Loading...
HomeMy WebLinkAboutReNewell Fleet Services, LLC - 2026-02-03 ��NTiNGroy 2000 Main Street, 4 F - ads •,, Huntington Beach,CA o "1"; 92648 City of Huntington Beach 9s }_ APPROVED 7-0 � oQ cOUNTI CP�\✓ File#: 26-063 MEETING DATE: 2/3/2026 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Johanna Bonaparte, Management Analyst Subject: Approve Sole Source Procurement Request and Service Agreement with ReNewell Fleet Services, LLC for Fire Department Emergency Vehicle Maintenance, Annual Not-to-Exceed $200,000 Statement of Issue: The Public Works Department requires a qualified vendor to perform maintenance and repair services for the City's Pierce-manufactured fire apparatus. City Council approval is requested for a three-year Service Agreement with ReNewell Fleet Services, LLC, with an annual not-to-exceed amount of$200,000, along with approval of a Sole Source Justification, to provide emergency vehicle maintenance and repair services for the Fire Department. Financial Impact: Funding for this request is available in the Fire Fleet Maintenance Account (10085705.64720). No additional funds are requested. Recommended Action: Approve a Service Agreement and Sole Source Justification with ReNewell Fleet Services, LLC, for Fire Department emergency vehicle maintenance and repair services. Alternative Action(sj Do not approve the Service Agreement and Sole Source Procurement Request and direct staff accordingly. Analysis: ReNewell Fleet Services, LLC, is the Original Equipment Manufacturer (OEM)-authorized service provider for Pierce fire apparatus. No other fire apparatus repair vendors in the region possess the proprietary technical information, certified parts access, specialized tooling, or manufacturer- authorized training required to service Pierce fire engines in accordance with OEM specifications. City of Huntington Beach Page 1 of 2 Printed on 1/28/2026 powered by Legistarm, 148 File#: 26-063 MEETING DATE: 2/3/2026 Sixteen of the City's seventeen fire engines are Pierce-manufactured units. Continued use of an OEM-authorized provider is necessary to ensure proper maintenance, preserve manufacturer warranties, and maintain the operational reliability and safety of the Fire Department's emergency response fleet. For these reasons, staff recommends City Council approval of the Service Agreement and Sole Source Justification to ensure uninterrupted, manufacturer-compliant maintenance services for the City's fire apparatus. Environmental Status: Pursuant to CEQA Guidelines Section 15378(b)(5), administrative activities of governments that will not result in direct or indirect physical changes in the environment do not constitute a project. Strategic Plan Goal: Non Applicable -Administrative Item For details, visit www.huntingtonbeachca.gov/strategicplan. Attachments) 1. RCA Contract Agreement Summary 2. Service Agreement 3. Sole Source Justification 4. PowerPoint Presentation City of Huntington Beach Page 2 of 2 Printed on 1/28/2026 powered by LegistarTM 149 CITY OF HUNTINGTON BEACH �i��N?ING/• ` RCA Contract 0= ssmic % �' Agreement Summary wF ° ,.0 GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT 02/03/2026 Public Works INSURANCE STATUS STAFF CONTACT(S) Approved by Risk Management Johanna Bonaparte, Management Analyst CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT Annual NTE $200,000.00 December 1, 2025 - November 29, 2028 VENDOR NAME+TYPE OF SERVICE ReNewell Fleet Services, LLC. Goods and services for emergency vehicles. TYPE OF AGREEMENT(Professional Services,Service Agreement) Service Agreement Sole source justification per H.B.M.C. 3.02.080.B.4. (see attachment). SCOPE OF WORK Provide warranty, parts, and services for the City of Huntington Beach's emergency vehicles that are Pierce manufacturers. OTHER:Bonds,Special Contract Terms,Emergency B HUNTINGTON BEACH SERVICE AGREEMENT BETWEEN THE CITY OF HUNTINGTON BEACH AND RENEWELL FLEET SERVICES FOR EMERGENCY VEHICLE MAINTENANCE AND REPAIR THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter called"City," and Renewell Fleet Services, hereinafter referred to as "Contractor." Recitals A. The City desires to retain a Contractor having special skill and knowledge in the field of providing warranty, parts and services of emergency vehicles B. Contractor represents that Contractor is able and willing to provide such services to the City. C. In undertaking the performance of this Agreement, Contractor represents that it is knowledgeable in its field and that any services performed by Contractor under this Agreement will be performed in compliance with such standards as may reasonably be expected from a comparable company or firm in the field. Contractor has been selected to perform these services pursuant to Huntington Beach Municipal Code Chapter 3.02. NOW, THEREFORE, it is agreed by City and Contractor as follows: 1. Scope of Services Contractor shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "Project." Contractor hereby designates Dean Guccione, who shall represent it and be its sole contact and agent in all consultations with City during the performance of this Agreement. 2. City Staff Assistance City shall assign a staff coordinator to work directly with Contractor in the performance of this Agreement. 25-17138/391838 1 3. Compensation a. City agrees to pay, and Contractor agrees to accept as total payment for its services, the rates and charges identified in Exhibit"B." The total sum to be expended under this Agreement, shall not exceed Two Hundred Thousand Dollars ($200,000.00) per year during the term of this Agreement. Additional services required by other divisions and/or departments shall not count towards the Public Works Operations not to exceed amount. b. Payment by City shall be made within thirty (30) days following receipt of proper invoice evidencing work performed, subject to City accounting procedures. Payment need not be made for work which fails to meet the standards of performance set forth in the Recitals which may reasonably be expected by City. c. Contractor shall be paid pursuant to the terms of Exhibit"B." 4. Term Time is of the essence of this Agreement. The services of Contractor are to commence December 1, 2025, or as soon as practicable after the execution of this Agreement by City (the "Commencement Date") and terminate three (3) years from Commencement Date, unless terminated earlier in accordance with the provisions of this Agreement. Contract may be extended for 2 additional one-year periods if mutually agreed to in writing by both parties. The time for performance of the tasks identified in Exhibit"A" are generally to be shown in Exhibit"A." This schedule and Term may be amended to benefit the Project if mutually agreed to in writing by City and Contractor. In the event the Commencement Date precedes the Effective Date, Contractor shall be bound by all terms and conditions as provided herein. 