Loading...
HomeMy WebLinkAbout09/17/2002, C9 - CHANGE OF FIRE ENGINE COLOR STANDARD AND FIRE ENGINE PURCHASE council M`" °"' 9/r�oz j acEnaa Repom CITY OF SAN LUISOB ISPO FROM: Wolfgang Knabe,Fire Chief Lt.(— Prepared By: William R. Dugger,Fire Apparatus Mechanic Viv R Dilts,Management Assistant SUBJECT: CHANGE OF FIRE ENGINE COLOR STANDARD AND FIRE ENGINE PURCHASE CAO RECOMMENDATION 1. Approve a change in the color of fire apparatus for the San Luis Obispo Fire Department from green/yellow to red. 2. Authorize acquisition of a new red fire engine via cooperative purchasing by`-`tagging onto" a recent purchase of a Pierce Lance Pumper by the City of Murray, Utah. 3. Authorize the Mayor to enter into a purchase agreement with Pierce Manufacturing Company in the amount of$354,000. DISCUSSION Change of Color Stnndard The San Luis Obispo Fire Department wishes to change the color of its fire apparatus from green/yellow to red for the following reasons: 1. There is no conclusive evidence that color is a safety issue. Reflective tape, lights, and sirens are the major contributing safety factors. 2. Reduction in the cost of apparatus can be accomplished by ordering apparatus along with large fire departments (LA County, LA City). This can only be done if our apparatus are red because these large departments have red apparatus. 3. There is also the possibility that our department will be able to acquire a reserve truck from the City of Los Angeles and that apparatus is red in color. Future such acquisitions would also be red in color. 4. Fire Departments such as the Glendale Fire Department are changing from the green/yellow color to red. This is being done for consistency, availability, expense, and preference. 5. Sometimes the possibility of purchasing used fire apparatus occurs and most used fire apparatus is red in color. Our apparatus vendors inform us that buying and selling red fire apparatus is much easier and there is much more of a demand for red apparatus. 6. The Firefighter's Association and the firefighters themselves prefer red apparatus. 7. Overall, changing the color of the fire apparatus to red will provide for greater flexibility, future cost savings, and increased morale within the department. cr c1 Council Agenda Report-Fire Engine Purchase Page 2 The change to red will take up to two years. Future apparatus will be ordered in red and current apparatus will be repainted as funds become available. Repainting apparatus will cost between $4,000 and $8,000, but this will be offset by the substantial savings (upwards of $15,000) for each apparatus when ordering with larger fire departments. The cost of repainting these apparatus will be budgeted in the next budget cycle. The department will continue to pursue other companies that could do the repainting for less. Purchase of the New Fire Engine Funding for this purchase of a new fire engine has been approved in this fiscal year. Consensus from staff and floor personnel is to purchase a unit identical to our City's Engine-9192, a Pierce Lance pumper. In an effort to insure this and in the interest of cooperative purchasing, the Department would like to "tag onto" a purchase of a Pierce Lance pumper by the City of Murray Utah. In December of 2000, the City of Murray, Utah went out to bid and four vendors replied, summarized as follows: Company Base-Price- ---Loose-Equip.-Total E-One 324,490.00 22,253.70 346,743.70 Pierce Mfg. 310,881.00 21,120.50 332,001.50 Sutphen Corporation 329,995.00 21,695.50 351,690.50 ALF* 296 148.00 25,254.30 321 402.30 * Even though ALF was the lowest bidder, they did not meet the intent of the specifications. Pierce met 100% of the total intent of the specifications and came in low bid. There are several reasons to tag on to Murray City's agreement with Pierce: 1. Standardize the City's current fire fleet. 2. Reduce our engine parts inventory 3. Allow the Department to deal with one vendor over technical and warranty concerns. Why tag on to a contract that was awarded in December 2000? 1. Pierce is willing to hold the price awarded to Murray, Utah for the City of San Luis Obispo. 2. This is the most recent contract awarded by Pierce for a unit that most closely resembles the base unit, the City of San Luis Obispo desires. G��Z Council Agenda Report—Fire Engine Purchase Page 3 It should be noted that the process for acquiring this pumper began in January of 2001. A purchase could not be made until the approved funds became available in July of 2002. The major components of the Murray Utah unit, chassis, model; drive-train and pump are essentially the same as the unit we are proposing to purchase. Price differences are reflected in the selection of options specified and required by agency. Because each unit is custom built to meet the specific needs of the community it is to serve, the selection of options always create a price difference. See attached reconciliation of cooperative purchasing costs (Exhibit B of the agreement). FISCAL IMPACT A total of$354,000 was approved as part of the 2001-03 Financial Plan (Appendix B, Capital Improvement Plan, Page 99) for the purchase of a replacement fire engine. CONCURRENCE Finance Department concurs with this purchase. ATTACHMENTS Attachment 1 Agreement Specifications (Exhibit D) are available for review in the Council Office Electronic File Path:G/ADMIN/Council Agenda Reporu/17-112/F-I 12 Council Agenda c y-3 A kc hme- + I AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of , by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and PIERCE MANUFACTURING COMPANY, hereinafter referred to as Contractor. WITNESSETH: WHEREAS, the City's purchasing procedures allow for cooperative purchasing, including"tagging-on" onto another agency's contract; and WHEREAS, the City of Murray, Utah awarded a contract on December 21, 2000 for a Pierce Lance pumper after soliciting formal bids for the purchase of a fire engine; and WHEREAS, the Contractor has offered to sell to the City the same pumper it sold to Murray at the same price, after adjusting for options that Murray ordered that the City does not need. