M&C Review


COUNCIL ACTION:  Approved on 6/26/2018 

DATE: 6/26/2018 REFERENCE NO.: **P-12216 LOG NAME: 13P18-0258 TELESCOPING SIGN POST & MATERIALS TPW RGS
CODE: P TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT:   Authorize Execution of Agreement with Centerline Supply, Inc., for Telescoping Sign Posts, Sleeves and Hardware Materials in an Annual Amount Up to $171,000.00 and Authorize Four Renewal Options for the Transportation and Public Works Department (ALL COUNCIL DISTRICTS)

RECOMMENDATION:

It is recommended that the City Council authorize execution of an Agreement with Centerline Supply, Inc. for telescoping sign posts, sleeves and hardware materials in an annual amount up to $171,000.00 and authorize four renewal options for the Transportation and Public Works Department.

 
DISCUSSION:

The Transportation and Public Works Department (TPW) approached the Purchasing Division to establish an annual Agreement for the purchase of Telescoping Sign Posts, Sleeves and Hardware Materials on an as-needed basis. The material will be used for the installation of new street signs and to repair and maintain all other street signs throughout the City.  Staff issued an Invitation to Bid (ITB) to 63 related vendors. The Invitation to Bid (ITB) consisted of detailed specifications for Telescoping Sign Posts, Sleeves and Hardware Materials and all related components.

The ITB was advertised in the Fort Worth Star-Telegram on April 18, 2018, April 25, 2018 and May 2, 2018. The City received one bid.  See attached Bid Tabulation.

Staff recommends awarding contract to Centerline Supply, Inc. with five options to renew. No guarantee was made regarding the amount of these items that would be purchased. The ITB amount for the department's annual requirements is $171,000.00. The proposed contract would allow the unit price to be increased so long as the City approves the increase. In addition, an administrative change  order or increase may be made by  the City  Manager in the amount up to $42,750.00 and does not require specific City Council approval as long as sufficient funds have been appropriated.

The TPW Department reviewed the pricing and found pricing to be fair and reasonable.

M/WBE - A waiver of the goal for M/WBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE Office because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible.

The Agreement shall begin on the date in the Purchase Order (the Effective Date) and shall expire on the upcoming September 30th, (the Expiration Date), unless terminated earlier in accordance with the Agreement (the Initial Term). Upon the expiration of the Initial Term, the Agreement shall renew automatically under the same terms and conditions for up to four one-year renewal periods (October 1 through September 30), unless City or Vendor provides the other party with notice of non-renewal at least 60 days before the expiration of the Initial Term or renewal period. However, if funds are not appropriated, the City may cancel the Agreement 30 calendar days after providing written notification to the Vendor.


 
FISCAL INFORMATION/CERTIFICATION:

The approval of this action provides purchasing authority  up to $171,000.00 as specified. The Director of Finance certifies that funds are available in the current operating budget, as appropriated and that prior to an expenditure being made, the participating departments has the responsibility to validate the availability of funds.

BQN\18-0258\RGS
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:
Cynthia B. Garcia (8525)
Additional Information Contact:
Randall Stephens (6610)

 
 
ATTACHMENTS
  1295.pdf