File #: 21-0021    Version: 1 Name: Horton Rescue Trucks
Type: Purchase Status: Passed
File created: 1/4/2021 In control: City Commission
On agenda: 1/13/2021 Final action: 1/13/2021
Title: MOTION TO APPROVE HORTON RESCUE TRUCKS AS A CITY STANDARD FOR THE FIRE DEPARTMENT, AND ALSO APPROVE THE PURCHASE OF TWO (2) HORTON RESCUE TRUCKS FROM THE SOLE SOURCE VENDOR, EMERGENCY TACTICAL RESCUE VEHICLES,  IN THE AMOUNT NOT TO EXCEED $606,440, PURSUANT TO SECTION 35.18(C)(3) OF THE CITY’S CODE OF ORDINANCES.
Sponsors: Fire
Attachments: 1. 1. Sole Source Letter, 2. 2. Horton Emergency Vehicles Quote

Title

MOTION TO APPROVE HORTON RESCUE TRUCKS AS A CITY STANDARD FOR THE FIRE DEPARTMENT, AND ALSO APPROVE THE PURCHASE OF TWO (2) HORTON RESCUE TRUCKS FROM THE SOLE SOURCE VENDOR, EMERGENCY TACTICAL RESCUE VEHICLES,  IN THE AMOUNT NOT TO EXCEED $606,440, PURSUANT TO SECTION 35.18(C)(3) OF THE CITY’S CODE OF ORDINANCES.

 

Summary Explanation and Background

 

PROCUREMENT PROCESS TAKEN:

 

- Chapter 35 of the City’s Code of Ordinance is titled “PROCUREMENT PROCEDURES, PUBLIC FUNDS.”

 

-  Section 35.18 of the City's Code of Ordinances is regarding "COMPETITIVE BIDDING OR COMPETITIVE PROPOSALS REQUIRED; EXCEPTIONS."

 

-  Section 35.18(C) states that "Only the following situations are exempt from the competitive bid and competitive proposal requirements of this section:"

 

-  Section 35.18(C)(3) states, "City Standard, single-source and sole-source commodities or services. City standard, single-source and sole-source commodities or services are exempt from competitive bidding."

 

-  Section 35.21 of the City's Code of Ordinances is titled "AWARD OF CONTRACT."

 

- Section 35.21(A) of the City's Code of Ordinances is titled "City Commission Approval."

 

- Section 35.21(A)(1) of the City’s Code of Ordinance states, "An initial purchase of, or contract for, commodities or services, in excess of $25,000, shall require the approval of the City Commission, regardless of whether the competitive bidding or competitive proposal procedures were followed."

 

SUMMARY EXPLANATION AND BACKGROUND:

1.  The Fire Department is requesting to have Horton Rescue trucks be approved as the City Standard for the department's rescue trucks.

 

2.  The Fire Department currently uses it's rescue trucks to transport Firefighters/Paramedics to a variety of emergency calls ranging from structure fires, automobile accidents, gas leaks, medical calls etc.  They are also used to transport sick and injured patients to local area hospitals.  In addition, our Rescue trucks are used during live fire and EMS training evolutions.

 

3.  Leading up to 2007 with the assistance of the Fire Department's Apparatus Committee, several years of research and development was devoted to designing the exact specifications for our current Rescue trucks based on the needs of our firefighters. The unique specifications include: Cab size, wheelbase, patient compartment configuration, storage compartment design and location, and patient compartment airbags.

 

4.  The Fire Department has gone out for bid three times over the past ten years with the Horton dealer receiving the winning bid. Horton has been found to be the most responsive and responsible bidder, which has resulted in the standardization of our entire fleet of Rescue trucks. They are capable of providing us with a truck that mirrors our current fleet in every aspect including make, model, design, operational components and capabilities.

 

5.  Purchasing this particular Rescue truck is in the best interest of the Fire Department and the Firefighters/Paramedics who operate it on a daily basis. Our Fire Department has six Fire Stations and operates seven Rescue trucks twenty-four hours a day, seven days a week, three-hundred and sixty-five days a year. Different personnel float through each Fire Station on a daily basis, and they can transition seamlessly from one truck to another at a moment’s notice without any negative impact on performance.  It is also in the best interest of our fleet mechanics who are familiar with our current fleet and have the experience and knowledge they need to maintain the fleet.

 

6.  If required to purchase a truck from another manufacturer, this change would impact the effectiveness and efficiency of our Firefighter/Paramedics who would need additional training on the new vehicle with regard to operations, maintenance, storage capabilities and vehicle handling and maneuverability.  During emergency situations, they would need situational awareness with regard to which particular make and model of vehicle they were assigned to on that particular day.

 

7.  Currently, Horton only has one Authorized Ambulance Dealer in the State of Florida which is Emergency Tactical Rescue Vehicles (ETR, Inc.).

 

8.  The Fire Department is also requesting approval to purchase (2) Horton Rescue Trucks from the Sole Source vendor, ETR, Inc.

 

9.  ETR has provided a quote at a per unit price of $303,220, and a total cost of  $606,440.

 

10.  Request City Commission to approve Horton Rescue Trucks as a City Standard for the Fire Department, and also approve the purchase of two (2) Horton Rescue Trucks from the Sole Source Vendor, Emergency Tactical Rescue Vehicles (ETR, Inc.), in the amount not exceed $606,440, pursuant to Section 38.18(C)(3) of the City's Code of Ordinances.

 

 

Financial Impact

 

FINANCIAL IMPACT DETAIL:

 

a)   Initial Cost:  $606,440

b)   Amount budgeted for this item in Account No:  $594,000 are budgeted in account # 1-529-4003-64016 (Ambulances).

c)   Source of funding for difference, if not fully budgeted: A budget adjustment must be completed to transfer $12,440 from 1-529-4003-64009 (Ambulance Refurbishment) to 1-529-4003-64016 (Ambulances).

d)   5 year projection of the operational cost of the project: Not Applicable.

e)   Detail of additional staff requirements:  Not Applicable.