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date of this Agreement is made and entered, as first written above, until acceptance or completion of said equipment. 2. INCORPORATION BY REFERENCE. Contractor's bid form dated December 21, 2000 (Exhibit A), Reconciliation of Cooperative Purchase Costs (Exhibit B), Contract Performance Terms (Exhibit C), and Specifications (Exhibit D) are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing equipment as specified in this Agreement, City will pay and Contractor shall receive therefore compensation in a total sum not �q-y to exceed $353,997.68 as follows: ninety (90) days after contract execution; the City agrees to pay a chassis prepayment in the amount of$178,361.00; the remaining balance of$175,636.68 will be paid 30 days from the receipt of an original invoice and acceptance of the equipment by the City. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Administrative Officer of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Contractor Pierce Manufacturing Company 2600 American Drive Appleton, WI 54913 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. r CSI' IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO, Municipal Corporation By: City Clerk Allen Settle,Mayor APPROVED AS TO FORM: CONTRACTOR By: me Pierce Manufacturing Company Exhibit A CONTRACT PERFORMANCE TERMS 07/01/02 06:25 FAX $01 565 0671 ROSS EQUIPMENT 0003/004 BID# OPENING DATE: � ao BID FORM We propose to furnish.to Murray City Fite Department,One(1)1500 Gfhl Triple Combination Pumper meeting the attached specifications,and under the conditions set forth in accordance wig Bid# at the prices bid herein. Apparatus and uppracat bid, FOB:Murray City Fire Department$ Delivery time regoired after receipt of order i..0 1 n r � " _ Or von k calendar days. The manufha tterbeing awarded the contract agrees to provide the specified apparatus and equipment per the above requirements.However,if the manufacturer is unable to deliver the apparatus per the dam stated.or calendar date requirements, said mam>faetm will be allowed a 30 day grace period For completion.After the 30 day grace period,&manufacturer will be penalized the amount of$ 100.00 per day unW spoc4cd apparatus and vgmipmcnt can be deliv=& I,do solemnly swear that I have not,nor to the best of nW knowledge has any member of my Cure or wlupauy,either directly or mdaw*restrained free and campet<hve bidding on this project by entering into any agreement,participated m any collusion,or otherwise taken any action unauthorized by Ivlumay City Fire Depattmem galls 42a P nn Signature Title X��E ,�s+�u Amorn� car� Ol Firm Name Address Date City/Statc/Zip c 9VC6 cN w66 01 669i ! Iif C L? Exhibit B RECONCILIATION OF COOPERATIVE PURCHASING COSTS Price as Specified by Murray,Utah $3329001.50 (Note: This figure excludes sales tax, which is not applicable for essential services in Utah.) Deletion of Options Not Desired by San Luis Obispo (Attachment 1) _ - 26,909.91 Base Price of Murray, Utah Pierce Lance $3059091.59 California sales tax (.0725%) (hypothetical) +22,119-14 TOTAL $3279210.73 San Lois Obispo Pierce Lance Base Price of Murray,Utah Pierce Lance $3059091.59 Addition of Options Desired By San Luis Obispo (Attachment 1) +29, 0 00 $334,911.59 California sales tax (.0725%) + 24, 82 1 09 $359,192.68 Chassis Pre-Payment Discounts - 5,195.00 TOTALLY COST FULLY DELIVERED TO SAN LUIS OBISPO $353,997.68 c9-� SPECIFIED OPTION DIFFERENCES Attachment 1 Murray City, Utah Pierce Lance Base Price $332,001.50 Note: Price Excludes Sales Tax and Chassis Pre-Payment Options Options Not Required her San Luis Obispo 1. Elec. Cab Windows 499.00 2. Trans Retarder 5,407'.00 3. Raised Roof _ 17200.00 4. Aluminum Body 1,000.00 5. Hose Reel 3,862.00 6. Top Mt. Pump Panel 4,997.00 7. Tire Chains 2,687.00 8. Alternator 1,811.00 9. Lettering/Striping 17733.91 10. 12 V. Lighting 2,233.00 26,909.91 Murray Pierce Lance Base Price (minus options) 3059091.59 California sales tax (.0725%) +$22,1191 TOTAL $327,210 73 Murray Pierce Lance Base Price (minus options) 3059091.59 Base price quoted by South Coast Fire Note: Price Excludes Sales Tax and Chassis Pre-Payment Options Optinns Required byq2n I nis Ohisnn Engine 4,275.00 HB Covers 3,707.00 Night Scan 7,740.00 Elkhart Valves 3,800.00 Ladder Rack 3,908.00 Shelves and Trays 1,275.00 Additional Loose Equipment 5,11500 +.Q9, 2$�0 00 Sub-Total $334,911.59 California sales tax (.0725%) +$24,281.09 Chassis Pre-Payment Discount -%5,19100 TOTAL COST FULLY DELIVF.RFM TO CAN i UTS OBISPO S3539997-69 �9 9 i Exhibit C CONTRACT PERFORMANCE TERMS ,• - �> ,gym':` ' 1. Business Tax. Contractor must have a valid City of San Luis Obispo business tax certificate prior to execution of the contract. Additional information regarding the City's business tax program may be obtained by calling (805) 781-7134. 