M&C Review


COUNCIL ACTION:  Approved on 6/26/2018 

DATE: 6/26/2018 REFERENCE NO.: **P-12218 LOG NAME: 13P18-0275 TRASH AND LITTER REMOVAL IN THE CITY OF FORT WORTH
CODE: P TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT:  

Authorize Execution of Agreement with Presbyterian Night Shelter of Tarrant County, Inc., for Trash and Litter Removal in the City of Fort Worth for an Annual Amount Up to $465,000.00 and Authorize Five Annual Renewal Options for the Code Compliance Department (ALL COUNCIL DISTRICTS)


RECOMMENDATION:

It is recommended that the City Council authorize the execution of an Agreement with Presbyterian Night Shelter of Tarrant County, Inc. for trash and litter removal  in an annual amount up to $465,000.00 and authorize five annual renewal options for the Code Compliance Department.

 
DISCUSSION:

The Code Compliance Department approached the Purchasing Division to establish an annual Agreement for the related services for trash and litter removal in the City of Fort Worth on as need basis. The RFP consisted of detailed specifications for Trash and Litter Removal in the City of Fort Worth and all related components. The RFP was advertised in the Fort Worth Star-Telegram on April, 25, 2018, May 2, 2018, May 8, 2018, May 16, 2018 and May 23, 2018.  In order to procure these products and services, staff  issued a Request for Proposal (RFP) to 90 related vendors. The City  received 3 bids.  See attached Bid Tabulation.

Staff recommends awarding contract to Presbyterian Night Shelter, with five options to renew. No guarantee was made regarding the amount of these items that would be purchased. The RFP amount for the departments' annual requirements is $465,000.00. 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 Code Compliance 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 1st to September 30th) 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 $465,000.00 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\18-0275\CLA
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:
Carol Armour (7648)

 
 
ATTACHMENTS
  1295 RFP 18-0275 (002).pdf
  18-0275 Bid Tab.pdf