Loading...
HomeMy WebLinkAboutR-2011-019 Purchase of Two Fire EnginesRESOLUTION NO. R-2011-19 A RESOLUTION authorizing and directing the City Manager and City Clerk of the City of Yakima to execute an Intergovernmental Agreement for Interstate Cooperation between the City of Yakima and the Florida Sheriff's Association, located in Tallahassee, Florida WHEREAS, the City of Yakima, desires to arrange for making cooperative purchases of certain goods and services with the Florida Sheriff's Association; and the City Council of the City of Yakima deems it to be in the best interests of the City that such an arrangement be carried out according to the provisions, terms and conditions of the attached agreement document; and, WHEREAS, pursuant to the provisions of RCW 39.34, the City of Yakima may enter into intergovernmental cooperative purchasing agreements with other public agencies in order to allow the parties of said agreements to cooperatively purchase or acquire supplies, equipment, and materials under contract and to utilize each other's contracts, as needs arise; and WHEREAS, The Florida Sheriff's Association is a governmental agency and has agreed to enter into the attached agreement with the City of Yakima, which will enable both entities to purchase off each others' contracts; WHEREAS, it is recommended to City Council that the City of Yakima enter into the Intergovernmental Purchasing Agreement with the Florida Sheriff's Association under the terms and conditions set forth in the attached agreement, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: Section 1. The City Manager and City Clerk of the City of Yakima are hereby authorized and directed to execute the attached agreement for the purpose mentioned above, a copy of which agreement, entitled "Intergovernmental Cooperative Purchasing," is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 18th day of January, 2011. ATTEST: Micah Ca" ey, ayor _"6.SLATIA2k) _OCZ,75v6 City Cler INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT Pursuant to Chapter 39.34 RCW and to other applicable laws, the CITY OF YAKIMA and, Florida Sheriff's Association hereby agree to cooperative governmental purchasing upon the following terms and conditions. (1) This Agreement pertains . to bids and contracts for supplies, material, equipment or services that may be required from time to time by both the City of Yakima and Florida Sheriff's Association. (2) Each of the parties from time to time goes out to public bid and contracts to purchase supplies, material, equipment, and services. Each of the parties hereby agrees to extend to the other party the right to purchase pursuant to such bids and contracts to the extent permitted by law, and to the extent agreed upon between each party and the bidder, contractor, vendor, supplier, or service provider. (3) Each of the parties shall comply with all applicable laws and regulations governing its own purchases. (4) Each of the parties shall contract directly with the bidder, contractor, vendor, supplier, or service provider, and pay directly in accordance with its own payment procedures for its own purchases. Each party will indemnify and hold the other party harmless as to any claim arising out of its participation in this Agreement. (5) Any purchase made pursuant to this Agreement is not a purchase from either of the parties. This Agreement shall create no obligation to either of the parties to purchase any particular good or service, nor create to either of the parties any assurance, warranty, or other obligation from the other party with respect to purchasing or supplying any good or service. (6) No separate legal or administrative entity is intended to be created pursuant to this Agreement. No obligation, except as stated herein, shall be created between the parties or between the parties and any applicable bidder or contractor. (7) The Purchasing Manager of the City of Yakima and Purchasing/Executive Director of Florida Sheriff's Association shall be representatives of the entities for carrying out the terms of this Agreement. (8) This Agreement shall continue in force until canceled by either party, which cancellation may be effected upon receipt by one of the parties of the written notice of cancellation of the other party. APPROVED this 1914 day of T NiM/ ,2011 CITY OF YAKIMA By: -R.A. Zais, Jr., City Manager M7c14.e.