Loading...
Resolution 2019-30877 RESOLUTION NO. 2019-30877 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE WRITTEN RECOMMENDATION OF THE CITY MANAGER (AS SET FORTH IN THE CITY COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION), AND APPROVING THE PURCHASE OF TWO (2) HORTON RESCUE VEHICLES FROM REV TECHNICAL CENTER, PURSUANT TO THE COMPETITIVELY BID FLORIDA SHERIFFS ASSOCIATION CONTRACT FOR FIRE RESCUE VEHICLES AND RELATED EQUIPMENT, IN THE AMOUNT OF $407,861.20 (INCLUSIVE OF TRADE-IN CREDITS); FURTHER, AUTHORIZING THE TRADE-IN OF TWO 2005 INTERNATIONAL 4300LP RESCUE VEHICLES, FOR A TRADE-IN CREDIT OF $9,000; AND FURTHER, WAIVING, BY A • 5/7THS VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENT, FINDING SUCH WAIVER TO BE IN THE CITY'S BEST INTEREST, FOR THE PURCHASE, IN THE AMOUNT OF $223,964.66, OF THE REMAINDER OF THE NON-CONTRACT ITEMS NECESSARY TO EQUIP THE HORTON RESCUE VEHICLES TO MEET THE NEEDS OF THE FIRE DEPARTMENT; WITH THE FOREGOING HAVING A TOTAL PURCHASE PRICE OF $631,825.86. WHEREAS, the City of Miami Beach Fire Department, currently needs to purchase two (2)fire rescue units; and WHEREAS, the purpose of this purchase is to replace two (2) 2005 fire rescue units that are no longer cost effective, as the maintenance and repair costs have exceeded the original value of the units; and WHEREAS, the replacement of the new fire rescue units will allow the Fire Department to maintain the same total number of fire rescue units in its fleet; and WHEREAS, maintaining the current level of service by the Fire Department is vital for public health and in order to maintain the Fire Department's current accreditation ratings; and WHEREAS, the Fleet Department determined that the purchase of the Horton fire rescue units in the Freightliner chassis is in the City's best interest, as it matches the existing fleet, which will maximize efficiencies in training of staff, and improve operations by reducing overall down-time related to maintenance and repairs; and WHEREAS, the Procurement Department identified two (2) publicly awarded contracts for Horton fire rescue vehicles; and WHEREAS, the Procurement Department determined that, of these two contracts, the Florida Sheriffs Association (FSA) contract FSA18-VEF13.0 offers the best pricing for Horton rescue vehicles; and WHEREAS, the FSA contract was awarded to Rev Technical Center, staff obtained a quote from this vendor in the amount of$631,825.86 for two (2) Horton fire rescue vehicles; the quote includes ancillary items, or non-prep-priced (NPP) items, that are necessary for the completion of the purchase in the amount of$223,964.66; and WHEREAS, the total amount of the purchase includes a trade-in discount of $9,000 for the two (2) 2005 fire rescue units being replaced with this purchase; and WHEREAS, the Fleet Department has determined that the prices offered are fair, reasonable and consistent with previous purchases of similar equipment and the Administration recommends utilizing the FSA agreement for the purchase of the two (2) Horton rescue units. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, the Mayor and City Commission of the City of Miami Beach, Florida, accept the written recommendation of the City Manager (as set forth in the City Commission Memorandum accompanying this resolution), and approve the purchase of two (2) Horton rescue vehicles from Rev Technical Center, pursuant to the competitively bid Florida Sheriffs Association contract for fire rescue vehicles and related equipment, in the amount of $407,861.20 (inclusive of trade-in credits); further, authorize the trade-in of two 2005 international 4300Ip rescue vehicles, for a trade in credit of $9,000; and further, waive, by a 5/7ths vote, the formal competitive bidding requirement, finding such waiver to be in the City's best interest, for the purchase, in the amount of $223,964.66, of the remainder of the non- contract items necessary to equip the Horton rescue vehicles to meet the needs of the Fire Department; with the foregoing having a total purchase price of$631,825.86. PASSED AND ADOPTED this 17 day of ✓c!