Request for Proposal Received on December 22, 2016 for S74-T25967 – Approve an ordinance awarding a contract to Fomento De Construcciones Y Contratas, Inc. DBA FCC SA in an amount not to exceed $36,802,241.00 for Single Stream Recycling Processing Services for the Solid Waste Management Department (“SWMD”).
Specific Explanation:
The Director of the Solid Waste Management Department and the Chief Procurement Officer recommend that City Council approve an ordinance awarding a fifteen-year contract, with one five-year option, to Fomento De Construcciones Y Contratas, Inc. DBA FCC SA for Single Stream Recycling Processing Services in the total amount not to exceed $36,802,241.00 for the Solid Waste Management Department.
The scope of work requires the Contractor to provide all facilities, equipment, labor and services required to receive, sort, process, store, use and market recyclable materials collected by City crews and delivered to a Materials Recovery Facility (“MRF”).
The Request for Proposal (RFP) was advertised in accordance with the requirements of the State of Texas bid laws. Twenty-eight (28) prospective respondents downloaded the solicitation document on the Strategic Procurement Division’s e-bidding website, and as a result, proposals were received from Waste Management of Texas Inc., BFI Waste Services of Texas LP, Fomento De Construcciones Y Contratas, Inc. DBA FCC SA ("FCC"), Independent Texas Recyclers LLC, and Friedman Recycling Co. The proposals were evaluated based on the following criteria:
1. Responsiveness of the Proposal
2. Experience and Qualifications
3. Proposed Plan/Overall Operational Plan
4. Accessibility of Location
5. Recovery Rate of Current Commodities
6. Plastic Bags and Film
7. Glass
8. Increasing Other Commodities
9. Price (Fee and Revenue Schedule)
10. Financial Capacity
11. M/WBE Plan
FCC was deemed the best respondent. An award recommendation for award to FCC was presented to Council. The Mayor requested another best and final ("BAFO") round from the four proposers that previously advanced to the interview stage. The final BAFO was evaluated based on the above evaluation criteria published in the RFP. FCC was again deemed the best respondent.
M/WBE Participation:
The request for proposal was issued as a goal-oriented contract with a 11% M/WBE participation level. FCC has designated the below-named company as its certified M/WBE subcontractor:
Name Type of Work Dollar Amount Percentage
Taylor Smith Consulting, LLC Staffing Services $4,968,303.00 13.5%
Pay or Play Program:
The proposed contract requires compliance with the City’s “Pay or Play” ordinance regarding health benefits for employees of City contractors. In this case FCC will provide health benefits to covered eligible employees in compliance with City policy.
Hire Houston First:
The proposed contract requires compliance with the City’s “Hire Houston First” ordinance that promotes economic opportunity for Houston Businesses and support job creation. In this case the proposed contractor FCC does not meet the requirements of HHF designation.
Fiscal Note:
Funding for this item will be included in the FY19 Budget. Therefore, no Fiscal Note is required as stated in the Financial Policy Ordinance 2014-1078.
_______________________________________
|
___________________________________
|
Jerry Adams, Chief Procurement Officer
Finance/Strategic Procurement Division
|
Department Approval Authority
|
Estimated Spending Authority
|
DEPARTMENT
|
FY2018
|
OUT YEARS
|
TOTAL
|
Solid Waste Management
|
$-0-
|
$36,802,241.00
|
$36,802,241.00
|