Memorandum                                       

City of Lawrence                        

Fire Medical

 

TO:

David Corliss, City Manager

 

FROM:

Mark Bradford, Fire Chief

 

CC:

Diane Stoddard, Assistant City Manager

Cynthia Wagner, Assistant City Manager

Steve Stewart, Central Garage Superintendent

Bill Stark, Division Chief

 

Date:

March 30, 2010

 

RE:

Fire Apparatus Replacement Request

100’ Ladder Platform and Engine

 

Please include the following item on the City Commission consent agenda for consideration at the April 6, 2010 meeting:

Program Introduction and History

In 2006, the Fire Medical (FM) Department began a review of its fire apparatus fleet.  The efforts of city staff culminated in a comprehensive vehicle study that included a survey of all primary and secondary fire apparatus, an overview of the organizational and city commission goals and service demands of FM, a comparative analysis of the fire apparatus replacement programs in other jurisdictions, and a proposed apparatus replacement schedule.

 

Program Details

2010 Vehicle Replacement Request:

   100’ Ladder Platform – Request will replace a 1986 LTI / Spartan (Unit 630) with an overall replacement score of 50.88.  It is extremely difficult to obtain replacement parts resulting in increased out-of-service time and decreased reliability.

 

   Engine – Request will replace a 1988 Pierce Engine (Unit 629) with an overall replacement score of 52.00.  Mileage of 100,712, Engine Hours of 10,341 and has a steel water tank in need of replacement at an estimated cost of $20,000.

 

Note:  Overall Replacement Score – This is the score obtained by Public Works Central Vehicle Maintenance utilizing the replacement program worksheet which is used on all city vehicles.  Any score equal to or greater than 30 points indicates immediate replacement is necessary.

 

 


Grant Request Status

In September 2008, the department received a denial notice for a submitted request for a 100’ Ladder Platform Vehicle through a USFA/FEMA Assistance to Firefighters Grant.

 

In May 2009, the City Commission authorized the department to submit for partial funding ($350,000) for a 100’ Ladder Platform through the USFA/FEMA Assistance to Firefighters Grant.  In addition, the City Commission has authorized the department to submit for partial funding (up to 25%) of the replacement cost through a Federal Diesel Emissions Reduction Act (DERA) Grant.  We have received initial communications that the Assistance to Firefighters Grant will not be approved.  We have received written notification that the DERA Grant will be denied.  We continue to explore other options for leveraging new or additional funding sources.

 

Program Funding

The multi-year sales tax plan projects $500,000 annually for fire equipment replacement.  The vehicle replacement plan anticipated that total equipment replacement costs would be greater than sales tax proceeds, which would require additional funding sources.

 

In addition, the vehicle reserve account has approximately $96,000 generated by the sale of old fire apparatus and equipment that has been earmarked for fire apparatus replacement.

 

Ed Mullins, Finance Director, has conducted a financing analysis to determine the best method of securing additional funds required for apparatus purchases.  They included purchase/cash, purchase/GO Bond debt, lease, or lease/purchase of the equipment.   The cost analysis indicates that 12-year debt issuance as the best option to meet the designated useful life expectancy. 

 

Historically, the city has used cash, cash with GO Bond issuance or full GO Bond issuance for purchasing.  We were well aware of the upfront cost required at the beginning of this vehicle replacement program based on the length of time between previous replacements. 

 

“Pre-paying” the purchase of these apparatus would result in a savings of $101,080.  This savings are a due to the apparatus manufacturer paying for the major components (chassis, body, and aerial) as they are constructed. 

 

Diesel engine pricing reflected in the purchase price is for 2009 standard engines that are currently available resulting in a direct cost savings.  These engines are in limited supply and are quickly being depleted which, when gone, will require use of a 2010 standard engine package and related components.  Making the switch to this engine package will increase cost per truck $30,000 to $37,000.  Two 2009 engines are secured through Pierce at present but must be released soon due to demand from other apparatus purchases.

 

The approved 2010 Capital Improvement Budget allocated $1,856,656 for the purchase of these two pieces of apparatus.  

 

Houston-Galveston Area Council (HGAC) Purchase - In an attempt to be as cost effective as possible, it is recommended that we continue the purchase vehicles from the HGAC Contract.  The primary advantage of the HGAC purchase program is to review bids of all major manufacturers have participated through a competitive bidding process administered through a cooperative agreement.  This process is reflective of the city/county bidding process, thereby eliminating associated administrative costs (ie advertising, technical review and specification review time.)  The city and county have had favorable experiences using the HGAC contract for other large equipment purchases, including the 2006 purchase of an investigation vehicle, 2008 purchase of two (2) Quints and Technical Rescue, ambulances and various Public Works equipment.

 

A significant number of KC Metro departments that have a history of using HGAC for the purchase of their fire vehicles.  They include:


Belton, MO

Bonner Springs, KS

Consolidated Fire District 2, KS

Johnson County Fire District 2, KS

Kansas City, KS

Kansas City, MO

Lawrence, KS

Leavenworth, KS

Leawood, KS

Lee’s Summit , MO

Lenexa, KS

MARC

North Kansas City, MO

Olathe, KS

Overland Park, KS

Raytown, MO

Warrensburg, MO


 

Of these cities, 47 orders have been made with savings in administrative costs of $145,250; advertising $15,300; totaling $160,550.

 

In addition, 32 of the orders were Pierce Manufactured vehicles.  Pierce HGAC COOP pricing is 15% below regular bid pricing. 

 

Why Pierce Manufacturing?

 

Company

Pierce is a stable company, having built fire apparatus since 1940.  Pierce is a sole source manufacturer, meaning they design and build the apparatus from the ground up rather than utilizing a separate chassis from another company.  Purchasing an apparatus under this design philosophy allows the consumer to make one contact to fix all major apparatus component repairs or issues long after the purchase.  To purchase separate apparatus not following this design philosophy would be similar to purchasing a vehicle with a Ford chassis and a Chevrolet body.  When problems arise, it is difficult at best to find the person responsible for fixing the problem.

 

Roughly 70 companies make 5,000 to 5,500 fire trucks each year.  Pierce holds about 35 percent of the fire truck market, selling more than 1,600 trucks a year and is considered the leader in technology, innovation and safety.

 


Previous Purchases

Lawrence has purchased Pierce apparatus in the following years, 1978, 1988, 1991, 2006, 2007, and 2008.

 

Warranty Service

Service for Pierce fire apparatus is available in Olathe.

 

Velocity Fire Apparatus Chassis

The Velocity fire apparatus chassis was introduced by Pierce in 2006 and was specifically designed to enhance firefighter safety and operations with the following design features:

 

 

Frontal Air Bags

Pierce Manufacturing Inc. introduced the first frontal air bags available in custom chassis to the fire service in 2007.  A sensor inside the cab monitors the truck’s longitudinal accelerations.  If it detects a frontal crash of significant magnitude, it sends a signal to inflate a steering wheel-mounted airbag and a knee bolster airbag on the front passenger side  These subsystems work together to dramatically reduce the risk of fatality or severe injury in a frontal collision. 

 

Rollover Protection

Pierce was the first fire apparatus manufacturer to introduce the rollover protection system.  Unlike automobile side airbags which are meant to protect the driver or passengers during side impact, this system is designed specifically for truck rollover accidents where the danger is from the forces and motion inside the rolling truck.

 

Motor vehicle accidents are the second-leading cause of line-of-duty deaths, contributing to 20%-25% of firefighter deaths since 1980 and almost 65% in 2003.  A 1999 study by the Center for National Truck Statistics revealed that rollovers are the most significant collision event affecting fire truck occupant injury, contributing to nearly all fire truck occupant fatalities between 1994 and 1996.

 

The rollover protection system is comprised of an integrated series of components controlled by a roll sensor, a sensing device that detects tipping and instantaneously triggers protective equipment according to the rate of roll.  The sensor also acts as a black box, recording crash events.

 

After the sensor detects that a rollover is imminent, the system’s first two protective devices are activated simultaneously.  The buckle pretensioner tightens the seatbelt around the belted occupant minimizing occupant mobility and positioning the occupant securely in the seat and the pull-down system pulls the suspension seats to their lowest possible positions increasing the occupant survivable space and minimizing head contact with the interior roof.  The seat pull-down system also can reposition an out-of-position occupant and prevent the seats from rising and acting as catapults.

