title
APPROVE MOTION TO AUTHORIZE COOPERATIVE PURCHASE AGREEMENTS FOR THE PURCHASE OF THREE FIRE APPARATUSES AND ONE BEARCAT
recommended action
RECOMMENDATION
It is recommended that the City Council approve a motion to:
1. Approve findings pursuant to Stockton Municipal Code section 3.68.070 in support of an exception to the competitive bidding process.
2. Approve the use of a Cooperative Purchase Agreement through Sourcewell, Contract No. 082025-PMI, in the amount of $2,035,948.10, with Pierce Manufacturing, Inc., through an affiliated vendor, Golden State Fire Apparatus of Sacramento, CA, for the purchase of two fire engines.
3. Approve the use of a Cooperative Purchase Agreement through Helping Governments Across the Country Buy, Contract No. FS12-23, in the amount of $652,365.69, with BME Fire Trucks, through an affiliated vendor, Golden State Fire Apparatus of Sacramento, CA, for the purchase of one wildland fire engine.
4. Approve the use of a Cooperative Purchase Agreement through US General Services Administration, Contract No. GS-07F-169DA, in the amount of $443,361, with Lenco Industries, Inc. of Pittsfield, MA, for the purchase of one police tactical response bearcat.
5. Authorize the City Manager to execute three Cooperative Purchase Agreements, in the total amount of $3,131,674.79, with Golden State Fire Apparatus and Lenco Industries, Inc., for the purchase of three fire apparatuses and one bearcat.
It is also recommended that the City Manager be authorized to take appropriate and necessary actions to carry out the purpose and intent of this motion.
body
Summary
Public Works is responsible for maintaining the City’s fleet of vehicles and equipment.
The City utilizes a 15-year frontline and a five-year reserve heavy fire vehicle replacement plan to provide a sustainable, reliable, and cost-effective fleet of heavy fire equipment that aligns with industry standards. Staff recommends the replacement purchase of two fire engines, one police tactical response bearcat, and the addition of one wildland fire engine (Attachment A).
Sourcewell, Helping Governments Across the Country Buy (HGAC), and the US General Services Administration (GSA) provide Cooperative Purchase Agreements (COOPs) to simplify the procurement process for public agencies and to take advantage of volume purchasing. Use of COOPs streamlines administrative costs and procedures while maintaining the integrity of the competitive bidding process. The specifications for the equipment available through these contracts meet the City’s requirements for their equipment type.
It is recommended that Council approve a motion authorizing the City Manager to execute three COOPs through Sourcewell, HGAC, and GSA, for the purchase of three fire apparatuses and one bearcat, in the total amount of $3,131,674.79 (Attachments B, C, and D).
DISCUSSION
Background
Public Works is responsible for maintaining the City’s fleet of vehicles and equipment. The City utilizes a 15-year frontline and a five-year reserve heavy fire vehicle replacement plan to provide a sustainable, reliable, and cost-effective fleet of heavy fire equipment that aligns with industry standards. The National Fire Protection Association Standards for Fire Department Apparatus (NFPA 1901) suggests that replacement cycles for busy fire fleets be evaluated based on call volume, maintenance costs, safety, and required technology updates. The industry standard is between 12 to 20 years for frontline response units, depending on local conditions, community demand, engine hours, miles driven, and maintenance costs.
On January 27, 2026, Fire Department staff identified a need to enhance wildfire response in and around Stockton by augmenting our current Type 1 fire engine fleet with one Type 3 wildland fire engine. Type 3 engines are specifically designed for wildland and wildland-urban interface incidents and are equipped with four-wheel drive, higher ground clearance, and a pump-and-tank configuration suitable for off-road and remote operations. By Resolution No. 2026-01-27-1206, Council approved a carry-forward appropriation for the Stockton Fire Department, allowing them to use the funds to procure new equipment.
For the majority of specialized heavy equipment, including the current police tactical response bearcat, the City utilizes a 15-year life cycle for performance and efficiency. Adherence to this standard replaces equipment before routine failures and breakdowns are experienced, reducing the demand for extensive mechanical repairs. The replacement standard increases the resources available for preventive maintenance and is critical to the availability and performance of all fleet equipment, including public safety and emergency response vehicles. Fleet staff identified two fire engines and one police tactical response bearcat that exceed the age and/or mileage criteria or have recurring mechanical or operational problems (Attachment A).
Present Situation
Sourcewell, HGAC, and GSA provide COOPs to simplify the procurement process for public agencies and to take advantage of volume purchasing. Use of COOPs streamlines administrative costs and procedures while maintaining the integrity of the competitive bidding process. The specifications for the equipment available through these contracts meet the City’s requirements for their equipment type.
It is recommended that Council approve a motion authorizing the City Manager to execute three COOPs, in the total amount of $3,131,674.79, for the purchase of two fire engines in the amount of $2,035,948.10 from Golden State Fire Apparatus of Sacramento, CA (Attachment B), one wildland fire engine in the amount of $652,365.69 from Golden State Fire Apparatus of Sacramento, CA (Attachment C), and one police tactical response bearcat in the amount of $443,361 from Lenco Industries, Inc. of Pittsfield, MA (Attachment D). The equipment being replaced will be removed from the fleet and sold at public auction.
Findings
Pursuant to Stockton Municipal Code section 3.68.070, Council may approve findings which support an exception to the competitive bidding process. These findings include:
1. Sourcewell established a COOP with Pierce Manufacturing, Inc., through an affiliated vendor, Golden State Fire Apparatus, to provide access to preferential pricing of fire apparatuses and equipment.
2. HGAC established a COOP with BME Fire Trucks, through an affiliated vendor, Golden State Fire Apparatus, to provide access to preferential pricing of fire apparatuses and equipment.
3. GSA established a COOP with Lenco Industries, Inc. to provide access to preferential pricing of tactical police vehicles and equipment.
4. The COOPs with Pierce Manufacturing, Inc., BME Fire Trucks, and Lenco Industries, Inc. were established pursuant to formal competitive bidding processes conducted by Sourcewell, HGAC, and GSA on behalf of its governmental members, of which the City is one.
5. Taking advantage of the leveraged procurement agreements negotiated by Sourcewell, HGAC, and GSA will save the administrative expense of City staff conducting separate procurements.
6. The specifications for the replacement equipment available through the Sourcewell, HGAC, and GSA contracts meet the City’s requirements for their equipment type.
FINANCIAL SUMMARY
There are sufficient funds available in the Fleet Internal Service Fund, Equipment Acquisition Account, for the purchase of two fire engines and one police tactical response bearcat in the amount of $2,479,309.10, and the Fire Department General Fund, Equipment Acquisition Account, for the purchase of one wildland fire engine in the amount of $652,365.69, for a total amount of $3,131,674.79.
Attachment A - Equipment Replacement List
Attachment B - COOP with Golden State Fire Apparatus
Attachment C - COOP with Golden State Fire Apparatus
Attachment D - COOP with Lenco Industries, Inc.