M&C Review


COUNCIL ACTION:  Approved on 6/26/2018 

DATE: 6/26/2018 REFERENCE NO.: **P-12217 LOG NAME: 13P18-0263 GRIDSMART CAMERA VIDEO DETECTION SYSTEM
CODE: P TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT:  

Authorize Execution of Agreement with Texas Highway Products, Ltd, for Gridsmart Camera Video Detection System in an Annual Amount Up to $560,000.00 and Authorize Five Renewal Options for the Transportation and Public Works Department (ALL COUNCIL DISTRICTS)


RECOMMENDATION:

It is recommended that the City Council authorize the execution of an Agreement with Texas Highway Products, Ltd, for Gridsmart Camera Video Detection System in an annual amount up to $560,000.00 and authorize five 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 Gridsmart Camera Video Detection System for operation of traffic signals. In order to procure these products and services, Staff issued an Invitation to Bid (ITB) to 70 related vendors. The ITB consisted of detailed specifications for Gridsmart Camera Video Detection System 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 Texas Highway Products Ltd, 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 $560,000.00.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 $50,000.00 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 OFFICE - 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.

Upon City Council approval, the Agreement shall begin upon execution of the Agreement and shall end on September 30, 2018. The City shall have five options to renew the Agreement; four one-year renewal periods (October 1 to September 30) and the fifth renewal period which shall run from October 1st to the anniversary of the date of execution.

 
FISCAL INFORMATION/CERTIFICATION:

The approval of this action provides purchasing authority  up to $560,000.00 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\18-0263\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