Formal Bids Received for S40-S25864 - Approve various awards, as shown below, in an amount not to exceed $1,955,988.71 for Toro, Kohler and Kawasaki tractor and mower replacement parts and repair services for the Fleet management Department.
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 an amount not to exceed $1,955,988.71 for Toro, Kohler and Kawasaki tractor and mower replacement parts and repair services for the Fleet Management Department (FMD). It is further requested that authorization be given to make purchases, as needed, for a thirty-six (36) month term with two one-year options. These awards are for tractor and mower replacement parts and repair services to be used by the department in its day to day repair operations citywide.
These are price list and line item awards. Relative to the price list, the best discount which determines the low bid for a price list is the best bid received for quantities of high-use items selected as sample pricing items based on the current needs of the department. The bid total for sample pricing items does not represent the total amount estimated to be purchased; rather, this recommendation is for the total estimated expenditures projected over the awarded term based on the low bid submitted for the representative samples.
This project was advertised in accordance with the requirements of the State of Texas bid laws. Eight prospective bidders downloaded the solicitation document from SPD's e-bidding website, and five bids were received as outlined below:
PD Bayou City Lawn Investments, LLC: Award on its low bid for Group 1A (TORO Residential Landscape Contractor Price List; which includes but is not limited to rollers, blades, mufflers and switches) and Group 2 & 3 (labor component) and award on its low bid meeting specifications for Groups 4 & 7 (Kohler & Kawasaki price lists; which includes but is not limited to rollers, blades, mufflers and switches) and Groups 5, 6, 8, & 9 (labor component) in an amount not to exceed $1,393,611.88.
Company Sample Pricing & Line Item Total
1. Fillingame Inc. dba All-Start $ 461.44 (Did Not Meet Specifications)
2. Cypress Lawn & Turf Equipment $ 59,795.95 (Partial Bid/Higher Unit Price)
3. PD Bayou City Lawn Investments, LLC $ 117,059.74
4. American Maintenance Supplies, LLC $ 181,475.54
5. Professional Turf Products, LP $ 210,470.31
Professional Turf Products, LP: Award on its low bid for Group 1B (TORO Commercial Parts Price List; which includes but is not limited to rollers, blades, mufflers and switches) in an amount not to exceed $562,386.83.
Company Sample Pricing
1. Professional Turf Products, LP $1,380.74
2. PD Bayou City Lawn Investments, LLC $1,933.18
3. American Maintenance Supplies, LLC $2,098.12
This item will replace Emergency Purchase Order Item No. 14, approved by Council Motion No. 2016-0348, passed July 13, 2016.
M/WBE:
Zero-percentage goal document approved by the Office of Business Opportunity.
Hire Houston First:
The proposed awards require compliance with the City's 'Hire Houston First' (HHF) ordinance that promotes economic opportunity for Houston businesses and supports job creation. In this case, the proposed suppliers do not meet the requirements for HHF; no HHF firms were within three percent.
Fiscal Note:
"Funding for this item is included in the FY2018 Adopted Budget. Therefore, no fiscal note is required as stated in the Financial Policy Ord. 2014-1078."
_____________________________________ ______________________________________
Jerry Adams, Chief Procurement Officer Department Approval Authority Signature
Finance/Strategic Procurement Division
Estimated Spending Authority |
Department |
FY 18 |
Out Years |
Total |
Fleet Management |
$391,197.74 |
$1,564,790.97 |
$1,955,988.71 |