Loading...
12-189 Resolution No. 12-189 RESOLUTION AUTHORIZING PURCHASE OF FOUR WHEELED COACH FIRE AMBULANCES FROM FIRE SERVICE, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that the purchase of four Wheeled Coach fire ambulances by the City of Elgin from Fire Service,Inc.be and is hereby authorized and approved in the total amount of$592,324,pursuant to the Fire Service, Inc. sales contract dated December 3,2012, a copy of such sales contract being attached hereto and made a part hereof by reference. BE IT FURTHER RESOLVED that Sean R. Stegall,City Manager,is hereby authorized and directed to execute necessary documents in conjunction with the purchase authorized herein. s/David J Kaptain David J. Kaptain, Mayor Presented: December 14, 2012 Adopted: December 14, 2012 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk SALES CONTRACT This agreement made by and between FIRE SERVICE,INC (Company) and City of Elgin, IL (Legal Name of Buyer) 150 Dexter Ct. Elgin IL 60120 (Address) (City) (State/Province) (Zip /Postal Code) 1. ACCEPTANCE: The "Company" agrees to sell and the "Buyer" agrees to purchase the ambulance and equipment described in the Wheeled Coach specifications and made part of this contract, in accordance with the terms and conditions listed on contract pages 1, 2, and 3. 2. DELIVERY: The ambulance shall be ready for delivery within approximately 50-90 calendar days, after the receipt and signed acceptance of this contract at the Wheeled Coach Corporate Headquarters, Winter Park, FL. The Company cannot be held liable for penalties and/ or delays due to strikes, failures to obtain materials, fires, accidents, force majeure, or any other causes beyond the Company's control. In order to establish a stable design, procurement, and build schedule, a Buyer change order cutoff date of eight (8) Days from the date of the execution of the contract will be enforced. Changes in major components, configuration, or other items that may change the major components or configuration, (e.g.: Chassis, Motor, Transmission, Wheel Base) will not be allowed after the contract execution date. If inability to obtain exclusive or brand name materials causes completion or delivery problems, the Company shall advise the Buyer of said problem. The Company resolves to examine alternative sources of said material. Material substitutions shall be mutually agreed upon by the Buyer and the Company. No substitutions shall be made without the execution of a written change order by the Buyer. 3. CHANGE ORDERS: Changes to the contract may be requested by the Buyer after the execution of the contract according to Section 2 of this document. Changes shall be reviewed for cost and schedule impact by the Company. Changes shall be sequentially numbered. Change Orders shall be prepared by the Company and executed by the Buyer. The price of the apparatus shall be adjusted to take into account any Change Orders. Any and all Change Orders may extend the completion and delivery of the ambulance. FSI Sales Contract, Page 1 of 3 Original (03-10-2006) Sales Policy Manual Attachment F 4. SPECIFICATIONS: The Company agrees that all material and workmanship in and about this apparatus shall comply with the hereto attached Wheeled Coach proposal dated December 3`a Purchase of four(4) 2011 F450 4x4 Type I Wheeled Coach Firemedic Ambulances k 152,081.00 Trade Credit for two (2) Marque Ambulances (2003 and 2004 model year) $8,000.00 each, ($4000,00 credit per unit ordered) Ambulnace Total $608,324.00 Trade Credit ($16,000.00) Net Purchhse $592,324.00. 5. WARRANTY: Shall be as proposed in the attached Wheeled Coach specifications. 6. PRICE: The Buyer shall pay, as a purchase price for the ambulance(s), the sum of Five Hundred Ninety Two Thousand, Three Hundred Twenty Four dollars and 00/100 or 5592 2,�.4.00. All prices are less any applicable local, state, or federal taxes which may be applied to the apparatus proposed. NOTE: Payment shall be made only to: Fire Service,Inc. 9545 North Industrial Drive Saint John, Indiana 46373 7. TERMS OF PAYMENT: F.O.B. St. John, IN. Zero down payment, full payment at delivery via wire transfer or municipal check. The purchase price payment reflects US dollars and does not include any authorized change orders which, if applicable, shall be paid at time of final inspection and signed acceptance. b) No payment of any amount shall be made payable to a sales representative without written approval from the company. C) It is agreed that the ambulance and equipment covered by this contract shall remain the property of the Company and not be placed in service until the entire contract price has been paid. d) A copy of the Buyer's tax-exempt certificate, if applicable, shall be submitted with this signed contract. 