Loading...
HomeMy WebLinkAbout23 FireCITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Larry Pitzer Subject: Fire Chief Dept: Fire Date: December 1, 1998 Synopsis of Previous Council Action: Resolution awarding purchase oraer Tor three (3) 4x4 Wildland Apparatus Units. ORIGINAL On April 6, 1998 the Mayor and Common Council approved and adopted resolution 98 -93, which authorized the execution of a first amendment to the Memorandum of Understanding between the City and the San Bernardino Economic Development Agency for the lease /purchase of fire apparatus (CDBG Project # 97 -229). On February 16, 1998 the Mayor and Common Council approved and adopted resolution 98 -69, which authorized the execution of a Memorandum of Understanding between the City and the San Bernardino Economic Development Agency for the lease /purchase of an All Wheel Steer Aerial Ladder Truck and other equipment. (CDBG Project # 98 -219). Recommended Motion: Adopt Resolution. i, v` Contact Person: _Larry Pitzer, Fire Chief Phone: (909) 384 -5286 Supporting data attached: Staff Report & Resolution Ward: City Wide FUNDING REQUIREMENTS: Amount: 536 837(to be financed through lease- purchase agreement.) Source: General Fund to be reimbursed for lease payments by EDA with CDBG funds. No net impact to the General Finance: Council Notes: Agenda Item No. a3 STAFF REPORT SUBJECT: Approval for the purchase and financing of three (3) 4 X 4 Wildland Apparatus Units for the Fire Department through the use of designated CDBG funding. BACKGROUND: The Fire Department currently has two approved CDBG funded projects for the lease /purchase of fire engines, fire vehicles, and ancillary equipment. Project 97 -229 provides $ 230,761 each year for the next ten years (1998 -2007) or total available funding for the period of $ 2,307,610. Project 98 -219 provides $ 218,889 per year for ten years (1999- 2008), or a total of $ 2,188,890. In combination, $ 4,496,500 is available over the eleven -year period. Of this $4,496,500, approximately $3,205,000 has been committed, leaving approximately $1,291,500 available through the year 2008. Replacement of three of the Fire Department's wildland units (commonly referred to as "water tender units ") has been determined to be a priority use of the recently awarded CDBG funding, and is in accordance with the fire apparatus replacement schedule adopted by the Mayor and Common Council on June 1, 1998. The units being replaced are older than the adopted life span replacement schedule. Further, all current units are in very poor condition. ASSIGNED VEHICLE AGE CONDITION Wildland Unit T -73 Korean War surplus Very Poor Wildland Unit T -74 Korean War surplus Very Poor Wildland Unit T -75 Korean War surplus Very Poor Bid Process /Results Vendors were required to bid on units as outlined in Specification No. F99 -23, "The furnishing and delivering of three (3) Type III Wildland Engines ". A notice inviting bids was sent to five (5) vendors; three (3) bids were received and opened on October 27, 1998. The results were as follows: LOCAL VENDOR VENDOR LOCATION BID PRICE PREFERENCE Pierce Manufacturing, Inc. Appleton, Wisconsin $ 536,837 Not applicable KME Fire Apparatus Ontario, California $ 581,496 Not applicable Westmark Ceres, California $ 582,912 Not applicable Vendors were also asked to list separately the cost of upgrading the chassis to a 4x4 chassis. Based on their analysis of the bid results, the Fire Department has decided to include this option on the units. This cost is included in the total bid prices listed above. The cost and technical specifications of the bids were reviewed and the bids submitted were found to be acceptable and met all items called for in the specification. Based on staff analysis, Pierce Manufacturing was determined to be the low bidder. Pierce Manufacturing submitted a bid of $536,837 for three (3) 1999 4x4 Type III Navistar 4800's with Hawk Wildland Type III body units. FINANCIAL IMPACT: Funding for the three wildland units will come entirely from CDBG funds (CDBG projects 98 -219 and 97 -229). Because the funding from CDBG will come in annual allotments over an eleven -year period, the Fire Department is requesting authorization to enter into a lease- purchase agreement so that the three (3) wildland units can be purchased up front and financed. Annual payments will be determined once the Director of Finance obtains lease- purchase rate quotes under existing Master Lease Agreements. Note: The Mayor and Council should note that if CDBG funding were to be eliminated, the City would still be responsible for the annual lease payments and would have to find alternative funding sources to meet this obligation. RECOMMENDATION: Adopt resolution which 1.) authorizes award of a purchase order to Pierce Manufacturing in the amount of $536,837 for three (3) 1999 4x4 Type III Navistar 4800's with Hawk Wildland Type III body units; and 2.) authorizes the Director of Finance to solicit as needed lease- purchase quotes under existing Master Lease Agreements and to award a lease- purchase agreement to the lowest responsible leasing company. RESOLUTION 1 RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A PURCHASE ORDER TO PIERCE MANUFACTURING COMPANY, INC. FOR 2 THE PURCHASE AND DELIVERY OF THREE (3) 4 X 4 TYPE III WILDLAND ENGINES, TO BE UTILIZED BY THE FIRE DEPARTMENT OF THE CITY 3 OF SAN BERNARDINO IN ACCORDANCE WITH BID SPECIFICATION F99- 23. 4 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 6 7 SECTION 1. That Pierce Manufacturing Company, Inc. is the lowest 8 and best responsible bidder for the furnishing of three (3) 1999 4 X 4 Navistar 9 4800 with Hawk Wildland Type III Body Vehicles in accordance with Bid 10 Specification F99 -23; pursuant to this determination, the City of San 11 12 Bernardino Finance Department is hereby authorized and directed to 1.) 13 issue a purchase order in the amount of $536,837 for said three (3) 1999 4X4 14 Navistar 4900 with Hawk Wildland Type III Body Vehicles; and, 2.) authorize 15 the Director of Finance to solicit as needed lease- purchase rate quotes under 16 existing Master Lease Agreements and to award a lease- purchase to the 17 lowest responsible leasing company. 18 SECTION 2. The authorization to execute the above referenced is 19 20 rescinded if it is not issued within ninety (90) days of the passage of this 21 resolution. 22 23 24 25 IlIII 26 27 28 o. z3 r kJ �^ 1 2 3 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A PURCHASE ORDER TO PIERCE MANUFACTURING COMPANY, INC. FOR THE PURCHASE AND DELIVERY OF THREE (3) 4 X 4 TYPE III WILDLAND ENGINES, TO BE UTILIZED BY THE FIRE DEPARTMENT OF THE CITY OF SAN BERNARDINO IN ACCORDANCE WITH BID SPECIFICATION F99- 23. 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- COUNCILMEMBERS AYES NAYS ABSTAIN ABSENT ESTRADA NMI ARIAS SCHNETZ DEVLIN ANDERSON MILLER The foregoing resolution is hereby approved this ,19 Approved as to form and legal content: JAMES F. PENMAN City Attorney By- Piwr-ti, day of Judith Valles, Mayor City of San Bernardino