Loading...
HomeMy WebLinkAbout18-20 RESOLUTIONF FAYETT gRKANS PSPS 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Resolution: 18-20 File Number: 2019-0902 EMERGENCY VEHICLE SPECIALISTS, INC. BOND PROJECT: A RESOLUTION TO APPROVE THE PURCHASE OF A 2020 PIERCE IMPEL FIRE ENGINE APPARATUS FROM EMERGENCY VEHICLE SPECIALISTS, INC. IN THE AMOUNT OF $629,244.00 PLUS A PERFORMANCE AND PAYMENT BOND AT A COST OF $1,790.00, PURSUANT TO A HOUSTON-GALVESTON AREA COUNCIL COOPERATIVE PURCHASING CONTRACT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $65,000.00, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, the Fire Department needs to replace Unit 33, 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 $20,771.00 in exchange for the purchase of a performance and payment bond at a cost of $1,790.00 and a good customer discount of $9,163.69 which will allow the City to receive a net total discount of $28,144.69.00; and WHEREAS, the Fire Department recommends the purchase of a 2020 Pierce Impel Fire Engine 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 2020 Pierce Impel Fire Engine Apparatus from Emergency Vehicle Specialists, Inc. in the amount of $629,244.00 plus a performance and payment bond at a cost of $1,790.00 pursuant to a Houston - Galveston Area Council cooperative purchasing contract, approves a project contingency in the amount of $65,000.00, and authorizes Mayor Jordan to sign any contract or other document to Page 1 Printed on 119120 File Number. 2019-0902 Resolution 18-20 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. PASSED and APPROVED on 1/7/2020 Attest: %VER K ����.• UTVO�•9J; Kara Paxton, City Clerk Treast �_ ;tq NS N f,fi0 Nr i O� Page 2 Printed on 119120 OFF�P/'Y`'E TTS of Arkansas Text FileFile 9RKn NSPS _ J, • . . Agenda Date: 1/7/2020 Version: 1 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 2 EMERGENCY VEHICLE SPECIALISTS, INC. BOND PROJECT: A RESOLUTION TO APPROVE THE PURCHASE OF A 2020 PIERCE IMPEL FIRE ENGINE APPARATUS FROM EMERGENCY VEHICLE SPECIALISTS, INC. IN THE AMOUNT OF $629,244.00 PLUS A PERFORMANCE AND PAYMENT BOND AT A COST OF $1,790.00, PURSUANT TO A HOUSTON-GALVESTON AREA COUNCIL COOPERATIVE PURCHASING CONTRACT, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $65,000.00, AND TO APPROVE A BUDGET ADJUSTMENT WHEREAS, the Fire Department needs to replace Unit 33, 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 $20,771.00 in exchange . for the purchase of a performance and payment bond at a cost of $1,790.00 and a good customer discount of $9,163.69 which will allow the City to receive a net total discount of $28,144.69.00; and WHEREAS, the Fire Department recommends the purchase of a 2020 Pierce Impel Fire Engine 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 2020 Pierce Impel Fire Engine Apparatus from Emergency Vehicle Specialists, Inc. in the amount of $629,244.00 plus a performance and payment bond at a cost of $1,790.00 pursuant to a Houston -Galveston Area Council cooperative purchasing contract, approves a project contingency in the amount of $65,000.00, 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 1/8/2020 City of Fayetteville Staff Review Form 2019-0902 Legistar File ID 1/7/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Brad Hardin 12/11/2019 FIRE (300) Submitted By Submitted Date Division / Department Action Recommendation: Approval of a resolution to purchase a new engine fire apparatus for use by the Fayetteville Fire Department from G & W Diesel/EVS through the Houston -Galveston Area Council (HGAC) Contract # FS12-19 Member #14-3975. The purchase amount will be $629,244.00 plus the performance and payment bond cost of $1,790.00 for a total of $631,034.00 using the bonded pre -pay net discount; Approval of a Contingency in the amount of $65,000; And Approval of a Budget Adjustment. 