8. FIRE SERVICE, INC requires, and the Customer agrees, that the unit shall be inspected and/or delivered within seven(7) days of notice that the unit had been completed. FSI Sales Contract, Page 2 of 3 Original (03-10-2006) Sales Policy Manual Attachment F 9. CANCELLATION: This contract is subject to cancellation by Buyer only upon payment to Company of reasonable cancellation charges, which shall take into account expenses already incurred and commitments made by Company. This contract, to be binding, must be signed by an officer of Fire Service, Inc or a person authorized, in writing, by Fire Service, Inc. to do so. 10. TAG-ON / ADDITIONAL ORDERS: At its sole discretion, the COMPANY may allow the terms of this contract to be extended to both the BUYER and similar agencies for the purchase of a similar unit(s) under similar terms for a period of one (1) year from the date of the execution of this contract. Should the COMPANY choose to exercise this option, it shall be permitted to adjust the contract pricing to account for equitable price adjustments associated with the change in the cost of the materials used to produce the unit. Such adjustments will be based upon the Producer Price Index (PPI) for fire trucks and / or heavy transportation equipment or by itemizing price changes expected by the company from the component vendors. If there are any changes between the unit(s) purchased via this contract and any subsequent orders, those changes must be documented via properly signed and executed change orders, including any necessary price adjustments. If the purchasing agency is not the BUYER, a separate contract will be required to complete the additional purchases. This contract, including its appendices, embodies the entire understanding between the parties relating to the subject matter contained herein and merges all prior discussions and agreements between them. No agent or representative of the Company has authority to make any representations, statements, warranties, or agreements not herein expressed and all modifications of amendments of this agreement, including any appendices, must be in writing signed by an authorized representative of each of the parties hereto. No surety of any performance bond given by the Company to the Buyer in connection with this Agreement shall be liable for any obligation of the Company arising under the Standard Warranty. IN WITNESS WHEREOF, the Buyer and the Company have caused this contract to be executed by their duly authorized representatives this 3rd day of December, 2012. COMPANY BUYER Fire Service,Inc. City of Elgin,Illinois 9545 North Industrial Drive 150 Dexter Ct. Saint John,Indiana 46373 Elgin,IL 60120 219-365-7157 Phone 219-365-85 Fax B BY: ,r//, NAME: Jeff LeBeda NAME: can R. Ste al TITLE: Agent TITLE: City Manager r DATE:December 3. 2012 DATE: December 14, 2012 FSI Sales Contract, Page 3 of 3 Original (03-10-2006) Sales Policy Manual Attachment F . . �� � 1�BEF�� ��� �/TY �BL/NC�L E I N ` ___ LG .......... ... THE COrY |N THE SUBWRBS7 AGENDA ITEM: K4EET|NGDATE: Decennber5, 2012 ITEM: Joint Purchase Contract with Fine Service, Inc. for Four Wheeled Coach Fire Ambulances ($592,SI4, including trade-ins) OBJECTIVE: Provide reliable emergency transportation for those citizens needing emergency medical care. RECOMMENDATION: Award the contract to Fire Service, Inc. for the purchase of four Wheeled Coach ambulances under joint purchase agreement with the City ofRockford in the amount of $592,324.00, including trade-ins. BACKGROUND The fiscal constraints affecting the city during recent years have necessitated that the fire department extend the scheduled replacement of its vehicles. The extended ambulance in- service time has created some operational issues for the fleet. And with Sherman Hospital moving to its new location on Randall Road, the vehicle miles on the units have markedly increased. This proposal to purchase four ambulances will establish and up-to-date fleet that ensures continued safe and reliable emergency transportation toarea hospitals. Rockford's fire department issued a request for proposal (RFP) in September that was sent to the country's leading ambulance manufacturers. Eight bid proposals were received with Wheeled Coach, Inc. submitting the lowest responsive proposal for the ambulances specified. Rockford awarded the contract in November. Rockford's agreement with Fire Service, Inc., the