Loading...
HomeMy WebLinkAbout7.e. Accept Bids/Award Contract - Aerial Platform Fire Truck CITY OF ROSEMOUNT EXECUTIVE SUMMARY FOR ACTION CITY COUNCIL MEETING DATE: APRIL 16, 1996 AGENDA ITEM: RECEIVE BIDS/AWARD CONTRACT FOR AGENDA SECTION: AERIAL PLATFORM OLD BUSINESS PREPARED BY: SCOTT AKER, FIRE CHIEF AGENDA rpEm # 7 E ATTACHMENTS: SEE BELOW APPROVED BY: On February 20, 1996, City Council authorized the fire department to prepare specifications and seek bids for the purchase of an aerial/platform fire truck. That was done. On Monday, April 8, 1996, bids were opened for the purchase of an aerial/platform. The vehicle was spec'd out to be a minimum of a 75 foot aerial. Three bids were received. One of the three companies that submitted a bid did so specifying a 75 foot aerial/platform. The other two bidders specified 100 foot aerial/platforms. Two of the bidders, the 75 foot LTI and the 100 foot Pierce met and/or exceeded the fire department's specifications. Jeff May, Finance Director, will be on hand for the meeting to present information on finance options. With an expenditure of this large amount and the possibility of delaying payments the lowest cost option is not always the most favorable economically. All options are being explored and that information should be available for the council meeting. Surrounding departments were contacted concerning a joint purchase of an aerial truck. Those cities that did respond did not see that it would be in their best interest to do so at this time. More information on the input that was received from other cities, and how a joint purchase would affect our insurance rating will also be presented at the council meeting. The fire department's recommendation would be to accept the bid for the 75 foot aerial/platform from LTI. If additional information prior to the council meeting, or clarification of any of this information would be necessary, please feel free to contact me. The following attachments were requested by various councilmembers and provided to all members: 1. Memo (Exhibit A) 2. Rosemount Bid Specification(Exhibit B) 3. Bids Received(Exhibit Cl, C2, C3) 4. Bid Tabulation Sheet(Exhibit D) 5. Letters/Survey (Exhibit E) 6. Shared Specialty Equipment(Exhibit F) RECOMMENDED ACTION: Motion to accept bids and award contract for a 75 foot aerial/platform truck to LTI. COUNCIL ACTION: MEMO EXHIIBIT A TO: Mayor and Councilmembers FROM: Scott Aker, Fire Chief DATE: April 16, 1996 RE: Aerial/Platform Fire Truck Purchase In addition to the information that is provided in the Executive Summary for Action, and the information that will be provided at the council meeting, various councilmembers asked for additional information and those exhibits are attached. After receiving authorization from City Council to go out for bids the fire department wrote the bid specifications. Those specifications were mailed to five different suppliers of aerial trucks. In addition, ads were placed allowing other bidders who we do not normally work with to bid on the truck also. As was indicated in the Executive Summary, two bidders bid 100 foot aerial trucks. One bidder submitted a bid for a 75 foot aerial truck. Two of the bidders, the 75 foot LTI and the 100 foot Pierce met or exceeded the fire department specifications. The 100 foot KME aerial truck did not meet specifications in all areas. The fire department's original recommendation was for a 75 foot aerial truck, however, the excellent bid that was received for a 100 foot aerial truck does warrant examination. The specifications that were sent out are attached and are labeled Exhibit B. The three bid proposals that were received for a 75 foot aerial/platform from LTI, a 100 foot aerial/platform from Pierce, and 100 foot from KME, are attached and labeled Cl, C2, C3 respectively. Each of those proposals includes fmancing options that are available by working with those manufacturers. A bid tabulation sheet comparing all three bidders is attached and labeled Exhibit D. At the time the city council authorized the fire department to write specs and seek bids, city council also requested surrounding cities be surveyed to see if there would be any interest in some type of a cost sharing on this vehicle. Administrator Burt sent out letters of explanation and sought other cities' input on this matter. One city (Lakeville) responded in writing. Their letter is attached and labeled Exhibit E. Three additional cities responded via their fire chiefs to myself. Those were the cities of Apple