\ Mees, Pircr►n9 q Subcribed and sworn to me this lei day of Ja,n L1- , 2011 t ary Pubfic in and for the State of Washington, residing at r A My commission expire, ` a ' . � 6 .v..r\OTA/ » _ : My Comm. Expires : ATTEST: = cn : March 15, 2014 :Z:: ;--k• •:o. Ugh\G 4-4) Deborah J eee, City Clerk KIerste-c CITY CONTRAC r NO: RESOLUTION NO: Oil =/ APPROVED this 744— day of q-Z(At..,LL-02.1,1 , 2011 (cri (Cfl entit5o�iy) e)1. `67 ( B Title:A141 c 4 . of ifµ `,Lcsi-a f' °,, Subscribed and sworn to me this 7.a./ day of , 2011 or the State ublic l'`in an of F,7iiy,244 , residing at My commission expires . ATTEST: „Nr„ i ' s MARTI MOORE -•TA Commission # DD 878296 Expires June 24, 2013 Bonded Ilya Troy Fain 9maanoa 9003857019 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 1( For Meeting Of January 18, 2011 ITEM TITLE: A Resolution authorizing a the City of Yakima Fire Department to purchase two (2) Fire Engines utilizing the Florida Sheriff's Association Bid No. 10-09-907 SUBMITTED BY: Sue Ownby, City/County Purchasing Manager - 576-6695 CONTACT PERSON: Bob Stewart, Deputy Fire Chief - 575-6079 Sue Ownby, Purchasing Manager - 576-6695 SUMMARY EXPLANATION: Pursuant to Chapter 39.34 RCW Interlocal Cooperation Act, the Fire Department respectfully requests approval of the attached agreement, authorizing the City of Yakima to purchase two (2) Fire Engines utilizing the Florida Sheriff's Association competitive Bid No. 10-09-907 dated October 1, 2010. City Council funded this purchase during 2010 Budget Hearings. The Florida Sheriff's Association is a governmental agency operating in accordance with the provisions of Chapter 287, F.S., and 60A, Florida Administrative Code, which permits other governmental entities located outside the State of Florida the post -award use of this contractual document, which reduces the cost of purchased goods by leveraging their combined purchasing power. Resolution _ Ordinance _ Contract _ Other (Specify)Agreement Funding Source: APPROVED FOR SUBMITTAL: 'f)— City Manager STAFF RECOMMENDATION: Adopt Resolution BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: • BID AWARD ANNOUNCEMENT 10-09-0907 FIRE RESCUE VEHICLES & OTHER FLEET EQUIPMENT Participating Law Enforcement, Fire/Rescue & Local Governmental Agencies of the State of Florida Coordinated By The Florida Fire Chiefs' Association Florida Sheriffs Association, Florida Association of Counties & FAO: FLORIDA ASSOCIATION OF COUNTIES All About Florida Bid Award Announcement (10-09-0907) 1 FLORIDA ASSOCIATION OF COUNTIES All About Florida FLORIDA FIRE CHIEFS' ASSOCIATION, FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2011 LEVEL I CUSTOM PUMPER Specification # 14 (Spartan Chassis - 4 Door) The Custom Pumper, purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by manufacturer by specification by zone. MODEL: ZONE: BASE PRICE: BODY: MANUFACTURER: MODEL: ZONE: BASE PRICE: BODY: MANUFACTURER: FSA Pumper 14 All Zones $282,669.00 Extruded Aluminum Rosenbauer America, LLC FSA Pumper 14 All Zones $251,698.00 Formed Galvanneal Steel Rosenbauer America, LLC FSA Pumper 14 All Zones $251,970.00 Formed Aluminum Rosenbauer America, LLC FSA Pumper 14 All Zones $255,950.00 Formed Stainless Steel Rosenbauer America, LLC While the Florida Fire Chiefs' Association, Florida Sheriffs Association and Florida Association of Counties have attempted to identify equipment required to meet all current NFPA 1901, (2009 edition), applicable for pumper fire apparatus Chapter 5 and other required chapters, FMVSS (applicable areas) and NHTSA standards, we realise equipment needs and preferences are going to vary from agency to agency. Any options required or changes required by purchaser shall be made through the vendor listed. Purchasers are advised that the above referenced vehicle specification comes equipped as a base unit only. The Florida Fire Chiefs' Association, Florida Sheriffs Association and Florida Association of Counties have identified and equipped the base unit with those specifications and equipment items required to meet all current NFPA. Since equipment needs and preferences are going to vary from agency to agency, any additional options required or changes to the base unit desired by the purchaser shall be made through the manufacturer listed. