|
|
STRATEGIC OUTCOMES |
ACTION |
|
Department: |
☒ Safe & Prosperous |
☒ Motion |
|
Finance |
☐ Active & Appealing |
☐ Resolution |
|
|
☐ Respected & Responsible |
☐ Ordinance - Introduction |
|
Division: |
☐ Connected & Engaged |
☐ Ordinance - Adoption |
|
Procurement |
☐ Unique & Creative |
☐ Public Hearing |
TITLE:
title
Cooperative Purchase Agreement: 100’ Ladder Truck
end
SUMMARY RECOMMENDATION:
Summary Recommendation
Authorize the purchase of one 100' rear mounted platform, utilizing the Cooperative Contract Purchase Agreement originating from the Houston-Galveston Area Council, at the cost of $2,414,065.39, to Hughes Fire Equipment, Inc., Appleton, Wisconsin. (Fire-CPA-26-280) (John Louser/Robin R. Wilson).
end
STRATEGIC OUTCOME:
This action supports the City Council’s Safe and Prosperous strategic outcome by replacing the City’s current 100‑foot ladder truck, ensuring the Fire Department has the resources needed to best serve the community.
REPORT:
The City’s current 100’ ladder truck, manufactured in 2014, has served as a critical frontline resource and consistent with the typical 15-year frontline service life for specialty fire trucks. The unit will have reached the end of its operational lifespan by the time the replacement ladder truck is delivered. The new ladder truck preserves essential aerial firefighting, rescue, ventilation, and elevated access capabilities necessary for effective response to multistory structures, commercial properties, and other complex emergency incidents. It also addresses the challenges of an aging fleet and reduces operational risks and service disruptions, ensuring the Fire Department can continue delivering safe, reliable, and effective emergency services.
Due to the specialized nature of ladder-truck manufacturing, current production lead times range from 46 to 51 months. Initiating the purchase at this time it is necessary to account for these extended timelines, ensure continuity of aerial response capabilities, and reduce the risk of service gaps should the existing unit experience mechanical failure or prolonged downtime. Upon delivery of the new ladder truck, the 2014 apparatus will transition to reserve status.
FISCAL REQUIREMENTS:
|
CITY FUNDS: |
$ 2,414,065.39 |
BUDGETED: |
2,415,000.00 |
|
STATE FUNDS: |
$ 0.00 |
AVAILABLE TO TRANSFER: |
$ 0.00 |
|
FEDERAL FUNDS: |
$ 0.00 |
IN CONTINGENCY: |
$ 0.00 |
|
OTHER SOURCES: |
$ 0.00 |
FUNDING ACCOUNT/FUND #/CIP: |
|
TOTAL |
$ 2,414,065.39 |
Equipment Replacement Fund |
FISCAL IMPACT STATEMENT:
Sufficient budget capacity is provided in the FY 2026 City Council approved budget. Funding will be encumbered, reserved in the City’s investment pool and carried forward to future years’ budgets until the unit is received.
ADDITIONAL INFORMATION:
SUPPORTING DOCUMENTS NOT ATTACHED TO THE CITY COUNCIL ACTION FORM THAT ARE ON FILE IN THE OFFICE OF THE CITY CLERK:
NONE
IF CITY COUNCIL ACTION INCLUDES A CONTRACT, LEASE OR AGREEMENT, WHO WILL BE RESPONSIBLE FOR ROUTING THE DOCUMENT FOR SIGNATURE AFTER CITY COUNCIL APPROVAL?
☒ Department
☐ City Clerk’s Office
☐ Document to be recorded
☐ Document to be codified
|
Acting City Administrator: |
Date: |
|
John D. Simonton |
04/05/2026 |
|
Reviewed by City Attorney: |
Date: |
|
Richard W. Files |
04/03/2026 |