Loading...
HomeMy WebLinkAboutContract 58899-R2CSC No. 58899 R2 CITY OF FORT WORTH CONTRACT RENEWAL NOTICE January 29, 2024 UWS, INC. Attn: Zach Hughes, Vice president 783 Tate RD Trion GA 30753 Facsimile: zach.hughesCa)uwsinc.net Re: Contract Renewal Notice — 2 Large Water Meter Testing Contract CSC No. 58899 Original Contract Amount: $181.985.00 The above referenced contract with the City of Fort Worth, as renewed, expires with the expenditure of funds. The funds for the contract have been expended or programmed. This letter is to inform you that the City has appropriated funding and is exercising its right to renew the contract in the original contract amount, which will be effective upon execution by the designated Assistant City Manager. All other terms and conditions of the contract remain unchanged. Please verify that the original payment, performance and maintenance bonds remain active or if retired, provide updated bonds when you return this letter. Please sign in the space indicated below and return this document, along with a copy of your current insurance certificate, to the undersigned. Please log onto PeopleSoft Purchasing at httu://fortworthtexas.aov/purchasinp- to ensure that your company information is correct and up-to-date. If you have any questions concerning this Contract Renewal Notice, please contact me at the telephone number listed below. Sincerely, Crystal Long Sr. Administrative Assistant 817-392-2244 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal (ver. 8.19.22 updated 10.28.22) Pagel of 2 ACCEPTED AND AGREED: CITY OF FORT WORTH By: Dana Burghdoff (Fe 2, 2024'1 46 CST) Name: Dana Burg hdoff Title: Assistant City Manager Date: APPROVAL RECOMMENDED: CliYls f11 cvg - By: Chris Harder (Feb 8, 2024 08:13 CST) Name: Chris Harder Title: Water Department Director ATTEST: on /1 .JJt$� dQda nE4p5oa By: Name: Jannette S. Goodall Title: City Secretary CONTRACV By: Name: ZaTitle: Vic Date: 113012024 Contract Renewal (ver. 8.19.22 updated 10.28.22) CSC No. 58899 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: Name: Crystal Long Title: Sr. Administrative Assistant APPROVED AS TO FORM A14D LEGALITY: l9� By: Douglas Black (Feb 21, 202414:00 CST) Name: Douglas. W. Black Title: Sr. Assistant City Attorney AUTHORIZATION: M&C: M&C 22-0556 Date Approved: 8-9-2022 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 2 of 2 1 ® I DATE (MM/DDNYYY) A� D CERTIFICATE OF LIABILITY INSURANCE 1/9/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). GLIN IA PRODUCER INAME:UI Ashley Humelsine McDaniel -Whitley, Inc. I PHONE (901) 881-6464 I FAX (901)881-6467 (A/C- No. Extl: (A/C, No): P.O. Box 382007 E-MAIL ahumelsine@mcwins.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # Memphis TN 38183-2007 IINSURER A:Charter Oak Fire Ins Co 25615 INSURED IINSURERB:Travelers Property & Casualty Cc of Am6 25674 UWS Inc INSURER C : P.O. BOX 516 I INSURER D : I INSURER E : Trion GA 30753 I INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OFANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER' . POLICY EFF POLICY EXP I LIMITS TYPE OF INSURANCE LTR INSn wvn POLICY NUMBER rMM/DD/YYYY) (MM/DDNYYY) X COMMERCIAL GENERAL LIABILI Y = ❑X A CLAIMS -MADE OCCUR X X,C,U Coverage X Contractual Liabilitv GEN'LAGGREGATE LIMITAPPLIES PER: a PE0 ❑ LOC POLICY OTHER: AUTOMOBILE LIABILITY A X ANYAUTO ALL OWNED SCHEDULED AUTOS AUTOS X E NON -OWNED HIRED AUTOS AUTOS X UMBRELLA LIAB N OCCUR BEXCESS LIAB CLAIMS -MADE DED I X I RETENTION $ 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ N / A OFFICER/MEMBER EXCLUDED? A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below COSWIS5426 B101W674740 CUPIW685115 UBSW164915 EACH OCCURRENCE $ DAMAGE TO RENTE6 PREMISES (Ea occurrence) $ 1/10/2024 1/10/2025 MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OPAGG $ $ COMBINED SINGLE LIMIT $ (Ea accident) BODILY INJURY (Per person) $ 1/10/2024 1/10/2025 I BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident\ $ 1/10/2024 1/10/2025 1/10/2024 1/10/2025 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) RE: LARGE WATER METER TESTING AND REPAIR SERVICES CERTIFICATE HOLDER (817)392-8440 CITY OF FORT WORTH, TEXAS 200 TEXAS ST FORT WORTH, TX 76102 ACORD 25 (2014/01) INS025 (2D1401) CANCELLATION 1,000,000 500,000 10,000 1,000,000 2,000,000 2,000,000 1,000,000 EACH OCCURRENCE $ 51000,000 AGGREGATE $ 5,000,000 X IPER STATUTE I I ERH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ 1,000,000 1,000,000 1,000,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE M McDaniel/HUMEA ✓A © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 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 Evaluation Factors M.E. Simpson Company, 8.67 8.00 6.67 X Inc. Thirkettle Corporation dba Aqua -Metric Sales Company UWS, Inc. 8.00 �8.00 7.50 X 12.00II8.00 15.00 40.00II Vanguard Utility Service, 10.67 7.50 7.50 X Inc. dba VUS Inc. Best Value Criteria: Total score Bidder did not meet technical points; therefore, cost was not evaluated. Bidder did not meet technical points; therefore, cost was not evaluated. 73.33 Bidder did not meet technical points; therefore, cost was not evaluated. 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 / 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 Oriainatina Business Unit Head: Additional Information Contact Dana Burghdoff Anthony Rousseau Christopher Harder Cynthia Garcia Alyssa Wilkerson 8517 8018 8338 5020 8525 8357