HomeMy WebLinkAboutContract 61073-R1CITY OF FORT WORTH
CONTRACT RENEW AL NOTICE
February 26, 2025
Brinkmann Instruments, Inc. dba Metrohm USA,
Inc. Attn: Steven Daley
ADDRESS
FORT WORTH, TX 761
Re: Contract Renewal Notice-pt Renewal
CSC No. 61073-Rl
Annual Maintenance and Repair Services for all three Ion Chromatography
Systems
Contract CSC No. 61073
Original Contract Amount: $50,000.00
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 http://fortworthtexas.gov/purchasing 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,
P,�w��
Contract Services Administrator
(817)392-8411
Contract Renewal Page 1 of2
ACCEPTED AND AGREED: CITY OF FORT WORTH
By:�
Name: Jesica L. McEachem
Title: Assistant City Manager
Date: Mar 10, 2025
APPROVAL RECOMMENDED:
ch:k tw:rJtr By: Chris HardedMars 202513:58 CST) Name: Christopher Harder, P.E.
Title: Water Department Director
ATTEST:
By:
Name: Jannette S. Goodall
Title: City Secretary
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.
�;;,.e ::azr uJdk,,,
Title: Contract Services Administrator
APPROVED AS TO FORM AND LEGALITY:
By: ¥� Name: Taylor C. Paris
Title: Sr. Assistant City Attorney
AUTHORIZATION:
M&C: ---------Date Approved: ______ _
CONTRACTOR: Brinkmann Instruments, Inc. dba Metrohm USA, Inc.
By:
Name:
Title:
Date:
�
n ale 7
P==Sales
Contract Renewal Page 2 of2
CITY COUNCIL AGENDA r°RT���"
Create New From This M&C
REFERENCE **M&C 24- 13P RFP 23-0095 ION
DATE: 1/23/2024 NO.: 0011 LOG NAME: CHROMATOGRAPHY SYSTEMS
AND MAINTAND REPAIR
CODE: P TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize Execution of an Agreement with Brinkmann Instruments, Inc dba
Metrohm USA Inc, for the One-Time Purchase of lon Chromatography Systems and
Annual Preventative Maintenance and Repair Services for the Water Department in an
Annual Amount Up to $250,000.00 for the Initial Term, and Authorize Nine, One-Year
Renewals in an Annual Amount Up to $50,000.00
RECOMMENDATION:
It is recommended that the City Council authorize execution of an agreement with Brinkmann
Instruments, Inc dba Metrohm USA Inc. for the one-time purchase of ion chromatography
systems and annual preventative maintenance and repair services for the Water Department in an
annual amount up to $250,000.00 for the initial term, and authorize nine, one-year renewals in an
annual amount up to $50,000.00.
DISCUSSION:
The Water Department approached the Purchasing Division for assistance with securing an
agreement for the one-time purchase of ion chromatography systems and annual maintenance and
repair services. The ion chromatography systems will be used to perform analyses on water
samples to meet Environmental Protection Agency (EPA) and Texas Commission Environmental
Quality (TCEQ) regulatory requirements. Purchasing issued an Invitation to Bid (ITB) that consisted
of specifications including the requirements of the systems and their components, operations and
software training required for City personnel following the installation, and warranty requirements.
The ITB was advertised in the Fort Worth Star-Telegram on September 13, 2023, September 20,
2023, September 27, 2023, October 4, 2023, October 9, 2023, October 11, 2023, October 18, 2023,
and October 25, 2023. The City received two responses. However, upon evaluation, one bidder,
Thermo Electron North America LLC, did not score at least 50\% of the total available poinfs for
technical criteria and was deemed non-responsive in accordance with the bid documents.
An evaluation panel consisting of representatives from the Water and Environmental
Services 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.
Bidder
a b c
Brinkmann Instruments, '12.00 6.33'25.33
Inc. dba Metrohm USA Inc.