vendor of Wheeled Coach ambulances, allows other municipalities to jointly purchase under the contract. The city can purchase an ambulance under Rockford's contract an ambulances for $152,081, with the four ambulances totaling $608,324. The city will be receiving credit of $16,000 for trading in two ambulances, reducing the total purchase price to $592,334 or $148,O81 per ambulance. The Rockford ambulance specifications include the same floor plan, the same Ford Motor Company chassis and the same wheel base that are required by Elgin. The city's ambulance specifications cover the general requirements as to the type of construction and tests to which the ambulances must conform. Certain details relating to finish, equipment and layout with which the manufacturer must comply, are in the interest of obtaining the best results and the most affordable ambulance for the community. The city has purchased its last five ambulances from Wheeled Coach, Inc. The service and quality of workmanship has proven to be of the high standards required by the city. OPERATIONAL ANALYSIS Fire department staff including members of the fleet maintenance division, EMS division and fire administration worked to create ambulance specifications that both meet the community's needs and provide the best value for the city. Two of the purchases will replace ambulances that went into service in 2003. The third purchase replaces an ambulance activated in 2004. The fourth purchase will replace an ambulance that has been operating since 2006. It is anticipated that it will take approximately 45 to 90 days to construct the ambulances and an additional 30 to 60 to prepare the ambulances for emergency service and receive Illinois Department of Public Health certification. INTERESTED PERSONS CONTACTED None. FINANCIAL ANALYSIS The total cost of the agreement with Fire Service, Inc. for the purchase of four ambulances is $592,324 including a trade-in amount of$16,000 for the two 2003 ambulances being replaced. The other two ambulances are being transitioned into non-emergency vehicles for the public works division and the police department. It has been determined that while these vehicles are no longer suitable as front line patient transport vehicles, they have useful life in a non- emergency setting. The trade in value of the two vehicles is $19,000. Purchasing new vehicles for non-emergency functions in the police and public works department would have been a much more expensive option for the city. Funding for the replacement of ambulances and the purchase of a Quint fire truck has been appropriated as part of the proposed 2013 Riverboat Fund budget. As such, awarding the contract to Fire Service, Inc. for the purchase of four Wheeled Coach ambulances is contingent upon the adoption of the 2013 Budget on December 14, 2012. 2 BUDGET IMPACT FUND(S) ACCOUNT(S) PROJECT AMOUNT AMOUNT AVAILABLE BUDGETED Riverboat 275-0000-791.92-48 289578 $1.360,000 $1,360,000 LEGAL IMPACT Section 5.02.020(B) of the General Provisions of the Procurement Ordinance permits "purchases made pursuant to any joint purchasing program sponsored by the State or other governmental agency." ALTERNATIVE COURSES OF ACTION 1. Reject the contract pricing and direct staff to go out for bids. This would delay delivery and most likely would result in increased costs. 2. Not purchase the replacements and retain the old equipment for one more year. NEXT STEPS Execute contract agreement. Originators: Pierre Soulier, Fleet Maintenance Supervisor Firefighter John P. Fahy, Fire Chief Final Review: Colleen Lavery, Chief Financial Officer William A. Cogley, Corporation Counsel/Chief Development Officer Richard G. Kozal, Assistant City Manager/Chief Operating Officer Sean R. Stegall, City Manager ATTACHMENTS A. Proposal Tabulation Sheet B. Wheeled Coach's Contract Agreement C. Trade in Letter for Replaced Equipment Al 3 CITY OF ROCKFORD TABULATION OF BIDS Bid On: 4 Ambulances Bid No.: 1012-F-140 Opening: 10/24/12 BIDDERS Taylor Made N. Central N. Central Fire Service Fire Service Jefferson Alexis Foster Coach Emerg. Veh. Emerg.Veh. Wheeled Coach Road Rescue ITEM Newport,AR Plainfield, IL Plainfield, IL St. John, IN St. John, IN Middleton, WI Alexis, IL Sterling, IL Total For 4 :: :::;:::: 2013 559,328.00 776,932.00 773,400.00 747,648.00 717,200.00 617,648.00 692,148.00 2012 687,796.00 2011 672,596.00 Total Appendix A 295,132.42 295,132.42 295,132.42 295,132.42 295,132.42 295,132.42 295,132.42 295,132.42 Grand Total: 2013 854,460.42 1,072,064.42 1,068,532.42 1,042,780.42 1,012,332.42 912,780.42 987,280.42 2012 