Loading...
HomeMy WebLinkAboutFIR 04-15 city 4 Report to Executive Committee PI KERING Report Number: FIR 04-15 Date: July 6, 2015 From: John Hagg • Fire Chief Subject: Supply and Delivery of Seven Fire Vehicles Replacements - File: A-1440 ' Recommendation: 1. That Report FIR 04-15 of the Fire Chief regarding the Supply and Delivery of Seven Fire Vehicles Replacements be received; 2. That Quotation No. Q-24-2015, for the Supply and Delivery of Seven Fire Vehicles Replacements in the amount of$192,302.27 (HST included) submitted by Durham Chrysler Dodge Jeep Ram. Limited, Grimsby Ford Motors Holding Inc., and Maciver Dodge Limited be accepted; 3. That the total gross project cost of$216,823.00 (HST included) and the total net project cost of$195,256.00 (net of HST rebate) be approved; 4. That Council authorize the Division Head, Finance &Treasurer to finance the net project cost of$195,256.00 as follows: a) the sum of$190,000.00 be financed by the issue of debentures by The Regional Municipality of Durham over a period not to exceed five years; b) the sum of$5,256.00 be funded from property taxes; c) the annual repayment charges in the amount of approximately $42,000.00 be included in the annual Current Budget commencing in 2016 or subsequent year in which the debentures are issued and continuing thereafter until the debenture financing is repaid; 5. That the draft by-law attached to this report be enacted; and 6. That the appropriate City of Pickering officials be authorized to take necessary action to give effect thereto. • Executive Summary: This report deals with the supply and delivery of five replacement mid-size sport utility vehicles and two % ton pick-up trucks as approved by Council in the 2015 Fire Services Department Capital Budget. Quotations were received for multiple departments vehicle requirements within the City to achieve the highest economies of scale with the highest ranking respondentsfor Fire 167 Report FIR 04-15 July 6, 2015 Subject: Supply and Delivery of Seven Fire Vehicles Replacements Page 2 Services replacement vehicles being Durham Chrysler Dodge Jeep Ram Ltd. in the amount of$119,835.00 (HST extra) for five mid-size four wheel drive sport utility vehicles, Grimsby Ford Motors Holding Inc. in the amount of$25,103.00 (HST extra) for one two wheel drive . 1/2 ton pickup truck with crew cab and standard box; and Maciver Dodge Limited in the amount of$25,241.00 (HST extra) for one two wheel drive '4 ton pickup truck with crew cab and extended box is recommended. In accordance with the Purchasing Policy, Item 06.12(c), where the compliant quotation or tender meeting specifications and offering best value to the City is acceptable and the estimated purchase price is over$125,000.00, the Manager, may approve the award, subject to the approval of the Director, Treasurer, CAO, and Council. Financial Implications: 1. Breakdown of Seven Fire Vehicles Replacements Type of Vehicles Vendor Unit Cost. Mid-size Four Wheel Durham Chrysler 5 $119,835.00 • Sport Utility vehicles Dodge Jeep Ram Two Wheel '/ ton Pick-up Grimsby Ford 1 25,103.00 Truck with Crew Cab and Motors Holding Inc Standard Box Two Wheel /2 ton Pick-up Maciver Dodge Ltd 1 25,241.00 Truck with Crew Cab and Extended Box Total Cost 7 $170,179.00 2. Quotation No. Q-24-2015 Quotations Amount $170,179.00 HST (13%) 22,123.27 Total Gross Amount 0 $192,302.27 3. Estimated Project Costing Summary Quotation No. Q-24-2015 $170,179.00 Seven Fire Vehicles Replacements • Licensing Fee 700.00 Outfitting for emergency vehicles 21,000.00 Total Project Total Costs $191,879.00 HST (13%) 24,944.00 Gross Project Cost $216,823.00 HST Rebate (11.24%) (21,567.00) Total Net Project Cost to City (incld. 