4610.860.7150-5802.00 Account Number 46100.7150.6200 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? Yes Budget Impact: Fire Project 2019 Bond Fund Fire Project 2019 Bonds - Fire Apparatus, Engine 6 Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget $ 10,588,135.00 $ 612,203.18 $ 9,975,931.82 $ 696,034.00 $ 9,279,897.82 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: With approval of contingency funds of $65,000, the total funds needed will be $696,034. Bond Funds will be utilized for the purchase. The Budget Adjustment will allocate the funds within the Fund of $696,034. �"� CITY OF WFAYETTEVILLE 4WARKANSAS MEETING OF JANUARY 7, 2020 TO: Mayor and City Council FROM: Brad Hardin, Fire Chief DATE: December 11, 2019 CITY COUNCIL N'ENO SUBJECT: Approval of a resolution to purchase a new engine fire apparatus for use by the Fayetteville Fire Department; Approval of a Contingency in the amount of $65,000; And Approval of a Budget Adjustment RECOMMENDATION: Approval of a resolution to purchase a new engine fire apparatus for use by the Fayetteville Fire Department from G & W Diesel/EVS through the Houston -Galveston Area Council (HGAC) Contract # FS12-19 Member #14-3975. The purchase amount will be $629,244.00 plus the performance and payment bond cost of $1,790.00 for a total of $631,034.00 using the bonded pre -pay net discount; Approval of a Contingency in the amount of $65,000; And Approval of a Budget Adjustment. BACKGROUND: We will be replacing (fleet recommendation) unit #33, a 2004 E -One Cyclone II Apparatus. The replacement will be a 2020 Pierce Impel Fire Engine Apparatus. The Fire Department's internal equipment committee has spent almost a year in developing specifications to customize fire trucks for Fayetteville's unique features such as narrow streets and mountainous terrain. This makes it the best buy for the City. They have chosen this unit from Pierce Manufacturing through G&W Diesel/EVS. DISCUSSION: The unit proposed for purchase is a 2020 Pierce Engine 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 # FS12-19 is for one Pierce Impel Fire Engine Apparatus for $650,015.00 with pre -payment discount of $20,771.00 minus the cost of $1,790.00 for the Performance and Payment Bond. This makes the amount $631,034.00. With approval of contingency funds of $65,000, the total funds needed will be $696,034.00. The Budget Adjustment will allow for funds in Fire Project 2019 Bonds—Fire Apparatus, Engine 6 46100.7150.6200. The approval of the Budget Adjustment will utilize Bond proceeds funding. and allow for the purchase of the new fire apparatus in January to receive the discount price before the February apparatus price increase. This will enable the discounted purchase to occur. ATTACHMENTS: Purchasing Documentation; Budget Adjustment 2 Oshkosh Corporation Classification - Restricted. CONTRACT PRICING WORKSHEET InKaw For MOTOR VEHICLES Only Contractj No.: FS12-19 Date t Prepared: 11/20/19 This 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. Buying 1City of Fayetteville, Fire Dept Agency: y contractor: :Emergency Vehicle Specilists Contact :Willie Watts Person: i. Prepared JScott Jones By: e Phone: 1479-675-8365 Phone: '479-422-6800 Fax: i Fax: t Email: =wwatts(ZDfayeffMdRgtgLgov .��: Wones gwevs.com Product . FS19VC07 Code: i Descr]ption: ; Pierce Enforcer, 4 Door Full Tilt Alum Cab, Alum Body, Single Axle, 1250 GPM Pump . Product Item Base Unit Price Per Contractor's H -GAC Contract: $492,768.0 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 4 Cost 102 Add frame liner custom 1 $1,814.00 167 mirrors change to bus style cab comer $3,125.0 105 upgrade to 22800# front axle $2,175.00 175 Electric windows $2,093.0 109 Tak 4 Suspension $16,965.00 188 upgrade SCBA bracket to hands free x : $3,068.0 117 Tire Chains rear Axle $4,368.00 192 cab windows factory tint $504.00 128 Wheel chocks and mounts pgimpel r p ' $19,843.0 $96600 199 Upgrade enforcer to . 129 Disc brakes front $1,247.00 208 Spare 12 volt power x 8 $952.00 140 Cummins L9 400h to 450h L9 - i $2,103.00 209 Radio Weatherband --- , P P $1 070.0 15l Aggressive Down Shift $143.00 212 Install customer MDT $1,041.0 i 159 Add Extended bumper $2,335.00 215 Install customer radio ¢ $947.0 : 164 Bumper equipment tray ' $2,135.00 222 camera system sides and rear $4,032.0 166 Linex bumper coating _ $417.00 Subtotal From Additional Sheet(s): 11 $84,963.0 174 Mounting plate on engine tunnel $505.00 Subtotal B: 1 $156,811.0 C. Unpublished Options - Itemize below / attach additional sheet(s) if necessary. Description ! Cost Description = Cost Subtotal From Additional Sheets . $0.0 i Subtotal C: $0.0 Check: Total cost of Unpublished Options (C) cannot exceed 25% of the total of the Base Unit'. For this transaction the percentage is: Price plus Published Options (A+B). O0 D. Total Cost