city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 19-4299   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 6/20/2019
Posting Language: Ordinance approving contracts with Lake Country Chevrolet and Gunn Chevrolet Ltd for the purchase of Police Pursuit Vehicles for an estimated total cost of $3,909,284.25 annually; and with Silsbee Ford for Police Interceptor Utility Vehicles for an estimated total cost of $11,892,960.00 over a three year period. Funding is available in the Equipment Renewal and Replacement Fund. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Deputy Chief Financial Officer, Finance]
Attachments: 1. 61-11357 Silsbee Ford, 2. 61-11357 Bid Tab, 3. 61-11357 COE, 4. 61-11477 Lake Country Chevrolet, 5. 61-11477 Gunn Chevrolet LTD, 6. 61-11477 Bid Tab, 7. 61-11477 COE, 8. Draft Ordinance, 9. Ordinance 2019-06-20-0534
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

DEPARTMENT: Finance                     

 

 

DEPARTMENT HEAD: Troy Elliott

                     

                     

COUNCIL DISTRICTS IMPACTED: Citywide

 

 

SUBJECT:

 

Annual Contracts for Police Patrol Vehicles

 

 

SUMMARY:

 

This ordinance authorizes annual contracts with Lake Country Chevrolet, Gunn Chevrolet LTD, and Silsbee Ford to provide the City of San Antonio Police, Airport Police, Park Police and Fire departments with Chevrolet Tahoe Police Pursuit Vehicles and Ford Police Interceptor Utility Vehicles for an estimated combined contract amount of $15,802,244.25 over a three (3) year period.

 

A. Lake Country Chevrolet and Gunn Chevrolet LTD to provide Chevrolet Tahoe Police Pursuit Vehicles for an estimated combined total contract value of $3,909,284.25 through December 31, 2019. Of which, funding for twenty-two (22) Chevrolet Tahoe Police Pursuit Vehicles in the amount of $740,278.00 is available in the FY 2019 Equipment Renewal and Replacement Fund Budget. Additional purchases would be subject to the appropriation of funds.

 

B. Silsbee Ford to provide Ford Police Interceptor Utility Vehicles for a total estimated contract amount of $11,892,960.00 over a three (3) year period to begin October 1, 2019 with funding subject to the appropriation of funds.    

 

 

BACKGROUND INFORMATION:

 

A.                     Submitted for City Council consideration and action is the attached tabulation of three offers for the purchase of Chevrolet Tahoe Police Pursuit Vehicles for the San Antonio Police, Airport Police, Park Police and Fire departments in the estimated total amount of $3,909,284.25.

 

Lake Country Chevrolet is the low offeror for Item 1, black and white patrol units while Gunn Chevrolet LTD submitted the low offer for Item 2, solid color patrol units.  Funding in the amount of $740,278.00 is available from the Equipment Renewal and Replacement Fund in FY 2019 for the purchase of 22 replacement black and white Chevrolet Tahoe Police Pursuit Vehicles.  For FY 2020, additional or replacement vehicles in support of police patrol and first responder units will be subject to appropriation of funds

 

B. Submitted for City Council consideration and action is the attached tabulation of two offers for the purchase of Ford Police Interceptor Utility Vehicles for the San Antonio Police, Airport Police, Park Police and Fire departments in the estimated amount of $3,964,320.00 annually.  Silsbee Ford is the low offeror.  Funding for FY 2020, FY 2021, and FY 2022 will be subject to appropriation of funds.

 

 The initial term of this contract is upon award through October 31, 2019.  Two additional one year renewals at the City’s option shall also be authorized by this Ordinance. 

 

The San Antonio Police Department and San Antonio Police Officers’ Association (SAPOA) Labor Relations Committee (LRC) recommended diversifying the patrol fleet by purchasing Chevrolet Tahoe Police Pursuit vehicles and Ford Police Interceptor Utility vehicles.  Chevrolet Tahoes are currently used for traffic patrol, as well as K-9 patrol and highway commercial vehicle enforcement.  The LRC reviews equipment requirements in support of law enforcement operations.

 

 

ISSUE:

 

These annual contracts will provide for the purchase of Ford Police Interceptor Utility Vehicles and Chevrolet Tahoe Police Pursuit Vehicles over a three (3) year period.  Currently, there are 717 Ford Police Interceptor Utility Vehicles and 43 Chevrolet Tahoe Police Pursuit Vehicles in the City’s fleet that are used by San Antonio Police, Park Police, Airport Police and the Fire departments The purchase of these units will provide support of public safety, law enforcement and security for the residents of the City of San Antonio and surrounding areas.

 

The vehicles will have a 36 month/ 36,000 mile, bumper to bumper and 5 year/100,000 powertrain warranty.  

 

The Small Business Economic Development Advocacy Ordinance requirements were waived due to the lack of qualified SMWBE’s available to provide the goods and services.

 

A.  Item 1:  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.

 

Item 2:  This recommended award is in accordance with the Local Preference Program and will result in an additional estimated cost to the City of $5,711.25.

 

B.  There were no offers submitted from local bidders for this contract; therefore, the Local Preference Program was not applied.

 

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

 

 

ALTERNATIVES:

 

These annual contracts directly support the terms of the CBA. All of the replaced vehicles will have met vehicle age or mileage requirement before replacement. The replacement date is considered the optimum time for replacement as delaying the acquisition could make the vehicles no longer economically feasible to repair and could lead to the departments’ inability to provide essential services to the residents of San Antonio. The alternative is to continue utilizing the current equipment; however, the ability to support security and safety of the community may be negatively impacted.

 

 

FISCAL IMPACT:

 

This ordinance authorizes annual contracts with Lake Country Chevrolet, Gunn Chevrolet LTD, and Silsbee Ford to provide the City of San Antonio Police, Airport Police, Park Police and Fire departments with Chevrolet Tahoe Police Pursuit Vehicles and Ford Police Interceptor Utility Vehicles for an estimated combined contract amount of $15,802,244.25 over a three (3) year period.

 

A. Lake Country Chevrolet and Gunn Chevrolet LTD to provide a Chevrolet Tahoe Police Pursuit Vehicles for an estimated combined total contract value of $3,909,284.25 through December 31, 2019.  Of which, funding for twenty-two (22) Chevrolet Tahoe Police Pursuit Vehicles in the amount of $740,278.00 is available in the FY 2019 Equipment, Renewal, and Replacement Fund Budget. Additional purchases would be subject to the appropriation of funds.

 

B. Silsbee Ford to provide an estimated Ford Police Interceptor Utility Vehicles for a total estimated contract amount of $11,892,960.00 over a three (3) year period to begin October 1, 2019 with funding subject to the appropriation of funds.

 

Funds are not encumbered by this ordinance. All expenditures will be in accordance with the Department's adopted budget approved by City Council. Purchases made by the Department are as needed and dependent upon available funds within their adopted budget.

 

 

RECOMMENDATION:

 

A.  Staff recommends the approval of contracts with Lake Country Chevrolet in the estimated amount of $3,432,198.00 and Gunn Chevrolet LTD in the estimated amount of $477,086.25.

 

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

 

B.  Staff recommends the approval of the contract with Silsbee Ford in the estimated amount of $11,892,960.00 for the purchase of Ford Police Interceptor Utility Vehicles.

 

This contract was procured on the basis of a Public Health or Safety exemption and a Contracts Disclosure Form is not required.