982,928.42 2011 967,728.42 OPTION: Multi-Year Vehicle Purchase 2014 139,832.00 194,233.00 193,935.00 177,967.00 192,519.00 191,900.00 not more than 6,000.00 to 2015 139,832.00 194,233.00 193,935.00 184,195.00 198,294.00 194,300.00 3% per year 8,000.00 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ADDENDUM X X X X I X I X X X EEO's X X X X X X X X 'A lW_ � SALES CONTRACT This agreement made by and between FIRE SERVICE,INC (Company) and City of Rockford, IL (Legal Name of Buyer) 425 E. State St. Rockford IL 61104 (Address) (City) (State/Province) (Zip/Postal Code) 1. ACCEPTANCE: The "Company" agrees to sell and the "Buyer" agrees to purchase the ambulance and equipment described in the Wheeled Coach specifications and made part of this contract, in accordance with the terms and conditions listed on contract pages 1, 2, and 3. 2. DELIVERY: The ambulance shall be ready for delivery within approximately 60-90 calendar days, after the receipt and signed acceptance of this contract and confrimed build orders at the Wheeled Coach Corporate Headquarters, Winter Park, FL. The Company cannot be held liable for penalties and / or delays due to strikes, failures to obtain materials, fires, accidents, force majeure, or any other causes beyond the Company's control. In order to establish a stable design, procurement, and build schedule, a Buyer change order cutoff date of eight (8) Days from the date of the execution of the contract will be enforced. Changes in major components, configuration, or other items that may change the major components or configuration, (e.g.: Chassis, Motor, Transmission, Wheel Base) will not be allowed after the contract execution date. If inability to obtain exclusive or brand name materials causes completion or delivery problems, the Company shall advise the Buyer of said problem. The Company resolves to examine alternative sources of said material. Material substitutions shall be mutually agreed upon by the Buyer and the Company. No substitutions shall be made without the execution of a written change order by the Buyer. 3. CHANGE ORDERS: Changes to the contract may be requested by the Buyer after the execution of the contract according to Section 2 of this document. Changes shall be reviewed for cost and schedule impact by the Company. Changes shall be sequentially numbered. Change Orders shall be prepared by the Company and executed by the Buyer. The price of the apparatus shall be adjusted to take into account any Change Orders. Any and all Change Orders may extend the completion and delivery of the ambulance. FSI Safes Contract, Page 1 of 3 Original(03-10-2006) Sales Policy Manual Attachment F PDF created with pdfFactory trial version www.pdffactory.com 4. SPECIFICATIONS: The Company agrees that all material and workmanship in and about this apparatus shall comply with the hereto attached Fire Service Inc. /Wheeled Coach bid response dated October 24,2012. (4)Type 1 2012 Ford F450 4x4 Ambulances and Items in Appendix A of Bid# 101.2-F-140 5. WARRANTY: Shall be as proposed in the attached Wheeled Coach specifications. 6. PRICE: The Buyer shall pay, as a purchase price for the ambulance(s), the sum of Nine Hundred Eighty Two Thousand, Nine Hundred Twenty Eight dollars and 00/100 or $ 982.928.42. All prices are less any applicable local, state, or federal taxes which may be applied to the apparatus proposed. NOTE: Payment shall be made only to: Fire Service,Inc. 9545 North Industrial Drive Saint John, Indiana 46373 7. TERMS OF PAYMENT: F.O.B. St. John, IN. Zero down payment,full payment at delivery via wire transfer or municipal check. The purchase price payment reflects US dollars and does not include any authorized change orders which, if applicable, shall be paid at time of final inspection and signed acceptance. b) No payment of any amount shall be made payable to a sales representative without written approval from the company. C) It is agreed that the ambulance and equipment covered by this contract shall remain the property of the Company and not be placed in service until the entire contract price has been paid. d) A copy of the Buyer's tax-exempt certificate, if applicable, shall be submitted with this signed contract. 8. FIRE SERVICE, INC requires, and the Customer agrees, that the unit shall be inspected and/or delivered within seven(7)days of notice that the unit had been completed. 