Ann Arbor logo
File #: 22-0844    Version: 1 Name: 6/6/22 -Award Purchase of Fire Apparatus to Halt Fire Inc.
Type: Resolution Status: Passed
File created: 6/6/2022 In control: City Council
On agenda: 6/6/2022 Final action: 6/6/2022
Enactment date: 6/6/2022 Enactment #: R-22-168
Title: Resolution to Authorize the Purchase of a 2022 Pierce Custom Enforcer Class A Pumper Fire Apparatus from Halt Fire Inc. (Sourcewell - $662,453.00)
Attachments: 1. Pierce-Halt Fire Apparatus Specification 050422.pdf, 2. Pierce-Halt Fire Apparatus Proposal 050922.pdf, 3. Sourcewell #113021 - Pierce.pdf, 4. Pierce-Halt Fire Apparatus Drawing 050422.pdf, 5. Halt Fire Non Discrimination.pdf, 6. Halt Fire Conflict of Interest.pdf

Title

Resolution to Authorize the Purchase of a 2022 Pierce Custom Enforcer Class A Pumper Fire Apparatus from Halt Fire Inc. (Sourcewell - $662,453.00)

Memorandum

The attached resolution authorizes the purchase of one 2022 Pierce Custom Enforcer Class A Pumper at a cost of $662,453.00 through the Sourcewell cooperative purchasing program (contract #113021) for use by the Safety Services Area, Fire Department.

 

Under the Fire Chief’s apparatus plan, once the new pumper is placed into service in early 2024, a 2011 Crimson engine (#1073) will be moved from frontline service to itinerant (reserve) service.  One of the two current itinerant units, both 2005 Spartan engines (#1070 and #1071) will be sold at auction. The unit being sold at auction will be determined based on vehicle condition at the time. 

 

Pierce Manufacturing Inc. was awarded Contract Number 113021 by the Sourcewell cooperative purchasing program for fire service apparatus.  The City’s purchasing unit has reviewed the Sourcewell cooperative purchasing program and found that it meets the requirements of the City of Ann Arbor for competitive and fair purchasing. Halt Fire Inc., Wixom, Michigan, is the approved local vendor for Pierce fire apparatus.

 

The new pumper will be equipped with the latest in idle reduction technology by Pierce.  The system integrates lithium-ion batteries and a diesel engine control system to allow up to one hour of vehicle operations for user-defined mission critical on-scene loads and for HVAC climate control with the engine shut down.  This system will result in lower fuel usage, less engine wear, lower noise levels, and zero emissions when operating under lithium-ion power. The Office of Sustainability and Innovation has agreed to fund the upgrade for the idle reduction technology in the amount of $27,743.00. 

 

The resolution includes an approximately 3% build contingency of $20,000.00 to cover potential change orders during fabrication to be approved by the City Administrator if necessary. 

 

Halt Fire Inc. complies with the requirements of the City’s conflict of interest and non-discrimination ordinances.

 

Budget/Fiscal Impact: Adequate funding for the purchase of this equipment is available in the FY22 Fleet Fund Operations and Maintenance budget with the source of funds being transfers from the Office of Sustainability and Innovations General Fund Operations and Maintenance budget and the Fire Department Operations and Maintenance budget.

 

The new fire apparatus will be placed on an 18-year replacement schedule. The Fire Department will have an annual replacement cost of approximately $62,028.00.

 

Green Fleet Policy:  The Green Fleet Committee approved the need for the replacement of this equipment, that the proposed replacement is consistent with the Green Fleet Policy and recommended the approval of this resolution.  The Sustainability and Innovations Manager has concurred with the actions of the Committee.

Staff

Prepared by:                                          Matthew J. Kulhanek, Fleet & Facilities Unit Manager

Reviewed by:                     Mike Kennedy, Fire Chief

John Fournier, Assistant City Administrator

Approved by:                       Milton Dohoney Jr., City Administrator

Body

Whereas, The Fleet & Facilities Unit needs to purchase a replacement fire apparatus for the City’s fleet;

 

Whereas, Competitive bids were received by the Sourcewell cooperative purchasing program and Pierce Manufacturing Inc. received contract #113021 for fire service apparatus;

 

Whereas, Halt Fire Inc., Wixom, MI is the approved local vendor for Pierce fire apparatus; and

 

Whereas, Halt Fire Inc. complies with the requirements of the City’s Conflict of Interest and Non-Discrimination Ordinances;

RESOLVED, That City Council approve the issuance of a purchase order to Halt Fire Inc. for one 2022 Pierce Custom Enforcer Class A Pumper for a total amount of $662,453.00 and authorize a build contingency of $20,000.00 to cover potential contract change orders;

 

RESOLVED, That funds for the purchase of this apparatus and the build contingency, be available without regard to fiscal year; and

 

RESOLVED, That the City Administrator be authorized to take the necessary actions to implement this resolution including the approval and execution of change orders within the approved contingency amount.