Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 3/7/2017
ALL
Item Creation Date: 11/8/2016

N25921 - Medium- Heavy-Duty Cab and Chassis and Truck Bodies - Motion

Agenda Item#: 15.


 
                               
Summary:

CALDWELL AUTOMOTIVE PARTNERS, LLC dba CALDWELL COUNTRY FORD, LLC - $597,070.00 and HOUSTON FREIGHTLINER, INC - $8,540,045.00 for Medium- Heavy-Duty Cabs and Chassis and Truck Bodies for Various Departments - Dedicated Drainage and Street Renewal and Equipment Acquisition Consolidated and Other Funds

Background:

Formal Bids Received for S38-N25921 - Approve an award to Caldwell Automotive Partners, LLC d/b/a Caldwell Country Ford, LLC and Houston Freightliner, Inc. in the total amount of $9,137,115.00 for the purchase of medium- heavy-duty cabs and chassis and truck bodies for various departments.

 

Specific Explanation:

The Director of the Fleet Management Department and the Chief Procurement Officer recommend that City Council approve various awards, as shown below, in the total amount of $9,137,115.00 for the purchase of medium- heavy-duty cabs and chassis and truck bodies for various departments. These trucks will be used citywide by Department personnel to provide City services to the citizens of Houston. The funding for these vehicles is included in the adopted FY 17 Equipment Acquisition Plan.

 

The project was advertised in accordance with the State of Texas bid laws.  Thirty prospective bidders downloaded the solicitation document from SPD's e-bidding website and three bids were received as outlined below:

 

Caldwell Automotive Partners, LLC d/b/a Caldwell Country Ford, LLC:  Award on its sole bid for Item No. 2, one 17,500-lb. Gross Vehicle Weight Rating (GVWR) gasoline-powered cab and chassis to be mounted with a stakebed body and knuckle boom crane, and Item No. 3, six 19,500-lb. GVWR gasoline-powered cabs and chassis to be mounted with a 36-foot aerial manlifts in the total amount of $597,070.00.

 

Houston Freightliner, Inc.:  Award on its sole bid for Item No. 4, five 36,000-lb. GVWR cabs and chassis mounted with a service body crane trucks; Item No. 5, seven 35,000-lb. GVWR cabs and chassis with seven semi-tractor trailer bodies; Item No. 6, six 36,200-lb. GVWR cabs and chassis to be mounted with service bodies, Item No. 8,  three 66,000-lb. GVWR cabs and chassis to be mounted with 10/12 cubic yard dump trucks; and Item No. 13, seventeen 31,000-lb. GVWR cabs and chassis to be mounted with sewer jet bodies, and on its low bid for Item No. 14, six 66,000-lb. cabs and chassis to be mounted with jet/vacuum bodies in the total amount of $8,540,045.00.

 

            Company                                                  Amount

1. Houston Freightliner, Inc. (Bid #1)                    $2,241,594.00 (Partial Bid/Higher Unit Price)

2. Houston Freightliner, Inc. (Bid #2)                 $8,540,045.00

 

The cab and chassis to be mounted with a service body crane truck and the cabs and chassis to be mounted with the aerial manlifts will be used by the Departments personnel to maintain and operate the communications infrastructure and to install and repair traffic signals throughout the City. The cab and chassis with semi-tractor trailer bodies will be used by the Departments personnel to haul material from City of Houston of residences to landfills and/or recycling facilities. The cabs and chassis will come with a full five- year/60,000 mile warranty, and the bodies will come with a full one-year warranty.

 

No bids were received for Items 1,7,10 and 11.  Bids received for Item 9 were rejected because the vendor did not bid the specified vehicle.  The abovementioned items will be readvertised at a later date.

 

M/WBE Subcontracting:

Because these trucks are manufactured with factory-installed options and are shipped directly to the manufacturer’s authorized dealer, the only M/WBE potential for these trucks is the purchase and installation of non-factory options such as truck bodies.  This bid was advertised with an 11% M/WBE goal for the purchase of non-factory options.  To the extent possible, the supplier listed below has agreed to subcontract the purchase and installation of non-factory options, and has designated General Truck Body Manufacturing, Inc. as their certified M/WBE subcontractor.

 

 

Recommended

Supplier

Item No. with M/WBE Goal

Award Amount

M/WBE

Supplier

M/WBE

Participation

Amount

Percentage

Caldwell Automotive Partners, LLC d/b/a Caldwell Country Ford, LLC

2 & 3

$597,070.00

General Truck Body Manufacturing, Inc.

$78,216.17

13.1%

 

 

Houston Freightliner, Inc. was unable to secure any MWBE goal participation and submitted a "Good Faith Effort" to the Office of Business Opportunity.  The Office of Business Opportunity was unable to find any divisible work for MWBE participation and on January 17, 2017 approved the "Good Faith Effort" request.   

 

Hire Houston First:

The proposed award requires compliance with the City's 'Hire Houston First' (HHF) ordinance that promotes economic opportunity for Houston businesses and supports job creation.  In this case both Caldwell Country Automotive Partners, LLC d/b/a Caldwell Country Ford, LLC and Houston Freightliner, Inc. are designated HHF companies, but they were the successful awardees without application of the HHF preference.

 

Fiscal Note:

"Funding for these items is included in the FY2017 Adopted Budget.  Therefore, no Fiscal Note is required as stated in the Financial Policy Ord. 2014-1078."

 

 

 

___________________________________                               ___________________________

Jerry Adams, Chief Procurement Officer                                Departmental Approval Authority

Finance/Strategic Procurement Division

Prior Council Action:

(O) 2016-0688

Amount of Funding:

$   996,842.00 - Equipment Acquisition Consolidated Fund (1800)

$   422,058.00 - Stormwater Fund (2302)

$   737,756.00 - Dedicated Drainage & Street Renewal Fund (2310)

$6,980,459.00 - Combined Utility System General Purpose Fund (8305)

$9,137,115.00 - Total Funding

Contact Information:

Jedediah Greenfield     832-393-6910

Desiree Heath              832-393-8742

Lena Farris                   832-393-8729

ATTACHMENTS:
DescriptionType
Cover SheetSigned Cover sheet