Loading...
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