HomeMy WebLinkAboutRESOLUTION 1982-001�I
CITY OF RENAI
RESOLUTION NO. 82-1
A RESOLUTION OF THE
COUNCIL OF THE
CITY OF RENAI, ALASKA,
AUTHORIZING THE AWARD OF CONTRACT
FOR THE PURCHASE OF A CFR
VEHICLE FOR AIRPORT
FOR $249,003.
WHEREAS, the Council
of the City of
Kenai has authorized the
purchase of a Crash
Fire Rescue (CFR) Vehicle for the Airport,
and
WHEREAS, bids were
received from four
firms and opened on
Wednesday, October
28, 1981, and were
as follows:
Critical Specifications
Company
Bid Price
Not Met by Bidder
Fire & Technical
$235,750.00
1. No pressure -proportioning
Equipment
system for foam operations
2. No hydraulic power divider
Emergency One
$266,713.00
1. No power divider.
$240,938.00
2. Water tank not 304
stainless steel
Fire-X
$233,334.00
1. No p.assure-proportioning
system for foam operations
2. No hydraulic power divider
Howard Cooper
$249,003.00
All Critical Specifications
Corporation
were met
WHEREAS, the three lower bids do not meet critical bid
specifications necessary to meet the needs of the City, and
WHEREAS, the equipment specifications as offered by Howard Cooper
Corporation are in substantial conformance with the bid
specifications and will meet the needs of the City, and
WHEREAS, Howard Cooper Corporation with a bid of $249,003 is the
bid that is recommended for award by the Fire Chief, and
WHEREAS, Federal funding in the amount of 93.75% of the lowest
bid can be obtained provided that the Bidder agree to inclusion
of EEO specifications in a supplemental agreement, and
WHEREAS, acceptance of the bid of Howard Cooper Corporation is
the best interest of the City of Kenai.
NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF
KENAI, ALASKA, that a contract for CFR Vehicle for the Airport be
awarded to Howard Cooper Corporation for the bid price of
$249,003, provided that said bidder executes a supplemental
agreement specifically accepting additional specifications
including compliance with EEO requirements and that post approval
of specifications can be secured from the Federal Aviation
Administration.
PASSED BY THE COUNCIL OF THE CITY OF KEN , ALASKA, this 6th day
of January, 1982.
VINCENT O'REILLX, OR
ATTESTS
Weatthietain, City Clerk
2
I .
2
Please send us two copies of the conformed contract and a letter requesting
that we authorize you to issue a notice to proceed. We will return one set
of confomed specifications and a letter to your office authorizing you to
issue a notice to proceed.
In your letter to our office you asked us what can be done about disposing
of the current CFR vehicle when the new CFR truck is obtained. We cannot
find any record where this CFR truck was purchased with Federal funds;
�� .. therefore, you may sell it, give it away or whatever you wish.
Sincerely,
_ Kenneth k. moore, P.E.
Chief, Safety & Standards Branch
Airports Division
:o
CITY OF KENt.I
FIRE DEPARTMENT
BOX 598 • KENA1. ALASKA 99611
November 30, 1981
TO: laWilliam Brighton, City Manager
FROM: j,J y W. A. Winston, Fire Chief
SUBJECT: CPR Vehicle Bids
Bids were publicly opened on October 28, 1981 at 3:00 pm at Kenai
City Hall. Four (4) bids were received; all bids are under our
estimated cost.
All of the bidders have taken exceptions to the specifications,
some to a greater degree than others.
There are twentyfour (24) pages of bid specifications, some quite
complex, so I will try to minimize the exceptions and show only
what we feel are major discrepancies: The lowest bid is $233,334.00
from Fire-X Corporation of Lynwood, California.
Our bid spec's call for a hydraulic power divider, driven by the
truck engine; Fire-X is proposing a power -take -off that we do not
feel is suitable for our operations. Our spec's require a balanced
pressure proportioning system for foam operations. Fire-X has
proposed a very basic foam eductor system that is inadequate for
our needs. Fire-X does not meet our painting specifications.
