Loading...
SR-12-10-2013-3HFW City of City ' i Report Santa Monica' City Council Meeting: December 10, 2013 Agenda Item: 3H To: Mayor and City Council From: Scott Ferguson, Fire Chief Subject: Purchase of One Air / Light / Rescue Utility Truck Recommended Action Staff recommends that the City Council authorize the City Manager to negotiate and execute a contract with Emergency Vehicle Group, Inc., a California -based company, in an amount not to exceed $720,000 for the purchase and delivery of a Rescue Utility truck. Executive Summary In June 2013, the City solicited Request for Proposals for the purchase of one new Air / Light / Rescue Utility truck. Due to a lack of responses, the City solicited Request for Proposals for a second time in September 2013 to ensure a fair competitive process. The second Request for Proposal solicitation included revised specifications, which were more flexible than the previous. Even with the revised specifications, only one bidder submitted a proposal. Staff recommends Emergency Vehicle Group, Inc. as the best bidder for the purchase and delivery of the vehicle in an amount of $720,000. The purchase would replace the existing Rescue Utility vehicle that is approaching the end of its useful life. Discussion The City replaces heavy Fire apparatus vehicles that have reached the end of their useful life through the Fire Vehicle Replacement Program within the Capital Improvement Program. The Rescue Utility designated for replacement is a 1994 vehicle currently being used by the City of Santa Monica Fire Department for emergency responses. The Rescue Utility is reaching the end of its useful life with rising repair cost and decreasing reliability. 1 Vendor Selection On June 3, 2013, the City published a Notice Inviting Requests for Proposals (RFP) to furnish and deliver one Air / Light / Rescue Utility truck built according to detailed specifications developed by the Fire Apparatus technical working committee, comprised of Firefighters and City Mechanics. The specifications in the request for proposal outlined the need for an emergency vehicle apparatus designed for Santa Monica's unique environment able to withstand the continuous use and wear encountered in providing urban area emergency service. Among the specifications for the vehicle, notable requirements included: ® Housing for a high capacity/ high - pressure air compressor. The compressed air is used to fill firefighter air bottles. It is also used to supply air to firefighters is a confined space. The RFP specified the need for air compression on this vehicle. • Exterior aluminum formed body type instead of the use of extrusions in vehicle's construction. An aluminum formed body type is consistent with other heavy apparatus vehicles used by the Santa Monica Fire Department and is repairable by a majority of body repair shops. Experience indicates, over the long term, aluminum formed body type is more durable and reduces the possibility of stress fractures, in turn reducing repair costs and time out -of- service. ® Cab and chassis specifications for a Spartan Gladiator model, although a custom cab /chassis was also deemed be acceptable with the approval of the Santa Monica Fire Department. Spartan Gladiator Model was the cab selection of the committee based on their evaluation of what was available in the market. According to purchasing data, 405 vendors were notified of the opportunity to respond to the Request for Proposals. Thirty -five vendors downloaded the proposal requirements and specifications. Proposer's questions were answered with an addendum posted on June 25, 2013. One complete proposal was received on July 12, 2013 as well as two No Bid responses. On September 24, 2013, the City published a second Notice Inviting Requests for Proposals to furnish and deliver one Air / Light / Rescue Utility truck. Specifications from the previous request for proposal were revised to allow for more flexibility on E certain specifications. Formed or extruded body types became eligible. The "no exception" stipulation was also removed from numerous specifications. According to purchasing data, during the second issuance of the Request for Proposals, 514 vendors were notified of the opportunity to respond to the Request for Proposals. Twenty -nine vendors downloaded of the proposal requirements and specifications. Proposer's questions were answered with an addendum posted on October 10, 2013. One complete proposal was received on October 24, 2013. All vendors that downloaded the specifications were contacted requesting feedback reasoning for not participating in the bid solicitation. One No Bid stated, it was due to their current factory production capacity and the two others indicated they were unable to meet the specifications. The bid was evaluated based on the price, product availability, selection, quality of material, and compliance with City specifications. Based on these criteria Emergency Vehicle Group, Inc. is recommended as the best bidder to provide the specified vehicle in accordance with City specifications. Financial Impacts & Budget Actions The contract to be awarded to Emergency Vehicle Group, Inc. is for an amount not to exceed $720,000. Funds are available in the FY2013 -14 Capital Improvement Program budget in account C010170.589000. Prepared by: Bruce Davis, Deputy Fire Chief Approved: Forwarded to Council: Scott F guson Rod Gould Fire Chief City Manager Reference: Contract No. 9843 (CCS)