equipmat ....... ...mod .nd far lha foIIowInl price.: One fll Piere. Saber EDcore Reseua truck. . 217 .409.80 Sales Tax @ 7.37S% 16.033.97 Total . 233.443.77 SaId apparotoo ond equipment are to he built..... oIllppod fa acxanIa_ with Ihe o,..u-_Uono hanto .ttacbed. d..,. dae to otrik-. war or falllrDatlonW .....0Ie&. follurw to ..blala ....... m.terIa"'. or other ca_ beyoad our cal,v.dat coa&rol not pnvaallftlo within .bout 270-300 . "" aq8.rtor nmpt of tbia order ad tho acapto.... thenoof .t our olllca.t Applelcm. Wiacoft8\n. snd to be deIlvend to J'OU.t Tha Caus Fire neoartlll!nt. The opedlkallona h....in conwined oW farm . port 01 tho Onol cuntract. .nd .N oubject to chon.. duiml by the puma.-, prD'llded ouch .Itenllou ... 1aW!Inod prIar to tho _w... by tho -..pony of Ihe ardor to pure...... ..... ......ided oucb .Itentlou do not malerillU,. .Ifect tho _ or the _otruc:tIon of Ihe .pporotoo. The prvpoul fill' 0.. appualu. con"""" with oR r.... Dop_1 ..f Tronopartallon (DO'l1 ",lea .nd .....- talion. In erfllCt .t the time of hid. ond .Ith oR Hotlono' FIn Protoc:llon Aaodotlon INFI'AI Guldell.... for Au_I.. FIr. Apparel.. .. publiahed .1 Ih. time of bid. ncopt .t modiflod by .u,tomer epedlkationll. An,. lncre.oed coeta incurred by 11m pert,. beaouoe of fuLuN ...........In or addlllons to lI8Id DOT ar NFPA .tanola.... wiD be paOlCd .Ione to the cuotomen u .n .dcllllon to lhe price lOt forth ........ Unie.. .cceplecl within 30 d.y' frolD date. the richl " nHl'Ved to wlthdr.w this propcl8ition. Bl: PIERCE MANUFACTURING. INC. JY~ Pf~ SALES RBPRESENTATlVE Dave Kurphy ~> Attachment "e" " ) .. 1\-15-00 PURCHASE ORDER ." OIUllR __I.. 6219 . . L L T o TOWN OF SELMA 100 NORnt RAIFORD STREET SELMA, N.C. 27578 . H I .. r o i h~\OM- i . ~~/WiAt. ~ POINT .... VIA 1IMI .. Oft 011--' I-NO tTAlIMINrCWI_ACCe-... NlllMVIen' SPECIAL INSTRucnONS: 1..llIUY""C! _1m......... 111M lILY . ,.llGCIDI-IUtacr'lOGUIIilL A,_"~ K.""L 111II InICIt NO. ...... PlIllDUcT IIU:lIPI'laII ClIMIITlYY ....HICe IVrA MlllClUNr I ~&s'Zao TOTAL AIIOUNT ntlIIII'IIUIENTHAI_ r. _lUlIIrU. THIlMANt_ AIlIlI1'lONAL ~ ....-WIY'nlIl.QCM.eGl.WU. INI' 1UDGEl' AND ~ . ~ACr. L5Jf --- _-'1IIWIT'" TOWN Va".QER 1M,. Gl QtICIC........ UATE . WNDOa. WBnW COI'I' IIIWfClr . 'II:WlW con ...__ . PDllCOft Attachment "DOl r \..... 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 c ,- 1..... ~01.'~',\7 Il)' 1-- I \.:.:::::/ lJ RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE PURCHASING MANAGER TO PURCHASE FOUR NEW FIRE APPARATUS FROM PIERCE MANUFACTURING INC., SOLICIT BIDS TO PURCHASE ANCILLARY EQUIPMENT, AND ENTER INTO A LEASE PURCHASE AGREEMENT TO FUND THE PURCHASES. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. Pierce Manufacturing, Inc. is the selected bidder for furnishing of four fire apparatus. Pursuant to this determination, the Purchasing Manager is hereby authorized and directed to issue a Purchase Order to Pierce Manufacturing, Inc. for four fire apparatus in the total amount of $935,499.96. The Purchasing Manger is also authorized to solicit bids to purchase ancillary equipment in the total amount of $162,468.50. The Purchasing Manger is also authorized to obtain a Mas~er Lease to fund the apparatus and ancillary equipment in the total amount of $1,097.968.46 over a ten year period. SECTION 2. The authorization to execute the above referenced purchase .order is rescinded if it is not issued within sixty (60) days of the passage of this resolution. IIII III1 IIII 1/// IIII IIII 1/// IIII 7Lo (9 (p/1/tJ1 1 ,... ,,"-, 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 c ...-, """ RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE PURCHASING MANAGER TO PURCHASE FOUR NEW FIRE APPARATUS FROM PIERCE MANUFACTURING INC., SOLICIT BIDS TO PURCHASE ANCILLARY EQUIPMENT, AND ENTER INTO A LEASE PURCHASE AGREEMENT TO FUND THE PURCHASES. 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 ,2001, by the following vote, to wit: COUNCILMEMBERS ABSTAIN ABSENT AYES NAYS ESTRADA LIEN MCGINNIS SCHNETZ SUAREZ ANDERSON MCCAMMACK The foregoing resolution is hereby approved this day of , 200 1. Rachel Clark. CMC City Clerk Judith Valles. Mayor City of San Bernardino Approved as to form and legal content: JAMES F. PENMAN City Atto ey By' 2 ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): "-4-10 I Item # Ie;' Vote: Ayes 1-'1 Nays.e- Change to motion to amend original documents: - Resolution # ZCOI - 102.- Abstain ...lC:7- Absent -G- Reso. # On Attachments: ~ Contract term: - Note on Resolution of Attachment stored separately: -===- Direct City Clerk to (circle I): PUBLISH, POST, RECORD WICOUNTY P(1)~ I i. Date Sent to Mayor: 10-",-0\ Date of Mayor's Signature: ~-5-U I Date of Clerk/CDC Signature: fr, -G -0 ) Date MemolLetter See Attached: See Attached: See Attac e ture: 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: Request for Council Action & Staff Report Allached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433,10584,10585,12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Copies Distribnted to: City Attorney ./' Parks & Rec. Dev. Services Code Compliance Public Services Water Police Notes: NulVVoid After: <00 DAc s J <;{- ~ -() I By:- Reso. Log Updated: Seal Impressed: v' / Date Returned: ~ Yes ./' No By Yes No ./' By Yes No-L By Yes No ./ By Yes NO/ By EDA Finance ,,/' MIS Others: FI/2E. BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc.) Ready to File: .lb:r:..- Date: <0 I~ 10' . Revised 01/12/01