1.76%) $195,256.00 CORP0227-07/01 revised 168 Report FIR 04-15 July 6, 2015 Subject: Supply and Delivery of Seven Fire Vehicles Replacements Page 3 4. Source of Funds Fire Services Capital Budget 5340.1502.6157 Source of Funds Budget Required Debt-5 Year $220,000.00 $190,000.00 Property Taxes 5,256.00 Total $220.000.00 $195,256.00 Under/(Over) Approved Funds $24,744.00 Discussion: The replacement of Fire Services vehicles units #'s 530, 529, 534, 533, 535, 538 and 550 was identified and approved in the 2015 Fire Services Capital Budgets. Specifications for this purchase were compiled from previous purchases of similar vehicles within the City's fleet. An advertisement was placed on the City's website inviting companies to download the quotation document. Four companies responded by the closing date and time. An Evaluation Committee consisting of Supply & Services, Engineering & Public Works staff and Fire Services staff met on June 5, 2015 and each committee member evaluated the three quotations based on the rated criteria. A combined average score for each quotation was determined as part of Stage II of the evaluation process. After_careful review of all submissions received, the Evaluation Committee and the Fire Services Department recommends acceptance of the quotation submitted by Durham Chrysler Dodge Jeep Ram Ltd., Grimsby Ford Motors Holding Inc., Maciver Dodge Limited in a total quotation amount of$192,302.27 (HST included), and that the total net project cost in the amount of$195,256.00 (net HST rebate) be approved. An additional $3,000 per vehicle is identified in the report to outfit the vehicles for Fire Services use; items to be installed post-delivery include identification decals, portable radio chargers, emergency lighting, and flashlight chargers. Attachments: 1. Supply & Services Memorandum dated June 5, 2015 2. Being a by-law to authorize the Supply and Delivery of Seven Fire Services Replacements project in the City of Pickering and the issuance of debentures in the amount of$190,000.00 • CORP0227-07/01 revised 169 Report FIR 04-15 July 6, 2015 Subject: Supply and Delivery of Seven Fire Vehicles Replacements Page 4 Prepared By: ApprovedlEndorsed By: - / t Ir on Yoshida Joh'Agragg epu Fire Chief Fire Chief Vera A. F Igemacher Stan Karwowski MBA, CPA, CMA CSCMP, CPPO, CPM, CMM III Division Head, Finance & Treasurer Manager, Supply & Services Caryn Kong, CPA,CGA Senior Financial Analyst-Capital & Debt Management JH:nrm Recommended for the consideration of Pickering City Council AO `/ 1q12-0i5 Tony Prevedel, P.Eng. .9 Chief Administrative Officer • CORP0227-07/01 revised 170 • ATTACHMENT# TO REPORT#FIRo4 -IS • I62 yt'�.-Y .1..- -_ �,=-- JUN 0 9 ZG�� Memo Cary;f• ' ! i"itr Lr��',l YYt� a •. vv. To: Richard Holborn June 5, 2015 Director, Engineering& Public Works • John Hagg Fire Chief, Office of the CAO • From: ' Vera A. Felgemacher • - Manager, Supply & Services • Copy: /Deputy Fire Chief V - Supervisor, Supply & Services V Acting, Manager Public Works Supervisor, Public Works Administration Subject: Quotation No. Q-24-2015 - Supply and Delivery of Multiple Vehicles Closing Date: Tuesday May 19th, 2015 File: F-5300-001 • Further to the Stage I Summary Memo dated May 21,•2015, four quotations proceeded to Stage II of the evaluation process. Stage II consists of scoring on the basis-of Rated Criteria. Subject to the Terms of Reference and Governing Law, the top-ranked respondent as established under the evaluation will be selected to enter into a contract for the provision of the Deliverables. Each member of the Evaluation Committee has completed evaluating the four quotations.. A combined average score for each quotation was determined, completing Stage II of the.evaluation process. • 2.3 Stage II - Rated Criteria Stage II will consist of an evaluation of the Unit Price (before HST) for each pricing section to determine lowest price for each, and acceptable specifications and fuel economy for each section • • respectively: V - • • • 171' - ATTACHMENT# I TOREPORT# r'K.o 'S 2 2_ Rated Criteria Category , ; Weighting (Points) Fuel Economy (Best Fuel Economy based on 10 average of highway and city) . Acceptable Specifications 15 Pricing 15 Total Points 40 • In the event of a tie score, the selected Respondent will be determined in accordance with the City's ' Purchasing Procedures . Grimsby Ford Motors Holding Inc. is the highest ranking respondent for Section *IA - supply and delivery of 1 new cargo van with high roof—V-6 engine with a total purchase price of$29,280.00 (HST extra); Section 1B — supply and delivery of 1 new latest model year cargo van with a high roof - diesel engine with a total purchase price of $34,391.00 (HST extra) and Section 4 supply and delivery of 1 new latest model year two-wheel drive 1/2 ton pickup truck with a total purchase price of $25,103.00 (HST extra). . Maciver Dodge Limited is the highest ranking respondent for Section 2 - supply and delivery of 3 new latest model