Skip to main content
File #: 24-0229    Version: 1 Name: Purchase of Fire Engine / Pumper Truck
Type: Purchase Status: Passed
File created: 3/19/2024 In control: City Commission
On agenda: 4/17/2024 Final action: 4/17/2024
Title: MOTION TO APPROVE THE PURCHASE OF ONE (1) 2026 E-ONE TYPHOON FIRE ENGINE/PUMPER TRUCK FROM REV RTC D/B/A HALL-MARK RTC, IN THE AMOUNT NOT TO EXCEED $858,810.96 PURSUANT TO SECTION 35.18(C) OF THE CITY’S CODE OF ORDINANCES AND TO APPROVE E-ONE FIRE ENGINES AS A CITY STANDARD.
Sponsors: Fire
Attachments: 1. 1. E-ONE Sole Source Letter - REV RTC, 2. 2. Pembroke Pines Pumper Proposal - Sourcewell Contract, 3. 3. Pembroke Pines Sourcewell Customer Summary, 4. 4. Sourcewell Rev Group-E-One 113021-RVG Price File, 5. 5. Sourcewell - Rev_Group_Contract_113021

Title

MOTION TO APPROVE THE PURCHASE OF ONE (1) 2026 E-ONE TYPHOON FIRE ENGINE/PUMPER TRUCK FROM REV RTC D/B/A HALL-MARK RTC, IN THE AMOUNT NOT TO EXCEED $858,810.96 PURSUANT TO SECTION 35.18(C) OF THE CITY’S CODE OF ORDINANCES AND TO APPROVE E-ONE FIRE ENGINES AS A CITY STANDARD.

 

Summary Explanation and Background

PROCUREMENT PROCESS TAKEN:

 

- Chapter 35 of the City’s Code of Ordinance is titled “PROCUREMENT PROCEDURES, PUBLIC FUNDS.”

 

- Section 35.18 of the City's Code of Ordinances is titled "COMPETITIVE BIDDING OR COMPETITIVE PROPOSALS REQUIRED; EXCEPTIONS."

 

- Section 35.18(C) states that "Only the following situations are exempt from the competitive bid and competitive proposal requirements of this section:"

 

- Section 35.18(C)(3) states that “City standard, single-source and sole- source commodities or services. City standard, single- source and sole-source commodities or services are exempt from this section.”

 

- Section 35.18(C)(6) states that, "Cooperative purchasing plans are exempt from this section."

 

- Section 35.21 of the City's Code of Ordinances is titled "AWARD OF CONTRACT."

 

- Section 35.21(A) of the City's Code of Ordinances is titled "City Commission approval.

 

- Section 35.21(A)(1) states, "An initial purchase of, or contract for, commodities or services, in excess of $25,000, shall require the approval of the City Commission, regardless of whether the competitive bidding or competitive proposal procedures were followed."

 

SUMMARY EXPLANATION AND BACKGROUND:

1.  The Fire Department is requesting to purchase one (1) 2026 E-ONE Typhoon Fire Engine/Pumper Truck. The new Typhoon Fire Engine/Pumper Truck will replace Fire Engine #7788. Engine #7788 has had ongoing mechanical issues despite routine maintenance, leading to escalating expenses that render the vehicle's upkeep impractical. Additionally, the truck has high mileage and operating hours, and the fire department believes it has reached its end of useful life.

 

2.  The Fire Department has obtained a quote from REV RTC dba Hall-Mark RTC, utilizing Sourcewell Contract # 113021-RVG-1 pursuant to Section 35.18(C)(6) of the City’s Code of Ordinances:

 

2026 E-ONE Typhoon Pumper MSRP

$1,077,825.00

Sourcewell Discount (17%)

-$183,230.25

2026 E-ONE Typhoon Pumper

$894,594.75

Pre-Payment Discount

-$35,783.79

Total Contract Price

$858,810.96

 

3.  Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that facilitates a competitive public solicitation and contract award process for the benefit of its 50,000+ members across the United States and Canada. Sourcewell’s solicitation process complies with Minnesota law and policies, and results in cooperative contracting solutions from which Sourcewell’s members procure equipment, products, and services.

 

4.  Sourcewell has reviewed the quote and has stated that it complies with the contract.

 

5.  Pursuant to the attached sole source letter from E-ONE, the manufacturer, REV RTC dba Hall-Mark RTC is the sole source provider for E-ONE fire apparatus, E-ONE parts, warranty parts and warranty service in the state of Florida.

 

6.  Of all of the fire pumper trucks, only three of them are not E-ONE manufactured trucks.  One is a Pierce brand truck which is being replaced with this new order while the other two are made from Sutphen. 

 

7.  Below are the reasons that the Fire Department has decided to continue purchasing E-ONE Fire Engines over the other brands:

 

     a. Customization: E-ONE offers a high level of customization, allowing the Fire Department to tailor the trucks to our specific needs. This includes options for different chassis and pump configurations, tank sizes, and body styles.

 

     b. Durability and Reliability: E-ONE fire trucks are built to last, with a reputation for durability and reliability. This can result in lower maintenance costs over the life of the vehicle.  The Fire Department has previously utilized Pierce and Sutphen for Fire Pumpers but has determined that E-One Pumpers are the most dependable and easy to maintain among the three brands.

 

     c. Safety Features: E-ONE prioritizes safety, offering features such as roll-over protection systems (120K lbs cab crush rating), advanced braking systems, and ergonomic designs to reduce the risk of injury to firefighters.

 

     d. Support and Service: E-ONE provides excellent support and service to its customers, including initial training programs, maintenance support, and is a the only local builder for easy access to parts and service. Pierce manufacturing plant is located in Wisconsin, while Sutphen is located in Ohio.

 

     e. Interoperability and Training Efficiency: Standardization of our fleet ensures that all trucks within the department have similar features, making it easier for firefighters to operate different trucks interchangeably and also reduce training time and costs.

 

     f. Maintenance and Repair: Standardization simplifies maintenance and repair processes since mechanics only need to be familiar with a single type of truck. It can also reduce inventory costs for spare parts since parts can be shared among the standardized fleet.  Having mostly E-ONE pumpers in our fleet, our mechanics are very familiar with the apparatus which reduces downtime for service and repairs.

 

     g. Initial Cost: E-ONE Pumpers general average cost is 4% less than that of Pierce, and 3% less than that of Sutphen, their two main competitors.

 

8.  Delivery of the new E-ONE Typhoon Fire Engine/Pumper Truck will be approximately 810 days after receipt of order.

 

9.  A pre-payment must be received within 30 days of purchase order. If the payment is received more than 30 days after the purchase order, only simple interest discounts will apply.

 

10.  Request Commission to approve the purchase of one (1) 2026 E-ONE Typhoon Fire Engine/Pumper truck from REV RTC d/b/a Hall-Mark RTC, in the amount not to exceed $858,810.96 pursuant to Section 35.18(C) of the City’s Code of Ordinances and to approve E-ONE Fire Engines as a city standard.

 

Financial Impact

FINANCIAL IMPACT DETAIL:

 

a)   Initial Cost:  $858,810.96

b)   Amount budgeted for this item in Account No: There is $858,812 budgeted in account # 001-529-4003-664450-0000-000-0000 (Fire Engine).

c)   Source of funding for difference, if not fully budgeted: Not Applicable.

d)   5 year projection of the operational cost of the project Not Applicable.

e)   Detail of additional staff requirements:  Not Applicable.

 

FEASIBILITY REVIEW:

A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts.  This analysis is to determine the financial effectiveness of function sourcing services.

 

a)   Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service?  Not Applicable.

b)   If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable.