city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 19-8560   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 12/12/2019
Posting Language: Ordinance approving a contract with Siddons Martin Emergency Group to provide the Fire Department with thirteen (13) Pierce Velocity Pumper Trucks for a total cost of $10,372,302.00 over a two-year period. Funding for two (2) pumper trucks in FY 2020 in the amount of $1,628,250.00 will be paid through previously authorized General Fund appropriations. Funding for the remaining eleven (11) pumper trucks in FY 2021 is subject to City Council approval of the annual budget. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Deputy Chief Financial Officer, Finance]
Attachments: 1. 61-12262 Siddons Martin Emergency Group, 2. Bid Tab, 3. Addendum I, 4. Draft Ordinance, 5. Ordinance 2019-12-12-1031

DEPARTMENT: Finance                     

 

 

DEPARTMENT HEAD: Troy Elliott

                     

                     

COUNCIL DISTRICTS IMPACTED: Citywide

 

 

SUBJECT:

 

Purchase of Fire Pumper Trucks

 

 

SUMMARY:

This Ordinance authorizes an annual contract with Siddons-Martin Emergency Group to provide thirteen (13) pumper trucks for the San Antonio Fire Department for a total cost of $10,372,302.00 over a two-year period.

 

Funding for two (2) pumper trucks in FY 2020 in the amount of $1,628,250.00 is available from previously authorized General Fund appropriations. 

 

Funding for the remaining eleven (11) pumper trucks in FY 2021 is subject to City Council approval of the annual budget.

 

 

BACKGROUND INFORMATION:

 

Submitted for City Council consideration and action is the offer submitted by Siddons-Martin Emergency Group utilizing the HGAC cooperative contract number FS12-19 to provide thirteen Velocity pumper trucks for the San Antonio Fire Department for a total cost of $10,372,302.00.

 

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 54 frontline pumper trucks and 17 spare units. This contract will increase the frontline pumper truck count to 56 front line pumper trucks.  Fire Stations 52 and 53 are scheduled to receive pumper trucks purchased in FY 2020 as part of the Southside Annexation initiative.

 

These vehicles will be used by the Fire Department for day to day emergency response use and are the primary response vehicle for the fire suppression division.  These vehicles carry personnel and equipment, as well as water, to be able to make an initial fire attack to protect lives and save property.

 

 

ISSUE:

 

This contract is to provide the Fire Department with thirteen pumper trucks to respond to fire and medical emergencies. These vehicles will be placed city wide enhancing the capability and safety of the Fire Department personnel.

 

The life expectancy of the pumper trucks is 180 months and come with a 24 month bumper-to-bumper warranty.  With an estimated lead time of 365 days, approval of the FY 2021 purchase will allow orders to be placed early in the fiscal year to ensure pumper trucks are received as existing units are scheduled for replacement. 

 

These units will be purchased from Siddons Martin Emergency Group utilizing the Houston-Galveston Area Council cooperative contract number FS12-19. This purchase will be made in accordance with the Houston-Galveston Cooperative Program passed on resolution 96-41-48 dated 10/10/1996.

 

The Houston-Galveston Cooperative Program is administered by the Houston-Galveston Area Council 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 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:

 

As vehicles scheduled for replacement meet their age requirement cycle, they may not be economically feasible to repair.  The cost of maintenance and repair increases as vehicles age, as does the likelihood of breakdown and time.  These occurrences impact the department’s ability to meet its mission to provide life safety and event mitigation response requirements.  Additionally, if the replacement vehicles are not purchased, a potential delay in the delivery of necessary emergency services to the citizens of San Antonio could occur.

 

 

FISCAL IMPACT:

 

This Ordinance authorizes an annual contract with Siddons-Martin Emergency Group to provide thirteen (13) pumper trucks for the San Antonio Fire Department for a total cost of $10,372,302.00 over a two-year period.

 

Funding for two (2) pumper trucks in FY 2020 in the amount of $1,628,250.00 is available from previously authorized General Fund appropriations. 

 

Funding for the remaining eleven (11) pumper trucks in FY 2021 is subject to City Council approval of the annual budget.

 

 

RECOMMENDATION:

 

Staff recommends the approval of this contract with Siddons Martin Emergency Group for the purchase of thirteen pumper trucks for a total cost of $10,372,302.00.

 

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