Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
053892-R3-U - General - Contract - Southwest Industrial Services, Inc.
CSC No. 58392-R3 CITY OF FORT WORTH CONTRACT RENEWAL NOTICE October 30, 2025 Southwest Industrial Services, Inc. Attn: Michael Goold or Whom It May Concern 2413 Whitmore St. Fort Worth, TX 76107 Re: Contract Renewal Notice — 3rd Renewal Machine Shop Services and Fabrication Contract CSC No. 58392 (M&C 22-0662) Original Contract Amount: $288,750.00 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 http://fortworthtexas.gov/purchasine 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. Contract Renewal Purchase of Goods (4.02.25) Sincerely, -5 Shatabya Bergland Sr. Contract Compliance Specialist (817) 392-8277 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 CSC No. ACCEPTED AND AGREED: CITY OF FORT WORTH By: Name: rn Title: Assistant City Manager Date: 11/10/2025 APPROVAL RECOMMENDED: 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: Shalya Be land (Nov4, 202510:28:32 CST) Name: Shatabya Easley Title: Sr. Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: By: Name: cl 4,7025���r *�(Tvo 10.49:01 CST) Title: Water Department Director By: Douglas Black (Nov 4,2025 13:52:03 CST) Name: Douglas. W. Black ATTEST: Title: Sr. Assistant City Attorney ,d44R�n � FORr�iyaa AUTHORIZATION: �po oo�d� M&C: 22-0662 By: o o io Date Approved: 9/13/2022 Name: Jannette S. Goodall °oar o°°° Title: City Secretary aan nE -oo- CONTRACTORIVENDOR: Southwest Industri 1 Services, Inc. By: p j� Name: T 1 t L S t M rn p fJ S Title: -Pr t s t Q Q A) t— Date: / p 3 I ~ 4�L S— Contract Renewal Purchase of Goods (4.02.25) OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 2 of 2 10117/23, 12M PM M&C Review CITY COUNCIL AGENDA Create New From This M&C DATE: 9/13/2022 REFERENCE **M&C 22- NO.: 0662 LOG NAME: CODE: P TYPE: CONSENT PUBLIC HEARING: 13P ITB 22-0170 MACHINE SHOP SERVICES AND FABRICATION AW WATER NO FIRTI ORTII SUBJECT: (ALL) Authorize Execution of Non -Exclusive Purchase Agreements with Loomex Industrial Services, LLC and Southwest Industrial Services, Inc. for Machine Shop Services and Fabrication for the Water Department in a Combined Annual Amount Up to $577,500.00 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 non-exclusive purchase agreements with Loomex Industrial Services, LLC and Southwest Industrial Services, Inc. for machine shop services and fabrication for the Water Department in a combined annual amount up to $577,500.00 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 machine shop services and fabrication on an as -needed basis. Under the proposed agreement, the Vendor will repair and maintain mechanical equipment for water and wastewater treatment and pumping facilities throughout the City of Fort Worth. Purchasing issued an Invitation to Bid (ITB) that consisted of detailed specifications regarding the requirements for equipment, safety procedures, and testing and quality control of the completed work. The ITB was advertised in the Fort Worth Star -Telegram on July 6, 2022, July 13, 2022, July 20, 2022, and July 27, 2022. The City received two responses. An evaluation panel consisting of representatives from the Water and Property Management 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 a b c d Total score Loomex Industrial Services, LLC 7.88 11.50 14.38 40.00 73.75 Southwest Industrial Services Inc. Best Value Criteria: 8.63 11.50 11.88 26.97 58.97 a. Business's proximity to the address listed b. Contractor's References c. Contractor's ownership of required lathes and personnel's ability to perform services in the timeframe specified d. Cost of service After evaluation, the panel concluded that Loomex Industrial Services, LLC and Southwest Industrial Services, Inc. both present the best value and will provide the necessary coverage for the City. apps.cfwnet.org/council_packet/mc_review.asp?ID=30276&councildate=g/l3/2022 1 /3 10/17/23, 12,03 PM M&C Review Therefore, the panel recommends that Council authorize agreements with Loomex Industrial Services, LLC and Southwest Industrial Services, Inc.. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendors' bids met specifications. FUNDING: The maximum amount allowed under this agreement for the initial term will be $577,500.00, however the actual amount used will be based on the need of the department and available budget. The annual department allocation for this agreement is: PepartmentiEstimated Annual Amount -Account Name Water $550,000.00 5330201 - Other Contractual Services 'Water $27,500.00'5610109 - Minor Equipment Funding is budgeted in the Other Contractual Services & Minor Equipment accounts of the Water & Sewer Department's 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 upon approval of the recommendation, funds are available in the current operating budget, as previously appropriated, in the Water & Sewer Fund. Prior to any expenditure being incurred, the Water department has the responsibility to validate the availability of funds. BQN\\ Fund I Department Account Project Program I Activity I Budget i Reference # Amount ID I i ID I i Year I (Chartfield 21 Fund I Department ' Account ID I Originating Department Head: Additional Information Contact: Project ID Program Activity BudgeetReference # Year IChartfield 2; Reginald Zeno (8517) Dana Burghdoff (8018) Anthony Rousseau (8338) Christopher Harder (5020) Cynthia Garcia (8525) Alyssa Wilkerson (8357) Amount apps.cfwnet.org/counciI_packet/mc_review.asp?ID=30276&councildate=9/13/2022 2/3 10117123, 12:03 PM ATTACHMENTS M&C Review 13P ITB 22-0170 MACHINE SHOP SERVICES AND FABRICATION AW WATER funds availabiRg UX (CFW Internal) 13P ITB 22-0170MACHINE SHOP SERVICES AND FABRICATION AW WATER Updated FID Table xlsx (CFW Internal) Business Equity Waiver, Of (CFW Internal) Form 1295- Loomex Industrial Services LLC.odf (CFW Internal) Form 1295- Southwest Industrial Services. Inc..pdf (CFW Internal) SAMs Report-Loomex Industrial Services LLC.pdf (CFW Internal) SAMs Report- Southwest Industrial Services. Inc.pddf (CFW Internal) apps.Ownet.org/council_packet/mc_review.asp?ID=302Mcouncild ate=9/13/2022 3/3 �Rd CERTIFICATE OF LIABILITY INSURANCE DATE1013112031/20fYYYYI 25 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR HEOATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSUREIM AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the polley(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an andorsemernt. A statement on this certificate does not confer rights to the certificate holder In Ileu of Such endorsement(s). PRODUCER I FEDERATED MUTUAL INSURANCE COMPANY HOME OFFICE: P.O, BOX 328 OWATONNA, MN 5506D NAME: CLIENT CONTACT CENTER nvnE FAx IAIG, NR, E■t1:888-3334949 IAlc, Nolo 507-445.4664 IA DZes-.CLIENTCONTACTCENTER FEDINS.COM INSURERS AFFORDING COVERAGE NAIC A INSURER A:FEDERATED MUTUAL INSURANCE COMPANY 13935 INSURED SOUTHWEST INDUSTRIAL SERVICES, INC. 2413 WHITMORE ST FORT WORTH, TX T6107-1443 INSURER B: INSURER C: INSURER D. INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1 REVISION NUMBER: 0 THIS IS TO CERTIFY THAT THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE 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 REDWED BY PAID CLAIMS, INSR L TYPE OF INSURANCE ADDL,SUSR INSR tNIrt7 POLICY NUMBER POLICY EFF MMIDOTYYY POLICY _yy YY LIMITS A X I IGEN1. COMMERCIAL GENERAL UASILITY CLAIMS -MADE aoOCUR N N 1940356 11/01/2025 111OW026 EACH OCCURRENCE S1,000,000 �AMAGE TO DENTED PREMISES PM AGE $100,000 MED EXP(Anr" Person) EXCLUDED PERSONALI AOVINJURY GENERAL AGGREGATE $1,000.000 $2 000 00O �OTHER: AOOREOATE LIMIT APPLIES PER: POLICY F YLCTLOC PRODUCTSS COMPIOP ACC EXCLUDED A AUTOMOBILE LIABILITY X ANYAUTO OWNED AUTOS ONLY SCHEDI✓LED AUTOS HIRED AUTOS ONLY A8rO4IPS N N 1940355 11/01/2025 11/01/2025 f0M91NED BINOLE LIMIT TEE Eccidentl BODILY INJURY I►IT PerEonl $1,000,000 BODILY INJURY (PerAccident) PROPERTY DAMAOE UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE IAOOREOATE DED RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ym ANY PROPRIETOMPARTNCR/ CXCCUTIVC fF10ERIMEMDER EXCLUDED? IMendatery In NH) "»s, describe,ndv DESCRIPTION OF OPERATIONS belw, N/A PER STATUTE TNER y E.L EACH ACCIDENT El DISEASE EAEM►LOYEE FL DISEASE POLICY LIMIT DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addldmel Remleu SC1edUle, me, BB