5. Extra Work In the event City requires additional services not included in Exhibit"A" or changes in the scope of services described in Exhibit"A," Contractor will undertake such work only after receiving written authorization from City. Additional compensation for such extra work shall be allowed only if the prior written approval of City is obtained. 6. Disposition of Plans,Estimates and Other Documents Contractor agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, date or programs, maps, memoranda, letters and other documents, shall belong to City, and Contractor shall turn these materials over to City upon expiration or termination of this Agreement or upon Project completion, whichever shall occur first. These materials may be used by City as it sees fit. 25-17138/391838 2 7. Hold Harmless Contractor hereby agrees to protect, defend, indemnify and hold harmless City, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all claims, damages, losses, expenses,judgments, demands and defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to Contractor's employees and damage to Contractor's property, arising directly or indirectly out of the obligations or operations herein undertaken by Contractor, caused in whole or in part by any negligent act or omission of the Contractor, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the City. Contractor will conduct all defense at its sole cost and expense and City shall approve selection of Contractor's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 8. Workers Compensation Insurance Pursuant to California Labor Code Section 1861, Contractor acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; Contractor covenants that it will comply with such provisions prior to commencing performance of the work hereunder. Contractor shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. Contractor shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. Contractor shall furnish to City a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and Contractor shall similarly require all subcontractors to waive subrogation. 9. General Liability Insurance In addition to the workers' compensation and employer's liability insurance and Contractor's covenant to defend, hold harmless and indemnify City, Contractor shall obtain and furnish to City, a policy of general public liability insurance, including motor vehicle coverage covering the Project/Service. This policy shall indemnify Contractor, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out of or in connection with the Project/Service, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, 25-17138/391838 3 the aggregate limit must be no less than One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than One Million Dollars ($1,000,000) for this Project/Service. This policy shall name City, its officers, elected or appointed officials, employees, agents, and volunteers as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the Project/Service shall be deemed excess coverage and that Contractor's insurance shall be primary. Under no circumstances shall said above-mentioned insurance contain a self- insured retention, or a"deductible" or any other similar form of limitation on the required coverage. 10. Automobile Liability Insurance Contractor shall obtain and furnish to City an automotive liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for Contractor's automotive liability in an amount not less than One Million Dollars ($1,000,000.00)per occurrence and a separate "Additional Insured Endorsement"page listing both the policy number and naming the "City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers" as additional insured on the endorsement. The above-mentioned insurance shall not contain a self-insured retention, "deductible" or any similar form of limitation on the required coverage except with the express written consent of City. 11. Certificate of Insurance Prior to commencing performance of the work hereunder, Contractor shall furnish to City a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: a. provide the name and policy number of each carrier and policy; b. state that the policy is currently in force; and c. promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. Contractor shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by City. This requirement for carrying the foregoing insurance coverage shall not derogate from Contractor's defense, hold harmless and indemnification obligations as set forth in this Agreement. City or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. Contractor shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 25-17138/391838 4 12. Independent Contractor Contractor is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of City. Contractor shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for Contractor and its officers, agents and employees and all business licenses, if any, in connection with the Project and/or the services to be performed hereunder. 13. Conflict of Interest Contractor covenants that it presently has no interests and shall not have interests, direct or indirect, which would conflict in any manner with performance of services specified under this Agreement. 14. Termination This Agreement may be terminated by the City upon thirty (30) days written notice of termination. In such event, Contractor shall be entitled to receive and the City shall pay Contractor compensation for all services performed by Contractor prior to receipt of such notice of termination, subject to the following conditions: a. As a condition of such payment, the Director may require Contractor to deliver to the City all work product completed as of such date, and in such case such work product shall be the property of the City unless prohibited by law, and Contractor consents the City's use thereof for such purposes as the City deems appropriate. b. Payment need not be made for work which fails to meet the standard of performance specified in the Recitals of this Agreement. 