HomeMy WebLinkAboutReso 1972-6343RESOLUTION NO. 6343
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA
VISTA ACCEPTING BIDS AND AWARDING CONTRACT FOR THE
ACQUISITION OF A 100 FOOT AERIAL LADDER FIRE TRUCK
AND APPROPRIATING NECESSARY ADDITIONAL FUNDS THE REFOR
The City Council of the City of Chula Vista does hereby
resolve as follows:
WHEREAS, on January 5, 1972, at 10:00 a.m. in the office
of the Purchasing Agent of the City of Chula Vista, bids were
received from four vendors for a 100 foot aerial ladder truck,
as authorized for bidding by the City of Chula Vista on November 23,
1971, and
WHEREAS, said bids and commentary thereon as prepared by
the Purchasing Agent of the City of Chula Vista is attached hereto
and marked Exhibit "A", and incorporated herein by reference as if
set forth in full, and
WHEREAS, it is noted that the low bid and next low bid
did not meet specifications, and
WHEREAS, it has been determined that the bid received from
Crown Coach Corporation fully meets all specifications, and
WHEREAS, said firm is located in Los Angeles and would
allow periodic inspections during fabrication of the apparatus by
Fire Department personnel and such proximity would also allow for
part availability and technical assistance as well as training in
operation thereof, and
WHEREAS, it is also noted that the installation of secondary
controls at the top of the ladder would increase the capability of
fire suppression at a cost differential of $1,417.50, and
WHEREAS, it is recommended that the secondary control
feature be accepted, and
WHEREAS, the total cost of said Crown aerial ladder truck
with secondary controls and the additional equipment obtained by
informal bids is $88,514.96, and
WHEREAS, the Capital Improvement Program Project F-2-71
provides $85,000 for the purchase of said apparatus leaving an
additional requirement of $3,600, and
WHEREAS, it is recommended by the Purchasing Agent that
said contract be awarded to Crown Coach Corporation who has assured
the City that he is a licensed contractor in the State of California
and can produce an acceptable performance bond.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the
City of Chula Vista does hereby accept said four bids and does hereby
award the contract for said 100 foot aerial ladder fire truck to
Crown Coach Corporation to be completed in accirdance with the
specifications as approved by the Purchasing Agent of the City of
Chula Vista.
- 1 -
BE IT FURTHER RESOLVED that the sum of $85,000 be, and
the same is hereby authorized to be expended from the Capital
Improvement Program Project F-2-71 for the purposes set forth
hereinabove.
BE IT FURTHER RESOLVED that the sum of $3,600 be, and
the same is hereby appropriated from the unappropriated surplus
of the General Fund for the purposes set forth hereinabove,
subject to the affirmative vote of at least four members of the
City Council.
BE IT FURTHER RESOLVED that the Mayor of the City of
Chula Vista be, and he is hereby authorized and directed to
execute said contract for and on behalf of the City of Chula
Vista.
Presented by
Approved as to form by
-, ~
I
~! 22 J z 6""}'~ ~
mes Espin a, Purchasing George Lin berg, City Attor
gent
ADOPTED AND APPROVED by the CITY COUNCIL of the CITY OF
CHULA VISTA, CALIFORNIA, this gth day of February , 1972,
by the following vote, to-wit:
AYES: Councilmen Hvde. Eadahl Gcott Hobel Hamilton
NAYES: Councilmen None
ABSENT: Councilmen None
Mayor of he City of Chula', ista
ATTEST ~~ r~.,t.i«, c~,~2t~ ''
t""~- City erk
STATE OF CALIFORNIA )
COUNTY OF SAN DIEGO ) SS.
CITY OF CHULA VISTA )
I~ , City Clerk of the City of Chula
Vista, California, DO HEREBY CERTIFY that the above is a full, true
and correct copy of Resolution No. and that the same has not
been amended or repealed. DATED
City Clerk
- 2 -
,~~~ ~~~
BIDDER
AMOUNT BID DELIVERY
EXHIBIT NO. 1
METHOD OF
DELIVERY
Seagrave Fire Apparatus, Inc.
Clintonville, fr~isconsin $76,760.00 300 days
Over the road
COMMENT: No drawings enclosed with bid
Single stabilization jacks
7.5 wheels undersize for load
Rear springs questionable if adequate
Parts deli very 'in past has been very poor
No secondary control at top of ladder available
American La France
Elmira, Near York 577,717.00 360 days Over the road
WARRANTY
3 ti
~~~
One year - parts to be returned
to factory prepaid
One year - parts to be returned
to factory prepaid
COMMENT: Ground ladder does not meet specifications
7.5 wheels undersize for load
Part availability quest.~onable - to coma from Elmira, New York
No secondary control at top available
Crown Coach Corp.
Los Angeles, CA $79,567.69 360 days Over the road Two year -Parts to be returned
4 to factory prepaid
~'~a ~
~~ _~
C'~~~
r'
-_.~J
~'~~
,' '~\
~J
Alternate with
top control
$80,917.69
COMMENT: Bidder stocking distributor of components, i.e. Detroit Diesel engines, Allison transmissions,
etc. Parts availability overnight from Los Angeles.
Personnel from bidder available on call to train personnel in operation of apparatus
Secondary control at top of ladder available complete with in~tercorn. This feature a1lo:rs man
atop ladder to (1) r,~aneuver more accurately for efficient application of master strearis and
water curtains,(2) More quickly and accurately position the ladder at windows and balconies
for entry to fight fires or perform rescue activities. It also sharply reduces the chance
of damage to the ladder from rough usage, improper placement, and contact with obstructions.
The ladder man is in the best position to determine proper placement of the ladder to accomplish
the mission. This gives him the hardware to control that placement.
._
• EXHIBIT N0. 1
I .. METHOD OF "
BIDDER AMOUNT BID DELIVERY DELIVERY
Ward La France
Elmira Heights, New York $82,659.00 220 days Over the road
COMMENT: No secondary control at top of ladder available
3000 Watt generator bid. 4000 Watt specified
BIDDER
Seagrave Fire Apparatus, Inc.
American La France
Crown Coach Corp.
Ward La France.
1
~-• l
r~~~ :_~
\J
,,
~~-.
,~
~~~ ,..
`,J .;
Page 2
WARRANTY
One year - parts to be returned
to factory prepaid
TOTAL W/TAX TOTAL W/ADDITIONAL EQUIP. ADDITIONAL EQUIPMENT NEEDED
TO MAKE UNIT OPERATIONAL -
80,598.00 84,149.39 INFORMAL BIAS: 83,551.39
81,602.85 85,154.24
83,546.07 87,097.46
Alternate = 84,96.3.57 ~ 88,514.96
86,791.95 90,343.34