city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 16-2830   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 6/9/2016
Posting Language: An Ordinance accepting the bid from Superior Trailer Sales to provide eight replacement 26 cubic yard end dump trailers with electric roll tarp cover systems to the City’s Transportation and Capital Improvements Department for a total cost of $291,320.00, funded from the Equipment Renewal and Replacement Fund. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Director, Finance]
Attachments: 1. 61-7346 Superior Trailer Sales, 2. Bid Tab, 3. 1295, 4. Draft Ordinance, 5. Ordinance 2016-06-09-0430
DEPARTMENT: Finance


DEPARTMENT HEAD: Troy Elliott


COUNCIL DISTRICTS IMPACTED: CityWide


SUBJECT:

Purchase of End Dump Trailers



SUMMARY:

This ordinance authorizes the acceptance of a contract with Superior Trailer Sales to provide the Transportation and Capital Improvements Department (TCI) with eight replacement 26 cubic yard end dump trailers with electric roll tarp cover systems for a total cost of $291,320.00. These trailers will be funded through the Equipment Renewal and Replacement Fund (ERRF).



BACKGROUND INFORMATION:

Submitted for City Council consideration and action is the attached tabulation of five competitive bids to provide TCI with eight 26 cubic yard end dump trailers with electric roll tarp cover systems for a total cost of $291,320.00. These trailers will be purchased from Superior Trailer Sales on the basis of low competitive bid.

These trailers are replacement units to the City's fleet and will be used to transport aggregates, asphalt mix and other paving materials throughout the City.



ISSUE:

This purchase will provide a total of eight 26 cubic yard end dump trailers with electric roll tarp cover systems for TCI. The replacement of these units is consistent with the City's ERRF.

The life expectancy of all equipment is 120 months.

The trailers are covered by one year standard warranty.

Due to the lack of small, minority, and/or women businesses available to provide these goods and services, the SBEDA Program did not apply to this solicitation.

In accordance with the Local Preference Program, no local preference was applied, since the local bidder is not within 3% of the recommended lowest non-local bidder.

The Veteran-Owned Small Business Program does not apply to goods/supplies contracts, so no preference was applied to this contract.



ALTERNATIVES:

The current trailers scheduled for replacement have met or will meet their age and or mileage requirement ...

Click here for full text