The next low bid is from Fire-Tec of Fort Worth, Texas with $235,750.78.
Here again, they propose an inadequate foam eductor system; they also
do not provide the power divider but, will use an auxiliary diesel
engine to drive the pump. This means two seperate engines to do the
job of one.
Emergency One of Ocala, Florida submitted two bids, one for $266,713.00
and one for $240,938.00 with the basic difference being in the size
and make of the diesel engines.
Emergency One has made a very attractive bid by including a 500 lb.
dry chemical extra capability; however, they do not meet the single
engine, power divider requirement - they propose two (2) separate
engines. They also are bidding an aluminum (1/4" marine grade)
neoprene coated water tank as opposed to the 304 stainless steel tank
as specified. Emergency I has never built a CFR vehicle before.
They have built many custom fire engines, aerial trucks, snorkles
and some industrial chemical trucks.
- a '
Page 2
TO: Wm. Brighton
I
Howard Cooper Corporation of Anchorage representing Oshkosh, has
submitted a bid of $249,003.00. This is the only bidder who will
provide the power divider as specified. They have taken exception
to the four (4) cycle diesel specification, but, this is not a
major concern; they only provide one (1) hosereel, front mounted
as opposed to two (2) side mounted as speci£i-d.
Oshkosh has a proven track rtco:d in the CFR field, world wide.
We recommend acceptance of Howard Cooper Corporation's bid proposal
of $249,003.00 FOB Kenai.
WAW/kh
2 attachments
■
BID OPENING TABULATION
Bid Item: Crash/Fire/Rescue Time: 3:00 P.M.
Location: Administrative Building Date: October 28, 1981
COMPANY AND REPRESENTATIVE BID PRICE
i ire and Technical Equipment $235,750.00
Ft. Worth, Texas
Emergency One $266,713.00 - Centurian 1500
- Ocala, Florida $240,938.00 - Centurian 1500
Fire-X $233,334.00
Lynwood, California
O'Neill - Seagraves None
t
Howard Cooper Corporation $249,003.00
Anchorage, Alaska FAAaaa�@ vsvj ,233,33* _ 2I g�vs0'Gz
,a.Q,,.,4 ao,zSz.38
REMARKS
Foam Eductor
2-Engines
Cummins VT903
2-Engines/Aluminum
Tank
With Power Take -off
Wrong Paint
Foam Eductor
with Deviations
Includes Everything
SV92T GMC
i
=n-
A:.t
,t
r,
r
f
-
4
I
yl
I
r A ;'^.n sfro7T1
i! November 24, 1981
Mr. Jim Swalley, Airport Manager
Kenai Airport, City of Kenai
Box 580
Kenai, Alaska 99611
Dear Mr. Swalley:
ADAP Grant, CFR Vehicle
We have received your letter dated October 30, 1981, which explained why
the specifications were advertised without the Federal Aviation Administration
(FAA) approval.
We would very much like to see the City of Kenai get a new fire truck and
there are several options that can be made; let the municipality pay for
the truck, reject all bids and readvertise, or post approve the specifi-
cations and authorize themunicipality to award the contract. We assume
the municipality does not wish to purchase the fire truck without Federal
funds. It would be awkward to readvertise as it would be necessary to
change the specifications which would be difficult with a fire truck. It
appears the best way to obtain a new fire truck is for us to post approve
the specifications. This letter is a conditional post approval of the
specifirations pending inclusion of the EEO specifications. We have en-
closed an approved copy of the specifications for your files. There is
no EEO stipulations included with your fire truck specifications and jt
is necessary to add EEO material to the specifications by a supplement
agreement to the contract. This should be done after the contract is
awarded; however, the bidder that you intend to award the contract to
should be informed of this change now. The supplement agreement must be
submitted to this office for our approval.
Our regulations prevent us from participation in any amount over the low
bidder. We have no objection to the award of the contract to the Howard
Cooper Corporation, however, we will participate in the amount of the
lowest bidder which is $233,334.00.
7370/Q ,a- 11V,7910,64 'ro
Pt 51Y.7g
Q Q3�'