Valley, Hastings, and Farmington. Apple Valley indicated that they currently owned such a device that met their needs and when the city grew to such a size that an additional vehicle would be necessary it would fall under the category that they consider basic fire equipment that each city should have and a second vehicle would then be purchased by them for their use. Hastings responded in a similar manner in that they do currently have an aerial truck that meets their needs. They considered it basic equipment and hence would not be interested in sharing the equipment but readily expressed the desire to continue to offer it as an as needed basis via the mutual aid agreement as we would likewise reciprocate with an aerial truck to their city should it be needed. They also indicated that they saw that the one vehicle they had should meet their needs for quite some time into the future. The City of Farmington does not currently have an.aerial truck. They do have one planned in their five-year CIP. • Aerial/Platform Fire Truck Purchase Page 2 They indicated that they are not totally opposed to the idea of sharing a vehicle but from what they understand of the insurance ratings, many details would need to be worked out and the negatives of such an arrangement would far outweigh the positives. Commercial Risk Services, previously ISO, was contacted to find out what type of credit the City of Rosemount would receive if they jointly owned and operated such a device. All requests for information and evaluation of a city's capabilities must be done in writing according to their requirements. We explained to them that we were seeking to jointly own, operate, cost-share, and share the location of where such a vehicle would be housed and asked for their interpretation of how it would impact our insurance ratings. If the vehicle were to be shared by two cities such as Rosemount and Apple Valley for instance, where it could be stored close to the border, readily available to each city and on an automatic call-out system, there is a possibility of receiving close to 50 percent of the points that are available. This would require a closer look by Commercial Risk Services in that they indicated that it would have to be equally accessible to both cities, training would have to be by both cities, vehicle operation, radio operation, equipment, and the like would also have to be compatible with both cities. A second scenario where a city such as Rosemount would share a vehicle with a city such as Farmington that is somewhat removed in proximity, accomplishes very little towards improved insurance ratings. A scenario housing the aerial truck in Rosemount 75 percent of the time and in Farmington for 25 percent of the time with the accompanying costs to be divided accordingly, could possibly put the vehicle in the wrong city at the right time for 100 percent of the calls for which it would be needed to respond. Because of this, there would be almost no credit given, if any credit would be given at all for such a scenario. The effective use of the vehicle would be approximately the same scenario. At the February 20th presentation to the city council some questions were asked as to what equipment constituted basic firefighting equipment that all cities typically possess and what type of equipment was shared specialty equipment. As was indicated at that time, vehicles such as pumpers, aerials, tankers, and rescue trucks are considered basic equipment that each city owns. That is not to say that each city owns enough of each of those vehicles to handle every situation. That is the purpose of the mutual aid agreement to provide for those situations which are definitely above and beyond the normal. The mutual aid agreement calls for each city to respond to another city's request and that same courtesy would be reciprocated as needed. The mutual aid agreement also means that those cities could reciprocate with like equipment. That is to say if Rosemount had a large incident requiring two additional aerial trucks to be called in to the city, we should be able to reciprocate and respond back to that city should they have a like incident providing like or similar equipment. Other equipment that is somewhat specialized and yet needed by individual cities is shared also. Rosemount, for example, because of its large rural areas and long driveways requiring maneuverability has a hose truck that supplies hose from the road to the residence. Other cities have an occasional need for that type of a vehicle and we