Loading...
HomeMy WebLinkAboutContract 58899-R1CSC No. 58899-R1 CITY OF FORT WORTH CONTRACT RENEWAL NOTICE February 12, 2024 U W S Inc. Attn: Zach Hughes or Whom It May Concern 783 Tate Rd Trion, GA 30753 Re: Contract Renewal Notice —1st Renewal Invitation to Bid — Large Water Meter Testing Contract CSC No. 58899 Original Contract Amount: $181,985.00 The above referenced contract with the City of Fort Worth, as renewed, expires February 16, 2024. This letter is to inform you that the City has appropriated funding and is exercising its right to renew the contract in the original contract amount, which will be effective upon execution by the designated Assistant City Manager. All other terms and conditions of the contract remain unchanged. Please verify that the original payment, performance and maintenance bonds remain active or if retired, provide updated bonds when you return this letter (if applicable). Please sign in the space indicated below and return this document, along with a copy of your current insurance certificate, to the undersigned. Please log onto PeopleSoft Purchasing at httt)://fortworthtexas.R_ov/nurchasina 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, s,� 5"end ShatabY arergland Contract Compliance Specialist (817) 392-8277 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Page 1 of 2 ACCEPTED AND AGREED: CITY OF FORT WORTH Dana 6'Wgh6# By: Dana Burghdoff (Feb%, 2024 2i:65 CST) Name: Dana Burghdoff Title: Assistant City Manager Date: APPROVAL RECOMMENDED: By: Christopher H rder (Feb 13, 202413:14 CST) Name: Chris Harder Title: Director, Water Department ATTEST: By: Name: Jannette S. Goodall Title: City Secretary CONTRACTOR/VENDOR: By: UWS Inc. Name: L-% Title: VT Date: 4 � ao2)4 Contract Renewal pO�onQIl� FORT�ad ddIlIl nEXA?o4� CSC No. 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: O Name: Shatabya Bergland Title: Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: By: Douglas Black (Feb 14, 2024 21:18 CST) Name: Douglas. W. Black Title: Sr. Assistant City Attorney AUTHORIZATION: M&C: 22-0056 Date Approved: 8/9/2022 Form 1295 Certification No.: 2022-908529 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 2 of 2 City of Fort Worth, Texas Mayor and Council Communication DATE: 08/09/22 M&C FILE NUMBER: M&C 22-0556 LOG NAME: 13P ITB 22-0145 LARGE WATER METER TESTING AW WATER SUBJECT (ALL) Authorize Execution of a Purchase Agreement with UWS, Inc. for Large Water Meter Testing Services for the Water Department in an Annual Amount Up to $181,985.00 for the Initial Term and Authorize Four, One -Year Renewals for the Same Annual Amount RECOMMENDATION: It is recommended that the City Council authorize execution of a purchase agreement with UWS, Inc. for large water meter testing services for the Water Department in an annual amount up to $181,985.00 for the initial term and authorize four, one-year renewals for the same annual amount. DISCUSSION: The Water Department approached the Purchasing Division for assistance with securing an agreement for large water meter testing services. The services will be used to ensure residential meters are functioning properly and giving accurate readings. Purchasing issued an Invitation to Bid (ITB) that consisted of detailed specifications describing the sizes of meters, the type of testing equipment and certifications required, and the timeframe to perform the large water meter testing. ITB 22-0145 was advertised in the Fort Worth Star -Telegram on May 18, 2022, May 25, 2022, June 1, 2022, and June 8, 2022. The City received four responses. However, upon evaluation, three bidders, M.E. Simpson Company, Inc., Thirkettle Corporation dba Aqua -Metric Sales Company, and Vanguard Utility Service, Inc. dba VUS Inc. 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 a II b c Evaluation Factors I d M.E. Simpson Company, 8.67 8.00 6.67 X Inc. Total score Bidder did not meet technical points; therefore, cost was not evaluated. Bidder did not Thirkettle Corporation meet technical dba Aqua -Metric Sales 8.00 8.00 7.50 X points; therefore, Company cost was not evaluated. UWS, Inc. II12.0OII&oi15.00I40.00I 73.33 Bidder did not Vanguard Utility Service, meet technical Inc. dba VUS Inc. 10.67 7.50 7.50 X points; therefore, cost was not evaluated. Best Value Criteria: a. Contractor's certifications and experience b. Contractor's references c. Contractor's approach to perform testing and re -calibration on the meters and the availability to do so in the timeframe specified d. Cost of service After evaluation, the panel concluded that UWS, Inc. presented the best value to the City. Therefore, the panel recommends that Council authorize this agreement with UWS, Inc. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendor bid met specifications. Funding is budgeted in the Water Department's rollup 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 I CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the Water & Sewer Fund to support the approval of the above recommendation and execution of a purchase order. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Reginald Zeno 8517 Oriainatina Business Unit Head Additional Information Contact Dana Burghdoff 8018 Anthony Rousseau 8338 Christopher Harder 5020 Cynthia Garcia 8525 Alyssa Wilkerson 8357