| | | | | | | |  | Resolutions - C7 F
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 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 Ferno 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. |
| | | |
| | | | | | | | Legislative Tracking Fleet Management/Fire/Procurement |
| | | |
|