HomeMy WebLinkAboutContract 61886-R1CSC No. 61886-R1
CITY OF FORT WORTH
CONTRACT RENEWAL NOTICE
August 22, 2025
Acme Utility Inspection Services, Inc.
Attn: Kyle Dowdy, President
2512 Glenda Lane
Dallas, TX 75229
Re: Contract Renewal Notice —1st Renewal
Vacuum Truck Pumping Services
Contract CSC No. 61886 (M&C 24-0634)
Original Contract Amount: $216,667.66
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.2ov/nurchasin2 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,
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: _ 9-
Name: es'
Title: Assistant City Manager
Date: 08/29/2025
APPROVAL RECOMMENDED:
l.Gw6� ff&rd er
By Christopher Harder(Ab¢ 25,202508:02:03 CDT)
Name: Chris Harder
Title: Water Department Director
ATTEST:
By:
Name: rmette S. Goodall
Title: City Secretary
VENDOR:
4 �a nnq�
F,ORT�IIo
ovo =sd
e000*�d
3a°nn�cp4`'4ap
By: Acme Utilitv Inspection Services, Inc.
Name: Kyle Dowdy
Title: President
Date: 8-22-25
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 15:22:34 CDT)
Name: Shatabya Easley
Title: Sr. Contract Compliance Specialist
APPROVED AS TO FORM AND LEGALITY:
By: Douglas Black (Aug 27, 202510:56:48 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