city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 16-3550   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 6/30/2016
Posting Language: An Ordinance accepting the offers from Doggett Freightliner of South Texas, LLC and Mac Haik Dodge Chrysler Jeep Ram to provide a replacement Mobile Command Vehicle and a Rapid Deployment Vehicle to the City’s Police Department for a total cost of $762,153.00, funded from the Equipment Renewal and Replacement Fund. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Director, Finance]
Attachments: 1. 61-7622 Doggett Freightliner of South Texas, 2. Bid Tab, 3. 1295, 4. 61-7623 Mac Haik Dodge Chrysler, 5. Bid Tab, 6. 1295 Mac Haik, 7. COE (1), 8. COE (2), 9. Draft Ordinance, 10. Ordinance 2016-06-30-0504

DEPARTMENT: Finance                     

 

 

DEPARTMENT HEAD: Troy Elliott

                     

                     

COUNCIL DISTRICTS IMPACTED: CityWide

 

 

SUBJECT:

 

Purchase of Police Mobile Command Vehicle and SWAT-Rapid Deployment Vehicle

 

 

SUMMARY:

 

This ordinance authorizes acceptance of contracts with Doggett Freightliner of South Texas, LLC and Mac Haik Dodge Chrysler Jeep Ram to provide the Police Department with one replacement Mobile Command Vehicle and one replacement Special Weapons and Tactics Teams (SWAT) Rapid Deployment Vehicle for a total cost of $762,153.00.  Funding for this purchase is available from the Equipment Renewal and Replacement Fund (ERRF). 

 

 

 

BACKGROUND INFORMATION:

 

A.  Submitted for City Council consideration and action is the offer submitted by Doggett Freightliner of South Texas, LLC to provide the Police Department with a Mobile Command Vehicle for a total cost of $589,803.00. 

This contract will provide the Police Department with one Mobile Command Vehicle which is a replacement unit to the Police Department’s fleet. The Mobile Command Vehicle will have the capability to respond to any incident within San Antonio and surrounding counties to provide a fully functional command post.  This unit will provide the capability for rapid deployment for emergency dispatch and interoperable communications throughout the region for any potential terrorist related incidents, critical emergency situations in support of Homeland Security as well as the capability to respond to natural or manmade disasters.   

B.  Submitted for City Council consideration and action is the offer submitted by Mac Haik Dodge Chrysler Jeep Ram to provide the Police Department with a SWAT Rapid Deployment Vehicle for a total cost of $172,350.00. 

 

This contract will provide the Police Department with one SWAT Rapid Deployment Vehicle which is a replacement unit to the Police Department’s fleet.  The SWAT Rapid Deployment Vehicle will be used by the SWAT team during potential terrorist related incidents as well as respond to critical emergency situations during all outside operational phases of a tactical response.

 

 

 

ISSUE:

 

These contracts will provide a Mobile Command Vehicle and a SWAT Rapid Deployment Vehicle to be utilized by the Police Department to respond to critical incidents in the San Antonio area in support of Homeland Security.

 

The Mobile Command Vehicle is a fully self-contained mobile command center and control center vehicle. It is designed for remote field operations or as a control facility for data acquisition and distribution.

 

The SWAT Rapid Deployment Vehicle will be used by the Police Department’s SWAT team during potential terrorist related incidents as well as respond to critical emergency situations during all outside operational phases of a tactical response.

 

The Life expectancy of these units is 120 months. 

 

The mobile command vehicle cab and chassis has a 2 year unlimited miles warranty and the body has 5 year unlimited miles warranty.

 

The SWAT rapid deployment vehicle chassis has a 3 year 36,000 miles warranty, the engine has a 2 year 100,000 mile warranty, the transmission has a 5 year 100,000 mile warranty and  the body has 5 year unlimited miles warranty.

 

The Small Business Economic Development Advocacy (SBEDA) Ordinance requirements were waived due to the lack of small, minority, and/or women businesses available to provide these goods.

 

The recommended award is an exception to the Local Preference Program.

 

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

 

 

ALTERNATIVES:

 

Should this contract not be awarded, the San Antonio Police Department and SWAT Team’s ability to protect the public may be compromised in a critical emergency situation or terrorist related incident.  The department may be unable to respond in an effective manner to potential threats that could sabotage the security of the public at large. This could impact the department’s ability to provide the best protection during a high security alert, resulting in improper security measures in serving the residents of San Antonio.

 

 

FISCAL IMPACT:

 

The purchase of the Mobile Command and SWAT Rapid Deployment vehicles is funded by the Equipment Renewal and Replacement fund for a total cost of $762,153.00. 

 

 

 

RECOMMENDATION:

 

Staff recommends the approval of a contract with Doggett Freightliner of South Texas, LLC to purchase one Mobile Command Vehicle for a cost of $589,803.00 and a contract with Mac Haik Dodge Chrysler Jeep Ram to purchase one SWAT Rapid Deployment Vehicle for a cost of $172,350.00.  The total cost of these contracts is $762,153.00. 

 

These contracts were procured on the basis of a Public Health or Safety exemption and Contract Disclosure Forms are not required.