Loading...
HomeMy WebLinkAboutContract 61883-R1CSC No. 61883-R1 CITY OF FORT WORTH CONTRACT RENEWAL NOTICE August 22, 2025 Mulholland Energy Services, LLC Attn: Stephen Parker, VP of Sales 10308 WCR 72 Midland, TX 79707 Re: Contract Renewal Notice —1st Renewal Vacuum Truck Pumping Services Contract CSC No. 61883 (M&C 24-0634) Original Contract Amount: $216,667.67 New Contract Amount: $273,750.00 The above referenced contract with the City of Fort Worth is eligible for renewal. 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 terms and conditions of the contract remain unchanged. Please verify that the original payment, performance and maintenance bonds, if any, 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 httn://fortworthtexas.izov/nurchasiniz 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 Shatabya Bergland Sr. Contract Compliance Specialist (817) 392-8277 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Purchase of Goods (4.02.25) Pagel of 2 CSC No. ACCEPTED AND AGREED: CITY OF FORT WORTH By: , Name: e Title: Assistant City Manager Date: 08/29/2025 APPROVAL RECOMMENDED: Christopher Rordor By Christopher Ha rder(Au¢r22,202515:16:42 CDT) Name: Chris Harder Title: Water Department Director ATTEST: p4� FORr�Ilup o%0 o64d �o Pv8 I=4 00 *� A aan C �'EXA5o4p �DOR644 By: Name: Jannette S. Goodall Title: City Secretary VENDOR: By: Mulholland Enersv Services, LLC Name: ,-i� '�OaAlg- - Title: Vice President of Sales Date: 8/22/2025 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: Shatabya Be land (Aug 22, 2025 15:15:42 CDT) Name: Shatabya Easley Title: Sr. Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: By: Douglas Black (Aug 27, 202510:50:09 CDT) Name: Douglas. W. Black Title: Sr. Assistant City Attorney AUTHORIZATION: M&C: 24-0634 Date Approved: 8/13/2024 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Purchase of Goods (4.02.25) Page 2 of 2 City of Fort Worth, Texas Mayor and Council Communication DATE: 08/13/24 M&C FILE NUMBER: M&C 24-0634 LOG NAME: 13P RFP 24-0103 VACUUM TRUCK WASTE PUMPING AW WATER SUBJECT (ALL) Authorize Execution of Non -Exclusive Agreements with Ace Pipe Cleaning Inc., ACME Utility Inspection Services, Inc., and Mulholland Energy Services, LLC for Vacuum Truck Waste Pumping and Hydro Excavation Services for the Water Department in a Combined Annual Amount Up to $650,000.00 for the Initial Term and Authorize Four, One -Year Renewals in Amounts Up to $747,500.00 for the First Renewal, $859,625.00 for the Second Renewal, $988,569.00 for the Third Renewal, and $1,136,854.00 for the Fourth Renewal RECOMMENDATION: It is recommended that the City Council authorize the execution of non-exclusive agreements with Ace Pipe Cleaning Inc., ACME Utility Inspection Services, Inc., and Mulholland Energy Services, LLC for vacuum truck waste pumping and hydro excavation services for the Water Department in a combined annual amount up to $650,000.00 for the initial term and authorize four, one-year renewals in amounts up to $747,500.00 for the first renewal, $859,625.00 for the second renewal, $988,569.00 for the third renewal, and $1,136,854.00 for the fourth renewal. DISCUSSION: The Water Department approached the Purchasing Division for assistance in securing agreements for vacuum truck waste pumping used to clean and inspect wastewater lines, and hydro excavation services used to locate utility lines throughout the City of Fort Worth in need of repair. Purchasing issued a Request for Proposals (RFP) consisting of detailed specifications regarding the equipment, service, and certification requirements to ensure the services are performed according to Texas Commission on Environmental Quality (TCEQ) and Occupational Safety and Health Administration (OSHA) requirements. The RFP was advertised in the Fort Worth Star -Telegram on February 7, 2024, February 14, 2024, February 21, 2024, and February 28, 2024. The City received five responses. However, upon evaluation, one proposer, Badger Daylighting did not submit all the required documents in order for their proposal to be evaluated. An evaluation panel consisting of representatives from the Water and Transportation and Public Works Departments reviewed and scored the submittal using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below. Proposer Evaluation Factors Total a b c d Score Ace Pipe Cleaning, Inc. I20.63 17.00 12.75 33.971 84.35 ACME Utility Inspection Services, 16.88 13.00 10.88 40.00 80.76 Inc. BCAC Underground 16.88 13.50 10.13 32.22 72.73 Mulholland Energy Services, LLC 16.25 14.50 10.88 34.29 75.92 Best Value Criteria: a. Contractor's timeframe to respond to regular and emergency service requests and perform the requested services b. Availability of equipment owned to provide services c. Contractor's qualifications, related experience, and references of a similar size d. Cost of services After evaluation, the panel concluded that Ace Pipe Cleaning Inc., ACME Utility Inspection Services, Inc., and Mulholland Energy Services, LLC present the best value. Therefore, the panel recommends that Council authorize non-exclusive agreements with Ace Pipe Cleaning, Inc., Acme Utility Inspection Services, Inc., and Mulholland Energy Services. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendors' bids met specifications. Due to inflation and projected usage, staff recommends the total compensation for each annual renewal term be increased by 15% to ensure the City is able to meet demand. The collective total compensation of the contracts shall be an amount up to $650,000.00 for the initial term, $747,500.00 for the first renewal, $859,625.00 for the second renewal, $988,569.00 for the third renewal, and $1,136,854.00 for the fourth renewal. While these figures represent the collective maximum amount allowed under these agreements for each term, the actual amount used will be based on the department's needs and available budget. Funding is budgeted in the Other Contractual Services category within the Water & Sewer Fund for the Water Department. 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, the agreements shall begin upon execution and expire one year from that date. RENEWAL TERMS: The agreements may be renewed for four (4) 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 upon approval of the above recommendation, funds are available in the current operating budget, as previously appropriated, and upon adoption of the Fiscal Year 2025 Budget by the City Council, funds will be available in the Fiscal Year 2025 Operating Budget, as appropriated, in the Water & Sewer Fund. Prior to an 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 Fernando Costa 6122 Oriainatina Business Unit Head: Reginald Zeno 8517 Christopher Harder 5020 Additional Information Contact: Jo Ann Gunn 8525 Alyssa Wilkerson 8357