HomeMy WebLinkAboutR-99-0280Ir
J-99-327
4/9/99
RESOLUTION NO. 9 280
A RESOLUTION OF THE MIAMI CITY COMMISSION, BY
A FOUR -FIFTHS (4/5THS) AFFIRMATIVE VOTE,
RATIFYING, APPROVING AND CONFIRMING THE CITY
MANAGER'S FINDING OF AN EMERGENCY; WAIVING
THE REQUIREMENTS FOR COMPETITIVE SEALED
BIDDING PROCEDURES AND APPROVING THE
PROCUREMENT OF ONE 1999 PIERCE SABER PUMPER
TRUCK FROM PIERCE MANUFACTURING, INC., IN AN
AMOUNT NOT TO EXCEED $222,114, INCLUDING A
CONTINGENCY COST OF $13,910; ALLOCATING FUNDS
THEREFOR FROM THE CAPITAL IMPROVEMENT
PROGRAM, PROJECT NO. 313233, "FIRE -RESCUE NEW
APPARATUS ACQUISITION", ACCOUNT CODE
NO.289401.6.840; FURTHER, RATIFYING,
APPROVING AND CONFIRMING THE ISSUANCE OF A
PURCHASE ORDER FOR SAID VEHICLE.
WHEREAS, the Department of Fire -Rescue required an
additional pumper truck to complete the upgrade of the
Department's complement of eleven front-line pumper trucks; and
WHEREAS, front-line pumper trucks are the first line of
defense in fighting fires and combating hazardous and emergency
situations; and
WHEREAS, five informal proposals were evaluated in
October 1998 and the immediate availability of this model, plus
its parts and service compatibility with the ten other pumper
trucks, made the proposal from Pierce Manufacturing, Inc., the
most advantageous and expedient; and
WHEREAS, the City Manager made a written finding that an
emergency existed and authorized the emergency purchase of one
cm C019C=0N
IMMIMG OF
APR 2 7 1999
jwsalufwn No..
99 - 280
E
1999 Pierce Saber pumper truck from Pierce Manufacturing, Inc.;
and
WHEREAS, funds for this purchase were allocated from the
Capital Improvement Program, Project No.313233, "Fire -Rescue New
Apparatus Acquisition", Account Code No. 289401.6.840;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. A four -fifths (4/5ths) affirmative vote, by
the Miami City Commission, hereby ratifies, approves and confirms
the City Manager's finding of an emergency, waiving the
requirements for competitive sealed bidding procedures, and
approve the procurement of one 1999 Pierce Saber Pumper Truck
from Pierce Manufacturing, Inc., in an amount not to exceed
$222,114, including a contingency cost of $13,910, with funds
therefor hereby allocated from the Capital Improvement Program,
Project No. 313233, "Fire -Rescue New Apparatus Acquisition",
Account Code No. 289401.6.840.
Section 3. The issuance of a purchase order for this
-2-
99- 280
I
C
emergency purchase is hereby ratified, approved and confirmed.
Section 4. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor11.
PASSED AND ADOPTED this 27th day of April 1999.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by signing it in the designated placo provided, said iegi:.iat;c>r,
becomes effective with the elapse of txag;
mi sicn act;cr
regarding same, without the Mayor e
ATTEST:
Clark
WALTER J. FOEMAN
CITY CLERK
l� If the Mayor does not signthis Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted. If
the Mayor vetoes this Resolution, it shall become effective immediately
upon override of the veto by the City Commission.
-3-
tt» -
i
CITY OF MIAMI, FLORIDA 29
INTER -OFFICE MEMORANDUM
ro : Honorable Mayor and DATE: APR { 9 !� FILE FM•006oe
Members of the City Commission
FROM: �onald H. Warshaw
City Manager
RECOMMENDATION
SUBJECT: Ratify, Approve, Confirm Purchase
of Pumper Truck, Fire -Rescue
REFERENCES Commission Meeting 4/27/99
ENCLOSU RES: Re so l uti on
It is respectfully recommended the City Commission adopt the attached Resolution ratifying, approving,
and confirming the City Manager's finding of an emergency, waiving the requirements for competitive
sealed bids, and approving the procurement of one (1) 1999 Pierce Saber Pumper Truck from Pierce
Manufacturing. Inc., in the amount of $222,114, including a contingency cost of $13,910. Funds for this
purchase are available from the Capital Improvement Program, Project No. 3 113233, "Fire -Rescue New
Apparatus Acquisition, Account Code No. 289401.6.840.
