Loading...
HomeMy WebLinkAbout058617-R3 - General - Contract - Hundley Enterprise, Inc.CSC No. 58617-R3 CITY OF FORT WORTH 11EQUEST TO EXERCISE RENEWAL OPTION October 28, 2025 Hundley Enterprise. Inc. Attention: Craig I-lundley Address: 3220 N. Main Fort Worth, Texas 76033 Re: Contract Renewal Notice — 3rd Renewal Contract No. CSC No. 58617 Renewal "term: 12/15/2025 to 12/15/2026 Renewal Amount: $190.000.00 The above referenced Contract with the City of Fort Worth expires on December 15, 2025 (the "Expiration Date). This letter is to inform you that the City is exercising its right to renew the contract for its 3rd term in an amount up to $190,000.00 which will be effective immediately after the Expiration Date. A I I otlicr terms and conditions of the contract remain unchanged. Please sign and return the second page of this letter, along with a copy of your current insurance certificate, to the undersigned. Please log onto PeopleSoft Purchasing at 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, ,Zegi ra %6w Regina Jones Contract Compliance Specialist 817-392-2698 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Pagel oft ACCEPTED AND AGREED: CITY OF FORT WORTH Op�- By: 11/03/2025 Name: Jesica McEachern Title: Assistant City Manager APPROVAL RECOMMENDED: By: C nstopher Harder (O 9, 2025 11:21:0 CDT) Name: Chris Harder Title: Water Director ATTEST: V � y By: Name: Jannette Goodall Title: City Secretary I Ittndl ' enterprises. Inc. Name: Craig ley* Title: Owner CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration ol'this contract, including ensuring all perlormance and reporting requirements. By: Re iaa. 66,teu, Name: Regina Jones Title: Contract Compliance Specialist APPROVED AS TO R)RM AND LEGALITI': af °•• ae„e�6CA B Douglas Black (Oct 29, 202514:28:25 CDT) aconaezo�aa` y . Name: Doug Black Title: Sr. Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 22-0909 Date Approved: 1 1 /8/2022 Form 1295 Certification No: 2022-945836 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Rcne\%al — — — --- Pa-c 2 of City of Fort Worth, Texa:> Mayor and Council Cor imunication DATE: 11i08/22 M&C FILE NUMBER: M&C 22-0919 LOG NAME: 13P ITB 22-0212 PNEUMATIC AND HYDRAULIC TOOL REPAIR AW WATER SUBJECT (ALL) Authorize Execution of a Purchase Agreement with Hundley Enterprises dba Hundley Hydraulic Sales & Service for Pneumatic and Hydraulic Tool Repair for the Water Department in an Annual Amount Up to $190,000.00 and Authorize Four, One -Year Renewals for the Same Annual Amount RECOMMENDATION: It is recommended that the City Council authorize execution of a purchase agreement with Hundley Enterprises dba Hundley Hydraulic Sales & Service for pneumatic and hydraulic tool repair for the Water Department in an annual amount up to $190,000.00 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 pneumatic and hydraulic tool repair on an as -needed basis. Under the proposed agreement, the vendor will repair and maintain the tools utilized by the crews in the field to help them install, repair, and maintain the water and sewer infrastructure, as well as, repairing the street when the job is completed. Purchasing issued an Invitation to Bid (ITB) that consisted of detailed specifications regarding the list of tools that may need repair and what constitutes a minor and major tool repair and the turnaround time required for each. The ITB was advertised in the Fort Worth Star -Telegram on September 14, 2022, September 21, 2022, and September 28. 2022. The City received one response. 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. Bidder II Evaluation Factors Hundley Enterprises dba Hundl Hydraulic Sales & Service Best Value Criteria: IFE c d e Total score ey —f I13,13II10.00'H L� F5OO 30.00 65.63 a. Reputation of the bidder and the bidder's services b. Availability of resources to provide services (personnel) c. Contractor's approach to perform services d. Contractor's past relationship with the City e. Cost of service After evaluation, the panel concluded that Hundley Enterprises dba Hundley Hydraulic Sales & Service presents the best value. Therefore, the panel recommends that Council authorize agreements with Hundley Enterprises dba Hundley Hydraulic Sales & Service. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendor's bid rnet specifications. FUNDINGThe maximum amount allowed under this agreement for the initial term will be $190,000.00, however the actual amount used will be based on the need of the department and available budget. Funding is budgeted in the Other Contractual Services accounts in the Wastewater Warehouse, Water Distributions Systems and Water Warehouse Department's within the 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. Submitted for City Manager's Office by: Reginald Zeno 8517 Dana Burghdoff 8018 Originating Business Unit Head: Anthony Rousseau 8338 Christopher Harder 5020 Additional Information Contact: Anthony Rousseau 8338 Alyssa Wilkerson 8357