15. Exclusivity and Amendment This Agreement represents the complete and exclusive statement between the City and Contractor, and supersedes any and all other agreements, oral or written, between the parties. In the event of a conflict between the terms of this Agreement and any attachments hereto, the terms of this Agreement shall prevail. This Agreement may not be modified except by written instrument signed by the City and by an authorized representative of Contractor. The parties agree that any terms or conditions of any purchase order or other instrument that are inconsistent with, or in addition to, the terms and conditions hereof, shall not bind or obligate Contractor or the City. Each party to this Agreement acknowledges that no representations, inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone acting on behalf of any party, which are not embodied herein. 25-17138/391838 5 16. Assignment Inasmuch as to this Agreement is intended to secure the specialized services of Contractor, Contractor may not assign, transfer, delegate, or subcontract any interest herein without the prior written consent of the City and any such assignment, transfer, delegation or subcontract without the City's prior written consent shall be considered null and void. Nothing in this Agreement shall be construed to limit the City's ability to have any of the services which are the subject to this Agreement performed by City personnel or by other Contractors retained by City. 17. City Employees and Officials Contractor shall employ no City official nor any regular City employee in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 18. Notices Any notices, certificates, or other communications hereunder shall be given either by personal delivery to Contractor's agent (as designated in Section 1 hereinabove) or to City as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses below. City and Contractor may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U.S. certified U.S. certified mail-return receipt requested: To City: Contractor: City of Huntington Beach ReNewell Fleet Service Attn: Director of Public Works Attn: Dean Guccione 2000 Main Street 2020 S. Baker Avenue Huntington Beach, CA 92648 Ontario, CA 91761 19. Consent When City's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transactions or event. 20. Modification No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 25-17138/391838 6 21. Section Headings The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 22. Interpretation of this Agreement The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 23. Duplicate Original The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 24. Immigration Contractor shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 25. Legal Services Subcontracting Prohibited Contractor and City agree that City is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. Contractor understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for City; 25-17138/391838 7 and City shall not be liable for payment of any legal services expenses incurred by Contractor. 26. Confidentiality Contractor recognizes that in the performance of its duties under this Agreement, it must conduct its activities in a manner designed to protect information of a sensitive nature from improper use or disclosure. Contractor warrants that it will use reasonable efforts consistent with practices customary in the facilities management industry in recruiting, training and supervising employees and in otherwise performing its duties hereunder in order to achieve this result. In the furtherance of this, Contractor agrees, at the request of the City, to require its employees to execute written undertakings to comply with the foregoing confidentiality provision. 27. Discrimination Contractor shall not discriminate because of race, color, creed, religion, sex, marital status, sexual orientation, age, national origin, ancestry, or disability, as defined and prohibited by applicable law, in the recruitment, selection,training, utilization, promotion,termination or other employment related activities. Contractor affirms that it is an equal opportunity employer and shall comply with all applicable federal, state and local laws and regulations. 28. Jurisdiction—Venue This Agreement and all questions relating to its validity, interpretation, performance, and enforcement shall be government and construed in accordance with the laws of the State of California. This Agreement has been executed and delivered in the State of California and the validity, interpretation, performance, and enforcement of any of the clauses of this Agreement shall be determined and governed by the laws of the State of California. Both parties further agree that Orange County, California, shall be the venue for any action or proceeding that may be brought or arise out of, in connection with or by reason of this Agreement. 29. Professional Licenses Contractor shall, through the term of this Agreement, maintain all necessary licenses, permits, approvals, waivers, and exemptions necessary for the provision of the services hereunder and required by the laws and regulations of the United States, the State of California, the City of Huntington Beach and all other governmental agencies. Contractor shall notify the City immediately and in writing of her inability to obtain or maintain such permits, licenses, approvals, waivers, and exemptions. Said inability shall be cause for termination of this Agreement. 25-17138/391838 8 30. Attorney's Fees In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non-prevailing party. 31. Survival Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 32. Governing Law This Agreement shall be governed and construed in accordance with the laws of the State of California. 33. Signatories Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify City fully for any injuries or damages to City in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 34. Entirety (a) The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement warranty, fact or circumstance not expressly set forth in this Agreement. (b) All Exhibits referenced herein and attached hereto shall be incorporated as if fully set forth in the body of this Agreement. 25-17138/391838 9 35. Effective Date IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. This Agreement shall be effective on the date of its approval by the Mayor. This Agreement shall expire when terminated as provided herein. CONTRACTOR CITY OF HUNTINGTON BEACH,a RENEWELL FLEET SERVICE, municipal corporation of the State of California By: Mayor Print name ITS: (circle one)Chairman/President/ Vice President City Clerk ANI) By; P _ tt4)-L ( t INITIATED AND APPROVED: iY1 ITS: (circle one) Greta hief Financial Officer/Asst. Secretary-Treasurer _. Director of Public Works APPROVED AS TO FORM: FIA1 fr.