9. CANCELLATION: This contract is subject to cancellation by Buyer only upon payment to Company of reasonable cancellation charges, which shall take into account expenses already incurred and commitments made by Company. FSI Sales Contract, Page 2 of 3 Original(03-10-2006) Sales Policy Manual Attachment F PDF created with pdfFactory trial version www,pdffactory.com This contract, to be binding, must be signed by an officer of Fire Service, Inc or a person authorized, in writing,by Fire Service,Inc.to do so. 10. TAG-ON / ADDITIONAL ORDERS: At its sole discretion, the COMPANY may allow the terms of this contract to be extended to both the BUYER and similar agencies for the purchase of a similar unit(s)under similar terms for a period of one (1)year from the date of the execution of this contract. Should the COMPANY choose to exercise this option, it shall be permitted to adjust the contract pricing to account for equitable price adjustments associated with the change in the cost of the materials used to produce the unit. Such adjustments will be based upon the Producer Price Index (PPI) for Fire trucks and / or heavy transportation equipment or by itemizing price changes expected by the company from the component vendors. If there are any changes between the unit(s) purchased via this contract and any subsequent orders, those changes must be documented via properly signed and executed change orders, including any necessary price adjustments. If the purchasing agency is not the BUYER, a separate contract will be required to complete the additional purchases. This contract, including its appendices, embodies the entire understanding between the parties relating to the subject matter contained herein and merges all prior discussions and agreements between them. No agent or representative of the Company has authority to make any representations, statements, warranties, or agreements not herein expressed and all modifications of amendments of this agreement, including any appendices, must be in writing signed by an authorized representative of each of the parties hereto. ` No surety of any performance bond given by the Company to the Buyer in connection with this Agreement shall be liable for any obligation of the Company arising under the Standard Warranty. IN WITNESS WHEREOF, the Buyer and the Company have caused this contract to be executed by their duly authorized representatives this 19'h day of November, 2012. COMPANY BUYER Fire Service, Inc. City of Rockford,IL 9545 North Industrial Drive 425 E State St. Saint John,Indiana 46373 Rockford, IL 61104 219-365-7157 Phone 219-365-8572 Fax BY: AM lt&o(a BY: NAME: Jeff LeBeda NAME: Anne k/(l ko (&�» TITLE: Agent TITLE: 1 I�Y1�( Ct t-h'1a Ett�} DATE:November 19, 2012 DATE: (12. FSl Sales Contract, Page 3 of 3 Original(03-10-2006) Sales Policy Manual Attachment F PDF created with pdfFactory trial version www.pdffactory.com a Emergency Vehicle Sales and Service November 14, 2012 John Fahy Fire Chief FF Pierre Soulier Fleet Management Supervisor Elgin Fire Department 150 Dexter Ct. Elgin, IL 60120 Chief, Thank you for the opportunity to present proposals for new Type I ambulances for the Elgin Fire Department. Wheeled Coach, Fire Service, Inc. and I truly value the longstanding relationship with the City of Elgin and wish to continue our collaborative efforts in bringing quality and reliable ambulances to your community and department. We are proposing the following Wheeled Coach ambulances for your consideration. Pricing per specification provided including medi-kool units installed. Lettering additional. Pricing is current for 45 days on the units, 2011 and 2012 chassis are based upon availability. All factory and OEM discounts applied. Wheeled Coach Firemedic Type I (Delivery timetable 45-65 days after order confirmation) 1 unit 2 units 4 units 2013 F450 4x4 New EFD Specification $179,331.00 $179,331.00 $174,331.00 2012 F450 4x4 New EFD Specification $173,081.00 $159,081.00 $1 57,081.00 2011 F450 4x4 New EFD Specification $168,081.00 $154,081.00 $152,081.00 Additional Trade value: Marque Ambulances $8,000.00 ea. Wheeled Coach Ambulances: (2006) $10,000.00, (2004) $9,000.00 4 units total : $35,000.00/$8750.00 Per unit averaged. NET PRICING 4 UNITS WITH TRADES: (4) 2011 F450 4x4 New EFD Specification $143,331.00 ea. Terms: Zero Down, full payment at delivery FOB ST. John IN. I hope these prices assist you in your budget process. I look forward to working further with you and your staff to allow Fire Service, Inc. to again,provide you quality Wheeled Coach ambulances. Warm Regards, Jig Lt" Jeff LeBeda, Project Manager 9545 Industrial Drive North St.John,Indiana 46373 219-365-7157: Office Phone Website: www.freserviceinc.coni PDF createt!'vV/i ^PZf'fFWCtory trial version www.pdffactorYcom '- 11 - — — '-"'