� 2019. Dan Gelber, Mayor ATTEST: dki Vt 1°t Long APPROVED AS TO Rafael E. Granado, City Clerk FORM&LANGUAGE &FOR EXECUTION B ri3.\11 ............. ' - 6! City Attorney 7p fJ Date 0 \:5- Q $*=INCORP ORATED: Resolutions -C7 F MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: July 17, 2019 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE WRITTEN RECOMMENDATION OF THE CITY MANAGER (AS SET FORTH IN THE CITY COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION), AND APPROVING THE PURCHASE OF TWO (2) HORTON RESCUE VEHICLES FROM REV TECHNICAL CENTER, PURSUANT TO THE COMPETITIVELY BID FLORIDA SHERIFFS ASSOCIATION CONTRACT FOR FIRE RESCUE VEHICLES AND RELATED EQUIPMENT, IN THE AMOUNT OF $407,861.20 (INCLUSIVE OF TRADE-IN CREDITS); FURTHER,AUTHORIZING THE TRADE-IN OF TWO 2005 INTERNATIONAL 4300LP RESCUE VEHICLES, FOR A TRADE-IN CREDIT OF $9,000; AND FURTHER, WAIVING, BY A 5/7TH VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENT, FINDING SUCH WAIVER TO BE IN THE CITY'S BEST INTEREST, FOR THE PURCHASE, IN THE AMOUNT OF $223,964.66, OF THE REMAINDER OF THE NON-CONTRACT ITEMS NECESSARY TO EQUIP THE HORTON RESCUE VEHICLES TO MEET THE NEEDS OF THE FIRE DEPARTMENT; WITH THE FOREGOING HAVING A TOTAL PURCHASE PRICE OF $631,825.86. RECOMMENDATION Adopt the Resolution accepting the written recommendation of the City Manager(as set forth in the city commission memorandum accompanying this resolution)approving the purchase of two (2) Horton rescue vehicles-from Rev Technical Center, pursuant to the competitively bid Florida Sheriffs Association contract for fire rescue vehicles and related equipment, in the amount of $407,861.20; and, waiving, by a 5/7ths vote, the formal competitive bidding requirement, finding such waiver to be in the City's best interest, for the remainder of the non-contract items necessary to equip the Horton rescue vehicles to meet the needs of the fire department, in the amount of $226,964.66; further, authorizing the trade-in of two 2005 International 4300LP rescue vehicles in the amount of$9,000, for a total purchase value of$631,825.86. ANALYSIS The City's Fire Department seeks to purchase two (2) 2019 Custom Horton Medium Duty Ambulances on 2020-Freightliners chassis to be utilized by the Fire Department. These rescue units will replace two (2)2005 Medtec rescue units on International 4300LP chassis currently in Page 281 of 1502 circulation that are no longer cost effective as the maintenance and repair costs have exceed the original value. The Fleet Department determined that the Horton fire rescue units in the Freightliner chassis is in the City's best interest as it matches the existing fleet, which will maximize efficiencies in training of staff, and improve operations by reducing overall down-time related to maintenance and repairs. The Procurement Department identified two (2) publicly solicited and awarded contracts for Horton fire rescue vehicles: 1)the Sarasota County Contract 2013-496 which provides a$1000 discount per rescue unit; and 2) the Florida Sheriffs Association (FSA) contract FSA18- VEF13.0 which established a fixed price of $214,430.60 per unit. The FSA unit price includes a 5% discount from MSRP, representing $11,285.84 in savings. The FSA contract was competitively solicited and awarded to Rev Technical Center for purchase of rescue vehicles and other equipment. Staff does not believe that it is in the City's best interest to process an separate Invitation to Bid (ITB) as the City does not possess the expertise or buying power of the FSA who completes these type of competitive solicitations for all public agencies