city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 15-3295   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 6/18/2015
Posting Language: An Ordinance accepting an offer from Siddons-Martin Emergency Group, utilizing the BuyBoard cooperative contract, to provide up to 13 Velocity Pumpers for a total cost of $8,486,837.90, funded with the Equipment Renewal and Replacement Fund. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Director, Finance]
Attachments: 1. 61-5966-Bid Tab, 2. 61-5966 Siddons-Martin Emergency Group, 3. Draft Ordinance, 4. Ordinance 2015-06-18-0531

DEPARTMENT: Finance                     

 

 

DEPARTMENT HEAD: Troy Elliott

 

                     

                     

COUNCIL DISTRICTS IMPACTED: City Wide

 

 

SUBJECT:

Fire Engines

 

 

SUMMARY:

This ordinance authorizes acceptance of a contract with Siddons-Martin Emergency Group  to replace  up to 13 Fire Pumper Trucks in FY 2015 and FY 2016 funded from the Equipment Renewal and Replacement Fund in the amount of $8,486,837.90.

 

 

BACKGROUND INFORMATION:

Submitted for City Council consideration and action is the offer submitted by Siddons-Martin Emergency Group utilizing the BuyBoard cooperative contract number 399-12 to provide up to 13 Velocity Pumpers for a total cost of $8,486,837.90.

 

This contract will provide the San Antonio Fire Department with replacement units to assist in fighting fires and other emergency response requirements. The current Fire Department inventory consists of 20 frontline ladder trucks, 7 spare units; 51 frontline pumper trucks and 17 spare units. The life expectancy of these replacement units is 180 months and will be funded through the Equipment Renewal and Replacement Fund (ERRF). With a lead time of approximately 300 days for delivery of new fire trucks, approval of the FY 2016 purchase will allow the order to be placed early in the fiscal year.  This will ensure that fire trucks are received at the time existing equipment is due for replacement. 

 

The equipment that is being replaced will be sold at auction. If the Fleet asset is in the City’s fleet replacement program then the proceeds are returned to the program. The proceeds are then used to acquire new similar vehicles and equipment for the same department that operated the sold fleet asset.

 

Based on thorough research and knowledge of the industry, the Building and Equipment Services Department did not identify any other viable alternative fueled equipment that would be available to meet the current requirements.

 

These vehicles could not be acquired as propane powered because the particular vehicles were not available in the Liquefied Petroleum Gas (LPG) configuration or because the specific operational requirements of the vehicles precluded this option.

 

 

ISSUE:

This contract will provide the City of San Antonio Fire Department with replacement fire trucks to assist in fighting fires and other emergency response requirements.

 

These units will be purchased from Siddons-Martin Emergency Group utilizing the BuyBoard cooperative contract number 399-12. This purchase will be made in accordance with the Texas Local Government Purchasing Cooperative passed on ordinance 97097, dated 1/30/2003.

 

The BuyBoard Cooperative Program is administered by the Texas BuyBoard Cooperative. All products and services included in this cooperative were competitively bid and awarded by the Cooperative’s Board of Trustees based on Texas statutes.

 

These units have a five year bumper to bumper warranty. The engine is covered by a five year/100,000 mile warranty and the transmission warranty is five years/unlimited miles.

Due to the lack of small, minority, and/or women businesses available to provide these goods, the SBEDA Program did not apply to this solicitation.


The recommended award is an exception to the Local Preference Program.

 

The Veteran-Owned Small Business Preference Program does not apply to goods/supplies contracts, so no preference was applied to this contract.

 

 

ALTERNATIVES:

The current pumper trucks have met or will meet their age or mileage requirement cycles before replacement. The replacement date is considered the optimum time for replacement as delaying the acquisition could make the vehicles no longer economically feasible to repair and could impact the department’s ability to provide essential services.

 

 

 

FISCAL IMPACT:

The (ERRF) charges a monthly lease rate to each respective department/fund the entire time a department/fund has possession of a vehicle or equipment. When the vehicle or equipment reaches the end of its life-cycle or the contractually obligated period the replacement fund provides the financial resources for its like replacement.

 

The total cost for this contract is $8,486,837.90 which will be funded utilizing the Equipment Renewal and Replacement Fund.

 

 

 

RECOMMENDATION:

Staff recommends the approval of this purchase with Siddons-Martin Emergency Group for a total cost of $8,486,837.90.

 

This contract is procured by means of cooperative purchasing and a Discretionary Contract Disclosure Form is not required.