city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 20-3356   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 6/11/2020
Posting Language: Ordinance approving a contract with Moore Chrysler Jeep Dodge Ram to provide the San Antonio Fire Department with five, first responder trucks for a total cost of $409,258.30. Funding for four replacement trucks in the amount of $338,537.10 is available from the FY 2020 Equipment Renewal and Replacement Fund and funding in the amount of $70,721.20 for one additional truck is available from the FY 2020 General Fund Budget. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Deputy Chief Financial Officer, Finance]
Attachments: 1. Bid Response - IMoore Chrysler Jeep Dodge Ram, 2. Final Bid Tab, First Responder Vehicles for SAFD, 3. Draft Ordinance, 4. Ordinance 2020-06-11-0394

DEPARTMENT: Finance                     

 

 

DEPARTMENT HEAD: Troy Elliott

                     

                     

COUNCIL DISTRICTS IMPACTED: Citywide

 

 

SUBJECT:

 

Fire First Responder Vehicles

 

 

SUMMARY:

 

This ordinance authorizes a contract with Moore Chrysler Jeep Dodge Ram to provide the San Antonio Fire Department with four replacement and one additional first responder trucks for a total cost of $409,258.30.  Funding for four replacement first responder trucks in the amount of $338,537.10 is available from the FY 2020 Equipment Renewal and Replacement Fund (ERRF).  Funding for the additional first responder truck in the amount of $70,721.20 is available from the FY 2020 General Fund Budget. 

 

 

BACKGROUND INFORMATION:

 

Submitted for City Council consideration and action is an offer from Moore Chrysler Jeep Dodge Ram in the amount of $409,258.30 for a total of five first responder vehicles. The Fire Department Arson Division will receive one replacement half-ton crew cab, 4x2, short bed truck with camper to replace a truck to be used City wide for arson investigation and response.  Fire Station 15 and Fire Station 29 will each receive a replacement one-ton crew cab, 4x2, utility body trucks. Fire Station 1 will receive one replacement one-ton crew cab, 4x4, long bed truck with camper. This contract shall also furnish one additional three-quarter ton crew cab, 4x4, long bed truck with camper which will be assigned to Fire Station 44. These vehicles function as supply trucks that will transport additional personnel, supplies, and equipment during critical incident response calls.  This contract shall provide turnkey vehicles that include communication radios, sirens, emergency lighting, and applicable cargo enclosures.

 

The Fire Department has found the Ram heavy duty cab and chassis to be reliable and require less frequent preventive maintenance intervals resulting in increased availability and lower life cycle costs.  As a result, the Ram heavy duty chassis represents a better overall value and best meets the operational needs to the Fire Department for use as front line first responder vehicle.

 

ISSUE:

 

This contract will provide four replacement first responder trucks and one additional first responder truck for the San Antonio Fire Department. 

 

This purchase of five first responder vehicles shall be from Moore Chrysler Jeep Dodge Ram utilizing the Houston-Galveston Cooperative Program VE11-18 contract.  This purchase is in accordance with the Houston-Galveston Cooperative Program passed on resolution 96-41-48 dated 10/10/1996. Contracts awarded through this Purchasing Cooperative are competitive and meet all bidding requirements.

 

The first responder vehicles have a 36,000 mile/36 month bumper-to-bumper warranty. The life expectancy of these vehicles is 96 months.

 

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 and services.

 

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

 

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

 

 

ALTERNATIVES:

 

The current first responder trucks scheduled for replacement have met or will meet their age and mileage requirement cycles and may not be economically feasible to repair.  Should the replacement trucks not be purchased, the alternative is to continue to use the existing trucks and incur increased maintenance costs and potential delays in the delivery of essential services for the City of San Antonio.

 

FISCAL IMPACT:

 

This ordinance authorizes a contract with Moore Chrysler Jeep Dodge Ram to provide the San Antonio Fire Department with four replacement and one additional first responder trucks for a total cost of $409,258.30.  Funding for four replacement first responder trucks in the amount of $338,537.10 is available from the FY 2020 Equipment Renewal and Replacement Fund (ERRF).  Funding for the additional first responder truck in the amount of $70,721.20 is available from the FY 2020 General Fund Budget. 

 

RECOMMENDATION:

 

Staff recommends the approval of the contract with Moore Chrysler Jeep Dodge Ram for five first responder trucks in the total amount of $409,258.30. 

 

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