HomeMy WebLinkAboutContract 62283-R1CSC No. 62283-Rl
CITY OF FORT WORTH
CONTRACT RENEW AL NOTICE
September 9, 2025
Southern Petroleum Laboratories, Inc.
2600 Dudley Road
Kilgore, Texas 75662
Attn: Tanya Chitwood, Client Service Manager
Re: Contract Renewal Notice
Contract No. CSC No. 62283 (the "Contract")
Renewal Term No. 1: October 1, 2025 to September 30, 2026
The above referenced Contract with the City ofF01i Worth expires on September 30, 2025
(the "Expiration Date"). Pursuant to the Contract, contract renewals are at the mutual agreement
of the paiiies. This letter is to inform you that the City is requesting to renew the Contract for an
additional one (1) year period, which will begin immediately after the Expiration Date. All other
terms and conditions of the Contract remain unchanged.
To agree to renew the Contract for an additional one (1) year period, please sign and
return this request to exercise renewal option, along with a copy of your current insurance
certificate, to the address set forth below.
Please log onto PeopleSoft Purchasing at http://f01iworthtexas.gov/purchasing to insure
that your company information is c01Tect and up-to-date.
If you have any questions concerning this Contract Renewal Notice, please contact me at
the telephone number listed below.
Contract Renewal
Sincerely,
'°�� u),k,,,,Patty Jea Wilson
[817]392-8411
ACCEPTED AND AGREED:
CITY OF FORT WORTH
By:�
Name: Jesica McEachern
Title: Assistant City Manager
Date: 09/18/2025
APPROVAL RECOMMENDED:
Cviris t+arder
By: Chris Harder (Sep 16, 202S 15:11:02 CDT)
Name: Christopher Harder, PE
Title: Water Depaiiment Director
ATTEST:
�A�By: U Name: Jannette S. Goodall
Title: City Secretary
Vendor Name: Southern Petroleum
Laboratories, Inc.
By: 7:-�;t4 ��dName: TanChitwood
Title: Client Service Manager
Contract Renewal
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 rep01iing
requirements.
By: /J�� u),k,,,
Name: Pattylat{ilson
Title: Contract Services Administrator
APPROVED AS TO FORM AND
LEGALITY:
Cb.ada-w�By: rf Name: Jessika Williams
Title: Assistant City Attorney
CONTRACT AUTHORJZA TION:
M&C: 24-0863
Date Approved: 10/15/2024
Form 1295 Certification No.:2024-1193652
CITY COUNCIL AGENDA
Official sitc of the City of Foit Worth, Texas
�ORT��ORTII
��
Create New From This M&C
DATE: 10/15/2024 REFERENCE **M&C 24-
NO.: 0863
CODE: P TYPE: CONSENT
LOG NAME
PUBLIC
HEARING:
13P RFP 24-0198 LAB
ANALYTICAL SERVICES
AO WATER
f�C�7
SUBJECT: (ALL) Authorize Execution of Non-Exclusive Agreements with A&B Environmental
Services, Inc. dba A&B Laboratories, ALS Group USA Corp, Eurofins Environment Testing
South Central, LLC, and Southern Petroleum Laboratories, Inc to Provide Laboratory
Analytical Services at Testing Facilities for the Water Department in an Estimated
Combined Annual Amount Up to $600,000.00 for the Initial Term and Authorize Four One-
Year Renewals in Amounts Up to $690,000.00 for the First Renewal, $793,500.00 for the
Second Renewal, $912,525.00 for the Third Renewal, and $1,049,403.00 for the Fourth
Renewal
RECOMMENDATION:
It is recommended that the City Council authorize the execution of non-exclusive agreements with
A&B Environmental Services, Inc. dba A&B Laboratories, Inc., ALS Group USA Corp, Eurofins
Environment Testing South Central, LLC, and Southern Petroleum Laboratories, Inc to provide
laboratory analytical services at testing facilities for the Water Department in an estimated
combined annual amount up to $600,000.00 for the initial term and authorize four one-year renewals
in amounts up to $690,000.00 for the first renewal, $793,500.00 for the second renewal, $912,525.00
for the third renewal, and $1,049,403.00 for the fourth renewal.
DISCUSSION:
The purpose of this M&C is to authorize the execution of agreements to provide laboratory analytical
services at testing facilities throughout the City of Fort Worth water treatment plants. Purchasing
issued Request for Proposal (RFP) 24-0198 consisting of detailed specifications regarding equipment,
service, and delivery requirements. The RFP was advertised in the Fort Worth Star-Telegram on May
8, 2024, May 15, 2024, and May 22, 2024. The City received four responses.
