Loading...
HomeMy WebLinkAbout05-19 RESOLUTIONOF FAYtrr lhR� 9 RKANS PS 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 05-19 File Number: 2018-0746 EMERGENCY VEHICLE SPECIALISTS, INC.: A RESOLUTION TO APPROVE THE PURCHASE OF A 2019 PIERCE VELOCITY LADDER APPARATUS FROM EMERGENCY VEHICLE SPECIALISTS, INC. IN THE AMOUNT OF $1,178,986.00 PLUS A PERFORMANCE AND PAYMENT BOND AT A COST OF $3,220.00, PURSUANT TO A HOUSTON-GALVESTON AREA COUNCIL COOPERATIVE PURCHASING CONTRACT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $25,000.00, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, the Fire Department needs to replace Unit 36, a 2004 E-1 Cyclone II Ladder Apparatus based on the recommendation of the Fleet Division; and WHEREAS, the City will receive a pre -pay discount of $43,143.00 in exchange for the purchase of a performance and payment bond at a cost of $3,220.00 which will allow the City to receive a net total discount of $39,923.00; and WHEREAS, the Fire Department recommends the purchase of a 2019 Pierce Velocity Ladder Apparatus from Emergency Vehicle Specialists, Inc. NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the purchase of a 2019 Pierce Velocity Ladder Apparatus from Emergency Vehicle Specialists, Inc. in the amount of $1,178,986.00 plus a performance and payment bond at a cost of $3,220.00, pursuant to a Houston - Galveston Area Council cooperative purchasing contract, approves a project contingency in the amount of $25,000.00, and authorizes Mayor Jordan to sign any contract or other document to execute and pay for this approved contract. Page 1 Printed on 114119 Resolution: 05-19 File Number: 2018-0746 Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 1/3/2019 Attest: Sondra E. Smith, City Clerk Treasurer `eoiIlsnIIIII � R K ������.• G�TY 0'•9s''�'� FAYETTEVI L L E : may: y '%y' ANJ -•\ � ,� IItlFllc Page 2 Printed on 114119 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2018-0746 Agenda Date: 1/3/2019 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 6 EMERGENCY VEHICLE SPECIALISTS, INC.: A RESOLUTION TO APPROVE THE PURCHASE OF A 2019 PIERCE VELOCITY LADDER APPARATUS FROM EMERGENCY VEHICLE SPECIALISTS, INC. IN THE AMOUNT OF $1,178,986.00 PLUS A PERFORMANCE AND PAYMENT BOND AT A COST OF $3,220.00, PURSUANT TO A HOUSTON-GALVESTON AREA COUNCIL COOPERATIVE PURCHASING CONTRACT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $25,000.00, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, the Fire Department needs to replace Unit 36, a 2004 E-1 Cyclone II Ladder Apparatus based on the recommendation of the Fleet Division; and WHEREAS, the City will receive a pre -pay discount of $43,143.00 in exchange for the purchase of a performance and payment bond at a cost of $3,220.00 which will allow the City to receive a net total discount of $39,923.00; and WHEREAS, the Fire Department recommends the purchase of a 2019 Pierce Velocity Ladder Apparatus from Emergency Vehicle Specialists, Inc. NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the purchase of a 2019_ Pierce Velocity Ladder Apparatus from Emergency Vehicle Specialists, Inc. in the amount of $1,178,986.00 plus a performance and payment bond at a cost of $3,220.00, pursuant to a Houston -Galveston Area Council cooperative purchasing contract, approves a project contingency in the amount of $25,000:00, and authorizes Mayor Jordan to sign any contract or other document to execute and pay for this approved contract. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 11412019 City of Fayetteville Staff Review Form 2018-0746 Legistar File ID 1/3/2019 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item David Dayringer 12/13/2018 FIRE (300) Submitted By Submitted Date Division / Department Action Recommendation: Approval of a resolution to purchase a new ladder fire apparatus for use by the Fayetteville Fire Department from G & W Diesel/EVS through the Houston -Galveston Area Council (HGAC) Contract # F512-17 Member #14-3975. The purchase amount will be $1,178,986.00 plus the performance and payment bond cost of $3,220.00 for a total of $1,182,206.00 using the bonded pre -pay net discount; Approval of a Contingency in the amount of $25,000; And Approval of a Budget Adjustment. 4470.300.8300-5802.00 Account Number 03019.1 Project Number Budgeted Item? Yes Budget Impact: Sales Tax Capital Fund Fire Apparatus Purchases Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? Yes Budget Adjustment Remaining Budget Project Title $ 1,000,000.00 [ $ 1,000,000.00 $ 1,182,206.00 $ 213,706.00 $ 31,500.