Exhibit 1 - Agenda Information SheetCity of Denton
_____________________________________________________________________________________
AGENDA INFORMATION SHEET
DEPARTMENT: Procurement
DCM: David Gaines
DATE: May 17, 2022
SUBJECT
Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation,
authorizing the City Manager to execute a contract with Siddons-Martin Emergency Group, LLC, through
the Buy Board Cooperative Purchasing Network Contract # 651-21, for various new fire apparatus to
include engines, aerials, and trucks for the Fire Department; providing for the expenditure of funds therefor;
and providing an effective date (File 8002 – awarded to Siddons-Martin Emergency Group, LLC, in the
five (5) year not-to-exceed amount of $12,035,687.00).
INFORMATION/BACKGROUND
The acquisition of a new fire apparatus is accomplished through the coordinated efforts of Fleet Services
and Fire Department staff to ensure emergency vehicles and equipment are acquired and replaced in a timely
manner. Planned replacement enhances the safe and efficient response capability of the Denton Fire
Department.
The Denton Fire Department has standardized the fleet of apparatus to Pierce manufactured units. In the
State of Texas, Pierce engines, aerials, and trucks are sold exclusively through Siddons-Martin Emergency
Group, LLC. Standardization creates efficiencies with service, maintenance, and parts supplies which are
available in the Siddons-Martin network of service providers, the nearest of which, is in Denton.
Denton Fire Department emergency apparatus currently has an estimated life of 10-years in frontline service
and 5-years as a reserve unit for a combined total of more than 15 years and approximately 10,000 or more
hours of service. Apparatus replacement is pre-planned, under normal circumstances, years in advance.
Every engine, aerial, and truck is custom built per customer specifications.
Siddons-Martin offers the opportunity to take advantage of build spots reserved with no obligation letters
of intent which helps to reduce long apparatus manufacturing lead times and the ability to get significant
pre-pay discounts if desired.
Below are the estimated spends for replacement and additional apparatus by fiscal year. Amounts for
FY21/22 are actual quotes to replace FD9965 and FD7100. Requisitions will be entered on an as-needed
basis. All apparatus replacements and additions will be approved each budget year.
City Hall
215 E. McKinney Street
Denton, Texas
www.cityofdenton.com
Fiscal Year Project Description Estimated Expenditure
FY 21/22 Aerial Platform $1,488,454
FY 21/22 Engine $818,989
FY 22/23 Engine $850,000
FY 22/23 Squad (Mini Engine) $650,000
FY 23/24 Engine $875,000
FY 23/24 Truck $1,600,000
FY 24/25 Engine $900,000
FY 25/26 Engine $925,000
FY 25/26 Quint $1,100,000
FY 25/26 Haz Mat Truck $825,000
Emergency Replacements Emergency Purchases $1,000,000
Total: $11,032,443
A 10% contingency has been added to cover possible inflationary or supply chain increases.
FY 21/22 FY 22/23 FY 23/24 FY 24-25 FY 25-26 Total
Apparatus $2,307,443 $1,500,000 $2,475,000 $900,000 $2,850,000 $11,032,443
Contingency $230,744 $150,000 $247,500 $90,000 $285,000 $1,003,244
Total $2,538,187 $1,650,000 $2,722,500 $990,000 $3,135,000 $12,035,687
Pricing obtained through the Buy Board Cooperative Purchasing Network has been competitively bid and
meets the statutory requirements of Texas Local Government Code 271.102.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
On February 1, 2005, Council approved the interlocal agreement with the Buy Board Cooperative
Purchasing Network (Ordinance 2005-034).
RECOMMENDATION
Award a contract with Siddons-Martin Emergency Group, LLC, for various new fire apparatus to include
engines, aerials, and trucks for the Fire Department, in a five (5) year not-to-exceed amount of $12,035,687.
PRINCIPAL PLACE OF BUSINESS
Siddons-Martin Emergency Group, LLC
Houston, TX
ESTIMATED SCHEDULE OF PROJECT
Delivery of most apparatus will occur within 450 days after receipt of order.
FISCAL INFORMATION
These products and services will be funded through the department’s budget on an as-needed basis. The
City will only pay for services rendered and is not obligated to pay the full contract amount unless needed.
EXHIBITS
Exhibit 1: Agenda Information Sheet
Exhibit 2: Cooperative Pricing
Exhibit 3: LLC Members
Exhibit 4: Presentation
Exhibit 5: Ordinance
Respectfully submitted:
Lori Hewell, 940-349-7100
Purchasing Manager
For information concerning this acquisition, contact: Terry Kader, 940-349-8729.
Legal point of contact: Marcella Lunn at 940-349-8333.