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate vendor. Bid Award Announcement (10-09-0907) 174 • FA %7 FLORIDA ASSOCIATION COP COUNTIES All About Florida FLORIDA FIRE CHIEFS' ASSOCIATION, FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES Base Specifications SPECIFICATION # 14 - LEVELI CUSTOM PUMPER ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED THE CUSTOM CAB AND CHASSIS SHALL BE PROVIDED BY THE BODY MANUFACTURER 1. CHASSIS a. 110,000 psi heat treated steel frame rail system b. 10 gauge polished stainless steel 16" to 24" extended front bumper with aluminum diamond plate gravel shield c. Tow hooks or eyes front and rear attached to the frame d. 18,000 pound minimum front axle, suspension, tubeless radial tires, steel disc wheels e. 24,000 pound minimum rear axle, suspension, tubeless radial tires, steel disc wheels f. Front and rear mud flaps g. NFPA 1901 Chater 4.15.3 top speed rating requirement h. S -cam air brakes or equivalent, as large as possible, with automatic slack adjusters i. Manufacturer's standard compressor j. Minimum 5000 cubic inch air reservoir capacity k. Air dryer, color coded air lines, turn drain valves on reservoirs 1. ABS brakes m. Power steering with tilt/telescopic wheel n. Vehicle data recorder (VDR) in compliance with Chapter 4.11 with required software meeting 4.11.8 o. Electronic Stability Control shall be provided in compliance with NFPA 1901 Chapter 4.13.1.2 if the manufacturer cannot comply with Chapters 4.13.1.1 through 4.13.1.1.3.2. p. Tire pressure monitoring system with Chapter 4.13.4 2. POWERTRAIN a. Minimum 330 high torque horsepower turbocharged diesel engine b. Engine exhaust at front of right rear wheels c. Secondary engine braking d. Engine manufacturer's statement of engine installation approval with approved cooling sys- tem e. Drivelines to meet engine torque rating. f. Silicone coolant hoses with constant torque clamps Bid Award Announcement (I0-09-0907) 165 Base Specifications #14 - Levet I Custom Pumper g. ` Automatic transmission h. 50 gallon minimum fuel tank i. OEM oil, fuel, transmission filters 3. CAB a. Manufacturer's standard medium length tilt aluminum cab meeting NFPA 1901 Chapter 14.3.2 b. Seating for four, three in SCBA seats with SCBA brackets c. Air ride driver seat, all others fixed position . d. All persons in 3 -point seat belts per Chapter 14, seats equipped with seat belt/occupant detection/warning system per Chapter 14 e. Electric over hydraulic cab tilt f. Single tone cab paint finish with 10 year paint warranty pro -rated g. Air conditioning and heating h. Remote controlled mirrors (from driver's position) with separate flat and convex sections i. DOT compliant headlights j. Forward facing turn and warning lights k. Cornering turn and warning lights 1. Minimum four (4) dome lights with red and clear bulbs m. Minimum four (4) under cab step lights. n. Cab and compartment door ajar light and buzzer o. One (1) engine compartment light p. Color coded and function coded wiring q. Alternator sized according to amp draw report r. Minimum four (4) 750 CCA batteries s. Load manager with automatic high idle function t. Dual air horns with dual in -cab controls 4. LIGHTS AND SIRENS a. NFPA compliant upper and lower level warning light package b. Siren/PA - 200 watts c. 100 -watt speaker d. Two rear deck lights 5. BODY a. Bidders to bid on each of their offered construction types: • Extruded aluminum • Formed aluminum • Formed galvanneal steel • Formed stainless steel b. Bidders to state thicknesses, alloys and construction methods of all materials used in body construction c. Minimum of 3 compartments driver side of body, full height compartments d. Minimum of 2 low side compartments right side of body e. Lights in compartments to meet NFPA 1901 Chapter 13.10.5 f. One (1) full height, full depth compartment rear of body g. Back up alarm h. Right side brackets for 24' 2 -section, 14' roof, 10' attic ladders and 2 pike poles, ladders to be included i. Hose bed with hose restraints to be NFPA compliant; including one (1) adjustable divider Bid Award Announcement (10-09-0907) 166 • Base Specifications #14 - Level I Custom Pumper j. Steps and handrails for climbing from ground to hose bed - bidders to state exact design k. Lights at each step 1. Stop/turn/back up lights in. DOT clearance and marker lights n. License plate light o: Two (2) rear deck lights p. Rub rail along each side of body and rear of body q. Running boards at each pump panel r. Brushed stainless steel or duranodic black aluminum pump panels s. Hose bed lighting must be provided per NFPA 1901 Chapter 13.10.2 t. Minimum 4" reflective stripe on cab and body, chevron striping on rear of body per NFPA 1901 6. PUMP a. 1250 gpm drive shaft driven split shaft pump per NFPA 1901 Chapter 16 b. One 3" deck gun discharge c. Four 2.5" discharge outlets (includes one (1) rear 2-1/2" discharge) d. One 2.5" suction inlet on left pump panel e. Two 6" steamer inlets with caps f. Discharge and inlet pressure reliefs g. Two 1.75" crosslays with 2" piping h. One 3" tank to pump line i. One 2" tank fill line j. 30 degrees turn downs k. Anti -vibration guages 1. Color coded pump panel tags m. Stainless steel plumbing with 10 -year warranty n. Side mount pump panel with all pump controls, instruments, and gauges located on the drivers side pump panel (not in a compartment) o.' 15 ft. of soft suction hose sized for capacity of fire pump 7. WATER TANK a. 750 -gallon T-type tank (U.S.) poly. b. Lifetime warranty c. 12" x 12" fill tower 8. COMPARTMENTS a. Manufacturer will submit cubic feet and size of compartments with bid. 9. WARRANTY a. 1 year bumper to bumper mechanical, excluding normal wear and tear items b, 10 year cab and body structural c. 10 year paint pro -rated d. 10 year corrosion perforation on cab and body e. Lifetime frame warranty f. 2 year axle warranty g. 5 year engine warranty h. 5 year transmission warranty i. 5 year fire pump warranty j. Lifetime booster tank Bid Award Announcement (10-09-0907) 167 /[//t- 1 J MAIN WAREHOUSE I FABRICATION PLANT SERVICE CENTER ( 400.1 E. 1r1.AvF_,, Spokar-,e::, WA 99202' P (509) .. 53b-1255 1 r (509) 534,8529 1 Tr: 1-800-511-421 8 1,>www_,geneialhre. COrfl Bid Prepared For: City of Yakima Fire Department 401 North Front Street Yakima, Washington 98901 Interlocal Agreement with the Florida Fire Chiefs & Sheriff's Association Award #10-09-0907 We hereby propose and agree to furnish, after your acceptance of our proposal and the proper execution proposal/contract by City of Yakima Fire Department and an officer of Central States Fire Apparatus, LLC and / or General Fire Apparatus, Inc. the following apparatus and equipment: Two (2) or More Rosenbauer Fire Apparatus. • All of which are to be built in accordance with the specifications, clarifications and exceptions attached, and which are made a part of this agreement and contract, for the sum of: Five hundred Fifty -Two Thousand dollars plus applicable Washington state sales tax. Chassis & Apparatus body Per GFA specifications: $552 000.00 Plus Applicable Washington State Sales Tax: Not Included Delivery: The estimated delivery time for the completed apparatus, is to be made approximately 120 days after receipt and approval of this contract, with delivery scheduling based on the completion of all required preconstruction, documentation and the arrival of the chassis to our plant. This shall be duly executed, subject to all causes beyond the Company's control. The quoted delivery time is based upon our receipt of the specified materials required to produce the apparatus in a timely manner. The Company cannot be held responsible for delays due to Acts of God, Labor Strikes, or Changes in Governmental Regulations that result in delayed delivery to our manufacturing facilities of these specified materials. This delivery estimate is based on the Company receiving complete and accurate paperwork from the Buyer and that no changes take place during pre -construction, midpoint inspections or final inspections. Changes required or requested by the Buyer during the construction process may be cause for an increase in the number of days required to build said apparatus. The chassis in this proposal shall remain on hold for the City of Yakima. These chassis are subject to the availability of a 2007 EPA emissions compliant engine. Payment Terms: Final payment for the apparatus shall be made at time of delivery or pick up of the completed vehicle. It is the responsibility of the Buyer to have full payment ready when the apparatus is complete and ready to deliver. If payment is delayed or delivery is delayed pending payment, a daily finance and storage fee may apply. Upon delivery of the apparatus or upon pickup of the apparatus by the Buyer, Buyer agrees to provide all liability and physical damage insurance. It is further agreed that if on delivery and test, any defects should develop, the Company shall be given reasonable time to correct same. Guarantee of the chassis is subject to the guarantee of the chassis manufacturer. Please Note: YES / NO 1.) Final payment amount as per our proposal contract for the completed Fire apparatus will be due at the time of the physical possession of the completed apparatus. YES / NO 2.) If the chassis are not paid for within 30 days from contract signing date, please add $5,480.00 to the above. Respectfully submitted, We agree to accept the above proposal and enter into contract with signature below. Dealer: General Fire Apparatus Inc. City of Yakima Fire Department X Title: X Title: X Title: Date: Date: After company receipt of this document signed by the Buyer, the document will be reviewed and upon approval, countersigned by Central States Fire Apparatus, LLC and / or General Fire Apparatus, Inc. putting the document in force. X Title: Date Accepted: