File #: ID#24-0350    Version: 1 Name: Purchase of Replacement Fire Engine
Type: Action Item Status: Passed
File created: 3/19/2024 In control: Fire Department
On agenda: 4/29/2024 Final action: 4/29/2024
Title: Authorize a purchase order to Ten-8 Fire Equipment Inc of Bradenton FL, for the purchase of a new Heavy Duty Pierce Pumper in the amount of $1,152,524.00 pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), Piggyback, and 2.563(1)(d), Non-Competitive Purchase (Impractical); declare G2611 surplus effective upon receipt of the purchased vehicle and authorize disposal at auction or trade-in pursuant to Clearwater Code of Ordinances Sections 2.623(6) and (7), whichever is deemed to be in the City's best interest, and authorize the appropriate officials to execute same.
Attachments: 1. Agenda - Comparison Report CFR vs FSA WP FY28 Velocity Pumper Bid_899, 2. Agenda - Warranties CFR FY28 Velocity Pumper Bid_899, 3. Agenda - FSA23-VEF17.0_-_Fire_Rescue_Vehicles_Boats_and_Equipment_Final_att, 4. Agenda - FSA23-VEF17.0_Pearce Pumper Spec119 Base Price, 5. Agenda - Option List CFR FY28 Velocity Pumper Bid_899, 6. Agenda - Proposal CFR FY28 Velocity Pumper Bid_899 April

SUBJECT/RECOMMENDATION:

Title

Authorize a purchase order to Ten-8 Fire Equipment Inc of Bradenton FL, for the purchase of a new Heavy Duty Pierce Pumper in the amount of $1,152,524.00 pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), Piggyback, and 2.563(1)(d), Non-Competitive Purchase (Impractical); declare G2611 surplus effective upon receipt of the purchased vehicle and authorize disposal at auction or trade-in pursuant to Clearwater Code of Ordinances Sections 2.623(6) and (7), whichever is deemed to be in the City’s best interest, and authorize the appropriate officials to execute same.

Body

SUMMARY: 

Clearwater Fire and Rescue is requesting authorization to purchase a Heavy-Duty Pierce Pumper (engine) to replace Engine 47.  Of the total amount, $761,075.00 is a piggyback from the Florida Sheriff’s Association, Contract FSA23-VEF17.0, Fire & Rescue Vehicles, Boats & Equipment, valid through March 31, 2025.  The piggyback purchase is for a basic model.  There are additional options added which total $411,482.52.  The additional options are impractical to bid due to delay in receipt of vehicle, possible void of warranty for after-market equipment, manufacturer delay in receiving parts, etc.  The basic model identified in the FSA contract does not provide for elements that fulfill Clearwater Fire & Rescue’s mission and capabilities.  The additional options selected are specific to Clearwater Fire & Engine Companies for urban fire department response to include the following: larger pump capacity, heavier duty chassis, heavier duty drive train, low profile hose bed, etc.  The additional options for this basic model coincide with the current apparatus that our City mechanics are familiar with and trained on.  All optional pricing is vetted through the FSA contract and are priced at below Manufacturer Suggested Retail Price (MSRP) per section 2.13 of the contract agreement. A major cost increase for fire apparatus captured in this bid is the increase cost of the Cummins diesel engine. This increase coincides with many other manufacturers due to the required EPA mandates taking effect in 2027. A manufacturer and dealer discount of $20,033.52 is given, for a total purchase price of $1,152,524.00.

The Department has determined the Heavy-Duty Pierce Pumper 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.

Upon receipt of the new vehicle, current engine 47 G3998 a 2014 Pierce Velocity engine will move to reserves and reserve unit G2611 a 2001 Pierce Enforcer engine will be retired (surplus). Clearwater Fire and Rescue temporarily retained G2611 in 2021 due to the current supply chain issues and an increase in out of service hours of front-line engines for front-line coverage; as presented and approved in agenda item ID#21-9970 on 12/2/21. 

The City will be reimbursed by the County for a portion of the purchase, approximately 11.67%, as the vehicle 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 vehicle. Garage charges on the new vehicle are expected to be less than on the replaced vehicle.

Early ordering of this apparatus is necessary due to the estimated four-year build time and also secures the current rate that is anticipated to increase in May 2024. This build-out delay results in extending the life of our frontline units to 12/13 years and typical reserve units to a minimum 18 year total life.

Project funding planned in fiscal year 2025 is $742,610 Penny for Pinellas revenue and $91,730 in County Fire Reimbursement.  Due to cost increases, additional resources which total $318,184 will need to be allocated.  The proposed fiscal year 2024/25 capital improvement plan will include funding necessary (General Fund revenues and/or Penny for Pinellas revenues) to fund the City’s portion of this increase anticipated to be $275,414 and an increase to County Reimbursements of $42,684

 

APPROPRIATION CODE AND AMOUNT:

Funds for this purchase will be available in capital improvement project 91218, Fire Engine Replacement, budgeted in fiscal year 2024/25.

 

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.