Thermo Electron North
America LLC
7.33 4.00 12.00
Evaluation Factors
!J
30.00
Total score
73.67
Bidder did not
score 50\% of the
technical
points; therefore, cost
' was not evaluated
Bidder did not
score 50\% of the
technical
points; therefore, cost
was not evaluated
Best Value Criteria:
a. Contractor's availability of equipment, parts, and personnel to perform services
b. References and related project experience
c. Contractor's proposed products and services meet the City's technical requirements
d. Cost of service
After evaluation, the panel concluded that Brinkmann Instruments, Inc dba Metrohm USA
Inc. presented the best value. Therefore, the panel recommends that Council authorize an
agreement with Brinkmann Instruments, Inc dba Metrohm USA Inc. No guarantee was made that a
specific amount of services would be purchased. Staff certifies that the recommended vendor's
bid met specifications.
Funding is budgeted in the Water Department Public Utility Department within the W&S Capital
Projects Fund for the purpose of funding the Water FY 22 Non-Fleet Eqmt project, as appropriated.
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 nine 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 capital budget, as previously
appropriated, in the W&S Capital Projects Fund for the Water FY 22 Non-Fleet Eqmt project to
support the approval of the above recommendation and execution of the agreement. Prior to any
expenditure being incurred, the Water Department has the responsibility to validate the availability of
funds.
BQN\\
TO
Fund Department Account Project
ID ID
FROM
� Fund Department Account Project
ID ID
Submitted for City Manager's Office by_
Program � Activity
Program � Activity
Budget Reference # Amount I
Year (Chartfield 2) ;
Budget � Reference # Amount i
Year I, (Chartfield 2) ;
Originating Department Head:
Additional Information Contact:
Reginald Zeno (8517)
Dana Burghdoff (8018)
Reginald Zeno (8517)
Christopher Harder (5020)
Jo Ann Gunn (8525)
Alyssa Wilkerson (8357)
ATTACHMENTS
13P RFP 23-0095 ION CHROMATOGRAPHY SYSTEMS AND MAINT AND REPAIR.docx (CFW Internal)
Business Equity Waiver.pdf (CFW Internal)
Form 1295.pdf (CFW Internal)
Revised IC FID table 2023.pdf (CFW Internal)
SAMs Report- Brinkmann Instruments Inc dba Metrohm USA Inc..pdf (CFW Internal)
cGCL�TI �(���Q I"�� �� D�i9 IT�I�[��TI I�� �Q(� ►�O[��S
t=o�M � ���
�af�
complete Nos. 1- 4 and s if there are interested paRies. O��ECE 19S� �R9 �LY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
����o�o��a i ro�v �� �a�aN�
! Name of business entiiy fling form, and the ci2y, seate and country of the �usiness enti
of business. YY's place Certificate Number:
Brinkmann Instruments Inc., dba Metrohm USA Inc. 2023-1075135
RIVERVIEW, FL United States Date Fited:
2 Name of governmental entity or state agency that is a parry to the contract for whieh the 'roren is �9�22I2023
being filed.
ciry ot Forc worth Da�e Ac[tnowledged:
3 Provide the idencification number used by the governmental enti4y or sta2e agency 4o tracl< or identify the contraci, and provide a
description of the services, goods, or other properEy Yo be provided under 4he confract.
23-0095
We are a distributor and service provider of Metrohm analytical instruments
¢ Na2ure of inierest
Name of Interested ParYy City, State, Country (place o`r business} (chect: applioable}
I
Controiling � Iniermediary �
1 �
I I �
I
I
I
!
� I
I I i
5 Check only if there is NO interesied Party. �
X
6 UNSWORN DECLARATION
My name is Doug Castrillo , and my date of birth is � 0/06/1987
My address is 1905 Roosevelt Dr Pantcgo � 76013
(street) (ciry) (state) (zip code) (country)
�
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Tarrant Counry, State of Texas , on the z' day of September 20 23
(month) (year)
�e / .,� ��/'.�.a�u�...� 26
Signature of authorized agent of contracting business entity !
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.99923476