M&C Review


COUNCIL ACTION:  Approved on 2/21/2017 

DATE: 2/21/2017 REFERENCE NO.: **P-12000 LOG NAME: 13P17-0007 PLUMBING SERVICES CBR WD
CODE: P TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT:   Authorize Non-Exclusive Purchase Agreements for Plumbing Services with A&G Piping, Inc., Astar Heat and Air, Inc., Concept Facilities Services, L.L.C., EEC Enviro Service Company, L.L.C., NPS National Plumbing Services, L.L.C. d/b/a O'Grady Plumbing Services, Jackey R. Dunn Jr. d/b/a Romance Services, and Sanders Plumbing, Inc., for a Combined Annual Amount Up to $1,400,000.00 for the City of Fort Worth (ALL COUNCIL DISTRICTS)

RECOMMENDATION:

It is recommended that the City Council authorize non-exclusive Purchase Agreements for plumbing services with A&G Piping, Inc., Astar Heat and Air, Inc., Concept Facilities Services, L.L.C., EEC Enviro Service Company, L.L.C., NPS National Plumbing Services, L.L.C. d/b/a O' Grady Plumbing Services, Jackey R. Dunn Jr. d/b/a Romance Services, and Sanders Plumbing, Inc., for a combined annual amount up to $1,400,000.00, for the City of Fort Worth.

 
DISCUSSION:

City departments will use these Agreements, on an as-needed basis, to have plumbing repairs made to City-owned properties as well as water, sewer and gas lines to citizens' homes and industrial areas that are damaged by City work crews during construction, repairs or installations.  Additionally, the Water Department will utilize the Agreements for its SmartFlush Toilet Program.

The Invitation to Bid included detailed specifications describing the required licenses, level of experience and performance expectations. Staff recommends multiple awards to ensure the availability of service when needed. User departments will contact the vendors based on lowest hourly rates, availability and proximity to job site. The Water Department plans to contact vendors on a rotating basis, but will also consider price, availability and proximity to the job site when making its selection. During the previous year, user departments spent approximately $1,100,000.00 for these services.

BID ADVERTISEMENT - This bid was advertised in the Fort Worth Star-Telegram on November 9, 2016, November 16, 2016, November 23, 2016, November 30, 2016 and December 7, 2016.  Purchasing invited 88 vendors from the Purchasing Vendor Database to bid.  Eight bid responses were received; the bid from Acciona Group, LLC, did not meet minimum bidding requirements and was rejected.

BID TABULATION -  See attached Bid Tabulation.

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

PRICE ANALYSIS - The hourly rates paid for Master Plumbers under the current Agreement, approved by City Council on September 13, 2011 with M&C P-11287, range from $75.00 to $95.00.  The new hourly rates range from $75.00 to $110.00, which is an average increase of approximately $10.00 per hour.  Staff finds the prices fair and reasonable.

ADMINISTRATIVE CHANGE ORDER - An administrative change order or increase may be made by the City Manager in the amount up to $50,000.00 and does not require specific City Council approval as long as sufficient funds have been appropriated.

AGREEMENT TERM - Upon City Council's approval, the Agreements will begin on February 22, 2017 and end on February 21, 2018.

RENEWAL OPTIONS - This Agreement may be renewed for up to four additional one-year terms. 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. Staff anticipates that the cost for renewal years shall remain approximately the same as the first year.

 
FISCAL INFORMATION/CERTIFICATION:

The approval of this action provides purchasing authority up to $1,400,000.00, as specified. The Director of Finance certifies that funds are available in the current operating budgets, as appropriated, of the participating departments. Prior to an expenditure being made, the requesting Department has the responsibility to validate the availability of funds.

BQN\17-0007\CBR
TO
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

FROM
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

Submitted for City Manager's Office by:
Susan Alanis (8180)
Originating Department Head:
Aaron Bovos (8517)
Additional Information Contact:
Camillia Ryan (8321)
Jack Dale (8357)

 
 
ATTACHMENTS
  17-0007 Plumbing Services Bid Tab.pdf
  17-0007_1295 A_G Piping.pdf
  17-0007_1295 AStar Heat and Air.pdf
  17-0007_1295 Concept Facilities.pdf
  17-0007_1295 EEC Enviro.pdf
  17-0007_1295 O'Grady.pdf
  17-0007_1295 Romance.pdf
  17-0007_1295 Sanders.pdf