city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 20-6738   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 12/17/2020
Posting Language: Ordinance approving contracts with Ancira Motor Company, Caldwell Country Chevrolet, Gunn Chevrolet LTD and Silsbee Toyota to provide 35 light duty vehicles for a total cost of $1,120,656.50. Funding in the amount of $1,033,692.50 is available from the FY 2021 Equipment Renewal and Replacement Fund Budget, and $89,964.00 is available from the FY 2021 General Fund Budget.[Ben Gorzell, Chief Financial Officer; Troy Elliott, Deputy Chief Financial Officer, Finance]
Attachments: 1. Gunn Chevrolet Bid Response, 2. Caldwell Automotive Partners Bid Response, 3. Ancira Motor Company Bid Response, 4. Silsbee Toyota Bid Response, 5. Bid Tab, 6. Draft Ordinance, 7. Ordinance 2020-12-17-0916
DEPARTMENT: Finance


DEPARTMENT HEAD: Troy Elliott


COUNCIL DISTRICTS IMPACTED: Citywide


SUBJECT:

Light Duty Vehicles


SUMMARY:

This ordinance authorizes acceptance of contracts with Ancira Motor Company, Caldwell Country Chevrolet, Gunn Chevrolet LTD and Silsbee Toyota to provide thirty-five Light Duty Vehicles for a total cost of $1,120,656.50.

Funding in the amount of $1,033,692.50 is available from the FY 2021 Equipment Renewal and Replacement Fund Budget, and in the amount of $86,964.00 is available from FY 2021 General Fund Budget.

BACKGROUND INFORMATION:

Submitted for City Council consideration and action is the attached tabulation of seven bids to provide thirty-two replacements and three additional light duty vehicles. This purchase includes twenty-six sedans, one mini-van, seven one-ton trucks of varying configurations, and one flatbed truck.

These vehicles will be utilized by Building & Equipment Services, City Center Development & Operations, Development Services, Fire, Health, Information Technology Services, Police, Public Works, and Solid Waste Management departments. Vehicles shall be used for administrative functions citywide, combination supply and staff transport, light duty equipment and material hauling and trash cart transport.

The Invitation for Bid (IFB) was evaluated based on the published bid specifications.

The low bid for Item 1 is recommended for award to Caldwell Country Chevrolet which is a non-local business. In accordance with the Local Preference Program, no local preference was applied since the local bidder is not within 3% of the recommended non-local bidder.

The low bid for Item 2 is recommended for award to Silsbee Toyota which is a non-local business. There were no bids submitted from local bidders for this item; therefore, the Local Preference Program was not applied.

The low bid for items 3, 4, 6, 8 and 9 are recommended for award to Ancira Motor Company, a local business. Therefore, applicat...

Click here for full text