BACKGROUND
In recent months, the Department of Fire -Rescue had immediate need to upgrade a number of its eleven
front line pumper trucks. These trucks are the Department's first line of defense in fighting fires and
combating other hazardous and emergency situations. The trucks must be fully capable of deployment
within minutes of an emergency call.
The required purchase of three pumper trucks was approved by the City Commission pursuant to
Resolution Nos. 98-920, adopted September 28, 1998, and 99-35, adopted January 12, 1999. The
purchase of one additional pumper truck would allow the Department to have no front line pumper trucks
more than nine years old.
Informal proposals were obtained and evaluated in October 1998, for the procurement of the remaining
truck. It was determined that the proposal from Pierce Manufacturing, Inc., (Pierce) was the most
advantageous and expedient. Pierce could deliver the truck immediately and parts and service for the
vehicle were compatible with the rest of the fleet.
A purchase order was subsequently issued to Pierce for this acquisition.
Enc. /,
DHW/CAGKKRIML csk
00- 280
I
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM �1T`� 1.40-taGERS 0FFI('E
93 �A'11 �39 PM 2:
To : 1
Donald H. Warshaw oA : ]anuary ,
FROM
I
14..
City Manager
SUBJECT:
Chief .A. GI. Director REFERENCES:
Depa nent of Fire- scue ENCLOSURES:
Emergency Pumper
Purchase
The Department of Fire -Rescue is requesting authorization for the waiver of
competitive bidding and the emergency purchase of one (1) Pumper. The Pumper
proposed for purchase is a 1999 Pierce Saber. The proposed cost of the Pumper is
$208,204 plus a $13,910 contingency fund for a total cost not to exceed
$222,114.00. In October of 1998, the Department's Support Services Division
evaluated 5 proposals, and recommended the purchase of the Pierce Saber. The
Pierce Saber proposed for purchase is very similar to the two which were purchased
in October of 1998.
The purchase of one Pumper would allow the Department of Fire -Rescue to have no
front line Pumpers more than nine years old.
The above mentioned Pumper is an in stock Unit, which closely meets our
specifications. If this purchase is approved, the Department will take delivery on
this unit in about two weeks.
The funds will be allocated from the CIP Project entitled "Fire -Rescue New
Apparatus Acquisition", (Project No. 313233), Account Code 289401-840.
This purchase is funded by the Fire Assessment.
CAG/FK &�a p
CIP Approval
Budget Approval:
dget Director
AC�C2/r
Date
),J �9
Date
99- 280
L
4
CONTRACT REVIEW AND ANALYSIS FORM -
ATTACH SUPPORTING DOCUMENTS C_ ,
DATE: January 27, 1999
DEPARTMENT/DIVISION: Fire -Rescue
CONTACT PERSON/CONTACT NUMBER : M.L. Kemp, Asst. Fire Chief, 305-416-1603
CONTRACTING ENTITY: Pierce Manufacturing, Inc.
Appleton, Wisconsin s
RESOLUTION NUMBER: BID/PROJECT NUMBER:
(IF APPLICABLE)
BUDGETARY INFORMATION: Are funds budgeted? X YES ❑ NO if yes,
TOTAL DOLLAR AMOUNT: $222,114.00 ® EXPENSE ❑ REVENUE
SOURCE OF FUNDS: CIP PROJECT NO.313233 FIRE -RESCUE NEW APPARATUS ACQUISITION ACCOUNT
CODE(S) 289401-840
If grant funded, is there a City match requirement? ❑ YES ❑ NO AMOUNT: N/A
Are matching funds Budgeted? ❑ YES ❑ NO Account Code(s):
TERMS OF CONTRACT:
Effective Date: No contract. '
Escalating Clause, if any:
Contract Period (s):
Penalties, (if any), for termination:
Payment terms:
If grant funded, list restricts :>n°/requirements, if applicable:
SUMMARY DESCRIPTION OF CONTRACT OR AGREEMENT
Is this an extension? ❑ YES ® NO
If YES, actual expenditures in previous contract Year $
JUSTIFICATION FOR CONTRACT OR AGREEMENT
(Include why it is needed, consequences if not authorized or approved and time constraints, if any.)
