HomeMy WebLinkAbout4684 Resolution - Purchase Replacement Ladder Truck
Resolution – Purchase Fire Ladder Truck - 1
RESOLUTION NO. 4684
A RESOLUTION OF THE CITY OF PASCO, WASHINGTON,
APPROVING THE PURCHASE OF A FIRE LADDER TRUCK FROM
ROSENBAUER, LLC, WHICH IS A MEMBER OF SOURCEWELL, A GROUP
PURCHASING ORGANIZATION (GPO).
WHEREAS, the City of Pasco Fire Department requires reliable and properly functioning
equipment to provide fire suppression and protect public safety; and
WHEREAS, the City’s current ladder truck has reached the end of its recommended
service life, and repair costs have significantly increased in recent years; and
WHEREAS, the frequency of mechanical failures and required repairs has resulted in
prolonged out-of-service time, directly affecting emergency response capability and public safety;
and
WHEREAS, the replacement of the ladder truck was previously scheduled and budgeted
for replacement in 2027 within the Equipment Rental and Replacement Fund; and
WHEREAS, the manufacturing and delivery time for fire apparatus commonly ranges
from two (2) to five (5) years, requiring early planning, specification development, and financial
commitment; and
WHEREAS, after evaluating multiple vendors, the Fire Department has determined that
Rosenbauer, LLC provides the best operational functionality, lowest overall cost, and shortest
manufacturing timeline; and
WHEREAS, the purchase will be made through Rosenbauer, LLC, which is a member of
Sourcewell, a Group Purchasing Organization (GPO) and is encouraged by the City’s Purchasing
Policy Administrative Order to meet competitive bidding requirements; and
WHEREAS, no additional funding is being requested, as the necessary funds for
replacement have already been designated within the Equipment Rental and Replacement Fund.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PASCO, WASHINGTON:
The City Council authorizes the use of funds previously designated within the Equipment
Rental and Replacement Fund for the procurement of a replacement aerial apparatus.
Resolution – Purchase Fire Ladder Truck - 2
Be It Further Resolved, the City Council authorizes the City Manager to execute a sales
agreement with Rosenbauer, LLC for the manufacture of a replacement aerial apparatus in an
amount not to exceed Two Million Four Hundred Nine Thousand Eighty-Three Dollars
($2,409,083.00), attached hereto and incorporated herein at Exhibit A.
Be It Further Resolved, that this Resolution shall take effect immediately.
PASSED by the City Council of the City of Pasco, Washington, on this 1st day of
December, 2025.
_____________________________
David Milne
Mayor
ATTEST: APPROVED AS TO FORM:
_____________________________ ___________________________
Debra Barham, MMC Kerr Ferguson Law, PLLC
City Clerk City Attorneys
Sourcewell*'
PURCHASE ORDER
SUPPLIERPurchaser
Sourcewell Contract #: 1 1 3021-RSDof Pasco Fire
Rosenbauer Minnesota, LLC
5180 260th StreetFirertment
PO Box 549n 99301
, MN 55092
730
in Calendar
@lptod @FEn@ d OrdsNew TillerAerialOrder Numben
The amount in this shall remain firm for a of 30 from lhe date of same.
Quantity Description Prico Price {Extendedl
1
One (1) Rosenbauer Tractor Drawn Aerial, complete with Rosenbauer Commander
chassis and Rosenbauer Viper Aerial per attached specificatio ns.$2,409,083.00 $2,409,083.00
Washington State Sales Tax ls Not lncluded & Will Be Applied At Final lnvoicing. Price lncludes A 100% Performance Bond
"f,lote: tt cnasse amouni of $761,215.00 is paid upon arrival at our plant in Minnesota, deduct $29,249.00 each
aerial amount of $485,615.00 is upon at our in Minnesota, deduct $9,468.00
TOTAL $2.409.083.00
NOTES:
Rosenbauer Dealer:General Fire Apparatus
Salesperson:er.t(en reist h /
Signature:
(
Purchaser:Citv of Pasco Fire Department
Print Name:
Title:
Date
Siqnature:
ArtrsEnhauer
APPENDIX C
CHANGE ORDER POLICY
maintain costs which will benefit all of us.
Our objective is accurate, high quality and on-time deliveries exceeding our customer expectations.
Changes any time after the order is received may delay the quoted delivery date. Significate design or component changes will have ihe largest impact on the schedule and quoted
delivery date. Changes that occur later in the process will also have the largest impact on the schedule and quoted delivery date.
All time fences are reference to contract execution date if not otherwise stated.
Change Window#1
All changes will be priced at standard pricing and specials will be priced through our normal process. Significant changes made to the vehicle during this time period may result
in a delivery extension.
Change Window #2
All changes are subject to a 25% mark-up. All changes are subject to factory review and may be denied due to engineering or lead lime issues.
RBM Chassis
RBA Aerial
Rosenbauer Body
RBM Chassis
RBA Aerial
Rosenbauer Body
RBM Chassis
RBA Aerial
Rosenbauer Body
RBM Chassis
RBA Aerial
Rosenbauer Body
0-60 days
0-60 days
0-60 days
6'l-75 days
61-75 days
61-120 days
76-1 20 days
76-120 days
121-180 days
After 1 20 days
After 1 20 days
Afte|l 80 days
Change Window #3
All changes are subject to a 50o/o mark-up, and 507o restocking fee on deleted items, All changes are subject to fac{ory review and may be denied due to engineering or lead
time issues. No major components can be changed at this time; major components are considered engine, ttansmission, axles, suspension, cab, frame (wheelbase), seats'
water pump and water tank.
Change Window #4
Changes are not recommended at this time. Any changes requested will be priced on a time and material basis. Any changes requested, and that are quoted to the customer
must be approved by the customer wilhin three days or they will not be valid.
*Note: Any tate change orders that are factory diven witl be done at cost and no additional mark up or penalties wiil apply.
INFLATIONARY NOTICE
Due to unprecedented volatility with inflationary pressures in our economy and existing market demand creating substantial production backlogs, Rosenbauer America
with specific evidence of supply chain cost increases from malerial or component providers. Upon request, this may include copies of invoices from relevant suppliers to
substantiate accordingly. Any request will be done in a timely manner for careful review and consideration.
BUYER INITIALS
APPEND]X D
CANCELTATION POLICY
This cancellation policy is intend€d to outline the costs associated with cancsling a contract after the vehicle has been ordered
Cancellatlon Wndow #l
All requests for cancellation from order entry until the preconstruction meeting is held will incur a $5,000 cancellation fee.
Cancellation Wlndow #2
All requests for cancellation after the pre construction until the specifications have been released to engineering will incur a $10,000 cancellation fee.
Cancellation Wndow #3
ordor6d
Cancollatlon wlndow #4
All requests for cancellation whlle the truck is in production will be subject lo review and charged based material and production time.
BUYER INITIA[S: