Title
Resolution to Authorize the Purchase of a Pierce Tiller Fire Truck from Halt Fire Inc. and Appropriate Funding (Sourcewell - $2,384,695.00) (8 Votes Required)
Memorandum
The attached resolution authorizes the purchase of one new Pierce Tiller Fire Truck for $2,384,695.00 from Halt Fire Inc. through the Sourcewell government cooperative purchasing program (#113021-OKC) for use by the Safety Services Area, Fire Department.
After significant research of other communities, the Fire Department recommends replacing the ladder truck at Station 1 with a tiller, which features a second steering position at the rear for better maneuverability. This is ideal for navigating the dense downtown district, offering a 35% reduction in the inside turning radius, from 20 ft. 11 in. to 13 ft. 7 in. The increasing amount of protected bike lanes and pedestrian bump-outs on corners has made it extremely difficult to maneuver a large ladder truck in the downtown district. A tiller truck has a tractor-trailer set up that allows a tiller operator in the rear of the trailer to steer the rear of the trailer around to accomplish this maneuverability to get around or into tight arears.
The proposed tiller fire truck will replace a 2013 Sutphen Ladder Fire Truck (#1080) with over 8,856 hours of use currently. With an expected 46-49 months for delivery of the new truck, this existing ladder fire truck will be well beyond its useful life when removed from service. There is currently no electric chassis offered for this type of fire apparatus so this new truck will be replaced with a tier 4 diesel powered engine which is the cleanest engine available.
Pierce Manufacturing Inc. was awarded contract #113021-OKC by the Sourcewell government cooperative purchasing program for fire service apparatus. Halt Fire Inc. of Wixom, Michigan, is the approved local vendor for Pierce fire apparatus.
Halt Fire Inc. complies with the requirements of the City’s Conflict of Interest and Non-Discrimination ordinances.
This resolution includes an approximately 1.35% build contingency of $31,078.00 to cover potential change orders during fabrication to be approved by the City Administrator if necessary.
Due to the condition and increased operational costs of our current ladder truck and with the build lead time for this new tiller truck being about four years, Fleet and the Fire Department are looking to place the order for this truck before Fleet has collected all the replacement costs due. The existing aerial truck (#1080) will be fully depreciated in FY2028 and the new truck is expected to be delivered in FY2029.
Budget/Fiscal Impact: Replacement funds in the amount $1,915,773.00 will be collected by Fleet Services by the end of FY2028 for the existing aerial truck. Fleet is requesting an appropriation of $1,915,773.00 from the Fleet Services Fund fund balance. The FY2025 Fire Department Operations and Maintenance budget is unable to absorb the cost difference of $500,000.00, which includes the planned contingency, so these funds will be transferred from the General Capital Fund as a capital contribution to the FY2025 Fleet Services Fund Operations and Maintenance budget.
This new tiller fire truck will be placed on an 18-year replacement schedule which is consistent with our other fire trucks. The Fire Department will have an annual replacement cost of approximately $223,289.00 for this tiller fire truck.
Green Fleet Policy: The Green Fleet Committee approved the need for this tiller fire truck, that the proposed new tiller fire truck is consistent with the Green Fleet Policy and recommended the approval of this resolution. The Sustainability and Innovations Manager has concurred with the actions of the Committee.
Staff
Prepared by: CJ Stegink, Fleet Supervisor
Carl Konopaska, Fleet and Facilities Unit Manager
Reviewed by: Marti Praschan, Interim Deputy City Administrator
Approved by: Milton Dohoney Jr., City Administrator
Body
Whereas, The Fleet and Facilities Unit needs to purchase replacement equipment for the City’s fleet;
Whereas, Competitive bids were received by the Sourcewell government cooperative purchasing program and Pierce Manufacturing Inc. was awarded contract #113021-OKC for fire equipment and Halt Fire Inc. is the local dealer of record for Pierce Manufacturing Inc.;
Whereas, Halt Fire Inc. complies with the requirements of the City’s Conflict of Interest and Non-Discrimination ordinances; and
Whereas, Upon approval of the appropriation from Fleet Services Fund fund balance and the capital contribution from the General Capital Fund, adequate funding for the purchase of this new tiller fire truck is available in the FY2025 Fleet Services Fund Operations and Maintenance budget;
RESOLVED, That City Council approve the issuance of a purchase order to Halt Fire Inc. for one new Pierce Tiller Fire Truck in the amount of $2,384,695.00;
RESOLVED, That funding in the amount of $500,000.00 be transferred from the General Capital Fund to the FY2025 Fleet Services Fund with the source of revenue being listed as a capital contribution from the General Capital Fund; thereby, increasing both the revenue and expenditure budgets;
RESOLVED, That funding in the amount of $1,915,773.00 be appropriated from the Fleet Services Fund fund balance to the FY2025 Fleet Services Fund Operations and Maintenance budget; thereby, increasing both the revenue and expenditure budgets;
RESOLVED, That a build contingency in the amount of $31,078.00 be approved as part of the overall vehicle funding authorization amount of $2,415,773.00;
RESOLVED, That funds for the purchase of this new tiller fire truck comes from the FY2025 Fleet Services Fund Operations and Maintenance budget with funds, including any approved contingency, to be available without regard to fiscal year;
RESOLVED, That the equipment being replaced (no. 1080) be sold at the next City vehicle auction after the equipment is removed from service; and
RESOLVED, That the City Administrator be authorized to take the necessary actions to implement this resolution.