Loading...
HomeMy WebLinkAboutItem 6f. Authorize the Fire Department to purchase a Type I Fire Engine Item 6f Department: Fire Cost Center: 8506 For Agenda of: 4/15/2025 Placement: Consent Estimated Time: N/A FROM: Todd Tuggle, Fire Chief Prepared By: Nicole Vert, Business Analyst SUBJECT: AUTHORIZE THE FIRE DEPARTMENT TO ISSUE A PURCHASE ORDER FOR A TYPE 1 FIRE ENGINE RECOMMENDATION 1. Issue a purchase order (PO) and seek financing for a sole source purchase of a Type I Fire Engine in the amount of $1,244,287.76; and 2. Authorize the City Manager to execute the purchase documents. POLICY CONTEXT The recommended actions are consistent with the City of San Luis Obispo’s Municipal Code, Section 3.24.060- Sole source purchasing. The policy states that regular bid procedures can be waived when the item(s) to be purchased can be obtained from only one vendor or supplier, and when supplies or equipment have been uniformly adopted in the city or otherwise when standardized. This action is considered a purchase of goods and in compliance with the City of San Luis Obispo’s Municipal Code 3.24.080, which requires Council approval f or any purchase in excess of $200,000. DISCUSSION Due to the growth of the City and resulting increased demand for emergency services, an agreement was made with the developers of Avila Ranch to build a temporary Fire Station in the development. This partnership ensures that fire protection and emergency response capabilities keep pace with the City’s expansion. The City’s responsibility for the station is to purchase a new engine and staff and equip the station. While the build of the new station is over 2 years away, the lead time for a new engine from order date to delivery is currently 45-51 months, necessitating placing the order now. Page 705 of 987 Item 6f Background Emergency vehicles are a vital part of the service delivery for the City of San Luis Obispo Fire Department. The Type-1 fire engine is a critical piece of equipment for rapid response to all emergencies. A fire engine pumper (“fire engine”) has a standard lifespan of 10,000 hours and is staffed with emergency response personnel, tools, and equipment to provide all-hazards emergency services. Through the utilization of an internal apparatus committee, staff developed fire engine specifications that were used to build the pricing for the purchase of Engine 5. The specifications considered the community’s unique features and sought the best overall fire engine to complement the existing apparatus fleet. The specifications also align with the most recently purchased fire engine, Engine 4, with minor modifications based on experience and evolving emission standards. The new fire apparatus provides the same capabilities as previous engines but with improved safety, efficiency, and reliability. Sole Source Purchase Recommended Staff recommends a sole source purchase award to South Coast Fire Equipment in the amount of $1,244,287.76 for the purchase of a 2025 Pierce Enforcer Type 1 Engine Fire Apparatus. City purchasing regulations allow for sole source purchases when supplies or equipment in use have been uniformly adopted by the City or otherwise standardized. The Pierce fire engine has been the standard apparatus for the City of San Luis Obispo for the last quarter century. South Coast Fire Equipment provided the purchasing quote (Attachment A) for the apparatus as they are the sole provider of Pierce engines in this region (Attachment B). The Fire Department has made significant parts, equipment, and training investment in maintaining Pierce-manufactured apparatus. Fire fleet already has an inventory of spare parts, filters, and maintenance items specific to the Pierce fire apparatus platform. Additionally, the Fire Department’s Fire Vehicle Mechanic is specially trained to provide maintenance to Pierce manufactured fire apparatus. As discussed more fully in the sole source justification memo (see Attachment B), the City’s Fire Department has standardized its engines (Pierce), and those engines can be obtained from only vendor (South Coast Fire Equipment). Therefore, staff’s recommendation is to dispense with the standard bid procedures of Chapter 3.24, pursuant to Section 3.24.060(C) and 3.24.060(D), in making this purchase. Previous Council or Advisory Body Action On August 15, 2023, the City Council approved the sole source purchase of a Pierce Arrow Type 1 Pumping Fire Engine. Page 706 of 987 Item 6f Public Engagement This item is a consent item for the April 15, 2025, City Council meeting and will follow all required postings and notifications. The public will have an opportunity to comment on this item at or before the meeting. ENVIRONMENTAL REVIEW The California Environmental Quality Act does not apply to the recommended action in this report, because the action does not constitute a “Project” under CEQA Guidelines Sec. 15378. FISCAL IMPACT Budgeted: Yes Budget Year: 2024-25 Funding Identified: Yes Fiscal Analysis: Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund $150,000 $ $1,278,406 $285,746 State Federal Fees Other: Total $150,000 $ $1,278,406 $285,746 On June 6, 2024, Council approved the FY2024-25 supplemental budget allocating $150,000 for the first lease payment toward the purchase of a new apparatus. The purchase is on the CIP budget schedule for debt financing over five years through an external lender to be repaid with interest. Staff will work with Finance to find the best offers from a variety of lenders to secure most favorable terms. The $285,746 in the above table represents the estimated annual lease payments for a five-year period, including both interest and principal. One option is Pierce’s finance partner, PNC Equipment Finance, who provided several options in April 2024 (Attachment C). The quote was provided a year ago and interest rates have been reduced since then; when updated terms are provided, it is expected rates will be lower. Terms from PNC were a three-year payment option with annual payments or a five-year payment option with annual payments. Payments would begin in Year 2 for each, but interest would begin accruing from the start. The table below shows what estimated payments would be if the interest rates offered are 4.69% and 4.66%. Page 707 of 987 Item 6f The total cost of the Engine would increase by $122,784.11 for a three-year term or $184,445.70 for a five-year term. Should rates change prior to closing the amounts will change, but rates are fixed at closing. The estimated delivery is not contingent on the payment plan. ALTERNATIVES 1. Deny the sole source purchase. Pierce engines, the City’s standard fire engine, is only available through South Coast Fire Equipment that covers the west coast territory. 2. Delay the purchase of Engine 5. Due to the long lead time from order placement to delivery this could risk Station 5 opening without an apparatus. ATTACHMENTS A - South Coast Quote B - Sole Source Memo C - San Luis Obispo Engine Lease Options Page 708 of 987 Extension (1 ) 1,144,163.00$ Sales Tax @ 8.750%100,114.26$ 1,244,277.26$ Performance Bond -$ California Tire Fee 10.50$ Consortium Fee Not Applicable -$ 1,244,287.76$ The above proposal price shall be valid until or extended in writing by South Coast Fire Equipment. Said apparatus and equipment are to be built by the manfacturer and shipped in accordance with the specifications hereto attached, delays due to strikes, war or international conflict, failures to obtain chassis, materials, inability to obtain labor, supplies or manufacturing facilities, epidemics, acts of God, or causes beyond our control not preventing, delivery would be 45-51 months after receipt of this order and acceptance thereof at our office in Corona, California, and deliver to you at PROPOSAL FOR FURNISHING FIRE APPARATUS for final acceptance by South Coast Fire Equipment, Inc., at its corporate office in Corona, California, Each January 16, 2025 San Luis Obispo City The undersigned is prepared to provide for you, our customer, upon an order being placed by you, the apparatus and equipment herein named and for the following prices: San Luis Obispo, CA 93401 2160 Santa Barbara Ave One . The buyer must make the payment within 15 days to obtain the full discount. Payments not received with in the 15 days are subject to an adjustment to the Total Purchase Price for the prepayment. 1,144,163.00$ Enforcer Type-1 Pierce Ultimate Configuration Engine Fire Apparatus 100,114.26$ -$ TOTAL PURCHASE PRICE -$ 05/01/25 Payment Terms - Payment is due of the Total Purchase Price at time of delivery. Changes to the specifications since the time of order can added to the Total Purchase Price or invoiced on a separate invoice. The final sales tax amount will be determined at time of delivery based on the tax rate at that time. An increase or decrease in cost will be reflected on the final invoice. If the customer would desire to pay for the apparatus within 15 days of the purchase order being accepted the APPARATUS COST WITH TAX 10.50$ Not Required 1,244,277.26$ 1,244,287.76$ If the customer so desires to purchase the Product described in the Proposal and the attached specifications, prior to the expiration date listed above, the Customer shall sign and return this proposal. The Customer can then provide their choice of document for entering into the agreement by providing a Purchase Order, or signing a Contract with South Coast Fire Equipment, 3150 Palisades Dr. Corona, CA 82878 as the seller. San Luis Obispo Total Purchase Price would be reduced to The specifications herein contained shall form a part of the final contract and are subject to changes desired by the purchaser, provided such alterations are interlined prior to the acceptance by the company of the order to purchase, and provided such alterrations do not matterially affect the cost of the construction of the apparaus Page 709 of 987 The proposal for fire apparatus conforms with all Federal Department of Transportation (DOT) rules and regulations in effect at the time of bid, and with all National Fire Protection Association (NFPA) guidelines for Automotive Fire Apparatus as published at time of bid, except as modified by customer specifications Any increased