city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 13-1222   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 12/5/2013
Posting Language: B) An Ordinance authorizing a $134,113.00 change order to a $2,286,442.00 contract with Grande Truck Center for the purchase of 7 additional light duty trucks, from the Equipment Renewal and Replacement Fund.
Attachments: 1. Grande Truck Center.pdf, 2. Caldwell Country Ford.pdf, 3. Silsbee Ford.pdf, 4. GUNN Chevrolet Ltd..pdf, 5. Bid Tab.pdf, 6. Draft Ordinance - A, 7. Draft Ordinance - B, 8. Ordinance 2013-12-05-0842
DEPARTMENT: Finance


DEPARTMENT HEAD: Troy Elliott


COUNCIL DISTRICTS IMPACTED: Citywide


SUBJECT:
Light Duty Trucks


SUMMARY:
This ordinance authorizes acceptance of contracts with Grande Truck Center, Caldwell Country Ford, Silsbee Ford and Gunn Chevrolet to provide various City departments with light duty trucks for a total cost of $3,025,309.16. Funding is available from the Equipment Renewal and Replacement Fund (ERRF), Solid Waste Fund and the General Fund.



BACKGROUND INFORMATION:
A. Submitted for City Council consideration and action is the attached bid tabulation of ten competitive bids to provide 136 light duty trucks for a total cost of $2,891,196.16. The vehicles will be used to support the day-to-day operations of the various City departments.

The Invitation for Bid (IFB) was evaluated based on the published bid specifications. The low bid for Item 18 was submitted by Tom Benson Chevrolet; however, the vehicle model does not meet the bid requirement of a four wheel drive SUV and was deemed non-responsive. Item 16 was deleted from the bid and will be bid at a later time.

In accordance with the Local Preference Program (LPP), Items 1 through 9 and 14 are recommended for award to Grande Truck Center and Gunn Chevrolet for Item 18. Grande Truck Center and Gunn Chevrolet, both local bidders, submitted bids within 3% of non-local bidders. The LPP award will result in an additional cost to the City of $31,351.50. Gunn Chevrolet is the low responsive bidder for Item 17 and is also a local business. Therefore, application of the LPP was not required.

Item 10 is recommended for award to Caldwell Country Ford and Items 11, 13 and 15 are recommended for award to Silsbee Ford. In accordance with the LPP, no local preference was applied, since the local bidders are not within 3% of the recommended lowest non-local bidder. No bids were submitted from local bidders for Item 12. Therefore, the LPP was not applied...

Click here for full text