HomeMy WebLinkAboutContract 61396-R1CIT"i' OF FORT WORTH
CONTRACT RENEWAL NOTICE
Consoiichited raffle: Controls, Attn: Bobby Hale
10 6 Enterprise Place
'\rlington, TX :6001
Re: c:ontract
April 7, 2025
Notice
Contract No. 61396 ("Contract")
Renewal No. :May 10. 2025 ay09, 2026
t''SC , 61396-Rl""' ,,O. _____ _
The above-referenced Contract with the Ci ty of Fort Worth expires on May 09, 2025 ("Expiration Date''). Pursuant to Contract contracr rencyvals at sole option of the Ci ty.
letter is to inform you that the City is exercising its right to renew the Contract for an
additional onc-vearperiod, hich will begin immediately after the Expiration Al other terms
conditions of the Comract remain unchanged. Please sign in the space indicated below and
return this document, along with a copy of your current i::sunmce C[:rti:fk[:te , the
TIEndersig:Red.
Please log onto PoopleSefr Purchasing at hrw://fonwortlncxas.,2.ov/purchasing to ens ure
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 belo1\.
Contrac: Re:nc'\\al
Sincerc:ly.
J\1cdisetty
817-392-2538
====••cc•= Pz,ge 1 uf2
CITY OF FORT WORTH
By: Name: Jesica McEachem
Title: Assistant City Manager Date: 07/25/2025
APPROVAL RECOMMENDED:
By: Lauren Prieur (Jul 20, 202517:44 CDT)
Name: Lauren Prieur Title: Director, Transportation & Public Works Department
ATTEST:
By: Name: Jannette S. Goodall Title: City Secretary
Consolidated Traffic Controls Inc.
By: Name: BobbfHale
Title: Senior Vice President
Date: 7-08-2025
Contract Renewal
CSCNo. ------
CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration ofthis contract, including ensuring all performance and reporting requirements.
By:
Name: Sagar Medisetty Title: Sr. Professional Engineer
APPROVED AS TO FORM AND LEGALITY:
/I� � By: Name: Andrea Phillips Title: Assistant City Attorney
CONTRACT AUTHORIZATION: M&C: 24-0194 Date Approved: March 19, 2024
Page 2 of2
City of Fort Worth,
Mayor and
Texas
�ouncii Communication
DATE: 03/19/24 M&C FILE NUMBER: M&C 24-0194
LOG NAME: '13P RFP 24-0017 TRAFFIC SIGNAL CABINETS KQ
SUBJECT
(ALL) Authorize Execution of Non-Exclusive Agreements with Consolidated Traffic Gontrols, Inc. and MoboTrex, Inc. for the Purchase of Traffic
Signal Cabinets and Related Components for the Transportation and Public Works Department in an Annual Amount Up to $830,000.00 and
Authorize Four (4) One-Year Renewals (2022 Bond Program)
RECOMMENDATION:
It is recommended that the City Council authorize execution of non-exclusive agreements with Consolidated Traffic Controls, Inc. and MoboTrex,
Inc. for the purchase of Traffic Signal Cabinets and related components for the Transportation and Public Works Department in an annual amount
up to $830,000.00 and authorize four (4) one-year renewals.
DISCUSSION:
The Transportation and Public Works Department (TPW) approached the Purchasing Division for assistance with securing an agreement for the
purchase of Traffic Signal Cabinets and related components on an as-needed basis. The proposed agreement is for traffic signal cabinets,
isolators, adapters, displays, and other various traffic signal cabinet components. Purchasing issued a Request for Proposal (RFP) that consisied
of specifications for cabinet building and testing specifications to meet the City's needs.
The RFP was advertised in the Fort Worth Star-Telegram on December 13, 2023, December 20, 2023, December 26, 2023, January 3, 2024,
January 10, 2024, and January 17, 2024. The City received three responses.
An evaluation panel consisting of representatives from the TPW and Development Services 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.
Bidder Evaluation Factors
a b c d Total Score
Consolidated Traffic 20.001625 16.00 30.00 82.25
Controls, Inc.
MoboTrex, Inc. 15.63 15.00 12.50 29.48 72.61
Paradigm Traffic 15.0016.2513.50 24.32 69.07
Systems, Inc.
Best Value Criteria:
a. Proposer's qualifications and related experience
b. Proposer's ability to meet City's needs
c. Proposer's approach to building and testing
d. Pricing
After evaluation, the panel concluded that Consolidated Traffic Controls, Inc. and MoboTrex, Inc. presented the best value. Therefore, the panel
recommends that Council authorize an agreement with Consolidated Traffic Controis, fnc. and MoboTrex, Inc. No guarantee was made that a
specific amount of services would be purchased. Staff certifies that the recommended vendor's proposal met specifications.
Funding is budgeted in the 2022 Bond Program Fund for the TPW Dept Highway & Streets Department for the purpose of funding the TPW 2022
Bond Traffic Signal project, as appropriated.
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 {4) one-year terms. This action does not require specifc 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 Ciry Council approval as long as sufficient funds have been appropriated.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2022 Bond Program Fund
for the TPW 2022 Bond Traffc Signal project to support the approval of the above recommendation and award of the agreement. Prior to any
expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds.
Submitted for City Manager's OfFice by: Reginald Zeno
OriqinatingBusiness Unit Head;
Jesica McEachern
Reginald Zeno
Lauren Prieur
8517
5804
8517
6035
Additional Information Contact: Jo Ann Gunn 8525
Karen Rotna Quintero 8321
F�P�`�?��RTHa
�J
\_
..�`� .+
Routing and Transmittal Slip
Transportation & Public Works Department
DOCLTMENT TITLE: Consolidated Traffic Controls, Inc.
For: lst Renewal
M&C: 24-0194 CPN: CSO: 61396
DOC#:
Date:
To: Name Department Initials Date Out
1. Sagar Medisetty TPW- Signature �
2. Anna Benavides TPW — Initials , ae
3. Martin Phillips TPW- Initials
4. Lauren Prieur TPW- Signature x�
5. Andrea Williams Legal- Signature ���
6. Jesica McEachern ACM- Signature ��'`I�
7. Ronald Gonzales CSO — Initial y�
8. Jannette Goodall CSO-Signature ,
9. Allison Tidwell CSO-Assign CSC �'�'
10. Tabitha Giddings TPW-Admin
11.
10.
DOCiJMENTS FOR CIT�' MANAGER'S SIGNATURE: All documents received from any and all
City Departments requestin� City ManaQer's sib ature for approval MUST BE ROUTED TO THE
APPROPRTATE ACM for approval first. Once the ACM has si�ned the routing slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES �No N�XT DA'�': ❑YES �No
ROUTING TO CSO: �YES ❑No
Action Required:
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary 7Cabs