city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 17-5975   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 11/30/2017
Posting Language: An Ordinance accepting the offer from Siddons-Martin Emergency Group to provide an estimated quantity of 15 velocity trucks for the San Antonio Fire Department for a total cost of $17,854,387.00, funded from the Equipment Renewal and Replacement Fund and through a Municipal Lease Program. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Deputy Chief Financial Officer, Finance]
Attachments: 1. 61-9506 Siddon-Martin Emergency Group, 2. Bid Tab, 3. 1295, 4. Draft Ordinance, 5. Ordinance 2017-11-30-0904

DEPARTMENT: Finance                     

 

 

DEPARTMENT HEAD: Troy Elliott

                     

                     

COUNCIL DISTRICTS IMPACTED: Citywide

 

 

SUBJECT:

 

SAFD Ladder and Platform Trucks

 

 

SUMMARY:

 

This ordinance authorizes an annual contract Siddons-Martin Emergency Group to provide an estimated quantity of 13 replacement and 2 additional Velocity Trucks for the San Antonio Fire Department for a total cost of $17,854,387.00 over a two year period.

 

Funding for the 2 additional Velocity Trucks in the amount of $2,036,269.00 will be paid through a Tax-Exempt Lease Purchase Agreement, or other financial obligations, contingent on the execution of a lease program schedule or other issuance approved by subsequent Ordinance. The FY 2018 funding for 9 replacement Velocity Trucks in the amount of $10,326,518.00 is available from the Equipment Renewal and Replacement Fund (ERRF). Additional Velocity Truck purchases for replacement in FY 2019 would be subject to the appropriation of funds.

 

 

BACKGROUND INFORMATION:

 

Submitted for City Council consideration and action is the offer submitted by Siddons-Martin Emergency Group utilizing the HGAC cooperative contract number FS12-17 to provide an estimated quantity of fifteen Velocity Trucks for the San Antonio Fire Department for a total cost of $17,854,387.00.

 

This contract will provide the San Antonio Fire Department with units for fighting fires and other emergency response requirements. The current Fire Department inventory consists of 20 frontline ladder trucks, 9 spare units; 53 frontline pumper trucks and 17 spare units. This contract will increase the frontline truck count with the purchase of an additional ladder truck which will be assigned to Fire Station 18 and an additional pumper truck which will be assigned to Fire Station 54. The contract will provide 9 replacements and 2 add-on units in FY 2018 and 4 replacements in FY 2019. The life expectancy of these replacement units is 180 months. With a lead time of up to 330 days for delivery of new fire trucks, approval of the FY 2018 and FY 2019 purchases 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.

 

 

ISSUE:

 

This contract will provide the City of San Antonio Fire Department with an estimated quantity of fifteen firefighting velocity trucks to assist in fighting fires and with other emergency response requirements.

 

These units will be purchased from Siddons-Martin Emergency Group utilizing the HGAC cooperative contract number FS12-17. This purchase will be made in accordance with the Houston/Galveston Cooperative program passed through resolution 96-41-48 dated 10/10/1996.

 

The HGAC Cooperative Program is administered by the Houston/Galveston 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.

 

The units have a one year bumper-to-bumper warranty. The cab and chassis is covered by a three year warranty.

 

The Small Business Economic Development Advocacy (SBEDA) Ordinance requirements were waived due to the lack of small, minority, and/or women businesses available to provide these goods and services.

 

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 vehicles 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 lead to the department’s inability to provide essential services.

 

 

FISCAL IMPACT:

 

This ordinance authorizes an annual contract Siddons-Martin Emergency Group to provide an estimated quantity of 13 replacement and 2 additional Velocity Trucks for the San Antonio Fire Department for a total cost of $17,854,387.00 over a two year period.

 

Funding for the 2 additional Velocity Trucks in the amount of $2,036,269.00 will be paid through a Tax-Exempt Lease Purchase Agreement, or other financial obligations, contingent on the execution of a lease program schedule or other issuance approved by subsequent Ordinance. The FY 2018 funding for 9 replacement Velocity Trucks in the amount of $10,326,518.00 is available from the Equipment Renewal and Replacement Fund (ERRF). Additional Velocity Truck purchases would be subject to the appropriation of funds.

 

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.

 

RECOMMENDATION:

 

Staff recommends the approval of this contract with Siddons-Martin Emergency Group for a total cost of $17,854,387.00.

 

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