Meeting
City of San Antonio
Logo
 
Agenda Posted Date: Thursday, May 8, 2025
Contract Effective Date: Wednesday, May 14, 2025

Ordinance No. 2025-01-30-0080, approved on January 30, 2025, authorized the City Manager or designee to approve and execute contracts for fleet acquisitions funded in the annual adopted budget, contracts in amounts less than $1 million for architecture and engineering, construction, and professional and other services, and contracts in amounts less than $2.5 million for goods and supplies, as permitted by law and procured in accordance with the City’s Administrative Directive on Purchasing and Procurement Guidelines and Procedures. Through this ordinance, City Manager or designee approves and executes the following contracts, effective 7 calendar days after approval.

The following restrictions on communications apply to City solicitations. Respondents are prohibited from contacting City officials, as defined by §2-62 of the City Code of the City of San Antonio, regarding the proposal/bid from the time the solicitation has been released until the contract award is posted as an agenda item at a City Manager Contract Approval Review meeting and City employees from the time the proposal/bid has been released until the contract is approved at a City Manager Contract Approval Review meeting.

If you have any questions regarding the contracts listed below, please contact the Finance Department’s Procurement Division at 210-207-5734 or at [email protected]

 
Goods and Supplies
 
1.
Annual Contract for Disposal of Contraband for San Antonio Police Department (SAPD)
ID#: 25-207127

Procurement Method: Request for Offer (RFO) – Public Health or Safety

This annual contract will provide immediate disposal services by incineration of contraband for San Antonio Police Department (SAPD). [Ben Gorzell Jr., Chief of Financial and Administrative Services; Troy Elliott, Chief Financial Officer, Finance]

City Programs: SBEDA Program – SBEDA tools were not applied; Local Preference Program – not applicable to this contract.

Awarded Vendor(s): Baytown Medical Waste LLC
Term of Contract: Upon award through April 30, 2028, with two, one-year renewal option.
Total Contract Value: $592,000
Annual Contract Value: $119,000
Funding Source: FY 2025 Confiscated Property Budget and General Fund Budget
 
2.
Annual Contract for Utility Wood Poles and Drilling
ID#: 25-207267

Procurement Method: Invitation for Bid (IFB)

This annual contract will provide the Public Works Department with materials and installation to replace aged or damaged traffic signal support poles, and provide drilling services, as needed, in the event department’s resources are unavailable or drilling tasks are beyond department’s equipment capabilities. [Ben Gorzell Jr., Chief of Financial and Administrative Services; Troy Elliott, Chief Financial Officer, Finance]

City Programs: SBEDA Program – SBEDA tools were not applied. Local Preference Program – lowest responsive bid awarded to local vendor. 

Awarded Vendor(s): Cato Electric Company
Term of Contract: Upon award through December 31, 2027, with two, one-year renewal options
Total Contract Value: $1,285,000
Annual Contract Value: $257,000
Funding Source: General Fund
 
Fleet
 
3.
FY25 Medium & Heavy-Duty Trucks
ID#: 25-207059

Procurement Method: Invitation for Bid (IFB)

This contract provides fifteen replacement trucks and two fleet additions for the Public Works and Solid Waste Management Departments to include the following: two (2) Brush Collection Grappler Trucks with a 37,000 lbs. Gross Vehicle Weight Rating (GVWR); one (1) Service Truck with Crane, rated at 30,000 lbs. GVWR; one (1) Water Distribution Truck with a 35,000 lbs. GVWR; one (1) Class 6 Regular Cab Dual Rear Wheel (DRW) Truck with a 12-foot Stake Bed, equipped with a crash attenuator and message board; one (1) Regular Cab 1 Ton Truck (DRW), with a 2-3 cubic yard, 9-foot dump body; five (5) Automatic Transmission 5th Wheel Tractor Trucks, each with a GVWR of 60,000 lbs.; and six (6) Animal Remains Collection Trucks with a Regular Cab and Crane. [Ben Gorzell Jr., Chief of Financial and Administrative Services; Troy Elliott, Chief Financial Officer, Finance]

City Programs: SBEDA Program – SBEDA tools were not applied; Local Preference Program – items 1, 3, 4, 5, 6, and 7 - lowest responsive bid awarded to local vendors, item 2 – not applied due to local vendor not within 5% of lowest responsive bid from nonlocal vendor.

Awarded Vendor(s): Bruckner Truck Sales, Inc.; Cavender Ford Motor Company, Ltd.; Doggett Freightliner of South Texas, LLC; Industrial Power, LLC
Term of Contract: One Time Buy
Total Contract Value: $3,086,454
Funding Source: FY 2025 Equipment Renewal and Replacement Fund; FY 2025 Public Works General Fund; FY 2025 Stormwater Fund SWMD

 
4.
Rear Load Refuse Trucks
ID#: 25-207061

Procurement Method: Request for Offer (RFO) - Public Health or Safety

This contract will provide the Solid Waste Management Department (SWMD) with two Hino L6 cab and chassis, each equipped with a 10-cubic yard Loadmaster Elite refuse collection body; and four Peterbilt 537 cab and chassis, each equipped with a 20-cubic yard Loadmaster Legacy-S standard rear load sanitation truck. These six rear load refuse trucks will serve as replacement vehicles. [Ben Gorzell Jr., Chief of Financial and Administrative Services; Troy Elliott, Chief Financial Officer, Finance]

City Programs: SBEDA Program – SBEDA tools were not applied; Local Preference Program – not applicable to this contract.

Awarded Vendor(s): Rush Truck Centers of Texas, L.P.
Term of Contract: One Time Buy
Total Contract Value: $1,319,980
Funding Source: FY 2025 Equipment Renewal and Replacement Fund

 
Construction
 
5.
Fire Station #6 Roof Replacement
ID#: 25-207157

Procurement Method: Request for Offer (RFO) – Cooperative

This contract will provide all labor, material, and equipment for a roof overlay replacement to Fire Station #6 to include installation of roofing system, flashings and associated fasteners, as part of deferred maintenance to this facility by the Building and Equipment Services Department (BESD). [John Peterek, Assistant City Manager; Jorge Perez, Director, Building & Equipment Services]

City Programs: SBEDA Program – SBEDA tools were not applied; Local Preference Program – not applied due to utilizing a cooperative.

Awarded Vendor(s): Horizon Roofing Specialists, LLC
Term of Contract: 120 calendar days
Total Contract Value: $66,694
Funding Source: FY 2025 CIP Deferred Maintenance with FY 2025 Unissued Tax Notes
 
6.
City Hall Roofing Replacement
ID#: 25-207266

Procurement Method: Request for Offer (RFO) – Cooperative

This contract will provide all labor, material, and equipment for a roof overlay replacement to the City Hall building to include installation of roofing system, flashings and associated fasteners as part of deferred maintenance to this facility by the Building and Equipment Services Department (BESD). [John Peterek, Assistant City Manager; Jorge Perez, Director, Building & Equipment Services]

City Programs: SBEDA Program – SBEDA tools were not applied; Local Preference Program – not applied due to utilizing a cooperative.

Awarded Vendor(s):  Horizon Roofing Specialists, LLC
Term of Contract: 120 calendar days
Total Contract Value: $124,199.07
Funding Source: FY 2025 CIP Deferred Maintenance with FY 2025 Tax Notes.