HomeMy WebLinkAboutPS 2018-02-05 Item 2C - Purchase - Fire Department ApparatusCity of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO: Public Safety Committee
FROM: Jay C. Wittwer, Fire Chief
BY: Chris Flores, Assistant Fire Chief, Marty Roberts, Battalion Chief
CC: Mayor Ekberg
DATE: 01/30/18
SUBJECT: Fire Department Apparatus Purchase.
ISSUE
The Fire Department seeks approval for the purchase of fire apparatus under an existing
Interlocal Contract for Cooperative Purchasing.
BACKGROUND
Two Fire Pumper/Engines and one Aerial Ladder Truck are scheduled for purchase.
The 2017-2036 Public Safety Bond will fund this purchase. Discounted pricing is available
through an existing cooperative agreement. HGACBuy ILC No.:13-3364 is open and subject to
automatic renewal, and was approved by Council on 01/22/13, and was assigned City of
Tukwila Contract #13-027. The apparatus manufacturer, Pierce Manufacturing, had designated
January 31, 2018 for a 3% price increase on all fire apparatus. Pierce has agreed to extend the
implementation of their price increase by 30 days.
DISCUSSION Purchase of this equipment is in alignment with the Public Safety Plan and
associated Bonding.
FINANCIAL IMPACT
The financial impact is $3,091,784.01 and is funded by the 2017-2036 Voter Approved Public
Safety Bond. The budget for these expenditures, with accounting for inflation, is $3,597,123.00.
Purchase after the price increase extension will result in approximately $93,000.00 in additional
charges.
RECOMMENDATION
The Council is being asked to approve the proposal and consider this item at the February 12,
2018 Committee of the Whole meeting and subsequent February 20, 2018 Regular Meeting.
ATTACHMENTS
-Discount Recap, Pumpers
-Discount Recap, Platform
-HGACBuy interlocal Contract for Cooperative Purchasing ILC No.: 13-3364/COT #13-027
35
36
January 30, 2018
City of Tukwila, WA
Two (2) Velocity PUC Pumpers DH462
Build Location: Appleton, Wisconsin
Proposal Price 5 1,557,611,00
lAinsAhnoton, saies tax T2;
V+Ia5hihgtch, Si.ate motor vehich. fax
10.00'% 155,761.10
0.30% 4,672.83
Total SJd Price Including Sales Tax $ 1,718,04493
Less chassis progress payment discount
The chassis progress payment in the amount of
0358,850.00 (S429,440.00 per Led) will be due three (3)
months, prior to the ready lor pick up from Ole factory dale.
(25,766.00)
Less payment upon completion @ factory discount (17,540.00)
• Deduct for 100% pre -payment with contract
if INS Option is elected, the discount is in addition to the
chassis progress payment discount and the payment upon
completion at the factory discount.
(35,290.00)
Subtotal including all pre -pay discounts 1,479,015.00
V.Va8Nrigtion atnte w/.11c,s
Mishingtan State, motor vehicle tax g
10 ern,
Total Bic! Price including Pre -Pay Discounts & Sates Tax
147,901.50
4,437.05
,631,353,55
Terms;
Based on the current delivery schedule the units would be ready for delivery from factory within 10 to 13 months after contract execution. Delivery is subject to
change pending Pierce's delivery schedule at order placement.
The HFE Tool Mounting Quote is included in the Proposal Price,
The above quote is subject to change.
A performance bond will be provided.
An invoice will be provided 30 days prior to the chassis payment due date if elected.
An invoice will be provided upon order processing for the 100% prepayment if elected.
The Purchasing Documents will be between Hughes Fire Equipment and the customer,
An annual price increase will go into effect for all orders processed after March 2, 2018. If order is not submitted prior to that date, a 3% price increase will be
required.
If payment discount options are not elected standard payment terms will apply: Final payment will be due 30 days after the units leave the factory for delivery. If
payment is not made at that time a late fee will be applicable.
Two (2) unit pricing is based on both units being purchased, manufactured, inspected and delivered al the same time. If units are not ordered, manufactured,
inspected and delivered at the same price revised pricing will be required.