- City Attorney REVIEWED AND APPROVED: City Manager 25-17138/391838 10 35. Effective Date IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers, This Agreement shall be effective on the date of its approval by the Mayor. This Agreement shall expire when terminated as provided herein, CONTRACTOR CITY OF HUNTINGTON BEACH,a RENEWELL FLEET SERVICE, municipal corporation of the State of California By:,_14 /:"Zat, Mayor Print name ITS: (circle one)Chairman/ •esident Vice President City Clerk By: A-v4q-et _ID- Ne + 1 INITIATED AND APPROVED: Prin t e ITS: (circle one Mgr Chief Financial Officer/Asst, Secreta - reasurer • Director of Public Works APPROVED AS TO FORM: City Attorney REVIEWED AND APPROVED: City Manager COUNTERPART 25-17138/391838 10 35. Effective Date IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. This Agreement shall be effective on the date of its approval by the Mayor. This Agreement shall expire when terminated as provided herein. CONTRACTOR CITY OF HUNTINGTON BEACH, a RENEWELL FLEET SERVICE, municipal corporation of the State of California By: Mayor Print name ITS: (circle one) Chairman/President/ Vice President City Clerk AND By: INITIATED AND APPROVED: Print name ITS: (circle one) Secretary/Chief Financial Officer/Asst. Secretary-Treasurer `(� Director of Public Works APPROVED AS TO FORM: fr., City Attorney REVIEWED AND APPROVED: City Mana er COUNTERPART 25-17138/391838 10 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide warranty, parts and services for the City of Huntington Beach's emergency vehicles that are Pierce manufactures B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: 25-17138/391838 11 EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance,the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the 25-17138/391838 12 parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. 25-17138/391838 13 EXHIBIT B COST ANALYSIS Huntington Beach Fire Department Repairs&Services Fee Schedule RENEWELL FLEET SERVICES, LLC Description Cost Labor Hourly Rate $195.00 Overtime Rate $295.00 Apparatus Pick Up and Delivery $250.00 per unit round trip Fuel surcharge(round trip) $0.00 Mileage(mobile service) $1.00 per mile Road call fee (mobile service) Travel time @$140.00 per hour+ mileage Body Shop Hourly Rate $195.00 Fabrication Hourly Rate $195.00 Paint Hourly Rate $195.00 BIT/DOT inspections 1 hour @$195.00 Subcontractor Repairs 30% mark-up Fire Apparatus Service and Repair Minor Service Labor for Pumper 4 hours @$195.00=$780.00 + parts Moderate Pumper/Aerial/Rescue/Tanker 6 hours @ $195.00=$1170.00+ parts Services Minor Aerial Services $195.00 per hour+ parts (usually 4-6hrs) Major Pumper/Rescue/Tanker Services 8 hours @$195.00=$1560.00+ parts Major Aerial Services 100 hour ladder service- 15 hours @ $195.00= 2925.00 400 hour ladder service—30 hours @ $195.00=$5850.00 Parts—Includes all parts and fluids Manufacturer's Suggested Retail Price (MSRP)0% Discount Shop Supplies 8% of labor with a cap of$500.00 Annual Fire Pump Testing Certification $850.00 Other Services Overnight/Weekend/Holiday Rate= $390.00 per hour+$250.00 per hour portal. to portal Fontana Radiator, Inc. (Sublet) Labor Rate=$150.00 per hour+ 30% mark- up Western States Converter and Labor Rate =$150.00 per hour+ 30% mark- Transmission (Sublet) up UL Solutions, LLC (Sublet) $2575.00 annual aerial ladder testing+ 30% mark-up �....410 RENEFLE-01 VSGOMEZ ACORO DATE(MhVOD/YYYY) CERTIFICATE OF LIABILITY INSURANCE I`.------ 9129/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsernent(s). PRODUCER Sarajane Gomez Highstreet Insurance&Financial Services PHONE No,Ext):(303)872-1936 I FAX(A/ No): 384 Inverness Pkwy,Ste 170 (Englewood,CO 80112 E-MAIL E-MAILADDRESS:Sarajane.Gomez@highstreetins.com INSURER(S)AFFORDING COVERAGE NAIC N INSURER A:Arch Insurance Company 11150 INSURED INSURER B: ReNewell Fleet Services LLC INSURER C: 2020 S Baker Avenue INSURER D: Ontario,CA 91761 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD wvo O/YYYY IMM/DI Ih1M/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR X MFPK08591000 5/11/2025 5/11/2026 pREMISESTIEoNau ence1 s 100,000 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY PRO- LOC PRODUCTS-COMP/OPAGG $ 2,000,000 JECT OTHER: $ A AUTOMOBILE LIABILITY (Ea OMBI accident SINGLE LIMIT S 1,000,000 X ANY AUTO X MFCA08376100 5/11/2025 5/11/2026 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOSO ONLY AUTOS BODILY INJURY(Per accident) S X AUTOS ONLY X AUUTOS y�ONLY (PerracEciientDAIAAGE S S A UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 5,000,000 X EXCESS LIAB CLAIMS-MADE MFUM10032200 5/11/2025 5/11/2026 AGGREGATE $ 5,000,000 DED X RETENTIONS 0 s WORKERS COMPENSATION STATUTEPER EOTH AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE I I N/A E.L.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ II Yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S A Stock Autos MFPK08591000 5/11/2025 5/11/2026 Stock 8,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLES (ACORD 101,Additional Remarks Schedule,may bo attached if more space Is required) This is to affirm the City of Huntington Beach,its officers,elected or appointed officials,employees,agents and volunteers are listed as additional insured arising out of action performed by or on behalf of the Insured products and completed operations of the Insured,premises owned,occupiedkor used by the insured or autos owned,leased or borrowed by the insured,subject to the policy provisions and limited to the operations of the Named In u)) d for the 3 dA General Liability and Auto Liability coverage. The General Liability coverage shall be primary and nor)Op1-q(UYe thilaifiGIMMaillse Nptf thirty(30)days notice,ten(10)days for nonpayment of premium. Re:ReNewell Fleet Service shall provide warranty,parts and service for emergen y v hi"tes Business Unit: 10085705 Object Code 64720 MICHAEL J.VIGLIOTTA CITY ATTORNEY CERTIFICATE HOLDER CANCELLATIONCITY OF HUNTINGTON LEACH . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Huntington Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 9 ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Beach,CA 92647 AUTHORIZED AREPRESENTATIVE I ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SOUTCOA-01 JBALIGAD • ACOREY DATE IMM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 101212025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER C2N ACT James P.Bennett&Company I(nIc°°M,we,Exl: 310 480-9184 FAX License 40210226 J�C{p, ) ( ) �INC,No):(3,0)462-7515 • 2716 Ocean Park Blvd.,Suite 1045 AODR�SS: Santa Monica,CA 90405 INSURERS)AFFORDING COVERAGE NAIC S • INSURER A:State Compensation Insurance Fund 35076 INSURED INSURER B: South Coast Fire Equipment INSURER C: 3150 Palisades Drive INSURER D: Corona,CA 92878 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD V VD IMMIDD/YYYYI IMMIDD/YYYYI COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $ MED EXP(Any one person) S PERSONAL 8 ADV INJURY S GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S POLICY JEa ( l LOC PRODUCTS-COMP/OP AGG S OTHER: $ D AUTOMOBILE LIABILITY (Es occiciid nt) SINGLE LIMIT ANY AUTO BODILY INJURY(Per person) S —AAUTOppS ONLY SCHEDULEDT BODILYO INJURYp (Per accident) S AIM ONLY _ AUTO ON Y (Pooracadenl)AMAGE _ S UMBRELLA LIAB _ OCCUR EACH OCCURRENCE S EXCESS DAB CLAIMS-MADE AGGREGATE S DED RETENTIONS S A WORKERS COMPENSATION PERTUTE ER OTH AND EMPLOYERS'LIABILITYYIN STA9388252-2025 10/112026 10/1/2026 1,000,000 ANY PROFRIIETBOR/PARTNERIEXECUTIVE E.L.EACH ACCIDENT S an a ory n it EXCLUDED? N/A E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If see,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Huntington Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 9 ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Beach,CA 92648 AUTHORIZED REPRESENTATIVE ACORD 25(2016103) 01988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: MFPK08591000 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations City of Huntington Beach, its officers, elected or appointed All Contracted Locations officials, employees, agents and volunteers 17371 Gothard Street, Huntington Beach, CA 92647 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed, or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1, Required by the contract or agreement; or Page 2 of 2 ©Insurance Services Office, Inc.,2018 CG 2010 1219 POLICY NUMBER: MFPK08591000 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations The City of Huntington Beach, its officers, elected or All Contracted Locations appointed officials,employees,agents and volunteers 2000 Main St., Huntington Beach, CA 92648 City of Lompoc, it's officers,officials, employees, and All Contracted Locations volunteers Attn: Purchasing Division, 100 Civic Center Plaza Lompoc, CA 93436 City of Huntington Beach, its officers, elected or All Contracted Locations appointed officials, employees, agents and volunteers 2000 Main Street, Huntington Beach, CA 92647 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the"products-completed operations hazard". 1. Required by the contract or agreement; or However: 2. Available under the applicable limits of 1. The insurance afforded to such additional insurance, insured only applies to the extent permitted by whichever is less. law; and This endorsement shall not increase the 2. If coverage provided to the additional insured is applicable limits of insurance. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES Policy Change Number 7 POLICY NUMBER POLICY CHANGES COMPANY MFPK08591000 EFFECTIVE Arch Insurance Company 09/26/2025 NAMED INSURED: AUTHORIZED REPRESENTATIVE ReNewell Fleet Services LLC McNeil and Company, Inc. COVERAGE PARTS AFFECTED Commercial Lines Policy Coverage CHANGES We have hereby AMENDED form 00 ML0086 00(11/10) Notice of Cancellation -Certificate Holders on the above policy adding the following: City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers 17371 Gothard Street Huntington Beach, CA 92647 with respect to: Contract No Premium Change All other terms and conditions of this policy remain unchanged. Authorized Representative Signature MCNEIL AND COMPANY, INC. gj 10/22/2025 IL 1201 11 85 Copyright, Insurance Services Office, Inc., 1983 Page 1 of 1 Copyright, ISO Commercial Risk Services, Inc., 1983 COMMERCIAL GENERAL LIABILITY CG20011219 THIS ENDORSEMENT CHAN GES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 1219 ©Insurance Services Office, Inc.,2018 Page 1 of 1 POLICY NUMBER:MFCA08376100 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS.AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s)who are"insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured:ReNewell Fleet Services LLC Endorsement Effective Date: 09/26/2025 SCHEDULE Name Of Person(s)Or Organization(s): City of Huntington Beach,its officers,elected or appointed officials,employees,agents and volunteers 17371 Gothard Street, Huntington Beach,CA 92647 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an"insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 ©Insurance Services Office,Inc.,2011 Page 1 of 1 • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION—CERTIFICATE HOLDERS The person(s) or organization(s) listed or described in the Schedule below have requested that they receive written notice of cancellation when this policy is cancelled by us. We will endeavor to mail or deliver to the Person(s) or Organization(s) listed or described in the Schedule a copy of the written notice of cancellation that we sent to you. Such copies of the notice will be mailed as soon as practicable to the address or addresses provided by your broker or agent. This notification of cancellation of the policy is intended as a courtesy only. Our failure to provide such notification to the person(s) or organization(s) shown in the Schedule will not extend any policy cancellation date or impact or negate any cancellation of the policy. This endorsement does not entitle the person(s) or organization(s) listed or described in the Schedule below to any benefit, rights or protection under this policy. Any provision of this endorsement that is in conflict with a statute or rule is hereby amended to conform to that statute or rule. Schedule Person(s)or Organization(s) including mailing address: City of Huntington Beach, its officers, elected or appointed officials, employees,agents and volunteers 17371 Gothard Street, Huntington Beach,CA 92647 All other terms and conditions of this policy remain unchanged. Endorsement Number:7 Policy Number:MFPK08591000 Named Insured:ReNewell Fleet Services LLC This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date: September 26, 2025 00 ML0086 00 11 10 Page 1 of 1 ''i�6�.I NGT0 . CITY OF •( ' - HUNTINGTON BEACH \`?CF��UNTY'........ Lisa Lane Barnes I City Clerk February 24, 2026 ReNewell Fleet Service Attn: Dean Guccione 2020 S. Baker Avenue Ontario, CA 91761 Dear Mr. Guccione: Attached for your records is an executed copy of the Service Agreement between the City of Huntington Beach and ReNewell Fleet Services for Emergency Vehicle Maintenance and Repair approved by the Huntington Beach City Council on February 3, 2026. Sincerely, Donna Switzer Senior Deputy City Clerk Enclosure / Office: (714)536—5227 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov f(0%111:510„:\ tot_. s.��F=� CITY OF HUNTINGTON BEACH J Sole-Source Justification -1„, �n`A�t ,,, (For use on all goods and services acquisitions.) This Justification document consists of two(2)pages. All information must be provided and all questions must be answered. The"Required Approvals"section must include a date for each signature,as appropriate for the transaction. Requesting Department Information Date: September 17, 2025 Requestor Name: Johanna Bonaparte Division Manager: Denny Bacon (Type names. Do not sign.) Department: Public Works Department Head: Chau Vu (Type names. Do not sign. Must be same as signature below.) Department Contact Information Contact Name: Johanna Bonaparte Street Address: Telephone: (714) 536-5522 17371 Gothard Street, Huntington Beach, CA 92647 Fax: N/A Shipping Address: Cellular phone: N/A 17371 Gothard Street, Huntington Beach, CA 92647 Required Contact Information Contractor/Supplier Name: ReNewell Fleet Service Contractor/Supplier Address: 2020 S. Baker Avenue Contractor/Supplier City/State/Zip: Ontario, CA 91761 Original Contract Amount:* Amendment Amount:* (if applicable) New Contract Amount:* $ $ $200,000 Annually (*Includes original contract and previously ('Includes original contract and all amendments, approved amendments) ('Current amendment only) including current amendment) Provide a brief description of the acquisition, including all goods and/or services the contractor will provide: ReNewell Fleet Service will provide warranty, parts, and service for emergency vehicles. Contract Type and Term Contract Type: Contract Term: What account number will be used to purchase? Select One: ❑ Goods Begin: 12/01/2025 Business Unit: 10085705 ❑ Service ® Goods& Services End: Object Code: 64720 Required Approvals Department Head Fin ce Manager- Budget Chief Financial Officer Assistant City Manager Approv Denied troy d, ❑ D Hied ...1 proved ❑Denied B'Approved ❑Denied p ignat re Sig a re Signatdre l 1 L+s /} q 2Z^- Z..-c Signature ate �If Date C Date 472/Zi2 r` Date (Transactions exceeding$50,000 must be approved by City Council) I , m y °�� CITY OF HUNTINGTON BEACH t 9 _ Sole Source Justification \\Qy6R Fat' r �. (For use on all goods and services acquisitions.) U,yi�t Complete responses must be provided for all of the following items. A. THE GOOD/SERVICE REQUESTED IS RESTRICTED TO ONE SUPPLIER FOR THE REASONS STATED BELOW: 1. Why is the acquisition restricted to this goods/services/supplier? (Explain why the acquisition cannot be competitively bid.) The acquisition cannot be competitively bid because ReNewell Fleet Service is the sole authorized Pierce dealer for parts, warranty, and service in Southern California. Pierce fire engines require proprietary parts and manufacturer-specific programming (including Command Zone software calibrations and updates) that are only available through authorized Pierce dealers. ReNewell is also the Original Equipment Manufacturer(OEM) for all Pierce products and fire apparatus. No other fire apparatus repair companies in the region have access to the proprietary information, parts distribution channels, or technical certifications required to maintain Pierce fire engines to manufacturer specifications. Within California, there are only two authorized Pierce dealers: • ReNewell Fleet Service, LLC—serving Central California (Paso Robles) to the Mexican border • Golden State Fire Apparatus—serving Northern California to the Oregon border Because 16 of the City's 17 fire engines are Pierce units, the City requires a vendor with full access to Pierce- certified parts and programming. ReNewell Fleet Service is the only authorized provider within the City's service region, making competitive bidding infeasible. 2. Provide the background of events leading to this acquisition. The City previously contracted with South Coast LLC for emergency vehicle maintenance and repair services, including support for Pierce fire apparatus. However, in 2025 staff learned that South Coast LLC had gone out of business and was no longer able to provide services. Following the closure of South Coast LLC, staff identified ReNewell Fleet Service -a newly established company operated by the same owner-as the only authorized Pierce dealer in Southern California, certified since April 2024. ReNewell Fleet Service provides exclusive access to Pierce parts, warranty service, and Command Zone system updates that no other vendor in the region is authorized to perform. Because of the City's heavy reliance on Pierce apparatus and the absence of other authorized vendors in the region, staff determined that acquisition of services from ReNewell Fleet Service was necessary to maintain the fire fleet in a safe and service-ready condition. 3. Describe the uniqueness of the acquisition (why was the good/service/supplier chosen?). ReNewell Fleet Service was chosen because it is the sole authorized Pierce dealer in Southern California with the ability to provide OEM Pierce parts, warranty service, and manufacturer-certified repairs. As an authorized dealer, ReNewell is the only vendor with access to Pierce's proprietary systems, including the Command Zone software updates that are essential to the operation of Pierce fire apparatus. No other vendor in the region has the necessary dealer status, technical certifications, or direct access to OEM Pierce parts. This exclusivity ensures that all maintenance and repairs are performed in compliance with Pierce manufacturing standards, preserving both safety and warranty requirements for the City's fire fleet. 