Report to: General Committee Report
Date:
SUBJECT: Fire Vehicles and Apparatus Standardization
PREPARED BY:
Alex
Moore, Manager of
RECOMMENDATION:
To communicate that the standardized fleet project and preferred supplier arrangement have realized significant cost savings in the procurement and maintenance of fire apparatus, presented efficiencies in service delivery and met the high performance expectations of end users and client groups, and contributed to the corporation’s effort to pursue NQI PEP Level III certification.
To
recommend that Council approve the continued standardization of the Markham
In 2001, the
To date, the Town has purchased two (2) Aerial and seven (7) pumper apparatus since entering into the original preferred supplier agreement. Replacement pumpers for Pumper 921 and 941 were purchased and placed into service in 2007 completing the standardization of the existing “front run” fleet. Pumper 941 has since been replaced after a very serious collision in April 2008.
The Options/Discussion section of this report will highlight in greater detail the efficiency and effectiveness benefits realized through the use of standardization and preferred supplier.
Safetek has fire apparatus contracts with several
municipalities throughout
1.
City of
2.
Town of
3.
City of
4.
City of
5.
City of
6.
City of
Co-op)
7.
City of
8.
City of
9.
City of
10.
City of
11.
City of
Benefits of Fleet Standardization
Standardization of the fleet allows for an
“automatic response” to emergency incidents without consideration of the type
of vehicle being driven and operated. Continuing the preferred supplier
purchase of fire vehicles offers the best value for the Town of
The preferred supplier rationale for sourcing apparatus is that it enables the Fire Department to consider all aspects of apparatus management including post delivery service, resources and expertise dedicated to the project by the vendor during the specification process and longevity of vendors in the industry. Continuity within the fire apparatus manufacturing industry is a concern where there is a continuous cycle of re-alignment in the business relationships between Canadian and American affiliates.
The standardization of fire fleet and apparatus and the use of a preferred supplier since 2001 have resulted in the following efficiency and effectiveness benefits:
The vendor, Safetek Emergency
Vehicles, and the Smeal products they represent have a solid reputation with
the Town of
Markham subscribes to the PEP
Certification program from the National Quality Institute (NQI). By applying its recommended quality framework
at increasing level of difficulty, the performance of the organization is
assured. The practice of standardizing
fire fleet and apparatus and the use of preferred supplier supports
e. Reduced inventory levels for common parts such as emergency lighting, filters and brakes has resulted in savings of approximately $5,000 annually. Parts inventories have been reduced for regular service requirements and common parts are readily available from the manufacturer and local suppliers.
In summary, the Town’s experience with
Smeal products and Safetek, as the preferred supplier, to achieve fleet
standardization have proven to be a success from a customer service and quality
product perspective, as well as being a financially sustainable approach to
delivering fire & emergency services to the citizens of Markham. Standardization has resulted in approximately
$55, 000 annual operating savings. The fleet standardization has diverted
approximately 2400 hours of staff training time to programs such as emergency
medical care (
Some of the larger fire departments such as
Apparatus
Co. (Inc.) has successfully
secured fire department contracts in the Greater Toronto area by means of
tender, RFP and preferred supplier agreements.
The Fire and Emergency Services Department is
satisfied with the performance of the apparatus supplied to date by Smeal Fire
Apparatus. All the apparatus have been manufactured on Spartan cabs and
chassis. Smeal has been designing and manufacturing fire apparatus for over 44
years and is one of the top 10 Fire Truck Manufacturers in
In the 2007 capital budget Council approved the acquisition of one
fire pumper apparatus including equipment (project #7748 -$650,000) and one
fire aerial apparatus including equipment (project # 7757 - $1,100,000). Due to
the 300 day build cycle, there is an immediate requirement to move forward with
the purchase of a pumper apparatus for the Cathedral station. Instead of purchasing an aerial apparatus, the
recommendation is to purchase the second pumper apparatus and fund it from project
# 7757 at a maximum of $650,000 and the remaining funds be returned to the
original funding source.
Although the Cornell station pumper apparatus will not be delivered
until the projected station opening in 2011, to take advantage of the current
price of the chassis, it is recommended the order coincide with the Cathedral pumper
apparatus purchase. Terms and conditions to continue as previously arranged:
ten percent (10%) down payment on placement of order, chassis payment on
satisfactory inspection and delivery to Smeal Fire Apparatus, and final payment
on satisfactory final inspection, testing and delivery to Markham Fire and Emergency Services.
As shown in the chart below, notwithstanding the cost (in US dollars) of the fire pumper apparatus has increased as a result of improved safety features and emission standards, the purchase price of the fire pumper apparatus has decreased over the past several years due to the strengthening of the Canadian dollar. The current exchange rate of the Canadian dollar is fluctuating within a range that is extremely favourable compared to the exchange rate at the time of the original preferred supplier agreement. Safetek assumes responsibility for variances in the dollar once contract details are finalized. Securing this purchase in the current model year will preclude significant anticipated cost increases to meet 2010 engine standards and a rebounding economy in the future.
Pumper and
Aerial Purchase Prices |
|
|
||||
Type |
Description |
2002 |
2003 |
2004 |
2005 |
2006 |
Pumper |
|
|
|
|
|
|
|
Unit Cost in US
$ |
$ 389,610 |
$ 389,610 |
|
$ 422,000 |
$ 454,730 |
|
Quantity |
2 |
2 |
|
1 |
2 |
|
Estimated US
Cost |
$ 779,220 |
$ 779,220 |
|
$ 422,000 |
$ 909,460 |
|
|
|
|
|
|
|
|
Foreign Exchange
Rate |
0.63 |
0.63 |
|
0.80 |
0.87 |
|
Unit Price
(Cdn) |
$
617,421 |
$
617,421 |
|
$
525,925 |
$
522,678 |
|
Quantity |
2 |
2 |
|
1 |
2 |
|
Total Cost |
$ 1,234,841 |
$ 1,234,842 |
|
$ 525,925 |
$ 1,045,356 |
|
|
|
|
|
|
|
Aerial |
|
|
|
|
|
|
|
Unit Cost in US
$ |
$ 703,482 |
|
|
|
|
|
Quantity |
2 |
|
|
|
|
|
Estimated US
Cost |
$ 1,406,964 |
|
|
|
|
|
|
|
|
|
|
|
|
Foreign Exchange
Rate |
0.63 |
|
|
|
|
|
Unit Price
(Cdn) |
$
1,120,373 |
|
|
|
|
|
Quantity |
2 |
|
|
|
|
|
Total Cost |
$ 2,240,746 |
|
|
|
|
Detroit Diesel, Cummins Diesel and
Caterpillar are the primary engine manufacturers which currently meet National
Fire Protection Association (N.F.P.A 1901) standards for use in fire department
pumping apparatus. Markham Fire and Emergency Services presently utilize the
RECOMMENDED BY:
________________________ ________________________
Bill Snowball, Brenda
Librecz,
Fire Chief Commissioner
Attach: Presentation