The proposal price is based on the unit being purchased through HGAC This pricing is only valid for an FIGAC purchase on contract FS12-17.
Transportation of the units to be driven from the factory is included in the pricing. However, if we are unable to obtain necessary permits, due to the weight of the
units, and the units must be transported on a flat bed, additional transportation charges will be the responsibility of the purchaser. We will provide pricing at that
time if necessary,
Three (3) factory inspection trips for four (4) fire department customer representatives is included in the above pricing. The inspection trips will be scheduled at
times mutually agreed upon between the manufacture's representative and the customer. Airfare, lodging and meals while at the factory are included. If the
Department elects to forgo an inspection trip 51,850.00 per traveler (per trip) will be deducted from the final invoice,
37
1
iik)C.FILS MZIE COUIPMEN1
January 30, 2018
City of Tukwila, WA
One (1) Velocity 100PUC Platform DH464
Build Location: Appleton, Wisconsin
Proposal Price $ 1,394,474.00
'faJas.ffingtori 3) .j) sales tax fg,
Wasimagtort State Motgr vehicle tax Ccp
10(33. 139,447 40
0303. 4,183.42
Total Bid Price Including Sales Tax $ 1,536,104,82
Less chassis progress payment discount
The chassis progress payment in Me amount of
3497,2.3.00 will be due three (3) months prior to the ready
lor pick up from the factory date.
Less aerial device progress payment discount
The aerial payment in the amount of 0339,166:00 wit be due
two (2) months 9001 10 the ready for delivery from the factory
date
(14,920.00)
(6,783.00)
Less payment upon completion @ factory discount (16,493.00)
* Deduct for 100% pre -payment with contract
it this option is elected, the discount is in addition to the
chassis prOgreSS payment discount and tha payment upon
completion at the factory discount
(32,225.00)
Subtotal Including all pre -pay discounts 1,324,053 00
VataaNn9W ¶'<3' safes tax
Vf)faaNagton vhide tax f;'g
10.00% 132,405.30
0.30% 3,972.16
Total Bid Price Including Pre -Pay Discounts 8, Sales Tax $ 1,460,430.46
Terms:
Based on the current delivery schedule the unit would be ready for delivery from factory within 10 to 13 months after contract execution. Delivery is
subject to change pending Pierce's delivery schedule at order placement,
The HFE Toot Mounting Quote is included in the Proposal Price.
The above quote is subject to change.
A performance bond will be provided.
An invoice will be provided 30 days prior to the chassis and aerial payment due dates if they are elected.
The Purchasing Documents will be between Hughes Fire Equipment and the Customer.
An invoice will be provided upon order processing for the 100% prepayment if elected.
An annual price increase will go into effect for all orders processed after March 2, 2018. If order is not submitted prior to that date, a 3% price increase will
be required.
If payment discount options are not elected standard payment terms will apply. Final payment will be due 30 days after the unit leaves the factory fcr
delivery. If payment is not made at that time a late fee will be applicable.
The proposal price is based on the unit being purchased through HGAC. This pricing is only valid for an HGAC purchase on contract FS12-17.
Transportation of the unit to be driven from the factory is included in the pricing. However, if we are unable to obtain necessary permits, due to the weight
of the unit, and the unit must be transported on a Pat bed, additional transportation charges will be the responsibility of the purchaser. We will provide
pricing at that time if necessary.
Three (3) factory inspection trips for four (4) fire department customer representatives is included in the above pricing. The inspection trips will be
scheduled at times mutually agreed upon between the manufacture's representative and the customer. Airfare, lodging and meals while at the factory are
included. If the Department elects to forgo an inspection trip $1,850.00 per traveler (per trip) will be deducted from the final invoice.