within the state. It is unlikely that a City solicitation would yield savings in excess of what is available through the FSA contract. Therefore, the Administration recommends piggybacking the FSA contract with Rev Technical Center as it offers the best pricing for Horton rescue vehicles. Accordingly, staff obtained a quote from Rev Technical Center, pursuant to the FSA contract pricing (see attached quote). The quote includes contract pricing for the base rescue units, less applicable discounts. Additionally, the quote includes ancillary items, or non-pre-priced (NPP) items, that are necessary to furnish the vehicles in accordance with the needs of the Fire Department. The NPP items include mechanical upgrades and additional equipment required by Fire to perform its services, such as the Femo stretchers used to load, unload and transport patients. The required additional NPP items amount to a total of $226,964.66 for the two (2) Horton fire rescue units. Further, the quote includes a trade-in discount of$9,000 for the two (2) 2005 fire rescue units that are being replaced with this purchase. The Fleet Department has determined that the trade in value is fair, reasonable and consistent with previous purchases of similar equipment. CONCLUSION It is the recommendation of the Administration that the Mayor and City Commission of the City of Miami Beach, Florida, accepting the written recommendation of the City Manager approving the purchase of two (2) Horton rescue vehicles from Rev Technical Center, pursuant to the competitively bid Florida Sheriffs Association contract for fire rescue vehicles and other equipment, in the amount of $407,861.20, further and waiving, by a 5/7ths vote, the formal competitive bidding requirement, finding such waiver to be in the City's best interest, for the ancillary items necessary to complete the Horton rescue vehicles in the amount of$226,964.66; and further, authorizing the trade-in of two 2005 International 4300LP vehicles in the amount of $9,000,for a total purchase value of$631,825.86. FINANCIAL INFORMATION Expenditures will be based on previously approved funding. Page 282 of 1502 Legislative Tracking Fleet Management/Fire/Procurement ATTACHMENTS: Description ❑ Quote o Resolution Page 283 of 1502 ire= TECHNICAL CENTER powered by HALL-MARK RESCUE TRANSPORT PROPOSAL, Date:April 23,2019 This Proposal has been prepared for: Miami Beach Fire Rescue 2300 Pinetree Drive Miami Beach,FL 33140 • Hall-Mark RTC is pleased to offer Miami Beach Fire Rescue Two(2) 2019 Custom Horton Medium Duty Ambulances on a 2020 Freightliner M2 4-Door 4x2 Chassis. These vehicles shall be custom built and equipped in accordance with requirements of the City of Miami Beach Fire Rescue. Pricing is based on Florida Sheriff's Association Contract FSA Contract FSA18-VEF13.0, • Specification#03 Type 1 Ambulance-2 Wheel Drive MediumDuty(Dual Rear Wheel,Cab& Chassis). Delivery will be F.O.B. Miami Beach, FL and will be approximately 240-260 calendar days after receipt of the order. This proposal shall expire May 22,2019 unless extended in writing. FSA18-VEF13.0 Specification#03-Type 1 Ambulance $ 214,430.60 j 2 Wheel Drive Medium Duty Options and upgrades per Miami Beach Fire Rescue $ 66,793.10 FERNO INX Equipment $ 41,981.33 Dive,Tool Box,Fire Suppression and Other Equip. $ 3,207.90 Total Unit Price Before Trade $ 326,412.93 Trade: 2005 International—4300 LP Model . $ (4,500.00) Customer Loyalty Discount $ (6,000.00) Total Price Per Unit: $ 315,912.93 Total Unit Price Before trade: $. 326,412.93 2005 International-4300LP $ (4,500.00) Customer Loyalty Discount $ (6,000.00) $ 315,912.93 Total Price for(2)Units: $ 631,825.86 Sally Wilson &itcount Manager Date 725 SW 46th AV 61r ala,FL 34474 (352)875-8601 iDaniels. irector.of Sales } Date -725 SW 46th ,Ocala,FL 34474 (352)629-6305 REVgroup.com Page 284 of 1502 •