Submitted By: Tiffany Stewart
presenter
Presentation By: Darren Park
end
Department: Public Works

STAFF RECOMMENDATION (Motion Ready):
title
Approve a one-year renewal with North Florida Container & Truck Repair, LLC for dumpster repair services with a maximum expenditure of $90,000
end
end

OCALA’S RELEVANT STRATEGIC GOALS:
Operational Excellence.

PROOF OF PUBLICATION:
N/A

body
BACKGROUND:
The City’s Public Works Commercial Sanitation Division has an ongoing need for dumpster painting and repair services. The most common dumpster repair is bottom replacement which extends the life of the dumpster. Generally, dumpster bottoms can be repaired two or three times before total dumpster replacement is required.
Outsourcing this service provides the City with an effective and efficient way to repair dumpster bottoms. The Public Works Commercial Sanitation Division can perform smaller repairs in-house but is not equipped to handle large-volume repairs.
FINDINGS AND CONCLUSIONS:
On September 15, 2020, the City issued Invitation to Bid (“ITB”) No.: PWD/200400 for dumpster painting and repair services.
North Florida Container & Truck Repair, LLC was found to be the lowest responsive and responsible bidder. On November 17, 2020, City Council approved the award of a three-year contract for dumpster painting and repair services to North Florida Container & Truck Repair, LLC. The award included two optional, one-year periods. On September 23, 2021, the City approved an amendment to the original agreement for a price increase.
On October 17, 2023, City Council approved a second amendment to the agreement for the first one-year renewal with North Florida Container & Truck Repair, LLC, from November 18, 2023, through November 19, 2024.
Staff recommends approval of the third amendment to the agreement for the second and final one-year renewal with North Florida Container & Truck Repair, LLC, from November 18, 2024, through November 17, 2025. There is no line-item price increase for this renewal period.
FISCAL IMPACT:
Funding for this contract is budgeted in account 453-023-325-534-53-46010 for Fiscal Year 2024-25 in the amount of $75,000. Funding will be budgeted in account 453-023-325-534-53-46010 for Fiscal Year 2025-26 in the amount of $15,000.
PROCUREMENT REVIEW:
These services were procured in compliance with the City’s Procurement Policy.
LEGAL REVIEW:
This Amendment will be reviewed and approved for form and legality by City Attorney, William E. Sexton.
ALTERNATIVE:
• Approve with Changes
• Table
• Deny