38
INTERLOCAL CONTRACT
FOR COOPERATIVE PURCHASING
13-027
Council Approval 1/22/13
ILC
No.: $
Permanent Number assigned by H -GAC
THIS INTERLOCAL CONTRACT ("Contract"), made and entered into pursuant to the Texas Interlocal Cooperation Act,Chapter
791, Texas Government Code (the "Act"), by and between the Houston -Galveston Area Council, hereinafter referred to as "H -GAC,"
having its principal place of business at 3555 Timmons Lane, Suite 120, Houston, Texas 77027, and City of Tukwila
, a local government, a state agency, or a non-profit corporation
created and operated to provide one or more governmental functions and services, hereinafter referred to as "End User," having its
principal place of business at *6200 Southcenter Blvd, Tukwila. WA 98188
WITNESSETH
WHEREAS, H -GAC is a regional planning commission and political subdivision of the State of Texas operating under Chapter 391,
Texas Local Government Code; and
WHEREAS, pursuant to the Act, H -GAC is authorized to contract with eligible entities to perfonn governmental functions and
services, including the purchase of goods and services; and
WHEREAS, in reliance on such authority, H -GAC has instituted a cooperative purchasing program under which it contracts with
eligible entities under the Act; and
WHEREAS, End User has represented that it is an eligible entity under the Act, that its governing body has authorized this Contract on
Jan 22, 2013 (Date), and that it desires to contract with H -GAC on the terms set forth below;
NOW, THEREFORE, H -GAC and the End User do hereby agree as follows:
ARTICLE 1: LEGAL AUTHORITY
The End User represents and warrants to H -GAC that (I) it is eligible to contract with I -1 -GAC under the Act because it is one of the
following: a local government, as defined in the Act (a county, a municipality, a special district, or other political subdivision of the
State of Texas or any other state), or a combination of two or more of those entities, a state agency (an agency of the State of Texas as
defined in Section 771.002 of the Texas Government Code, or a similar agency of another state), or a non-profit corporation created
and operated to provide one or more governmental functions and services, and (2) it possesses adequate legal authority to enter into this
Contract.
ARTICLE 2: APPLICABLE LAWS
H -GAC and the End User agree to conduct all activitiesunder this Contract in accordance with all applicable rules, regulations,and
ordinances and laws in effect or promulgated during the term of this Contract.
ARTICLE 3: WHOLE AGREEMENT
This Contract and any attachments, as provided herein, constitute the complete contract between the parties hereto, and supersede any
and all oral and written agreements between the parties relating to matters herein.
ARTICLE' 4: PERFORMANCE PERIOD
2013
01 ,
The period of this Contract shall be for the balance of the fiscal year of the End User, which began * Janand
ends * Dec 31, 2013 This Contract shall thereafter automatically be renewed annually for each succeeding fiscal year,
provided that such renewal shall not have the effect of extending the period in which the End User may make any payment due an I -1 -
GAC contractor beyond the fiscal year in which such obligation was incurred under this Contract.
ARTICLE 5: SCOPE OF SERVICES
The End User appoints H -GAC its true and lawful purchasing agent for the purchase of certain products and services through the H -
GAC Cooperative Purchasing Program. End User will access the Program through HGACBuy.corn and by submission of any duly
executed purchase order, in the form presenbed by H -GAC to a contractor having a valid contract with H -GAC. All purchases
hereunder shall be in accordance with specifications and contract terms and pricing established by H -GAC. Ownership (title) to
products purchased through H -GAC shall transfer directly from the contractor to the End User.
(over)
(22 tit
fo2
39
ARTICLE 6: PAYMENTS
H -GAC will confirm each order and issue notice to contractor to proceed. Upon delivery of goods or services purchased, and
presentation of a properly documented invoice, the End User shall promptly, and in any case within thirty (30) days, pay H-GAC's
contractor the full amount of the invoice. All payments for goods or services will be made from current revenues available to the paying
party. In no event shall H -GAC have any financial liability to the End User for any goods or services End User procures from an H -
GAC contractor.
ARTICLE 7: CHANGES AND AMENDMENTS
This Contract inay be amended only by a written amendment executed by both parties, except that any alterations, additions, or
deletions to the terms of this Contract which are required by changes in Federal and State law or regulations are automatically
incorporated into this Contract without written amendment hereto and shall become effective on the date designated by such law or
regulation.