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: with approval of contingency funds of $25,000, the total funds needed will be $1,207,206. ACT 833 Funds will be utilized for the purchase. The Budget Adjustment will allow for funds in Capital Project: Fire Apparatus Purchases Project #03019.1. CITY OF FAYETTEVILLE ARKANSAS MEETING OF JANUARY 3, 2019 TO: Mayor and City Council FROM: David Dayringer, Fire Chief DATE: December 13, 2018 CITY COUNCIL MEMO? SUBJECT: Approval of a resolution to purchase a new ladder fire apparatus for use by the Fayetteville Fire Department; Approval of a Contingency in the amount of $25,000; And Approval of a Budget Adjustment RECOMMENDATION: Approval of a resolution to purchase a new ladder fire apparatus for use by the Fayetteville Fire Department from G & W Diesel/EVS through the Houston -Galveston Area Council (HGAC) Contract # FS12-17 Member #14-3975. The purchase amount will be $1,178,986.00 plus the performance and payment bond cost of $3,220.00 for a total of $1,182,206.00 using the bonded pre -pay net discount; Approval of a Contingency in the amount of $25,000; And Approval of a Budget Adjustment. BACKGROUND: We will be replacing (fleet recommendation) unit 36, a 2004 E-1 Cyclone II Ladder Apparatus (Ladder 4). The replacement will be a 2019 Pierce Velocity Ladder Apparatus. The Fire Department's internal equipment committee has spent almost a year in developing specifications to customize a fire truck for Fayetteville's unique features such as narrow streets and mountainous terrain. This makes it the best buy for the City. They have chosen a unit from Pierce Manufacturing through G&W Diesel/EVS. DISCUSSION: The unit proposed for purchase is a 2019 Pierce Velocity Ladder Apparatus. The truck is designed and built to National Fire Protection Association (NFPA) 1901, Standard for Fire Apparatus. By adhering to these standards, the Fire Department is assured of getting the necessary required equipment. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: The quote from G&W Diesel/EVS through the HGAC Contract # FS12-17 is for one Pierce Velocity Ladder Apparatus for $1,222,129 with pre -payment discount of $43,143 minus the cost of $3,220 for the Performance and Payment Bond. This makes the amount $1,182,206. With approval of contingency funds of $25,000, the total funds needed will be $1,207,206. The Budget Adjustment will allow for funds in Capital Project: Fire Apparatus Purchases Project #03019.1. The approval of the Budget Adjustment will utilize current Act 833 funding and allow for the purchase of the new fire apparatus in January to receive the discount price before the February apparatus price increase. The purchase must occur prior to re -appropriations. This will enable the discounted purchase to occur. ATTACHMENTS: Purchasing Documentation; Budget Adjustment CONTRACT PRICING WORKSHEET HGA For MOTOR VEHICLES Only Contract FS12-17 No.: Date 11/08/18 Prepared: T_ his Worksheet is prepared by Contractor and given to End User. If a PO is issued, both documents MUST be faxed to H -GAC @ 713-993-4548. Therefore please type or print legibly. a"r"g City of Fayetteville, Fire Dept Agency: Contractor: ;Emergency Vehicle Specilists Contact iTom Good Person: Prepared ' SSCUIt Junes Phone: 1:479-575-8365 Phone: '479-422-6800 Fax: Fa:: Finait:tgoodta'Dfayettevifle-ar.gov Email: sionesagwevs.com Product '• TAO code: Description: Pierce Enforcer Chassis, 4 Door Full tilt Aluminum Cab & Body Tandem 110' Rear Platform A. Product item Base Unit Price Per Contractor's H -GAC Contract: t $901,609,00 B. Published Options - Itemize below - Attach additional sheet(s) if necessary - Include Option Code in description if applicable. (Note: Published Options are options which were submitted and priced in Contractor's bid.) Description Cost Description Cost 101 Add L Frame Liner $1,729.00 179 Spare Wiring x 7 $840.00 — --- — 106 TAK 4 Suspension ' $15,969.00 180 Radio Weatherband $1,168.00 119 Mud Flaps ' $578.00 183 Install Customer MDT with Wiring $993.00 120 Wheel Chocks and Mounts . $921.001191 Camera System Sides and Rear MIJX $2,151.00 125 Air inlet $690.00 195 Camera Stabilizer Placement $5,617.00 133 Detroit DD13 to Cummins ISX s $15,835.00 197 intcrcome System $5,216.00 143 Add Extended Bumper $2,641.00 199 Intercom Wired x 5 $2,535.60 145 Bumper Tray With Cover i $1,014.00 203 Kussmaul Charger € $1,746.00 147 Linex Bumper Coating a $398.00 207 Auto Eject IS AMP $491.00 153 Mounting Plate Engine Tunnel; $404.00 211 320 AMP Alternator $3,230.00 164 Upgrade SCBA Bracket Hands Free x 4 x $2,924.00 Subtotal From Additional