4. What are the consequences of not purchasing the goods/services or contracting with the proposed supplier? If the City does not contract with ReNewell Fleet Service, the following consequences could occur: 2 • Loss of Authorized Service: Pierce fire engines require proprietary parts and diagnostic systems, including Command Zone updates, that only an authorized Pierce dealer can provide. • Extended Operational Downtime: Non-authorized vendors would face delays obtaining parts and would lack the certifications to perform required repairs, potentially leaving fire apparatus out of service longer. • Increased Costs: Without direct access to OEM parts, the City would face higher costs due to third-party markups and longer repair times. • Risk to Public Safety: Reduced fleet readiness would jeopardize the reliability of emergency response services, potentially impacting the City's ability to protect life and property. 5. What market research was conducted to substantiate nO competition, including evaluation of other items considered? (Provide a narrative of your efforts to identify other similar or appropriate goods/services,including a summary of how the department concluded that such alternatives are either Inappropriate or unavailable. The names and addresses of suppliers contacted and the reasons for not considering them must be included 2R an explanation of why the survey or effort to identify other goods/services was not performed.) As part of the market research process, staff consulted with Pierce Manufacturing, Inc.,the original equipment manufacturer of the City's fire apparatus. In a letter dated July 24, 2025, Pierce confirmed that ReNewell Fleet Service, LLC is the sole authorized provider of Pierce warranty service, OEM parts, and repairs in Southern California(see attached). Pierce further noted that the only other authorized Pierce dealer in California, Golden State Fire Apparatus,serves Northern California exclusively. Based on this manufacturer confirmation, staff concluded that no competitive alternatives exist within the City's service region, and that contracting with ReNewell Fleet Service is necessary to ensure manufacturer-compliant service for the City's Pierce fire engines. B. PRICE ANALYSIS 1. How was the price offered determined to be fair and reasonable? (Explain what the basis was for comparison and include cost analyses as applicable.) Because ReNewell Fleet Service is the sole authorized Pierce dealer in Southern California, no competitive cost analysis is applicable.The vendor's published fee schedule(see attached)was reviewed and serves as the standard pricing for Pierce warranty service, OEM parts, and repairs in this region. 2. Describe any cost savings realized or costs avoided by acquiring the goods/services from this supplier. By contracting with ReNewell Fleet Services,the City avoids additional costs that would result from non- authorized vendors, including high markups for parts, longer repair times, and potential loss of warranty coverage. Access to OEM parts and certified repairs helps,ensure the fleet remains operational and reduces costly downtime. Remit completed•form to: City of Huntington Beach—Purchasing Division 2000 Main Street,Huntington Beach,CA 92648-2702 3 Oshkosh Corporation Classification-Restricted PIERCE MANUFACTURING INC . AN OSHKOSH CORPORATION BUSINESS•ISO 9001 CERTIFIED 2600 AMERICAN DRIVE <Pi _T> POST OFFICE BOX 2017 APPLETON,WISCONSIN 54912-2017 920-832-3000•FAX 920-832-3208 www.piercemfg.com July 24, 2025 To provide you with the personalized level of sates and service you deserve, Pierce Manufacturing has established a widespread network of authorized dealers throughout the country. South Coast Fire Equipment is the Pierce authorized dealership in Southern California. ReNewell Fleet Services (a wholly owned/operated subsidiary of South Coast Fire Equipment) is the sole source for service, parts and warranty on Pierce products in the Southern California area. South Coast and ReNewell are extremely qualified to provide you with the support you have come to expect from Pierce Manufacturing, Inc. and have service &warranty facilities in several locations to provide the first-class customer service support Pierce is known for. 9 South Coast Fire Equipment Q Paso Robles Service Center 3150 Palisades Drive 1650 Ramada Drive,Suite 160 Corona,CA 92878 Paso Robles,CA 93446 info@southcoastfire.net service@sauthcoestfirc.net Phone:909-673-9900 Phone:909.930.2278 I Details I QOntario Service Center Q Vista Service Center 2020 S.Baker Avenue 2490 South Santa Fe Ave,STE A Ontario,CA 91761 Vista,CA 92804 info@southcoastfrre.net service@southcoastfire.net Phone:909-673-9900 Phone:909-930-2278 Respectfully, Hme Fed,,+ :�,a Marc Faluotico Vice President—Regional Sales eNewell Fleet Service August 22, 2025 Dean Guccione Director of Service Operations 2020 S. Baker Ave. Ontario, CA. 91761 (909) 635-8992 dguccione@renewellfs.com Johanna Bonaparte, MPA Huntington Beach Fire Department 17371 Gothard Ave. Huntington Beach, CA. 92647 Subject: ReNewell Fleet Service as Sole Source for Pierce Warranty, Parts, and Service Dear Johanna, Please he advised that ReNewell Fleet has been assigned as the sole source provider for Pierce warranty, parts, and service. ReNewell is a subsidiary of South Coast Fire Equipment, which is the sales dealer for Pierce fire apparatus. Also, attached is the sole source letter from Pierce stating that South Coast Fire is the southern California Pierce sales dealer, and that ReNewell is the southern California Pierce service, warranty, and parts dealer. Please let me know if you have any questions or need any additional information. Respectfully, Dean Guccione Director of Service Operations ReNewell Fleet Service A Subsidiary of C SOUTH QCoOAa ST Fomt W-9 Request for Taxpayer Give form to the (Rev.iaroh2024) Identification Number and Certification requester.Do not t Depattmethe ax,.servl coo to w loin reasury send to the IRS. year/FonnWO for Irutruatlone end the latest Information. Before you booth.For guidance related to the purpose of Form W-9,see Purpose o/Form,below. 1 Norms of entayAndtvidual An entry is required.(Fore sole proprietor or dls egsded amity,enter the owner's name on the 1.and enter eta bttshwsydb agardad entity's name on lee 2.) Renowell Fleet Service U.0 2 amines!munedisregarded entity name.it different from above. 