I -1 -GAC reserves the right to make changes in the scope of products and services offered through the H -GAC Cooperative Purchasing
Program to be performed hereunder,
ARTICLE 8: TERMINATION PROCEDURES
H -GAC or the End User may cancel this Contract at any time upon thirty (30) days written notice by certified mail to the other party to
this Contract. The obligations of the End User, including its obligation to pay H-GACs contractor for all costs incurred under this
Contract prior to such notice shall survive such cancellation, as well as any other obligation incurred under this Contract, until
performed or discharged by the End User,
ARTICLE 9: SEVERABILITY
All parties agree that should any provision of this Contract be determined to be invalid or unenforceable, such determination shall not
affect any other term of this Contract, which shall continue in full force and effect.
ARTICLE 10: FORCE MAJEURE
To the extent that either party to this Contract shall be wholly or partially prevented from the performance within the term specified of
any obligation or duty placed on such party by reason of or through strikes, stoppage of labor, riot, fire, flood, acts of war, insurrection,
accident, order of any court, act of God, or specific cause reasonably beyond the party' s control and not attributable to its neglect or
nonfeasance, in such event, the time for the performance of such obligation or duty shall be suspended until such disability to perform is
removed; provided, however, force majeure shall not excuse an obligtion solely to pay funds. Determination of force majeure shail
rest solely with H -GAC.
ARTICLE II: VENUE
Disputes between procuring party and Vendor are to be resolved in accord with the law and venue rules of the State of purchase.
THIS INSTRUMENT HAS BEEN EXECUTED IN TWO ORIGINALS BY THE PARTIES HERETO AS FOLLOWS:
City of Tukwila
Name or End User (local government, agency, or non-profit corporation)
* 6200 Southcenter Blvd,
Mailing Address
* Tukwila
City
WA 98188
State Z Code
*By:
Sigrature of i elcoed or appointe
* Jim Ha rton, Mayor
Typed Name & Title of Signatory
40
Jan, 2013
Date
Houston -Galveston Area Council
3555 Timmon c 120, n, TX 77027
Liy•
•xecutroe Director
Attest.
Date'
Manager
*Denotes required fields
rev. 03111
*Request for Information
To expedite service, please complete the following blanks relevant to your agency's administrative/elective
personnel and return the completed form to H -GAC, Cooperative Purchasing Pz)gr ram, P.OBox 22777
Houston. TX 77227-2777.
Name of End User Agency : City of Tukwila County Name .King County
(Municipality / County / District / etc.)
Mailing Address • 6200 Southcenter Blvd, Tukwila, WA 98188
(State)
(Street Address/P.O. Box)(City)
Main Telephone Number : f206-4371..:809 .' •,":'., • FAX NIL b 206 241-5561
(ZIP Code)
Physical Address 14000 Interurban Avenue South, Tukwila, WA 98168
(Street Address, ifdifferent from mailing address) (City)
www.ci.tukwila.wa.us
Web Site Address:
State
ZIP Code
Authorized Official: Jim Haggerton
Title: Mayor
(City manager / Executive Director / Ph No,:.r.20,04',agke;06;:..',1Y.'..-
Mailing Address: 6200 Southcenter Blvd
(Street Address/P.O. Box)
Tukwila WA 98188
(City) (State)
Jeff Morton
Official Contact'
Mailing Address:
• Tukwila
(ZIP Code)
(Purchasing Agent/Auditor etc.
14000 Interurban Avenue South
(Street Address/P.O. Box)
WA 98168
(City)
(State) (ZIP Code)
Official Contact: Bob Giberson
(Public Works Director/Police Chief etc.)
Mailing Address: 6300 Southcenter Blvd, Ste 100
Tukwila
(Street Address/P.O. Box)
WA 98188
(City) (State)
Pat Brodin
Official Contact:
(ZIP Code)
(EMS Director/Fire Chief etc.)
Mailing Address: 14000 Interurban Avenue South
Tukwila
(Street Address/P.O. Box).
WA Y8168
(City)
(State) (ZIP Code)
E -Mail Address : tanyataylor@tukwiIawa.gov
Fleet Superintendent
Title:
Ph No... 206433 866
Fx No.: 206.Y-24.14
Email Address : jpff rrinrtnnC)flikkAtilauta ortv
Operations Manager
Title:
ph Na.:
Fx No.
Email Address : pat.brodin@tukwilawa.qov
41
42