An evaluation panel consisting of representatives from the Water and Police 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
- - _ _ - - - -, -- —
a b c d Total
— — ------- -- -- ---- -
Score
A&B Environmental Services, Inc dba f 40 �15 �15 �5 �85
A&B Laboratories �
-- - -- --�-- -- --� - -- - __ _ --- -
ALS Group 39.67�12 I13.5 14�79.70
�Eurofins Environment Testing �32.27 (16 �15 �15 �78.27 �
_ - - - — _ _ __
SPL Laboratories �4.65 �15.5 15.5 �15 �70.65
Best Value Criteria:
a. Contractor's cost of services
b. Contractor's qualifications and availability of testing facilities
c. Contractor's timeframe for services to be completed
d. Contractor's ability to meet the City's needs
After evaluation, the panel concluded a multi-award was necessary to ensure availability and capacity
for the needed services and that A&B Environmental Services Inc. dba A&B Laboratories, ALS
Laboratory Group, Eurofins Environment Testing South Central, LLC, and Southern
Petroleum Laboratories present the best value. Therefore, the panel recommends that Council
authorize non-exclusive agreements with A&B Environmental Services dba A&B Laboratories, ALS
Laboratory Group, Eurofins Environment Testing South Central, LLC, and Southern
Petroleum Laboratories. No guarantee was made that a specific amount of services would be
purchased. Staff certifies that the recommended vendors' bids met specifications.
The Environmental Protection Agency (EPA) final rule mandates increase in testing for public water
systems and exact testing levels cannot be ascertained in advanced. To help prevent capacity issues,
staff recommends the total compensation for each annual renewal term be increased by 15 \% to
ensure the City is able to meet demand. The estimated collective total compensation of the contracts
shall be an amount up to $600,000.00 for the initial term, $690,000.00 for the first renewal,
$793,500.00 for the second renewal, $912,525.00 for the third renewal, and $1,049,403.00 for the
fourth renewal. However, it is possible that testing requirements may exceed these amounts. Approval
of this M&C in the initial amounts listed above is not intended to create a contractual cap; in the event
testing requirements exceed the capacity authorized through this M&C, including any administrative
increase capacity, this M&C authorizes staff to bring back subsequent M&Cs in the amounts needed to
meet testing demand.
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 Contract-Lab Analysis account within the Water & Sewer Fund for
the Water Department.
DVIN-BE: This solicitation was reviewed by The Business Equity Division for available business equity
prospects according to the City's Business Equity Ordinance. There were limited business equity
opportunities available for the services/goods requested, therefore, no business equity goal was
established.
AGREEMENT TERMS: Upon City Council approval, the agreements will begin upon execution on
October 1, 2024 and expire one year from that date on September 30, 2025.
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 in the Water & Sewer Fund. Prior to an expenditure being incurred, the
Water Department has the responsibility to validate the availability of funds.
BQN\\
Fund Department Account
ID
Fund Department Account
ID
Project Program Activity Budget Reference #
ID Year (Chartfield 2'
Project Program Activity Budget Reference #
ID Year (Chartfield 2'
Amount
Amount
Reginald Zeno (8517)
Submitted for City Manager's Office by_
Fernando Costa (6122)
Originating Department Head:
Additional Information Contact:
Reginald Zeno (8517)
Christopher Harder (5020)
Jo Ann Gunn (8525)
Aiyanna Owens (8317)
ATTACHMENTS
1. FWLab Communication FY2025 Budget Load.pdf (CFW Internal)
1295 Fort Worth SPL.pdf (CFW Internal)
ABLABS 1295.pdf (CFW Internal)
Approved Waiver Request - Laboratory Analvtical Services.pdf (CFW Internal)
Contract Lab FIDS table 2024.x1sx (CFW Internal)
Eurofins 1295.pdf (CFW Internal)
Form 1295 Certificate ALS.pdf (CFW Internal)
SAM Report ALS Group.pdf (CFW Internal)
SAM Report- A&BEnvironmental.pdf (CFW Internal)
SAM Report- Eurofins.pdf (CFW Internal)
SAM-SouthernPetroleum.pdf (CFW Internal)
SOS A&B.pdf (CFW Internal)
SOS ALS.pdf (CFW Internal)
SOS Eurofins Environment.pdf (CFW Internal)
SOS-SouthernPetroleum.pdf (CFW Internal)
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
lofl
Complete Nos. l- 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entiry filing form, and the city, state and country of the business entity's place Certificate Number:
of business.
SPL 2024-1193652
The Woodlands, TX United States oate Ftled:
2 Name of governmental entiry or state agency t at is a party to the contract for whlch the form is �7�29/2024
being filed.
City of Fort Worth Date Acknowledged:
3 Provide the identiflcation number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract
RFP 24-0198
Lab Analytical Services
4 Nature ofinterest
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Intermediary
5 Check oniy if there is NO Interested Party. �
X
6 UNSWORN DECLARATION
My name is JOeI Gt'ICe , and my date of birth is 10/07//1965
My address is 24 Waterway Ave, Suite 375 The Woodlands TX 77380 USA
(sireet) (city) (state) (zip code) (count
�Y)
I declaze under penalry of perjury that the foregofng is true and correct.
Executed in HaPPIS Texas 9 Jul 24
Counry, State of , on the�day of y , 2p
� / �r (month) (yearj
�,:
f•—�.. "^---____. -- — .
Signature of au rized agent of co Vacting business enGty
(Dectarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.48da51f7