4 Se Check the appropriate box for twined tax dasdhcetion of the antityAndivfdual whose name Is entered on One t.Check 4 Ex only one of the following sewn boxes. Exemptions dos any to °wain entitleess,,not individuals: D IncaMivat/sole proprietor ❑ C corporation IA corporation 0 sea trot uctbrn on paw 31: 0 Partnership Tnnt/Ntate d U.C.Enter the tax cesslite tton(C.C corporation,S• ubr S corporation,P.Perehlp) . . . . Exunpt payee coda 01 an)) Mots:Check tie lt.C"boti above and,In the entry apses,enter the eppropriats code(C.S.or f•)for the tax of @tsdaasificatlom disregarded entity.A dlsnegmfed amity etcotdd Mutest check tie appropriate exemption from Foreign Amount Tax 1 I ❑ Other(see frntnwdons) ) Compliance A«(FNMA)reporting lb If on line 3a you checked'PmtrmrsMp•or"TrusVsstata;or checked-LW'end entered es it,tax clautseatbn, and you ere providing this tam to a partnership,trust,or estate In which you have en ownerehp interest,check (Applies to ecoourus malntebtad this box k you haw any foreign partners.owners,or benesdaMs See Instructions 0 outride the United States.) A5 Address(number,street,end apt.or Kite no.).See instructions. Requester's nurse and address(optlauq 2020 S Baker Ave e City,state,and ZIP code Ontario,CA 91761 7 list account number(s)here(optional) Emil Taxpayer Identification Number(TIN) Enter your TIN In the appropriate box.The TiN provided must match the name given on line 1 to avoid soot securttyrxanber backup withholding.For Individuate.this Is generally yota social security number(SSN).However,for a _rresident elan,sole proprietor,or disregarded entity,see the instructions for Part I,tater.For other entities,It Is your employer identification number(EDN).If you do not have a number,see Now to pet a - TiN,leter. cr Employer identification number Note:if the account Is in more than one name,see the instructions for line 1.See also What Name end Number To Give the ReQuestor for guidelines on whoee number to enter. 9 9 - 2 8 2 9 8 2 1 Egall Certifioatior Under penalties of perjury,I certify that; 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.I am not subject to backup withholding because(a)I am exempt from backup withholding,or(b)I have not been notified by the Interned Revenue Service(IRS)that 1 asn subject to backup withholding a$a result of a failure to report ail interest or dividends,or(o)the IRS has notified me that 1 am no longer subject to backup wlthhoidu and 3.1 am s U.S.citizen or other U.S.person(defined below);and 4.The FATCA oode(e)entered on this form Of any)Indicating that 1 am exempt from FATCA reporting is correct. Certification Instructions,You must aou out Item 2 above u have been notified by the IRS because yoU have report al Interest and dividends onMyaa return.For reefestate transactions,do,item 2 d are oes subject to o mo g ge inn withholding acquisition or abandonment of secured property,cancellation of debt,contributions to an Individual retirementapply.For�erQs,paym paid, other than interest and&4denda,you ass not requted to sign the certification,butarrangement11 .See ��,r end, ns��•payments '�� � � �/ you must provide your correct TIN.l�/the instructions for Part II,—later. SH r u pars of 4Pdy! 04..044 ,J /71',97' ( � /2 J Here u e.person C(//�f General Instructions New kne 3b has been added to this form.A flow-through entity is required to complete this the to indicate that It has direct or Indirect Section references are to the internal Revenue Coda unless otherwise foreign partners,owners,or beneficiaries when it provides the Form W-9 noted. to another tow-through entity in which It has an ownership interest.This Future developments.For the latest Information about developments change Is Intended to provide a flow-through entity with intonation related to Form W-9 and Its Instructions,such as legislation enacted regarding the status of its indirect foreign partners,owners,or after they wore published,go to www.Jrs.gov/FormW9. beneficiaries.so that It can satisfy any applicable reporting requirements.For example,a partnership that has any Indirect foreign What's New partners may be required to complete Schedules K-2 and K-3.See the t�arbtership Instructions for Schedules K-2 and K-3(Form 1065). tine 3a has been modeled to dully how a dtaregarded entity corn i this One.An LLC that Is a disregarded entity should check Purpose of Form appropriate box for the tax ciaasfticatd of its cone. it An Individual or entity(Form W-9 requester)who is required to lie an should check the"LW'box and enter it its appropriate tax etttlfl ion. information return with the iRS le giving you this form because they Ca'.No.10131X Form W-9(Rw.3-2024) COST ANALYSIS Huntington Beach Fire Department Repairs&Services Fee Schedule RENEWELL FLEET SERVICES, LLC Description Cost Labor Hourly Rate $195.00 Overtime Rate $295.00 Apparatus Pick Up and Delivery $250.00 per unit round trip Fuel surcharge(round trip) $0.00 Mileage (mobile service) $1.00 per mile Road call fee(mobile service) Travel time @$140.00 per hour+mileage Body Shop Hourly Rate $195.00 Fabrication Hourly Rate $195.00 Paint Hourly Rate $195.00 BIT/DOT inspections 1 hour @$195.00 Subcontractor Repairs 30% mark-up Fire Apparatus Service and Repair Minor Service Labor for Pumper 4 hours @$195.00=$780.00+parts Moderate Pumper/Aerial/Rescue/Tanker 6 hours @$195.00=$1170.00+ parts Services Minor Aerial Services $195.00 per hour+parts (usually 4-6hrs) Major Pumper/Rescue/Tanker Services 8 hours @$195.00=$1560.00+ parts Major Aerial Services 100 hour ladder service-15 hours @ $195.00=2925.00 • 400 hour ladder service—30 hours @ $195.00=$5850.00 Parts—Includes all parts and fluids Manufacturer's Suggested Retail Price (MSRP)0% Discount Shop Supplies 8%of labor with a cap of$500.00 Annual Fire Pump Testing Certification $850.00 Other Services Overnight/Weekend/Holiday Rate= $390.00 per hour+$250.00 per hour portal to portal Fontana Radiator, Inc. (Sublet) Labor Rate=$150.00 per hour+30% mark- . up Western States Converter and Labor Rate=$150.00 per hour+30%mark- Transmission(Sublet) up UL Solutions, LLC (Sublet) $2575.00 annual aerial ladder testing+ 30% mark-up Ifivirta TI\ " " N610'1-64vaik\\\ waims.,„„ Sole Source ....• ... c ,.-` „,,,,p0RAT,, •.� Procurement ik tk, Request with .. ___ arr---;,, _- ��- ,,-r , - _ i („,,, ( ' !, � 'k ,. _ , •� - _ • -. , ___-_, ----:: - ReNewell Fl __ . Q.- j Services LLC . • • 1 "•,I F8 ,. P. 40` 0 City Council Meeting �''ikee••e```• 0 February b r u r`�, a y 3 , 2026 v.C'°UNTNil ,ri ,.•,,►,,,/// 183 ReNewell LLC .• Request authorization to purchase up to $200 ,000 annually in parts, warranty service, and manufacturer- certified repairs. • Service and repairs are required to maintain 16 City- owned Pierce-manufactured fire apparatus. • ReNewell is the only authorized Pierce dealer serving Southern California • Failure to approve may result in loss of authorized ,+,W; rati service, extended operational downtime, increased ��`z• �•s� ; costs, and risk to public safety. f�OUNT`�• "�/�` 184 • Questions ? t , - !tf - -r- � ley r f r yak# s * F , r4,y-tiY tiT M 185