 

Once the seatbelts have been tightened and the suspension seats lowered, the roll sensor triggers the side airbags stored in the cab frame.  The airbags come in two shapes, a tubular structure and a head cushion, that deploy across the windows to cushion the head and neck during side impact and help to prevent occupant ejection.  The entire sequence of events from roll sensor signal to airbag deployment takes less than half of a second.

 

PS6(TM) Seats

Pierce’s new PS6TM seats are the first custom-designed seats in the industry to feature built-in side roll protection. They incorporate integral air curtains and a roll sensor to monitor the movement of the rig.  When it senses an imminent roll, it automatically activates occupant protection devices including a seat belt pretensioner and seat lowering system along with the air curtains and air bags.

 

To enhance comfort for firefighters, the new design features extra padding, air suspension, self-adjusting ride height and a 7.5 degree angle of recline.  It also features dual seat belt retractors and double-length, easy-to-reach seat belts that fit over turnout gear with plenty of extra belt.  In addition, the PS6 seats offer all new, inertia-activated, hands-free brackets for self-contained breathing apparatus, developed with LifeGuard Technologies, a division of IMMI, to provide easy walk-away operation without the hassle of levers or straps.

 

Enhanced Visibility Windshield

A single-piece, bonded windshield with unobstructed visibility and three wiper blades that clear 86 percent of the windshield, up to 60 percent more than the traditional two wiper blades.  This enhances visibility for both driver and passenger increasing overall safety.

 

Forward-Mounted One-Eleven Mirrors

Pierce one-eleven mirrors are the only fire truck mirrors to meet FMVSS-111 visibility standards for school buses making the Velocity chassis the only OEM fire truck to meet these visibility standards.

 

These mirrors are positioned to minimize both the body and head movements of the driver and they ensure that the officer’s position does not interfere with passenger side mirror visibility.  This positioning has the added advantages of providing visibility down to the front bumper, as well as along the sides of the body and narrows the overall width of the vehicle by as much as eight inches as compared to conventional door-mounted mirrors.

 

Independent Front Suspension – TAK4

TAK-4® Independent Front Suspension – Pierce is the only custom fire truck manufacturer in North America to offer a proprietary independent front suspension and it has quickly become one of the most popular new technologies ever introduced by Pierce.  While independent suspension is common on passenger trucks and SUVS, there’s only one other independent front suspension available in the fire service.

 

TAK-4 improves handling, enhances vehicle control, increases load-carrying capacity to give your more flexibility, improves durability and simplifies maintenance. 

 

Stopping

Pierce apparatus equipped with TAK-4 IFS simply stops shorter than those with standard axle and brake combinations.  A full 60 feet (23%) shorter.  Using the same weight / size truck, we proved that a TAK-4 unit can stop within 200 feet compared to a straight-axle design that stops within 260 feet.

 

Brake Life & Maintenance

The difference is in the brake configuration.  The TAK-4 system is equipped with vented brake rotors that are a full 17 inches and brake calipers with high torque output.  Your typical brake configuration features 15 inch rotors.  Brakes on a TAK-4 equipped chassis last longer and require significantly fewer replacements.

 

Increased Space

To accommodate the increased space requirements of the new engines that are compliant with new emission standards without sacrificing valuable room for firefighters and gear.  The 100-inch-wide cab provides best-in-class seating room as the engine has moved forward 7 inches to increase foot room for the crew.  In addition, the cab is 3 inches taller than previous offerings to improve head room.  The cab has room for up to 10 occupants.

 

The industry’s widest doors have extra large interior and exterior door handles that can be easily gripped by gloved hands to make entry and exit safer and quicker.

 

Husky Foam System/Hercules Compressed Air Foam System

The Husky and Hercules systems are two systems that when paired, offer the greatest level of fire attack ability available.  These systems are tested and proven as many other systems are not designed to work together and therefore, are unreliable when needed.

 

Action Request

Fire Medical Department staff requests the approval for the following:

·         Utilize the Houston-Galveston Area Council contract administered by MARC for pricing quotes;

·         Purchase:

o   One (1) Engine from Pierce Manufacturing, Inc. in the amount of $669,535.*

o   One (1) 100’ Ladder Platform from Pierce Manufacturing, Inc. in the amount of $1,183,923.*

·         Adopt resolution authorizing debt authority in the amount of $750,000. 

 

* Note:  Pricing is based on 100% payment at time of order equaling $100,080 in price reduction.