Official site of the City of Fort Worth, Texas |
City Council Agenda | |
COUNCIL ACTION: Approved on 12/13/2016 | |||||
DATE: | 12/13/2016 | REFERENCE NO.: | P-11982 | LOG NAME: | 13P16-0161 REMODELING SERVICES BB PMD |
CODE: | P | TYPE: | NON-CONSENT | PUBLIC HEARING: | NO |
SUBJECT: | Authorize Non-Exclusive Purchase Agreements for Remodeling Services with New World Industries, Inc.; Acciona Group LLC; Scott Tucker Construction Company, Inc.; Lookup Properties Inc.; R.D. Howard Construction, LLC; Woodrose Company, Inc.; and MMI General Contractors, Inc. for a Combined Annual Amount of $2,000,000.00 for the Property Management Department, the Water Department, the Neighborhood Services Department and the Park and Recreation Department (ALL COUNCIL DISTRICTS)
|
RECOMMENDATION: |
It is recommended that the City Council authorize Non-Exclusive Purchase Agreements for Remodeling Services with New World Industries, Inc.; Acciona Group LLC; Scott Tucker Construction Company, Inc.; Lookup Properties Inc;, R.D. Howard Construction, LLC; Woodrose Company, Inc.; and MMI General Contractors, Inc. for a combined annual amount of $2,000,000.00 for the Property Management Department, the Water Department, the Neighborhood Services Department and the Park and Recreation Department. |
DISCUSSION: |
Property Management Department, the Water Department, Neighborhood Services and the Park and Recreation Department will use these Agreements to make and/or assist City crews in making minor alterations and repairs to City buildings. It is recommended that multiple Agreements be awarded to the listed vendors to ensure additional assistance is available without a delay to work with the City schedules. Under these non-exclusive Agreements, the departments will request assistance according to lowest cost and availability. The Invitation to Bid (ITB) consisted of detailed specifications for labor requirements. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendors bids meet specifications. BID ADVERTISEMENT - This bid was advertised in the Fort Worth Star-Telegram on August 31, 2016, September 7, 2016, September 14, 2016, September 21, 2016 and September 28, 2016. One hundred nine vendors from the City's database system were solicited; seven responses were received. BID TABULATION - See Attachment PRICING ANALYSIS -The City has no comparable price history for minor alterations and repairs to City buildings. The pricing has been reviewed by Staff and deemed to be fair and reasonable based on current market values. No guarantee has been made that a specific amount of services would be purchased; however the Departments anticipate spending $2,000,000.00 for the first year and in each of the following renewal years. ADMINISTRATIVE CHANGE ORDER-An administrative change order or increase may be made by the City Manager in the amount of $50,000.00 and does not require specific City Council approval as long as sufficient funds have been appropriated. M/WBE OFFICE - A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE Office, in accordance with the BDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. Additionally, New World Industries, Inc. and R.D. Howard, LLC are certified M/WBE firms. AGREEMENT TERMS - Upon City Council approval, the Agreements will begin on December 14, 2016 and end on December 13, 2017. RENEWAL OPTIONS - These Agreements may be renewed for up to four additional one-year terms at the City's option. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. |
FISCAL INFORMATION/CERTIFICATION: |
The Director of Finance certifies that funds are available within the current operating budgets, as appropriated, of the participating City departments and that prior to an expenditure being made, the departments have the responsibility to validate the availability of funds. |
BQN\16-0161\BB |
|
|||||||||||||||||||||
|
Submitted for City Manager's Office by: |
|
Originating Department Head: |
|
Additional Information Contact: |
|
||