Before Any Applicable Trade -In / Other Allowances / Discounts (A+B+C) 1 Quantity Ordered: 1 X Subtotal of A + B + C: 649579 11 IF -Subtotal D: 3 $_649,579.0 E. H -GAC Order Processing Charge (Amount Per Current Policy) .014778325 Subtotal E:: $9,599.6 F. Trade -Ins / Other Allowances / Special Discounts / Freight / Installation ----- -------- - - Description i CostDescription ? Cost Performance Bond _ $1,790.00 Aerial Pre -Payment Discount i 100% Pre -Payment Discount -$20,771.00 Good Customer Discount i -$9,163.69 1 Subtotal F._]_ -$28,144.69 Delivery Date: G. Total Purchase Price (D+E+F): 15631,034.00 PROPOSAL FOR FURNISHING FIRE APPARATUS November 14, 2019 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 Customer Pumper Impel Chassis Per Our Proposal $ 650,015.00 Prepay Discount (20,771.00) Performance Bond 1,790.00 This price includes $60,000.00 In Loose Equipment or Truck Changes Total Due With Check By 1-27-2020 Total $ 631,034.00 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 9 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 60 days from date, the right is reserved to withdraw this proposition. Emergency Vehicle Specialists, Inc. By: AUTHORIZED SALES REPRESENTATIVE Scott Jones EMERGENCY VEHICLE SPECIALISTS 1397 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /0rg2 FIRE (300) 2020 (BY) Requestor: Kevin Springer BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Approval of a resolution to purchase a new engine fire apparatus for use by the Fayetteville Fire Department from G & W Diesel/EVS through the Houston -Galveston Area Council (HGAC) Contract # FS12-19 Member #14-3975. The purchase amount will be $629,244.00 plus the performance and payment bond cost of $1,790.00 for a total of $631,034.00 using the bonded pre -pay net discount; Approval of a Contingency in the amount of $65,000; And Approval of a Budget Adjustment. ICOUNCIL DATE: 1/7/2020 LEGISTAR FILE ID#: 2019-0902 KevLwSpr►.n#er 12/11/2019 3:36 PM Budget Director Date TYPE: D - (City Council) JOURNAL #: 1/7/2020 RESOLUTION/ORDINANCE I GLDATE: CHKD/POSTED: TOTAL Account Number - - Increase / (Decrease) Expense Revenue Proiect.Sub# Project Sub.Detl AT v.20191211 Account Name 4610.860.7150-5802.00 631,034 - 46100 7150.6200 EX Vehicles & Equipment - base 4610.860.7150-5911.99 4610.860.7999-5899.00 65,000 - (696,034) - 46100 46100 7150.6200 EX 7999 EX Contingency - Capital Project Unallocated - Budget H:\Budget Adjustments\2020_Budget\City Council\01-07-2020\BA20 - 2019-0902 Fire Apparatus Bond.xlsm 1 of 1 Bond No. 9341111 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 IL with its principaloffice 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 Six Hundred Fifty Thousand Fifteen Dollars and 00/100 Dollars (50,015.00 ) 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. WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of , for One (1) Pierce Impel Pumper 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 shalt 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 SS WHEREOF the said Principal and Surety have signed and sealed this instrument this / ry day of1_, G & W Diesel Services, Inc. dba Emergency Vehicle Specialists iW tness: Principal *gyp OEPO Klv� 0 ideli and Deposit Company of Maryland Witness: Chthy Hutson— 0 Surety ra.. b lE9f} ; ' Sarah E. DeYoung Atto a In -Fact a.. Bond Number 9341111 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 Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, 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. DeYoung '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 19th day of June, A.D. 2019. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND SEAL 7 By: Robert D. Murray ���,d' Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 19th day of June, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, 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 sworn, 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. rU lLt`'✓'�?�; Constance A. Dunn, Notary Public '4,�'%i,•�x;;ps�.\� My Commission Expires: July 9, 2023 I WA9;TAO&24Is]�j&'Ew_\Y&Ke]At: I*Eel 12_li1I*� "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 attomey-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 day of 04 SEAL OAK Brian M. Hodges, 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.ret)ortsfclaims(@.zurichna.com 800-626-4577