costs incurred by the first party because of future changes in or additoinas to said DOT or NFPA standards will be passed along to the customer as an addition to the price set forth above. Unless accepted within 30 days from the specified date, the right is reserved to withdraw this proposition. Respectfully Submitted, South Coast Fire Equipment, Inc. Sales Representative Signature:____________________________________ Title:_______________ Date:____________________ I, ___________________ authorized representative of ________________________ agrees to purchase the proposed product(s) and agree to the terms and conditions of this proposal and the specifications hereto attached. The Seller will document any such updated price for the customer's approval before proceeding and provide an option to cancel the order without charge if the updated price is not accepted. Bryden Newell Force Majeure - South Coast Fire Equipment shall not be responsible nor deemed to be in default on accountof delays in performance due to causes which are beyond the seller's and manufacturer's control and make the seller's performance impracticable, including but not limited to wars, insurrections, strikes, riots, fires, storms, floods, other acts of nature, explosions, earthquakes, accidents, any act of government, delays in transportation, inability to obtain necessary labor supplies or manufacturing facilities, allocation regulations or orders affecting materials, equipment, facilities or completed products, failure to obtain any required license or certificates, acts of God or the public enemy or terrorisim, failure of transportation, epidemics, quarantine restrictions, failure of vendors (due to causes similiar to those within the scope of the clause) to perform their contracts or labor troubles causing cessation, slowdow, or interruption of work. Cancellation/Termination. In the event this Agreement is cancelled or terminated by a party before completion, South Coast Fire Equipment (SCFE) may charge a cancellation fee. The following charge schedule based on costs incurred may be applied: (a) 10% of the Purchase Price after order is accepted and entered by Manufacturer; (b) 20% of the Purchase Price after completion of approval drawings, and; (c) 30% of the Purchase Price upon any material requisition. The cancellation fee will increase accordingly as costs are incurred as the order progresses through engineering and into manufacturing. SCFE endeavors to mitigate any such costs through the sale of such Product to another purchaser; however Customer shall remain liable for the difference between the Purchase Price and, if applicable, the sale price obtained by SCFE upon sale of the Product to another purchaser, plus any costs incurred by SCFE to conduct any such sale. Due to global supply chain constraints, any delivery date contained herein is a good faith estimate as of the date of this order/contract, and merely an approximation based on current information. Delivery updates will be made available, and a final firm delivery date will be provided as soon as possible. Persistent Inflationary Environment: If the Producer Price Index of Components for Manufacturing (www.bls.gov Series ID: WPUID6112) ("PPI") has increased at a compounded annual growth rate of 5.0% or more between the month Pierce accepts the order (Order Month") and a month 14 months prior to the then predicted Ready For Pickup date ("Evalution Month"), then pricing may be updated in an amount equal to the increase in PPI over 5.0% for each year or fractional year between the Order Month and the Evaluation Month. Page 710 of 987 City of San Luis Obispo Sole Source Justification Form Current Template Form Click here to enter text. The City of San Luis Obispo (SLO) policy is to solicit quotations or bids for purchases for tier two (2) through five (5) price levels (See Purchasing Policy section 202A; 203A). Under SLO Municipal Code 3.24.060, bid procedures may be waived and procurement obtained from a single sole- source if it meets the criteria in Municipal Code 3.24.060. (See p. 2 for relevant criteria). Staff must justify waiving the bid procedures in this form and tie the justification to one of the Municipal Code subsections. (See p. 2 for relevant criteria) The justification should provide enough detail so that anyone in the public with no background on the purchase can understand the justification. 1. What is the product or service? Why is this product or service offered the only ‘sole-source’ that meets the City’s requirements? Emergency vehicles are a vital part of the service delivery for the City of San Luis Obispo Fire Department. The Type-1 fire engine is a critical piece of equipment for rapid response to all emergencies. Per Muni Code 3.24.060D “When supplies or equipment has been uniformly adopted in the city or otherwise standardized” bidding process is not required. The Fire Department has made significant parts, equipment, and training investment in maintaining Pierce-manufactured apparatus. Fire fleet already has an inventory of spare parts, filters, and maintenance items specific to the Pierce fire apparatus platform. Additionally, the Fire Department’s Fire Vehicle Mechanic is specially trained to provide maintenance to Pierce manufactured fire apparatus. 