2. Ability to Perform. Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws, ordinances, and regulations. 3. Laws to be Observed. Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 4. Payment of Taxes. The contract prices shall include full compensation for all taxes, which Contractor is required to pay. 5. Permits and Licenses. Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 6. Safety Provisions. Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 7. Public and Employee Safety. Whenever Contractor's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 8. Preservation of City Property. Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged as a result of Contractor's operations, it shall be replaced or restored at Contractor's expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 9. Immigration Act of 1986. Contractor warrants on behalf of itself and all sub-contractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 10. Contractor Non-Discrimination. In the performance of this work, Contractor agrees that it will not engage in, nor permit such sub-contractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 11. Work Delays. Should Contractor be obstructed or delayed in the work required to be �g io done hereunder by changes in the work or by any default, act;or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the Contractor. 12. Payment Terms. Ninety (90) days after contract execution, the City agrees to. pay a chassis prepayment in the amount of$178,361.00; the remaining balance of$175,636.68 will be paid 30 days from the receipt of an original invoice and acceptance of the equipment by the City. 13. Inspection. Contractor shall famish City with every reasonable opportunity for City to ascertain that the services of Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials fiunished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 14. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 15. Interests of Contractor. Contractor covenants that it presently has no interest, and shall not acquire any interest direct or indirect or otherwise, which would conflict in any manner or degree with the performance of the work hereunder. Contractor further covenants that, in the performance of this work, no sub-contractor or person having such an interest shall be employed. Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 16. Hold Harmless and Indemnification. Contractor agrees to defend, indemnify,protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to Contractor's employees, agents or officers which arise from or are connected with or are caused or claimed to be caused by the acts or omissions of Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 17. Year 2000 Compliance. The Contractor warrants that the goods or services provided to the City, including those provided through subcontractors, are "Year 2000 compliant." For the purpose of this contract, "Year 2000 compliant" means that goods or services provided to the City will continue to fully function, fault-free, before, at and after the Year 2000, without interruption or human intervention; and if applicable, any data outside of the date range 1990-1999, including leap years, will be correctly processed in any level of computer hardware or software, including, but not limited to, microcode, b Cd firmware, application programs, files and data bases. This warranty supersedes all warranty disclaimers or limitations, and all limitations on liability, otherwise provided by the Contractor. 18. Upon request by the City, the Contractor will provide the. City with a description of its Year 2000 compliance strategy, or statement of why this is not relevant to contract performance. 19. Contract Assignment. Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 20. Termination. If, during the term of the contract, the City determines that Contractor is not faithfully abiding by any term or condition contained herein, the City may notify Contractor in writing of such defect or failure to perform; which notice must give Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to Contractor to said effect. Thereafter, neither party shall have any fiu-ther duties, obligations, responsibilities, or rights under the contract. In said event, Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by Contractor as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by Contractor shall be based solely on the City's assessment of the value of the work-in-progress in completing the overall workscope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall Contractor be entitled to receive in excess of the compensation quoted in its proposal. 21. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of Contractor as part of the work or services under these specifications shall become the permanent property of the City, and shall be delivered to the City upon demand. 22. Insurance Requirements-Supply and Equipment Contracts. The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the products and materials supplied to the City. The cost of such insurance shall be borne by the Contractor. a. Minimum Scope of Insurance. Coverage shall be at least as broad as Insurance 9-/Z V i Services Office Commercial General Liability coverage ("occurrence" form CG 0001). b. Minimum Limits of Insurance. Contractor shall maintain limits no less than $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. c. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. d. Other Insurance Provisions. The general liability policy is to contain, or be endorsed to contain, the following provisions: The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: products and completed operations of the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees, agents or volunteers. The Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials, employees, agents or volunteers. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days'prior written notice by certified mail,return receipt requested, has been given to the City. e. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANII. f. Verification of Coverage. The Contractor shall furnish the City with original endorsements effecting coverage required by this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. 23. Accuracy of Specifications. The specifications for this engine are believed by the City Cg to be accurate and to contain no affirmative misrepresentation nor any concealment of fact. Contractor is cautioned to undertake an independent analysis of any test results in the specifications, as City does not guaranty the accuracy of its interpretation of test results contained in the specifications package. In preparing its proposal, the Contractor all subcontractors shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the plans and specifications which could easily have been ascertained by examining either the project site or accurate test data,in the City's possession. Although the effect of ambiguities or defects in the plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of Contractor to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the bidder. An ambiguity or defect shall be considered patent if it is of such a nature that the bidder, assuming reasonable skill, ability, and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful bidder to achieve the project's objective or standard beyond the amounts provided therefore in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the plans and/or specifications, or any other matter whatsoever, Contractor shall immediately notify the City in writing, and the Contractor and all subcontractors shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. GroupWise Read Mail Messap—Menu Pagel of MEETING AGEND 4z� DATE C---%-'ITEM # - % 01% 7"MiA80 Mail Message b4-L From: "Jackie & Ben Parker" <sloparker@charter.net> To: Jan Marx , Allen Settle, John Ewan, Chdstine Mulhollan n Schwa �i 64�4 Subject: Council Agenda Item C9 - Change of Fire Engine Colo anod Fire Engg e Purchase -- ,COUNCIL 13 cbo DIR Attachments: FA� RECEIVED [AO 13 FIN DIR 10 0 13 FIRE I CHIEF TTORNEY Pw 018 TTI I A 13 SEP 17 2002 FtLERK(ORIG C3 POUCE CHF MEW REC DIR Message: SLO CITY CLERK 0 LITIL DIP Councilmembers; ,-�Rsj HR DIR, I am writing to express concern as a city resident over the reasoning that was used to propose changing from the yellow-green to red for SLO City Fire Department equipment colors. The original intent of the change to yellow- green by many fire departments was based on a study in the early 1970's by an insurance company that insured many fire departments. The insurer offered reduced premiums for departments that switched to the higher visibility yellow green. That premium reduction was later dropped by the insurer. The staff report indicates that it may be less expensive to purchase red engines by tagging on to fleet orders conducted by other larger departments. However, most fire engine manufacturers allow extensive customization even of"tag along" purchases. The counties of Santa Barbara and Ventura have made extensive tag along purchases with larger departments and they have white and yellow paint schemes, respectively. The city will be able to benefit from tag along purchasing and still specify whatever color scheme it desires. Additionally, the report indicates that existing equipment will be repainted on an accelerated schedule-within two years-so that the department will not be a mix of colors. There will presumably still be a yellow-green engine in the fleet as the City operates a state Office of Emergency Services owned fire engine that is an IDES standard yellow-green. The staff report justifications for changing from yellow-green to red seem to have been developed primarily to support the discussion items that address employee preference and morale. If the employees of the fire department have a desire to convert equipment to a red color it should be done in the most cost efficient way by only painting existing equipment red as it comes up for normal and established painting schedules.1t is hard to imagine that all equipment would require painting within two years. Take advantage of the proposed "tag along purchase" but if you approve a http:/twebaccess.slocity.org/cgi-bin/GW5/GWWLB.EXE?MSG-ACTION=READ-1D&MSG-... 9/17/02 GroupWise Read Mail Message Menu Page 2 of 2 i change in the Fire Departments equipment color I urge you to base it truly on the what would be most cost efficient for the residents of the City of San Luis Obispo. Sincerely, Ben Parker Resident, San Luis Obispo City http://webaccess.slocity.org/cgi-bin/GW 5/GW WEB.EXE?MSG-ACTION=.READ-iD&MSG-... 9/17/02