Loading...
HomeMy WebLinkAboutContract 58720-R1CSC No. 58720-R1 CITY OF FORT WORTH REQUEST TO EXERCISE RENEWAL OPTION November 7, 2023 AWP, Inc. dba Area Wide Protective Attn: Anthony J. Amato Address: 4244 Mt. Pleasant Street NW North Canton, Ohio 44720 Re: Contract Renewal Notice —1st Renewal Contract No. CSC No. 58720 Renewal Term: January 11, 2024 to January 12, 2025 Renewal Amount: $145,380.00 The above referenced Contract with the City of Fort Worth expires on January 11, 2024 (the "Expiration Date). This letter is to inform you that the City is exercising its right to renew the contract for its 1 st term in an amount up to $145,380.00 which will be effective immediately after the Expiration Date. All other terms and conditions of the contract remain unchanged. Please sign and return the second page of this letter, along with a copy of your current insurance certificate, to the undersigned. Please log onto PeopleSoft Purchasing at httn://fortworthtexas.gov/purchasing_ to ensure that your company information is correct and up-to-date. If you have any questions concerning this Contract Renewal Notice, please contact me at the telephone number listed below. Sincerely, Regina Jones Contract Compliance Specialist 817-392-2698 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Page 1 of 2 ACCEPTED AND AGREED: CITY OF FORT WORTH Oana Bur'ghdoff By: Dana Burghdoff (Jan 1 , 202415:57 CST) Name: Dana Burghdoff Title: Assistant City Manager APPROVAL RECOMMENDED: Hard,-,` By: Christopher Harder (Jan 9, 202411:57 CST) Name: Chris Harder Title: Water Director a FORtgq� �Fe000v000 �LaO Fg OV8 °=d oPp� oe*p Odin IlEooSdp ATTEST: By: Name: Jannette Goodall Title: City Secretary AWP, Inc. dba Area Wide Protective By: ��� l�V�4'� 1 /9/2024 Name: Anthony Amato Title: Director of Contracts CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: ;Ze9 " PiNw Name: Regina Jones Title: Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: By: Mack (Jan 10, 202414:30 CST) Name: Doug Black Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 22-0916 Date Approved: 11-8-2022 Form 1295 Certification No: 2022- 944857 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Page 2 of 2 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, November 8, 2022 REFERENCE NO.: **M&C 22-0916 LOG NAME: 13P ITB 22-0206 TRAFFIC BARRICADE EQUIPMENT RENTALAW WATER SUBJECT: (ALL) Authorize the Execution of Non -Exclusive Purchase Agreements with AWP, Inc. dba Area Wide Protective, Buyers Barricades, Inc., and Site Partners, LLC dba Site Barricades for the Rental of Traffic Barricade Equipment for the Water Department in a Combined Annual Amount Up to $603,450.00 for the Initial Term and Authorize Four, One -Year Renewals in the Amount of $724,140.00 for the First Renewal, $868,968.00 for the Second Renewal, $1,042,762.00 for the Third Renewal, and $1,251,314.00 for the Fourth Renewal RECOMMENDATION: It is recommended that the City Council authorize the execution of non-exclusive purchase agreements with AWP, Inc. dba Area Wide Protective, Buyers Barricades, Inc., and Site Partners, LLC dba Site Barricades for the rental of traffic barricade equipment for the Water Department in a combined annual amount up to $603,450.00 for the initial term and authorize four, one-year renewals in the amount of $724,140.00 for the first renewal, $868,968.00 for the second renewal, $1,042,762.00 for the third renewal, and $1,251,314.00 for the fourth renewal. DISCUSSION: The Water Department approached the Purchasing Division for assistance with securing an agreement for the rental of traffic barricade equipment to ensure the safety of worksites and road work crews throughout the City of Fort Worth. Purchasing issued an Invitation to Bid (ITB) that consisted of detailed specifications regarding the requirements for the traffic barricade equipment, and delivery procedures. The ITB was advertised in the Fort Worth Star -Telegram on August 25, 2022, August 31, 2022, September 7, 2022, and September 14, 2022. The City received four responses. However, upon evaluation, one bidder, Total Highway Maintenance, LLC did not score at least 50\% or more of the total available points for technical criteria and, therefore, were not qualified to receive pricing points. An evaluation panel consisting of representatives from the Water and Transportation and Public Works Departments reviewed and scored the submittals