Loading...
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.