Loading...
HomeMy WebLinkAboutCOD-041-08 l;l{J!igglOn REPORT CORPORATE SERVICES DEPARTMENT Meeting: GENERAL PURPOSE AND ADMINISTRATION COMMITTEE {e.sdu\-.; 0"" *b,pn -iftf-k,-- og Date: July 7, 2008 Report #: COD-041-08 File#_ By-law # Subject: PURCHASE OF A PRE-BUILT PUMPER Recommendations: It is respectfully recommended that the General Purpose and Administration Committee recommend to Council the following: 1. THAT Report COD-041-08 be received; 2. THAT Fort Garry Fire Trucks Ltd, Winnipeg, Manitoba with a total bid in the amount of $306,106.00 (Plus GST) being the lowest responsible bidder providing a unit meeting terms, conditions and specifications of the Emergency and Fire Services Department be awarded the contract for the supply and delivery of a 2008 Model 1250 GPM Pumper as required by the Emergency and Fire Services Department; 3. THAT the required funds be drawn from the Fire and Emergency Services Department 2008 Capital Account # 110-28-388-82812-7401; and 4. THAT the Manager of Purchasing be authorized to negotiate the acquisition and place orders for additional ancillary equipment needed to equip the truck ready for service and that the required funds be drawn from the Emergency and Fire Services 2008 Capital Account # 110- 88-82812-7401. Submitted by: Reviewed by: ~-S~ arie Marano, H.B.Sc., C.M.O., Director of Corporate Services Franklin Wu, Chief Administrative Officer MMIJDBlkm CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L 1C 3A6 T (905)623-3379 F (905)623-4169 REPORT NO.: COD-041-08 PAGE 2 1. BACKGROUND AND COMMENT 1.1. In March 2008 Council authorized the following: THAT Report COD-018-08 be reviewed: THAT the requirement for tendering in accordance with By-law 2006-127 be waived for this transaction; THAT the Purchasing Manager be authorized to solicit expressions of interest from known fire truck manufacturers to determine the immediate availability of a new 1250 GPM Pumper; THAT the Purchasing Manager be authorized to negotiate a purchase price for a selected unit; THAT a report to Council be provided summarizing the results of the Request for the Expressions of Interest and providing a recommendation for the purchase of the selected unit; and THAT should the expression of interest process prove successful in this instance, the Purchasing Manager amend the Purchasing By-law to include the use of the expression of interest process for the acquisition of fire fighting vehicles as deemed appropriate. 1.2 In April a Request for Expression of Interest was issued to known fire apparatus manufacturers inviting submissions on the cost and availability of 1250 gallon per minute pumpers offering specifications similar to those provide as a guideline by Emergency Services. 1.3 A total of four (4) responses were reviewed and these are tabulated and shown on Schedule "A" attached. 2. ANALYSIS 2.1. On review of the submissions, two important items became apparent. The first being the limited selection of available units and diversity of the specifications. 2.2. Although one of the key questions in this process was to identify units ready for immediate delivery only two units met that requirement and where at the high end of the pricing and the low-mid range, otherwise deliveries times ranged from four months to almost ten months. The decision to consider a unit with a 4-5 REPORT NO.: COD-041-08 PAGE 3 month delivery period was made after reviewing the condition of the existing unit to be sure that an additional 4 to 5 months in services would be acceptable. 2.3. After reviewing all specifications provided, staff focused on Option "A" provided by Fort Garry Fire Truck Ltd and the bid submitted by Thibault & Associates. The lower bids submitted by Fort Garry (Options B & C) were considered briefly but discarded because Option B was a significantly longer vehicle making it less suitable for a rural application. Option C from Fort Garry was not considered because it was also a longer vehicle and provided a cab and chassis that was new to the market, had not been proven in the field and the cab was manufactured of galvanized steel as opposed to the traditional aluminum. There is a concern about the extra weight and the potential for rust. In addition, it did not provide the same number of inlets and outlets that the other units provided. 2.4. After due consideration staff are recommending the purchase of Option "A" offered by Fort Garry Fire Trucks ltd. This unit offers all the features that Emergency Services is looking for with extras such as a larger water tank, extra ladder capacity and a short wheelbase is seen as beneficial to the intended rural applications. 3. FINANCIAL IMPLICATIONS 3.1. The purchase price of the solicited unit is $306,106.00 and funds will be drawn from the 2008 Capital Account # 110-28-388-82812-7401. 3.2. The budget for the 2008 acquisition was approved at $450,000.00. 3.3. Given the aforementioned proposed transaction it is estimated that $143,894.00 will remain in the account for use in part as a contingency to cover any adjustments to the pumper and to cover the cost of ancillary equipment needed to equip the pumper. This is not expected to exceed $60,000.00. REPORT NO.: COD-041-08 PAGE 4 4. CONCLUSION 4.1. That the pumper provided by Option "A" Fort Garry Fire Trucks Ltd, Winnipeg, Manitoba with a price of $306,106.00 be recommended and the Purchasing Manager be authorized to negotiate the acquisition of ancillary equipment required to equip the unit ready for use. 5. INPUT FROM OTHER SOURCES 5.1. This report has been reviewed for recommendation by the Purchasing Manager, with the appropriate departments and circulated as follows: Concurrence: Director of Emergency and Fire Services Director of Operations Director of Finance Attachments: Attachment 1 - Schedule "A", Tabulation REPORT NO.: COD-041-08 PAGE 5 Municipality of Clarington Schedule "A" SCHEDULE "A" BID SUMMARY EXPRESSION OF INTEREST - E012008-1 1250 GPM Pumper BIDDER TOTAL BID (Trade Included) Availability iGST Excluded) Fort Garry Fire Truck LId Option A - $306,106.00 4-5 Months Winnipeg, Manitoba Option B - $299,791.00 " Ontion C - $274,808.00 " Thibault & Associates Drummondville, QC $318,656.00 1 month ResQtech Woodstock, ON $323,000.00 9 -10 Months Carrier E-One Option A - $367,249.16 1 Month Brantford, ON Option B - $355,613.00 4-6 Months