IfBiNed It more SPIN Is required) CERTIFICATE HOLDER CANCELLATION 200 TEXAS ST FORT WORTH, TX 76102-6314 1 0 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. C IM-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2018)03) The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE Y) 10/21/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND 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). PRODUCER Bobst Insurance Agency, Inc. 2701 Sunset Ridge Drive, Ste 610 Rockwall, TX 75087-4239 COAITACT Kim Vermillion NAME: FAM N PNONNE 214 553-5505 14 E-MAIL ss: INSURERS AFFORDING COVERAGE NAIC 0 INSUFIERA: Texas Mutual Insurance Company 22945 INSURED Southwest Industrial Services, Inc. 2413 Whitmore St. Fort Worth, Texas 76107 IINSURERB: INSURER C : D : ..INSURER INSURER E INSURER F COVERAGES CERTIFICATE NUMBER' Southwest Industrial services, Inc- 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 OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE 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 TR TYPE OF INSURANCE AVUL INSR 5UBR r D POLICY NUMBER POLICY EFF ,(MM/ODIYYYY) POLICY EXP 1 Ma2NyYY1 LIMITS GENERAL LIABILITY EACH OCCURRENCE S COMMERCIAL GENERAL LIABILIIN OAw "AS c TU N occ r( PREMISS (Ea oaurrencel $ _ CLAIMS -MADE OCCUR MED EXP (Any one pars—) S PERSONAL & ADV INJURY _ S GENERAL AGGREGATE S _ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG S POLICY PRO- LOC $ AUTOMOBILE LIABILITY Co INED SINGLE LIMIT Ea a xidenl 5 BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) S PROPERTY DAMAGE Me, a"'J tI S HIRED AUTOS NON -OWNED AUTOS -- S UMBRELLA LIAB OCCUR EACH OCCURRENCE S HCLAIMS-MADE AGGREGATE S EXCESSLIAB DIED I I RETENTIONS S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE YIN OFFICERIMEMBER EXCLUDED? (Mandatary In NH) NIA Y 0002061793 10/30/2025 10/30/2026 X i WCRY � A c I�I OT rLTn j jFP E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Addtdonal Remarks Schedule, It more space Is requt-d) Blanket waiver of subrogation per form WC 420304A, as required by written contract Named Insureds. Southwest Industrial Services, Inc AAA Industrial Chromium Company Advanced Graphics Systems, Inc. Goold Holdings, Inc. CERTIFICATE NOLnFR CANCFLLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth 1-2 200 Texas St Fort Worth, TX 76102 i AUTHORIZED REPRE T TIVE ACORD 25 (2010105) mcn95 ontnnst n1 ©1988-2010 ACORD CORPORATION, All rights reserved. Tl,o Ar`r%pr1 ., and Innn am runiclnrerl morlm of afnon FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Southwest Industrial Services, Inc. Subject of the Agreement: Machine Shop Services and Fabrication M&C Approved by the Council? * Yes © No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes ❑ No If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No © If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: 11/4/2025 If different from the approval date. Expiration Date: 11/3/2026 If applicable. Is a 1295 Form required? * Yes © No *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes © No ❑ Contracts need to be routed for CSO processing in the followin order:. 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Permanent Contracts Advanced Funding Agreements Architect Service Community Facilities Completion Agreement Construction Agreement Credit Agreement/ Impact Fees Crossing Agreement Design Procurement Development Agreement Drainage Improvements Economic Development Engineering Services Escrow Agreement Interlocal Agreements Lake Worth Sale Maintenance Agreement/Storm Water Parks/Improvement Parks/Other Amenities Parks/Play Equipment Project Development Property/Purchase (Property owned by the City) Property/Sales (Property owned by the City) Property/Transfers (Property owned by the City) Public Art Sanitary Sewer Main Replacements Sanitary Sewer Rehabilitations Settlements (Employees Only) Streets/Maintenance Streets/Redevelopment Streets/Repairs Streets/Traffic Signals Structural Demolition (City owned properties) Utility Relocation Water Reclamation Facility Water/Emergency Repair Water/Interceptor Water/Main Repairs Water/Main Replacement Water/Sanitary Sewer Rehabilitation Water/Sewer Service Water/Storage Tank