Shect(s): $132,586.00 173 Enforcer to Velocity ':' $42,482,00 Subtotal B: $242,158.00 C. Unpublished Options - Itemize below / attach additional sheet(s) if necessary. (Note: Unpublished options are items which were not submitted and priced in Contractor's bid.) Description Cost Description Cost Subtotal From Additional Sheet(s): $83,183.00 `•. Subtotal C: $83,183.0, Check: Total cost of Unpublished Options (C) cannot exceed 25% of the total of the Base Unit! Price plus Published Options (A+B). For this transaction the percentage is: 7.27% D. Total Cost Before Any Applicable Trade -In / Other Allowances / Discounts (A+B+C) Quantity Ordered: X Subtotal of A + B + C: 1226950 = - — — Subtotal D: ' $1,226,950.00 E.11 -GAC Order Processing Charge (Amount Per Current Policy) Subtotal F.,• F. Trade-ins / Other Allowances / Special Discounts / Freight / Installation Description Cost Description Cost Chassis Pre -Payment Discount Good Customer Discount -$6,821.00 100% Pre -Payment Discount 1 443,143.00 Trade-in Allowance Performance Bond 1$3,220.00 Subtotal F: 1 -$46,744.00 Delivery Date:: G. Total Purchase Price (D+E+F): $1,182,206.00 PROPOSAL FOR FURNISHING FIRE APPARATUS November 8, 2018 City of Fayetteville, AR Fire Department The undersigned is prepared to manufacture for you, upon an order being placed by you, for final acceptance by Emergency Vehicle Specialists, at its home office in Memphis, Tennessee, the apparatus and equipment herein named and for the following prices: One (1) Pierce I l0' Aerial Plateform Mounted on an Velocity FR Chassis Per Our 1,222,129.00 Proposal Prepay Discount Available with Payment at time of order (43,143.00) Performance Bond 3,220.00 Total Price if Check is received with order Total $ 1,182,206.00 Said apparatus and equipment are to be built and shipped in accordance with the specifications hereto attached, delays due to strikes, war, or intentional conflict, failures to obtain chassis, materials, or other causes beyond our control not preventing, within about 12 months after receipt of this order and the acceptance thereof at our office at Memphis,Tennessee, and to be delivered to you at 303 W Center St, Fayetteville Ar. 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 of the order to purchase, and provided such 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 (DOT) rules and regulations 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 costs incurred by 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 80 days from date, the right is reserved to withdraw this proposition. Emergency Vehicle Specialists, Inc. By: AUTHORIZED S LES REPRESENTATIVE Scott Jones EMERGENCY VEHICLE SPECIALISTS City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 FIRE (300) 2019 (BY) Requestor: David Dayringer BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: This Budget Adjustment will take funding from Fire ACT 833 and move it into account 4470.300.8300-5802.00 Project #03019.1 Fire Apparatus Purchases to allow additional funding to complete the purchase of a 2019 Fire Apparatus from G & W Diesel/EVS through the Houston Galveston Area Council (Contract #FS12-17 HGAC Membership #14-3975) at the purchase price of $1,182,206 plus a $25,000 Contingency. Also, funds are being adjusted within project to allow for purchase in January, 2019 to receive discount price before February Apparatus Price Increase. COUNCIL DATE: 1/3/2019 LEGISTAR FILE ID#: 2018-0746 12/17/2018 10:05 All Budget Director Date TYPE: D - (City Council) JOURNAL #: GLDATE: 1/3/2019 RESOLUTION/ORDINANCE CHKD/POSTED: TOTAL 316,502 316,502 v.20181210 Increase / (Decrease) Proiect.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 4470.300.8300-5802.00 213,706 - 03019 1 EX Vehicles & Equipment - base 4470.001.9470-4999.97 110,910 RE Use Fund Balance - Prior 1010.300.3020-7602.47 102,796 33047 1 EX "Transfers To Funds - Capital Improvem 1010.300.3020-4308.00 102,796 33047 1 RE Public Safety Acts - Fire Act 833 4470.300.8300-6602.01 - 102,796 03019 1 RE Transfer from Fund -General R\Budget Adjustments\2019_Budget\City Council\01-03-2019\2018-0746 BA Fire Apparatus Purchase 1 of 1 05 Ip Bond No. 9306953 Fidelity and Deposit Company of Maryland HOME OFFICE 3910 KESWICK ROAD BALTIMORE, MARYLAND 21211 PERFORMANCE AND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, THAT, G & W Diesel Services, Inc. dba Emergency Vehicle Specialists 892 Kansas Memphis, TN 38106 Fidelity an epos)Company of Maryland (hereinafter called Principal), as Principal and 1299 Zurich Way, 5th Floor, Schaumburg, IL 60196-1056 a corporation organized and existing under