The purchase of one Pumper would allow the Department of Fire -Rescue to have no front line Pumpers more
than nine years old. The above mentioned Pumper is an in stock Unit, which closely meets our specifications. If
this purchase is approved, the Department will take delivery on this unit in about two weeks.
METHOD OF PURCHASE (If applicable)
] Telephone quotes M Single Purchase
20 Written quotes ❑ Short -Term Contract
] Negotiated Purchase ❑ Term of Contract
Sole Source (include documentation) ❑ Lease (Type: )
] Bid Waiver (include documentation) ❑ Other
Formal Bid/Proposal (include bid tabulation/proposal ranking)
?REVIOUS AWARDS OF BIDS (IF APPucABLE)
.rom most recent: 1)
2)
3)
OPROVAL• - - — " DATE:
o , Ci er
0PROV DATE:Z��I S'
tnancial Oversight Board
Z/VAe
99-/2
■
I
2
a:
�4'
JAM-29—SS 11.45 FROM.FIRE RESCUE
� nityq,
City of Miami Fire Rescue
1151 NW 7th Street
Miami, FL 33136
ID.30SS7SS290
PACE 1/1
Seetnmher 21 - , 19-2R—
PROPOSAL
FOR FURMSHING
4Z� FIRE APPARATUS
The undersigned is prepared to manufacture for you, upon an order being placed by you, for final acceptance by
Pierce Manefacturing, Inc., at its home office in Appleton. Wisconsin, the apparatus and equipment herein named and
for the following prices:
*Pierce Stock Saber 1250 GPM Pumper ED002, ED012, $ A 7 4 612,nn
and ED023 per the attached specifications
Price per unit $208,204.00
Options;
1. Motorola radio MCS2000 series model M01HX824W
complete with H37 Smartnet option, H45 Smartnet
Type 1 feature, remote mount with 17' cable,
weatherproof speaker at pump panel, Setcom
�'- headset for pump panel With MC2000 interface
Price per unit $3,645.00 10,935.00
*Stock units offered subject to prior sale
Total $ 635, 547.00 -
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 abort c e m b e r 19 jqrk"AV after re Pipt of this order and the acceptance thereof
at our office at Appleton, Wisconsin, and to be delivered to you at Miami , FT.
The specifications herein contained shall form a part of the final contract, and are subject to changes desired bythe
purchaser, provided such alterations are interlined prior to the acceptance by the company of the order to purchase, and
provided su-h 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 PM Pules 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 coats
incurred by first party because of future changes in or additions to said OT or NFPA standards will be passed along
to the customers as an addition to the price set forth above.
Unless accepted within 3o days from date, the right is reserved to t�tdraw this prsioeition.
L
By:
Mark Jobs
NG, INC.
99- 280
O
RATIFICATION OF
EMERGENCY
ITEM: One (1) 1999 Pierce Saber Pumper Truck
DEPARTMENT: Fire -Rescue
TYPE: Emergency purchase
RECOMMENDATION: It is recommended that the emergency purchase
from Pierce Manufacturing, Inc., waiving the
requirements for competitive sealed bidding
procedures, be ratified and approved, at an
amount of $222,1 14, with a contingency cost
of $13,910. Funds were allocated from
Capital Improvement Program "Fire -Rescue
New Apparatus Acquisition", Project No.
313233, Account Code No. 289401.6.840.
Di c4117
sib
Da
AwaraRadfyEmr
99- 280
,tr