city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 16-4188   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 8/18/2016
Posting Language: An Ordinance accepting the offer from Silsbee Ford to provide the Police Department with two replacement 2017 Ford Transit 350 vehicles for a total cost of $85,988.50, funded from the Equipment Renewal and Replacement Fund. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Deputy Chief Financial Officer, Finance]
Attachments: 1. 61-7634 Silsbee Ford, 2. Bid Tab, 3. 1295, 4. DO
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

DEPARTMENT: Finance                     

 

 

DEPUTY CHIEF FINANCIAL OFFICER: Troy Elliott

                     

                     

COUNCIL DISTRICTS IMPACTED: CityWide

 

 

SUBJECT:

 

Prisoner Transport Units

 

 

SUMMARY:

 

This ordinance authorizes a contract with Silsbee Ford to provide the San Antonio Police Department with two replacement prisoner transport units for a total cost of $85,988.50.  Funding for this acquisition is made available from the Equipment Renewal and Replacement Fund (ERRF).

 

 

BACKGROUND INFORMATION:

 

Submitted for City Council consideration and action is the offer submitted by Silsbee Ford utilizing the BuyBoard cooperative contract number 430-13 to provide two replacement prisoner transport units for a total cost of $85,988.50 which includes a $400.00 cooperative contract fee.

 

This purchase will provide two prisoner transport units for the Police Department.  These vehicles will be utilized by the Police Department to transport prisoners from crime scenes. 

 

 

ISSUE:

 

This contract will provide two replacement prisoner transport units to support the Police Department with prisoner transportation requirements throughout the city and surrounding areas. 

 

These units will be purchased from Silsbee Ford utilizing the BuyBoard cooperative contract number 430-13(effective December 1, 2013 through November 30, 2016).  This purchase will be made in accordance with the Texas Local Government Purchasing Cooperative passed on ordinance 97097, dated 1/30/2003.

 

The BuyBoard Program is administered by the Texas Local Government Purchasing Cooperative. All products and services included in this cooperative were competitively bid and awarded by the Cooperative’s Board of Trustees based upon Texas statutes.

These vehicles will have a 36 month/36,000 mile bumper-to-bumper warranty.

The life expectancy of the new equipment is 96 months.

 

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

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:

 

The current prisoner transport units scheduled for replacement have met or will meet their age or mileage requirement cycles before replacement.  The replacement date is considered to be the optimum time for replacement as delaying the acquisition could make the vehicles no longer economically feasible to repair and could lead to the Police Department’s inability to perform essential prisoner transportation duties.

 

 

FISCAL IMPACT:

 

The purchase of these prisoner transport units is for a total cost of $85,988.50 and will be funded through the Equipment Renewal and Replacement Fund (ERRF).  A BuyBoard Cooperative contract fee of $400.00 is included in the total purchase amount of $85,988.50.

 

 

 

RECOMMENDATION:

 

Staff recommends the approval of a contract for the purchase of two prisoner transport units from Silsbee Ford for a total cost of $85,988.50.

 

This contract was procured on the basis of a cooperative purchasing and a Contracts Disclosure Form is not required.