the laws of the State of MD with its principal office in the City of Schaumburg, IL , (hereinafter called Surety) as Surety are held and firmly bound unto City of Fayetteville (hereinafter called the Owner) and to all persons who furnish labor or material directly to the Principal for use in the prosecution of the work hereinafter named, in the just and full sum of One Million Two Hundred Twenty Two Thousand One Hundred Twenty Nine Dollars and 00/100 Dollars ($1,222,129.00 to the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREA , the Principal has entered into a certain written contract with the Owner, dated the 15 day of-JW1tA-4 y , .701 , for One (1) Pierce Velocity Aerial Ascendant 11 0'Tandem Platform which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall fully indemnify the Owner from and against any failure on his/her part faithfully to perform the obligations imposed upon him/her under the terms of said contract free and clear of all liens arising out of claims for labor and material entering into the work, and if the said Principal shall pay all persons who shall have furnished labor or material directly to the Principal for use in the prosecution of the aforesaid work, each of which said persons shall have a direct right of action on this instrument in his/her own name and for his/her own benefit, subject, however, to the Owner's priority, then this obligation to be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that no action, suit or proceeding shall be had or maintained against the Surety on this instrument unless the same be brought or instituted and process served upon the Surety within two years after completion of the work mentioned in said contract, whether such work be completed by the Principal, Surety or Owner; but if there is any maintenance or warranty period provided in the contract for which said Surety is liable, an action for such maintenance or warranty may be brought within two years from the expiration of said maintenance or warranty period, but not afterwards. IN WITNESS WHEREOF the said Principal and Surety have sijzned and sealed this instrument this Bond Number 9306953 Obligee: City of Fayetteville ZURICH. AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by Michael P. Bond, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Sarah E. DeYoune , its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of April, A.D. 2017. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND VOID t►{ Gas �•� SEAL Looe vim By: Michael P. Bondti *'r+ Vice President 19)ablhli 4 C4, BGG ,, By. Dawn E. Brown Secretary State of Maryland County of Baltimore On this 24th day of April, A.D. 2017, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Michael P. Bond, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 9, 2019 90pNCBl" zG i `ofpOTARy\&, f 1i r�,tl ��,Abaeto t?;r r a5-1 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this I!r day of 1'nW aA- y , 20_M. SEAL Q .. tn► �.* �"� tone >� � .rr Michael C. Fay, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.zurichna.com/en/claims William Watts Submitted By City of Fayetteville Staff Review Form 2019-0709 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 10/21/2019 Submitted Date Action Recommendation: Pierce Fire Apparatus Purchase FIRE (300) Division / Department Staff requests the Mayor's approval of change order items connected to Resolution #05 -19 --Pierce Fire Apparatus Purchase (Replacement Ladder Truck) to allow for payment of Change Order #48860 in the amount of $4,922.05. 4470.300.8300-5802.00 Account Number 03019.1 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? NA Budget Impact: Sales Tax Capital Fund Fire Apparatus Purchases Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget $ 1,214,147.00 $ 1,182,932.67 $— 31,214.33 $ 4,922.05 �$26,292.28 V20180321 Purchase Order Number: 2019-00000119 Previous Ordinance or Resolution # Resolution #05-19 Change Order Number: Approval Date: 10/23/19 Original Contract Number: Comments: The total amount of $1,182,206 was paid by Purchase Order 42019-00000119 in January, 2019. Change Orders add an additional amount of $4,922.05 which is covered in the contingency amount approved by Resolution #05-19. The Change Order amount can be paid with Purchasing Card. CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Jordan FROM: William Watts, Assistant Fire Chief DATE: October 21, 2019 STAFF MEMO SUBJECT: Approval of Change Order Items for Pierce Apparatus Purchase per Resolution #05-19 RECOMMENDATION: Staff requests the Mayor's approval of change order items connected to Resolution #05 -19 -- Pierce Fire Apparatus Purchase (Replacement Ladder Truck) to allow for payment of Change Order #48860 in the amount of $4,922.05. BACKGROUND: The new unit will be a 2019 Pierce Velocity Ladder Apparatus. The total amount of $1,182,206 was paid by Purchase Order #2019-00000119 in January,2019. Change Orders were made to the apparatus adding an additional amount of $4,922.05 which is covered in the contingency amount approved by Resolution #05-19. DISCUSSION: The truck is designed and built to National Fire Protection Association (NFPA) 1901, Standard for Fire Apparatus. NFPA standards spell out the necessary equipment required and the performance specifications for a certified fire apparatus. By adhering to these standards, the Fire Department is assured of getting the necessary required equipment. The Fire Department's internal equipment committee reviewed the specifications from Pierce Manufacturing and modified some of these specifications which create the Change Order #48860. BUDGET/STAFF IMPACT: The funds for the Apparatus change order items are budgeted and available in the Fire Apparatus Purchases Account 4470.300.8300-5802.00 Project #03019.1 Attachments: Change Order Summary Sheets, Resolution #05-19 Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Ems EMERGENCY VEHICLE SPECIALISTS 892 Kansan Street 1400 E.W. Martin Drive 3502 Dlrketeon Pike Memphis, TV 38106 Conway, AR 72032 Nmhvllle, TN 37207 Phone 901-948-1625 Phone 501-32744S(1 Phone 615-5261928 Fax 901-942-2724 Fax 501-327-3208 Fax 615-526-9605 Bill To: FAYETTEVILLE FIRE DEPT 303 WEST CENTER STREET FAYETTEVILLE AR 72701 I N V 0 1 C E Remit To: G&W Diesel/EVS P.O. Box 257 Memphis, TN 38101 Ship To: FAYETTEVILLE FIRE DEPT 303 WEST CENTER STREET FAYETTEVILLE AR 72701 Invoice # Order # Customer # Customer P.O. # Terms Salesperson Invoice Dt Order Ot 141117 48860 33598 TRUCK CHANGES NET 10TH PROX UPS 10/17/19 10/1719 ITL Units U/M Item Description Disc Unit Price Amount 1 EA 'PF 4922.05 4,922.05 CHANGES MADE TO TRUCK DURING FINAL INSPECTION Subtotal 4,922.05 Total Due 4,922.05 No returns on special orders. 20% restocking fee on items returned for credit. All %warranties on those parts are the manufacturer'; The eager, G&W Diesel Service. Inc ner" exprassy ci*clai n all Warranties, vtnet express orimplied,+,.n.1 -v Impliorl Warranty cf marchonrahiliN or fitness for a purticwai purpose, and G&W Diesel Serace, inc. neither assumes not authorizes ary ower person to assume lot it any iiabihry m connec0on Beth ine sale et hese pa0s.. This rlisdalmer cy the Seller. GSW Dies?l Service. Inc m no:+ay aNds; nae teir s of the manulacver's v ianN. e - - - - 9 0 ffd_,"= --- Z; 0, � ,. EMERGENCY VEHICLE SPECIALISTS Fire Apparatus Construction Change Report Customer: Fayetteville Fire Dept Job Number:33598 (Ladder 4) PRODUCT Change Veloicty 110 Aerial beginning contract amount $1,222,129.00 Pre -pay discount ($43,143.00) Performance Bond $3,222.00 Calulation Error ($2.00) PRE -CONSTRUCTION CHANGES 30434 Travel Stop Front Bumper 566101 Recess Dash 548007 Spare Wiring 548006 Spare Wiring 15 Amp 585914 Spare Wiring 20 Amp 548009 Spare Wiring 20 Amp 568733 Spare Wiring 5 Amp 783153 LED Headlights 648716 Halogen Headlights 774948 Changed Scene Light to Behind Crew Cab Door 775524 Changed Scene Light to Behind Crew Cab Door 600289 Shelf 9729 PAC Trac 540335 Toolboard 591914 Steps Front of Body 591145 XLAY Restraint 660087 XLAY Restraint 70431 Control Outlet Added My Mistake 510206 Siren Recessed Overhead 763058 Tomar 2 Lights 753188 Tomar 1 Light on Bracket 540804 Warning Lights Below Taillights 530282 Traffic Light Controller Overhead 678909 Stokes Basket 679332 Stokes Basket Smaller 782205 Aerial Color Metallic Charcoal 672 $264.00 $537.00 $207.00 ($103.00) ($291.00) $116.00 $87.00 ($1,857.00) $480.00 $265.00 $265.00 ($188.00) ($1,940.00) $1,174.00 ($663.00) ($530.00) $770.00 $0.00 $0.00 ($2,114.00) $1,453.00 $0.00 $34.00 ($2,051.00) $1,585.00 $216.00 $1,182,206.00 10/11/2019 107 Customer Change Form Final 10-9-19.xis EMERGENCY VEHICLE SPECIALISTS Fire Apparatus Construction Change Report Customer: Fayetteville Fire Dept Job Number:33598 (Ladder 4) 45625 Little Giant Ladder Storage $417.00 38596 Aerial Basket Stripping $519.00 766861 D Handle Hose Trough $135.00 653520 Camera R, RS ($977.00) 611300 Zone Defense DVR, R, LS, RS, F $4,500.00 764717 Compartment Cab $1,716.00 540367 Reprogram Tip and Tracking Lights (Final) $324.25 600289 Add Shelf to RS 1 (Final) $320.00 757682 Add Wire cover Wire in Compartment (Final) $0.00 4150 Extra Handrail $251.80 Change Order Total Owed $4,922.05 FINAL7TRACT PRICE +TRApE-IN $1,187,128.05 j / 1 /) Department Authorization: �� (•v�� Date: I O 10/11/2019 107 Customer Change Form Final 10-9-19.xls 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 05-19 File Number: 2018-0746 EMERGENCY VEHICLE SPECIALISTS, INC.: A RESOLUTION TO APPROVE THE PURCHASE OF A 2019 PIERCE VELOCITY LADDER APPARATUS FROM EMERGENCY VEHICLE SPECIALISTS, INC. IN THE AMOUNT OF $1,178,986.00 PLUS A PERFORMANCE AND PAYMENT BOND AT A COST OF $3,220.00, PURSUANT TO A HOUSTON-GALVESTON AREA COUNCIL COOPERATIVE PURCHASING CONTRACT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $25,000.00, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, the Fire Department needs to replace Unit 36, a 2004 E -I Cyclone II Ladder Apparatus based on the recommendation of the Fleet Division; and WHEREAS, the City will receive a pre -pay discount of $43,143.00 in exchange for the purchase of a performance and payment bond at a cost of $3,220.00 which will allow the City to receive a net total discount of $39,923.00; and WHEREAS, the Fire Department recommends the purchase of a 2019 Pierce Velocity Ladder Apparatus from Emergency Vehicle Specialists, Inc. NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the purchase of a 2019 Pierce Velocity Ladder Apparatus from Emergency Vehicle Specialists, Inc. in the amount of $1,178,986.00 plus a performance and payment bond at a cost of $3,220.00, pursuant to a Houston - Galveston Area Council cooperative purchasing contract, approves a project contingency in the amount of $25,000.00, and authorizes Mayor Jordan to sign any contract or other document to execute and pay for this approved contract. Page 1 Prtnted an 114119 Resolution: 05-19 File Number: 2018-0746 Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 1/3/2019 Attest: Sondra E. Smith, City Clerk Treasurer Page 2 Printed on 114119 -� City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 „ (479) 575-8323 * - Text File File Number: 2018-0746 Agenda Date: 1/3/2019 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 6 EMERGENCY VEHICLE SPECIALISTS, INC.: A RESOLUTION TO APPROVE THE PURCHASE OF A 2019 PIERCE VELOCITY LADDER APPARATUS FROM EMERGENCY VEHICLE SPECIALISTS, INC. IN THE AMOUNT OF $1,178,986.00 PLUS A PERFORMANCE AND PAYMENT BOND AT A COST OF $3,220.00, PURSUANT TO A HOUSTON-GALVESTON AREA COUNCIL COOPERATIVE PURCHASING CONTRACT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $25,000.00, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, the Fire Department needs to replace Unit 36, a 2004 E-1 Cyclone 11 Ladder Apparatus based on the recommendation of the Fleet Division; and WHEREAS, the City will receive a pre -pay discount of $43,143.00 in exchange for the purchase of a performance and payment bond at a cost of $3,220.00 which will allow the City to receive a net total discount of $39,923.00; and WHEREAS, the Fire Department recommends the purchase of a 2019 Pierce Velocity Ladder Apparatus from Emergency Vehicle Specialists, Inc. NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby approves the purchase of a 2019 Pierce Velocity Ladder Apparatus from Emergency Vehicle Specialists, Inc. in the amount of $1,178,986.00 plus a performance and payment bond at a cost of $3,220.00, pursuant to a Houston -Galveston Area Council cooperative purchasing contract, approves a project contingency in the amount of $25,000.00, and authorizes Mayor Jordan to sign any contract or other document to execute and pay for this approved contract. Scy.tion 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 1/4/2019 City of Fayetteville Staff Review Form 2018-0746 Legistar File ID 1/3/2019 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item David Dayringer 12/13/2018 FIRE (300) Submitted By Submitted Date Division / Department Action Recommendation: Approval of a resolution to purchase a new ladder fire apparatus for use by the Fayetteville Fire Department from G & W Diesel/EVS through the Houston -Galveston Area Council (HGAC) Contract # FS12-17 Member #14-3975. The purchase amount will be $1,178,986.00 plus the performance and payment bond cost of $3,220.00 for a total of $1,182,206.00 using the bonded pre -pay net discount; Approval of a Contingency in the amount of $25,000; And Approval of a Budget Adjustment. 