2. Is the purchase an upgrade or addition to existing standardized equipment or systems? If so, will the purchase of this product avoid “switching” costs? (e.g., additional training required; data conversion; implementation of a new system; etc.)? This purchase is an addition to Fire Department Fleet in preparation for new Station 5. This engine is as close to a replication of recently ordered engines as the department could get with updates the vendor has made. There will be no “switching” associated. 3. Is this a request for services by a contractor with unique and critical knowledge of standardized City equipment, systems or programs? No 4. What is the quoted price for the product or service, and is it reasonable (based on other products or services in the same field or based on historical pricing for the City for similar products or services)? Quoted price is $1,244,xxx and is in line with current costs of fire apparatus. South Coast is the only authorized dealer for Pierce and the only dealer SLOFD can purchase a Pierce fire apparatus from. Page 711 of 987 Current Template Form Requester: Date _____Nicole Vert________________ _04/07/2025__ Approver: Date: __________________________________ _____________ Page 712 of 987 Current Template Form 3.24.060 Bidding procedures—Use of not required when. Purchase of those items listed in Section 3.24.010 shall be by bid procedures set forth in this chapter. Such procedures may be dispensed with, at the discretion and judgment of the purchasing authority as to the best interests of the city, as follows: A. When the amount to be expended is less than the bid requirement amount which shall be specified by resolution of the council; B. When an emergency purchase is made to address a situation that creates an immediate and serious need for equipment, supplies, or services that cannot be met through normal purchasing procedures and where the lack of such equipment, supplies or services would seriously threaten the functioning of city government, the preservation of property, or the health or safety of any person; C. When the item(s) to be purchased can be obtained from only one vendor or supplier; D. When supplies or equipment have been uniformly adopted in the city or otherwise standardized; E. When the purchase will be made cooperatively with one, or more, other units of government, or from a local dealer within the city limits that can provide the same brand, model and configuration of item(s) identified in cooperative purchase agreement(s) at or below the cooperative purchasing net cost within the same terms and conditions; F. When reasonably necessary for the preservation or protection of public peace, health, safety or welfare of persons or property; or G. When, given the indeterminate nature of the city’s need, a request for proposal will result in a more favorable and efficient comparison of supplies, equipment and/or services. (Ord. 1618 § 1 (Exh. A (part)), 2015: Ord. 1608 § 1, 2014; Ord. 954 § 2 (part), 1983: prior code § 2950.6). Page 713 of 987 Page 714 of 987 BBudgetaryy Pumperr Leasee Options April 2024 Page 715 of 987 PPiercee Financiall Solutions Pierce and PNC Equipment Finance partner to provide a tax-exempt municipal leasing program for Pierce apparatus Our team has financed > $1.5 billion of Pierce apparatus! Page 716 of 987 PPiercee Programm Advantages •Financing from PNC (3rd largest bank-owned leasing company in U.S.) •Flexible payment structures to meet your budget requirements •Industry’s most extensive lines of lease plans for fleet replacement •Prepay program to lower payments and eliminate interest rate risk •Deferred payment option to simplify budgeting •$0 documentation fees •Dedicated Account Executive to assist throughout entire process Page 717 of 987 LLeasee Paymentt Protectionn • San Luis Obispo payments have two layers of protection in the event Pierce doesn’t deliver the apparatus: 1. Pierce Performance Bond Ensures that the customer will receive the apparatus in accordance with the terms of the contract agreement. Guarantees one year warranty will be performed. 2. PNC “Four Party Agreement” in lease contract If Pierce fails to deliver Equipment, then Pierce shall pay to Lessee the Lessee’s payments and the amount owed to PNC (the lease is refunded). Page 718 of 987 BBudgetaryy Pumperr Leasee Purchasee Options Pierce Apparatus: (1) Custom Pumper Date 3 Year Lease Purchase 5 Year Lease Purchase Budgetary Cost: $1,100,000.00 April 2024 Order/Lease Start Order/Lease Start Delivery: TBD April 2025 $409,162.66 $258,725.32 April 2026 $409,162.66 $258,725.32 *Rate as of April 2024 and is fixed at closing April 2027 $409,162.66 $258,725.32 April 2028 $258,725.32 April 2029 $258,725.32 Rates 5.69% 5.66% Page 719 of 987 PROGRAM CONTACTS Tom Whitmer, Director of Business Development twhitmer@piercemfg.com (920) 267-1256 Kim Simon, Vice President kim.simon@pnc.com (614) 670-3994 Page 720 of 987