respond to their city and satisfy that need. Hastings, for example, has special needs because of their location along the river. They have quite a bit of equipment for cold water rescue and high level rescue. They would provide that equipment to us via the mutual aid agreement if we needed it but it is not a typical basic need for the City of Rosemount. A list of those specialty items that the various cities in the county have is attached and labeled Exhibit F. • Aerial/Platform Fire Truck Page 3 Our existing aerial truck is 22 years old. It was purchased in 1972 at a cost of approximately $69,000. At the current time it is in need of approximately $30,000 worth of repairs. We have explored the possibility of trading this vehicle towards the purchase of a new vehicle, and no one is currently interested. If a new aerial truck were to be purchased, the most viable means for disposal of our current vehicle would be to seek sealed bids for its purchase. F,or liability reasons we would need to disclose the problems and the estimated cost to repair those problems. In looking at those estimated costs to repair and the age of the vehicle, we would probably not expect large bids. Our last two trucks that we kept in service until they were 20 to 30 years old were sold by this means. Our Chevrolet pumper was sold for $1 and our Ford pumper was sold for$1,500. If a new aerial truck was not to be purchased at this time, we would see the current vehicle being disposed of in the same manner as the consensus of the fire department would be that it would not be worth repairing. This appeared to be the consensus of the city council on February 20th also. If there would be any additional information that you would require, please do not hesitate to contact me. Thank you for your consideration in this matter. dw ; " D .- BID TABULATIONS PAYMENT OPTIONS 75' LTI 100' PIERCE 100' KNEE Payment in full at time of contract $476,445.00 $528,000.00 - Phased payments $492,500.00 $540,235.00 Lease purchase ---------- $539,340.00 • Exilt1)%4--. �, L.'' Lu CVitiC March 14, 1996 Thomas D. Burt, City Administrator City of Rosemount 2875 - 145th St. W. P.O. Box 510 Rosemount, MN 55068-0510 Dear Tom: We appreciate the opportunity P to provide you with feedback regarding your in the joint purchase of an aerial platform _ inquiry about possible participation m � p p fire truck. The City of Lakeville explored a similar opportunity with the City of Apple Valley in 1988. Based on ISO provisions, we concluded then that neither department would receive full points towards the ISO ratings under joint ownership, a critical factor in assessing its merits. You might wish to contact ISO regarding this issue. We recognize the significant expense involved in acquiring this type of specialized firefighting equipment. However, Lakeville is expected to add two fire stations in the future to serve an expanding commercial/industrial base. Our population is expected to exceed 70,000 by the year 2020 within the 38-square- mile coverage. Again, we appreciate your sharing this opportunity with the City of Lakeville and look forward to continuing the long-standing mutual aid relationship between our communities. S'ncerely, I kk it RECEIVED ' Robert A. Erickson - MAR 15 199 City Administrator CITY Ur ctuaciviuuiv, cc: Mayor and City Council Barry Christensen, Fire Chief City of Lakeville 20195 Holyoke Avenue • P.O. Box 957 • Lakeville,MN 55044-0957 • (612) 469-4431 • Fax 469-3815 Recycled paper,soy ink ExhibIt ♦♦ II. } I 1 3 ; g 4 i y 3 s I CITIES I , EQUIPMENT 3 3 s _ or IA.V. I Burn.IEgn. 6 Nast.I Rsmti Farm.IM.H. Rand.;I.G.H. Lake.I S.S.P.;W.S.P ._ . ... ..�...,...g....�.... ...9,..._..._.. SERVICE 3 3 3 m. m. . . . . . ._. ._. m. . . m. . 3 ._. . .I I I a ; m . M . a. . ; ma _ .;. m m . . _ . . Haz-Mat I X I X 3 3 X Dive Team X , 3 X I X High Level Rescue X 3 3 _ 3 I.Command Van = 3 '. X _ _ X = 3 } Mobile SCBA Air $ s X X 3 X = 3 Boat 3 X X ; 4 3 , -j.....................�..................._. 3 + 3 X i X Jet-Ski 3 I x ; I Mobile Lighting ; X I I Chemical Truck X 3 3 3 3 ""'"' } 3 Hose Truck 3 3 3 3 3 X _ 3 Snowmobile �._. . ... . . . m. .. . .��. . . . . . . . . . . . . . . . . . . . . . . .�. . . } X X 3 3 .�._mm.r._._ _�._._._._._._ ATV _ _ 3 a _ _ _ Cold Water Resc 3 3 ' _. . . . . ._ n. . . b �. . . ,. . . . . . �. . . . . . 3. . �. . . . $ . . . �. �. . . . . a . . . . gi ; i } 3 3 I 3 I ' 3 3 3 ; Paramedics 3 X I 3 X 1 I 3 I Ambulance X , X = _ y X X ; i i 3 3 i ; 3 3 ' 4 d } ; 3 } ! I ; ' 3 ' III 3 4 4 3 I ; 3 I 3 3