4470.300.8300-5802.00 Account Number 03019.1 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? Yes Purchase Order Number: Change Order Number: Original Contract Number: Budget Impact: Sales Tax Capital Fund Fire Apparatus Purchases Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget $ 1,000,000.00 $ 1,000,000.00 $ 1,182,206.00 $ 213,706.00 $ 31,500.00 Previous Ordinance or Resolution # Approval Date: V20160321 Comments: With aoproval of contingency funds of $25,000, the total funds needed will be $1,207,206. ACT 833 Funds will be utilized for the purchase. The Budget Adjustment will allow for funds In Capital Project: Fire Apparatus Purchases Project 403019.1. f* CITY OF snob.FAYETTEVILLE ARKANSAS MEETING OF JANUARY 3, 2019 TO: Mayor and City Council FROM: David Dayringer, Fire Chief DATE: December 13, 2018 CITY COUNCIL MEMO SUBJECT: Approval of a resolution to purchase a new ladder fire apparatus for use by the Fayetteville Fire Department; Approval of a Contingency in the amount of $25,000; And Approval of a Budget Adjustment RECOMMENDATION: Approval of a resolution to purchase a new ladder fire apparatus for use by the Fayetteville Fire Department from G & W Diesel/EVS through the Houston -Galveston Area Council (HGAC) Contract # FS12-17 Member #14-3975. The purchase amount will be $1,178,986.00 plus the performance and payment bond cost of $3,220.00 for a total of $1,182,206.00 using the bonded pre -pay net discount; Approval of a Contingency in the amount of $25,000; And Approval of a Budget Adjustment. BACKGROUND: We will be replacing (fleet recommendation) unit 36, a 2004 E-1 Cyclone II Ladder Apparatus (Ladder 4). The replacement will be a 2019 Pierce Velocity Ladder Apparatus. The Fire Department's internal equipment committee has spent almost a year in developing specifications to customize a fire truck for Fayetteville's unique features such as narrow streets and mountainous terrain. This makes it the best buy for the City. They have chosen a unit from Pierce Manufacturina throuah G&W Diesel/EVS. DISCUSSION: The unit proposed for purchase is a 2019 Pierce Velocity Ladder Apparatus. The truck is designed and built to National Fire Protection Association (NFPA) 1901, Standard for Fire Apparatus. By adhering to these standards, the Fire Department is assured of getting the necessary required equipment. Mailing Address: 113 W. Mountain Street www_fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: The quote from G&W Diesel/EVS through the HGAC Contract # FS12-17 is for one Pierce Velocity Ladder Apparatus for $1,222,129 with pre -payment discount of $43,143 minus the cost of $3,220 for the Performance and Payment Bond. This makes the amount $1,182,206. With approval of contingency funds of $25,000, the total funds needed will be $1,207,206. The Budget Adjustment will allow for funds in Capital Project: Fire Apparatus Purchases Project #03019.1. The approval of the Budget Adjustment will utilize current Act 833 funding and allow for the purchase of the new fire apparatus in January to receive the discount price before the February apparatus price increase. The purchase must occur prior to re -appropriations. This will enable the discounted purchase to occur. ATTACHMENTS: Purchasing Documentation; Budget Adjustment CONTRACT PRICING WORKSHEET ZHGACBWFor MOTOR VEHICLES Only Contract No : FS12-17 Date Prepared: i 11/08/18 This Workshed is prepared by Contractor and given to End User. If a PO is issued, both documents MUST be faxed to H -GAC a4 713-993-4548. Therefore please type or print legibly, sayl'R ;City ofFayetteviIle, Fire Dept Agency: Contractor: -:Emergency Vehicle Specilists i c°.duct iTom Good Penna: Prepared {Stolt Jones at,t Phone: '479-575-8365 Phone: 1479-422-6800 Fac: 1 r Fa-: t F -it: Itgood) i$ etteyille-af.goy. Email: I$ nes NwpVS.COrii Product TAOS De-erlptinn: i Pierce Enforcer Chassis, 4 Dour Full tilt Aluminum Cab & Body Tandem 110' Rear Platform A. Product item Base Unit Price Per Contractor's H -GAC Contract: S901,609.00 B. Published Options - Itemize below - Attach additional sheet(s) if necessary - Include Option Code in description if applicable. (Note: Published Options are options which were submitted and priced in Contractors bid.) Description { Cost Description Cost 101 Add I. Frame Liner } $1,729,00 179 Spare Wiring x 7 [ $840.00 106'I'AK 4 Suspension f $15,969.00 180 Radio Wealherband $1,168.00 119 Mud Flaps z $578.00 183 Install Customer MDT with Wiring $993.00 120 Whccl Chocks and Mnunts ; $921.001191 Camera System Sides and Rear MUX $2,151.00 125 Air inlet $690.001195 Camera Stabilizer Placement E 55,617.00 l33 Detroit DD 13 to Cummins ISX I $15,835.001197 Inlercome System i $5,216.04 143 Add Extended Bumper $2,641.001199 Intercom Wired x 5 ` $2,535.00 145 Bumper Tray With Cover $1,014.001203 Kussmoul Charger 1 51,746.00 147 Linex Bumper Coating $398.001207 