HomeMy WebLinkAboutO-2005-2833
e
e
ORDINANCE NO. 2005-;l ~ 33
AN ORDINANCE APPROVING AND AUTHORIZING AN AGREE1[ENT BETWEEN THE
CITY OF LA PORTE AND ALLIED/BFI WASTE SERVICES elF TEXAS LP, FOR
COLLECTION AND DISPOSAL OF COMMERCIAL SOLID WASTE, MAKING VARIOUS
FINDINGS AND PROVISIONS RELATING TO THE SUBJECT, FI:NDING COMPLIANCE
WITH THE OPEN MEETINGS LAW, AND PROVIDING AN EFFEC'J~IVE DATE HEREOF.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF LA PORTE:
Section 1. The City Council hereby approves and authorizes
the contract, agreement, or other undertaking described in the
title of this ordinance, a copy of which is on fi.le in the office
of the City Secretary. The City Manager is hereby authorized to
execute such document and all related documents on behalf of the
City of La Porte.
The City Secretary is hereby authorized to
attest to all such signatures and to affix the se,~l of the City to
all such documents.
Section 2. The City Council officially fi.nds, determines,
recites, and declares that a sufficient written notice of the date,
hour, place and subject of this meeting of the City Council was
posted at a place convenient to the public at the City Hall of the
City for the time required by law preceding this meeting, as
required by the Open Meetings Law, Chapter 551, Texas Government
Code i and that this meeting has been open to the public as required
by law at all times during which this ordinanCE! and the subj ect
matter thereof has been discussed, considered and formally acted
upon. The city Council further ratifies, approves and confirms
such written notice and the contents and posting' thereof.
Section 3. This Ordinance shall be effecti.ve from and after
its passage and approval, and it is so ordered.
e
e
PASSED AND APPROVED, this ~day of ~uly
, 2005
CITY OF LA PORTE
~CP~
Alton E. Porter, Mayor
By:
ATTEST:
7lL'!fI!~
City Secretary
AP~J?t/~
Knox W. Askins
City Attorney
2
COMMERCIAL SOLID WASTE CONTRACT
REQUEST FOR PROPOSAL
EVALUATION OF SUBMITTALS
-
BASIS OF AWARD
PROPOSER COST/ IMPLEMENTATION FINANCIAL YEARS IN COMPARABL EQUIPMENT TOTAU
RANK PLAN CONDITION BUSINESS CONTRACTS INVENTORY RANK
BFI WASTE SYSTEMS $706,804.00 6
1 1 1 1 1 1 1
REPUBLIC WASTE $ 727,373.00 7
2 1 1 1 1 1 2
IESI TX CORPORATION $ 939,708.00 12
4 3 1 2 1 1 4
WASTE MANAGEMENT $ 939,492.00 8
3 1 1 1 1 1 3
NUMERICAL RANKING 1-4 WITH 1 AS BEST
LOWEST TOTAL IS TOP RANKED PROPOSER
11% fee instead of 10% requested
Minor mathematical errors. No exceptions taken. Offers
Same base rate as offered for recent renewal request.
NOTES:
Allied/BFI
e
No exceptions taken
Republic
Cost proposal incomplete. No local area office.
taken for special collections - vacan lots only.
Exception
mathematical errors.
Minor
ESI
Waste Management
e
e
REQUEST FOR CITY COUNCIL AGEN])A ITEM
Agenda Date Requested:
Appropriation
Requested By: S. Gillett
Source of Funds:
N/A
Department: Public Works
Account Number:
N/A
Report: _Resolution: _Ordinance: XX
Amount Budgeted:
N/A
Exhibits: Ordinance No.
Amount Requested:
N/A
Exhibits: Evaluation Summary
Budgeted Item:
YES
NO
Exhibits: Contract - Commercial Solid Waste
SUMMARY & RECOMMENDATION
The contract for commercial solid waste collection expires October 31, 2005. The currl~nt contract, in effect since
November I, 1990, is with BFI Waste Systems, Inc. Requests for Proposals (RFP's) w~re sent to four (4) area
contractors, with four (4)-returning proposals. Attached is a summary of the evaluation.
BFI Waste Systems submitted the top-rated proposal. In addition to being the current contractor, with minimum
changeover problems anticipated, the overall cost proposal was also the lowest. The proposed pricing by BFI is the
same as that proposed for the recent renewal request. Additionally, BFI has offered an additional one percent (l %)
rebate over the ten percent (10%) requested in the RPF. The proposed contract is attached.
There are several major changes, as follows. Effective with the new contract, the Contractor will pay II % of gross
revenues to the City, which is one percent (1 %)more than the 10% included in the cost proposal attached to the
Contract as Exhibit A. Estimated payment from the Contractor for the first year is approximately $70,680. The
term of the Contract is five (5) years, with an option for the City to renew for an additional three (3) years.
Some elements of the Contract are the same as the existing agreement. The Contractor will continue to provide
service for city facilities at no charge. This is a total annual savings of$54,948. The savings to the Parks
Department alone is $37,770. The Contractor will be entitled to an annual cost of living adjustment, based on the
Consumer Price Index for all Urban Consumers (CPI-U) all items, U.S. City Average. This increase cannot exceed
5% in anyone year. The Contractor will have the exclusive right to collect containerized, commercial solid waste
within the City, with the exception ofroll-offs. Finally, the Contractor may request an extension to the contract for
a\n additional three (3) year term, subject to approval by the City Council.
Action Required bv Council: Approve an ordinance authorizing the City Manager to execute a contract
with BFI, Waste Systems, lnc. for the exclusive right to provide containerized, ;;ommercial solid waste
colIection and disposal.
ADProved for City Council Aeenda
~kf}f~
ebra B Feaz lie, City M ger
1-~)-06
Date