SUBJECT/RECOMMENDATION:
Title
Authorize a purchase order to Ten-8 Fire Equipment Inc. of Bradenton FL, for the purchase of two new Pierce Velocity Pumpers and one Pierce Tractor Drawn Aerial in the amount of $4,378,595.86 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c) Piggyback; declare G3406 (tiller), G2776 (pumper), G3964 (pumper) surplus effective upon receipt of the purchased apparatus and authorize disposal at auction or trade-in, whichever is deemed to be in the best interest of the City, pursuant to Code of Ordinances Section 2.623 (7) and (8) and authorize the appropriate officials to execute same.
Body
SUMMARY:
Clearwater Fire and Rescue is requesting authorization to purchase one Pierce Tractor Drawn Aerial (tiller) and two Heavy-Duty Pierce Pumpers (engines).
Upon receipt of the new Pierce Tractor Drawn Aerial (T45), current tiller T45 (G4503), a 2017 Pierce Velocity Tiller, will move to reserves and reserve unit RT45 (G3406), a 2006 Pierce Dash Tiller, will be retired (surplus).
Upon receipt of the new Pierce Velocity Pumper (E44), current frontline engine E44 (G4343), a 2015 Pierce Velocity Pumper, will move to reserves and reserve unit RE1 (G2776), a 2003 Pierce Enforcer Pumper, will be retired (surplus).
Upon receipt of the new Pierce Velocity Pumper (E46), current frontline E46 (G4117), a 2015 Pierce Velocity Pumper, will move to reserves and reserve unit RE2 (G3964), a 2013 Pierce Velocity Pumper, will be retired (surplus).
Authorization to piggyback off Sourcewell contract #113021-OKC valid through February 10, 2026, is requested. This piggyback contract provides a 5.5% discount off MSRP. Ten-8 Fire & Safety, LLC is an authorized dealer under this contract.
The total purchase price for the three apparatus is $4,435,595.86. The City is receiving a multi-unit discount of $57,000.00 for purchasing all three apparatus, for a total purchase price of $4,378,595.86.
One Pierce Enforcer Tiller $2,157,264.00
Two Pierce Velocity Pumpers $2,278,331.86
Total before discount $4,435,595.86
Multi-unit discount ($57,000.00)
Total purchase price $4,378,595.86
The Department has determined the Heavy-Duty Pierce Velocity Pumpers built by Pierce Manufacturing meets the operational needs of the Department. A heavy-duty velocity pumper provides exceptional pumping water capability, enhanced storage capability, lower vehicle profile, and will significantly up-grade the abilities of the engine it replaces. Each fire station has an engine and the continued purchase of this type of apparatus provides for streamlined maintenance and familiarity.
The Department has been using a tiller truck at FS45 for responses to the downtown area and beach areas as it provides exceptional turning radius capabilities, enhanced storage capabilities, more versatility in heavy traffic, maneuverable in tight spaces and provides significant up-graded abilities to compliment the ladder truck used at FS48.
The City will be reimbursed by the County for a portion of the purchase, approximately 11.67%, as the apparatus will support fire operations in the unincorporated areas of the Clearwater Fire District.
Estimated annual operating costs in the department’s annual operating budget include fuel and routine garage charges for operating the new apparatus. Garage charges on the new apparatus are expected to be less than on the replaced apparatus.
Early ordering of this apparatus is necessary due to the estimated three-year build time and the built by and shipped time from the manufacturer is approximately 52 months after the Company receives the City’s acceptance of the Proposal. We will work with the vendor to ensure receipt of apparatus is delivered when funds are budgeted and available. Funding for the tiller (T45) will be available in FY30, funding for the engines is available in FY28 (E44) and FY29 (E46).
In the event that the City cancels the order before completion, Ten-8 may charge a cancellation fee based on the costs incurred by the manufacturer. The cancellation fee schedule is: (a) 12% of the purchase price after the order is accepted and entered into manufacturer’s system; (b) 22% of the purchase price after completion of approval drawings by the City, and; (c) 32% of the purchase price upon any material requisition made by the manufacturer. The cancellation fee will increase in excess of (c) as additional costs are incurred by manufacturer and Ten-8 as the order progresses through engineering and into the manufacturing process.
APPROPRIATION CODE AND AMOUNT:
Funding for the engine purchases are budgeted in capital project 91218, Fire Engine Replacement, in fiscal years 2027/28 and 2028/29. A mid-year budget amendment will transfer $150,000 in General Fund revenues to project 91218, Fire Engine Replacement from project 91264, Fire Hose Replacement, to provide the remaining funding needed for the purchase of velocity pumpers (leaving only Penny and county reimbursement revenues in future years).
Funding for the tiller purchase is budgeted in fiscal years 2028/29 and 2029/30 (C2401-Ladder Truck Replacement). The proposed fiscal year 2025/26 capital improvement budget will include an increase to future Penny funding in the tiller project to provide total City funding needed for this purchase (an increase of $485,500, to be fully funded by Penny and county reimbursement revenues in future years). Project C2509, FD Aerial Tiller Replacement, will be established in the current fiscal year to account for this purchase (to better title the project and account for the proper fiscal year created).
These projects are funded with Penny for Pinellas, County Fire Tax, and General Fund revenues.
USE OF RESERVE FUNDS:
NA
STRATEGIC PRIORITY:
1.4 Foster safe and healthy communities in Clearwater through first-class public safety and emergency response services.