Auto Fject 15 AMP $491.00 j 153 Mounting Plate Engine Tunnel $404.001211 320 AMP Alternator $3,230.00 164 Upgrade SCBA Bracket Hands Free x 4 I $2,924.00 Subtotal Front Additional Sheet(s): .5132,586.00 173 Enforcer to Velocity 1 $42,482,00 Subtotal A: i X242,156.00 C. Unpublished Options - Itemize below / attach additional sheet(s) if necessary. Note: Unpublished options are items which were not submitted and priced in Contractor's bid.) Description ( Cost Description j Cost Subtotal From Additiunol Sheet(s): $83,193,00 # Subtotal C: ? $83,183.00 Check: Total cost of Unpublished Options (C) cannot exceed 25% of the total of the Base Unit# For this transaction the percentage is: IL 7.27 /, Price plus Published Options (A+B), D. Total Cost Before Any Applicable Trade -In 1 Other Allowances / Discounts (A+R+C) QuantityOrdered: 1 X Subtotal of A + B+ C: 1226950 - Subtotal D: $1,226,950.00 JG. 11 -GAC Order Processing Charge (Amount Per Current Policy) Subtotal F.: s $2,1100.00 F. Trade -Ins / Other Allowances / Special Discounts / Freight / Installation Description Cost Description Cost Chassis Pre-I'aymcnt Discount i Gand Customer Discount $6,821.00 1001/4 Prc-Payment Discount 1 -$43,143.00 Trade-in Allowance Performance Bond ±$3,220 00 Subtotal F: ? -$46,744.00 Delivery Date:' G. Total Purchase Price (D+E+F): 151,182,206.04 PROPOSAL FOR FURNISHING FIRE APPARATUS November 8, 2018 City of Fayetteville, AR Fire Department The undersigned is prepared to manufacture for you, upon an order being placed by you, for final acceptance by Emergency Vehicle Specialists, at its home office in Memphis, Tennessee, the apparatus and equipment herein named and for the following prices: One (1) Pierce 110' Aerial Plateform Mounted on an Velocity FR Chassis Per Our 1,222,129.00 Proposal ,...Prepay Discount Available with Payment at time of order (43,143.00) Performance Total Price if Check is received with order 3,220.00 Total $ 1,182,206.00 Said apparatus and equipment are to be built and shipped in accordance with the specifications hereto attached, delays due to strikes, war, or intentional conflict, failures to obtain chassis, materials, or other causes beyond our control not preventing, within about 12 months after receipt of this order and the acceptance thereof at our office at Memphis,Tennessee, and to be delivered to you at 303 W Center St, Fayetteville Ar. 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 of the order to purchase, and provided such 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 (DOT) rules and regulations 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 costs incurred by 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 80 days from date, the right is reserved to withdraw this proposition. Emergency Vehicle Specialists, Inc. B ,y (, t • Jrt.J_ AUTHORIZED SAILES REPRESENTATIVE Scott Jones EMERGENCY VEHICLE SPECIALISTS D 1397 Revised: 10/23/2017 City of Fayetteville, Arkansas - Budget Adjustment Form (t.egistar) Budget Year Division FIRE (300) Adjustment Number /Org2 2019 (BY) Requestor: David Dayringer BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: This Budget Adjustment will take funding from Fire ACT 833 and move it into account 4470.300.8300-5802.00 Project #03019.1 Fire Apparatus Purchases to allow additional funding to complete the purchase of a 2019 Fire Apparatus from G & W Diesel/EVS through the Houston Galveston Area Council (Contract #FS12-17 HGAC Membership #14-3975) at the purchase price of $1,182,206 plus a $25,000 Contingency. Also, funds are being adjusted within project to allow for purchase in January, 2019 to receive discount price before February Apparatus Price Increase. COUNCIL DATE: 1/3/2019 LEGISTAR FILE ID#: 2018-0746 Link H u tch.e w 12/17/2018 10:05 AM Budget Director Date TYPE: D - (City Council) JOURNAL #: n H:\Budget Adiusimenis\2019_Budgei\City Council\01-03-2019\2018-0746 BA Fire Apparatus Purchase I of I 1/3/2019 GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED: TOTAL 316,502 316,502 v.20181210 Increase / (Decrease) Proiecl.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 4470.300.8300-5802.00 213,706 - 03019 1 EX Vehicles & Equipment - base ._...._.__ ._... 4470.001.9470-4999.97 _ ._-.. 110,910 RE Use Fund Balance - Prior 1010.300.3020-7602.47 102,796 33047 1 EX *"Transfers To Funds - Capital Improvem 1010.300.3020-4308.00 102,796 33047 1 RE Public Safety Acts - Fire Act 833 4470.300.8300-6602.01 - 102,796 03019 1 RE Transfer from Fund - General n H:\Budget Adiusimenis\2019_Budgei\City Council\01-03-2019\2018-0746 BA Fire Apparatus Purchase I of I