Long Beach, CA
File #: 22-0587    Version: 1 Name: FM/FD - Oshkosh for the purchase of a Pierce Enforcer fire vehicle
Type: Resolution Status: Adopted
File created: 5/6/2022 In control: City Council
On agenda: 5/24/2022 Final action: 5/24/2022
Title: Recommendation to adopt resolution authorizing City Manager, or designee, to execute a contract, and any necessary documents including any necessary subsequent amendments, with Oshkosh Corporation of Oshkosh, WI, through its subsidiary, Pierce Manufacturing, of Appleton, WI, with distribution and delivery by South Coast Fire Equipment, of Ontario, CA, for the purchase of a Pierce Enforcer fire vehicle with related equipment and accessories for hazardous materials response, on the same terms and conditions afforded to Sourcewell in a total amount not to exceed $897,476, inclusive of taxes and fees. (Citywide)
Sponsors: Financial Management, Fire
Attachments: 1. 052422-C-7sr&att, 2. RES-22-0079
Related files: 36302_000

TITLE

Recommendation to adopt resolution authorizing City Manager, or designee, to execute a contract, and any necessary documents including any necessary subsequent amendments, with Oshkosh Corporation of Oshkosh, WI, through its subsidiary, Pierce Manufacturing, of Appleton, WI, with distribution and delivery by South Coast Fire Equipment, of Ontario, CA, for the purchase of a Pierce Enforcer fire vehicle with related equipment and accessories for hazardous materials response, on the same terms and conditions afforded to Sourcewell in a total amount not to exceed $897,476, inclusive of taxes and fees.  (Citywide)

 

DISCUSSION

City Council approval is requested to enter into a contract with South Coast Fire Equipment for the purchase of a Pierce Enforcer Hazardous Materials (Haz-Mat) vehicle for the Fire Department. The cost of this vehicle is funded by the Urban Area Security Initiative (UASI 2021) subgrant with the City of Los Angeles. The Long Beach Fire Department (LBFD) has an operational need to add another unit to the existing fleet of Haz-Mat response vehicles. The proposed unit will replace unit HM19 at Fire Station 19 with an upgraded version to provide improved and critical detection and chemical analysis equipment.

 

The LBFD’s Haz-Mat Team responds as a two-pronged resource to identify and mitigate potential Haz-Mat incidents encountered by the Fire Department, Police Department, City of Long Beach (City) officials, business owners, and residents. The team currently utilizes a Haz-Mat Unit (HM24) from Station 24, which is located in the Port of Long Beach, and HM19 at Station 19, located near the Long Beach Airport. This gives the LBFD the unique advantage of being able to respond anywhere in Long Beach that may be experiencing a Haz-Mat emergency. The current HM19 unit will be moved to the Port of Long Beach location and will remain part of the LBFD’s Haz-Mat response. 

 

The purchase of the proposed equipment will allow the replacement of HM19 to act as a standalone Type 2 Haz-Mat Team that can work in conjunction with HM24 or as a complementary resource to surrounding departments such as Los Angeles County Fire Department and Santa Fe Springs Fire Department. The Haz-Mat Team utilizes state of the art detection and chemical analysis equipment to aid in identifying unknown hazardous and non-hazardous substances. In addition to dealing with routine Haz-Mat emergency challenges, the Team is also trained in materials associated with CBRNE (Chemical, Biological, Radiological, Nuclear, and Explosives) and Weapons of Mass Destruction.

The Purchasing Division and Fleet Services Bureau of the Financial Management Department researched procurement options for the purchase of a Haz-Mat response vehicle and discovered other agencies had completed an open, fair, transparent, and competitive procurement process. The City of Long Beach (City) reviewed the cooperative agreement options and determined that the contract between Sourcewell with Oshkosh Corporation provided the best value to the City. Oshkosh Corporation, through their subsidiary, Pierce Manufacturing, and their local distribution vendor, South Coast Fire Equipment, was selected based on their competitive pricing, service level, and breadth of product offerings.

 

City Charter Section 1802 provides an alternative procurement method by permitting the City to purchase or otherwise obtain services, supplies, materials, equipment, and labor with other governmental agencies. This alternative procurement method can save time and reduce costs through economies of scale by purchasing under existing contracts from other government agencies on a voluntary and selective basis, when authorized by a Resolution adopted by the City Council.

 

This matter was reviewed by Deputy City Attorney Anita Lakhani and Revenue Management Officer Geraldine Alejo on May 9, 2022, and by Purchasing Agent Michelle Wilson on May 6, 2022.

 

SUSTAINABILITY

 

Emergency response vehicles are currently exempt from California State and local air quality regulations. However, newer vehicles provide greater engine combustion efficiency that significantly reduces particulate matter and greenhouse gas emissions in the environment.

 

TIMING CONSIDERATIONS

City Council action to adopt a Resolution and award a contract concurrently is requested on May 24, 2022, to ensure the contract is in place expeditiously, and allow the needed time to construct the Haz-Mat unit prior to expiration of the grant delivery date deadline.

 

FISCAL IMPACT

The total contract amount will not exceed $897,476. The vehicle purchase will be funded by the UASI 2021 subgrant with the City of Los Angeles and is appropriated in the General Grants Fund Group in the Fire Department. Ongoing maintenance and fuel costs associated with this unit are estimated at $9,431 per year and will be billed to the General Fund Group in the Fire Department through the regular Fleet Services Memorandum of Understanding (MOU) monthly billing process. Ongoing charges will not begin until the vehicle is delivered, and no capital replacement funding is planned for this unit. This recommendation has no staffing impact beyond the normal budgeted scope of duties and is consistent with existing City Council Priorities. There is no local job impact associated with this recommendation.

 

SUGGESTED ACTION

Approve recommendation.

 

BODY

[Enter Body Here]

 

Respectfully Submitted,

KEVIN RIPER                                                                                                                              

DIRECTOR OF FINANCIAL MANAGEMENT

 

XAVIER ESPINO

FIRE CHIEF

 

APPROVED:

 

THOMAS B. MODICA

CITY MANAGER