using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below. Bidders I Evaluation Factors a b c d Total score AWP, Inc. dba Area Wide Protective 12.00 7.50 11.67 0.00 Buyers Barricades, 13.33 7.50 15.00 28.84 Inc. Site Partners, LLC dba Site 10.00 7.50 14.17 40.00 Barricades Total Highway 12.67 7.50 7.50 X Maintenance, LLC 31.17 64.67 71.67 Bidder did not meet technical points; therefore, cost was not evaluated. Best Value Criteria: a. Contractor's Certifications & Experience b. Contractor's References c. Contractor's approach to deliver and pick-up the equipment and the availability to do so in the timeframe specified d. Cost of service After evaluation, the panel concluded that AWP, Inc. dba Area Wide Protective, Buyers Barricades, Inc., and Site Partners, LLC dba Site Barricades presented the best value for the City. Therefore, the panel recommends that Council authorize these agreements with AWP, Inc. dba Area Wide Protective, Buyers Barricades, Inc., and Site Partners, LLC dba Site Barricades. Based on the department's anticipated usage, staff recommends multiple non-exclusive agreements be awarded to the listed vendors to ensure demands are met in a timely manner. Under these non-exclusive agreements, the department will order services according to lowest cost and availability. Staff certifies that the recommended vendors bid met specifications. Due to market volatility caused by supply chain disruptions, it may be necessary to increase the total compensation for each annual renewal term. Therefore, it is recommended that Council authorize a total compensation increase for the renewal terms, if exercised, of 20\% each year. The total compensation for the initial term of the contracts shall not exceed $603,450.00, $724,140.00 for the first renewal, $868,968.00 for the second renewal, $1,042,762.00 for the third renewal, and $1,251,314.00 for the fourth renewal. Funding is budgeted in the Equipment Lease accounts in the Wastewater Warehouse and Water Warehouse Department's within the Water & Sewer Fund. DVIN-BE: A waiver of the goal for Business Equity subcontracting requirement is approved by the DVIN- BE, in accordance with the Business Equity Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. AGREEMENT TERMS: Upon City Council approval, this agreement shall begin upon execution and expire one year from that date. RENEWAL TERMS: This agreement may be renewed for 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. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the recommendation, funds are available in the current operating budget, as appropriated, in the Water and Sewer Fund. Prior to an expenditure being made, the Water Department has the responsibility to validate the availability of funds. BQN\\ FUND IDENTIFIERS (FIDs): TO Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project 'Program ctivity Budget Reference # Amount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manager's Office by: Reginald Zeno (8517) Dana Burghdoff (8018) Originating Department Head: Additional Information Contact: Reginald Zeno (8517) Christopher Harder (5020) Anthony Rousseau (8338) Alyssa Wilkerson (8357) ATTACHMENTS 1. 13P ITB 22-0206 TRAFFICE BARICADE EQUIP RENTALAW WATER.docx 2. Business Equity Waiver.pdf (CFW Internal) 3. FID TABLE FOR BARRICADES 7-7-22.pdf (CFW Internal) 4. Form 1295-AWP. Inc. dba Area Wide Protective.pdf (CFW Internal) 5. Form 1295- Buvers Barricades. Inc..pdf (CFW Internal) 6. Form 1295- Site Partners LLC dba Site Barricades.pdf (CFW Internal) 7. SAMs Report- Buyers Barricades, Inc..pdf (CFW Internal) 8. SAMs Report- Site Partners. LLC.pdf (CFW Internal) 9. SAMs Report-AWP, Inc..pdf (CFW Internal) (CFW Internal) CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2022-944857 AWP, Inc. North Canton, OH United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 10/15/2022 being filed. City of Fort Worth Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. ITB 22-0206 traffic control Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. 6 UNSWORN DECLARATION My name is Anthony J. Amato My address is 9861 Applewood Drive (street) ❑x 7/7/63 and my date of birth is North Royalton Ohio 44133 USA (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Ohio 17th October Executed in Stark County, State of , on the day of , 20 22 (month) (year) Si al of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.8b4250f1