Loading...
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�'