year cargo two wheel drive 1/2 ton pickup truck, standard cab, standard box with a total purchase price of$70,272.00 (HST extra); Section 3 - supply and delivery of 1 new latest model year, two wheel drive, crew cab 1/2 ton, pickup truck with a total purchase price of $25,241.00 (HST extra) and Section 5 - supply and delivery of 1 current model year one ton crew cab pickup truck with a total purchase price of$47,079.00 (HST extra). • Durham Chrysler Dodge Jeep Ram Limited is the highest ranking respondent for Section 6 - - supply and delivery of 6 new latest model year, all wheel drive, mid-size sport utility vehicle with a total purchase price of$143,802.00 (HST extra). In accordance with Purchasing Policy Item 06.12 where the compliant quotation or tender meeting specifications and offering best value to the City is acceptable or where the highest scoring proposal is recommended and the total purchase price is over $125,000, the Manager may approve the award, subject to the approval of the Director, Treasurer CAO and Council. That which is debt financed is subject to Council approval. An approved "on-line" requisition will be required to proceed after receiving requisite approvals n.'ed above.j if .0 require further information or assistance, please contact me or a member of Supply & S ices. VAF/km Attache ents . • Quotation No. Q-24-2015 Page 2 • Supply and Delivery of Multiple Vehicles 172 ATTACHMENT#....t2.._TO l«::"C RT#11f-01-1--(C The Corporation of the City of Pickering By-law No. Being a by-law to authorize the Supply and Delivery of Seven Fire Vehicles Replacements project in the City of Pickering and the issuance of debentures in the amount of$190,000.00 Whereas Section 11 of the Municipal Act, 2001, as amended, provides that a lower-tier municipality may pass by-laws respecting matters within the spheres of jurisdiction described in that Section; and, Whereas Subsection 401(1) of the Municipal Act, 2001., as amended, provides that a municipality may incur a debt for municipal purposes, whether by borrowing money or in, any other way; and, Whereas Subsection 401(3) of the Municipal Act, 2001, as amended, provides that a lower-tier municipality in a regional municipality does not have the power to issue debentures; and, Whereas The Regional Municipality of Durham has the sole authority to issue debentures for the purposes of its lower-tier municipalities including The Corporation of the City of Pickering (the "City"); and, Whereas the Council of the City of Pickering wishes to proceed with debenture financing for the Supply and Delivery of Seven Fire Vehicles Replacements; and, Whereas before authorizing the Supply and Delivery of Seven Fire Vehicles Replacements project, the Council of the City had the Treasurer update the City's Annual Repayment Limit, the Treasurer calculated the estimated annual amount payable in respect of such project and determined that such annual amount would not cause the City to exceed the updated limit and, therefore, Ontario Municipal Board approval was not required prior to City Council's authorization as per Section 401 of the Municipal Act, 2001, as amended, and the regulations made thereunder; And whereas after determining that Ontario Municipal Board approval is not required, the Council of the City approved Report FIR 04-15 on the date hereof and awarded Quotation No. Q-24-2015 for the Supply and Delivery of Seven Fire Vehicles Replacements project; 173 . By-law No. Page 2 Now therefore the Council of The Corporation of the City of Pickering hereby enacts as follows: 1. That the City proceed with the project referred to as "Supply and Delivery Seven Fire Vehicles Replacements" 2. That the estimated costs of the project in the amount of$195,256.00 be financed as follows: a). That the sum of$190,000.00 be financed by the issue of debentures by The Regional Municipality of Durham over a period not to exceed five years; b) That the sum of $5,256.00 be funded from property taxes; 3. That the funds to repay the principal and interest of the debentures be provided for in the annual Current Budget for the City commencing in 2016 or such subsequent year in which the debentures are issued and continuing thereafter until the debenture financing is repaid._ By-law passed this 13th day of July, 2015. David Ryan, Mayor Debbie Shields, City Clerk 174