Loading...
HomeMy WebLinkAbout059399-R3 - General - Contract - Shermco Industries Inc.csc No. 59399-R3 CITY OF FORT WORTH CONTRACT RENEWAL NOTICE February 23, 2026 Shermco Industries Inc. Attn: Kim Drake-Loy or Whom It May Concern 2425 E. Pioneer Drive Irving, TX 75061 Re: Contract Renewal Notice — 3rd Renewal Switchgear Repair and Replacement Services Contract CSC No. 59399 (M&C 23-0300) Original Contract Amount: $ 666,666.66 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.�ov/purchasin� 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, ���c^�.�'.�.6� �2���� Shatabya Bergland Sr. Contract Compliance Specialist (817) 392-8277 OFFIGIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Purchase of Goods (4.02.25) Page 1 of 2 CSC No. ACCEPTED AND AGREED: CITY OF FORT WORTH i By: Name: Jesica McEachern Title: Assistant City Manager Date: O�/02�2�26 APPROVAL RECOMMENDED: ch ris�fo�p her �-� rd e►� $y; Christopher Harder ( eb 24, 2026 10:38:54 CST) Name: Chris Harder Title: Water Department Director ATTEST: �o Fonr°°e ��o�oo 00�09=0 A ..�k.�.=m-x.x oa� � *p (\�� °ana neons4a By: � Name: Jannette S. Goodall Title: City Secretary CONTRACTOR: Shermco Industries Inc. �M. y�,,,,�..�: Si By: Name: Kim Gawronski Title: Date: Sr. Director, Legal/Risk 23-Feb-2026 � 11:12 AM CST 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. QFa� $y; Shatabya Ber�land (Feb 24, 2026 10:24:41 CST) Name: Shatabya Easley Title: Sr. Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: By: Douqlas Black (Feb 25, 2026 17:10:36 CST) Name: Douglas. W. Black Title: Sr. Assistant City Attorney AUTHORIZATION: M&C: 23-0300 Date Approved: 4/25/2023 Form 1295 Certification No.: 2023-983943 �FFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Purchase of Goods (4.02.25) Page 2 of 2 City of Fort Worth, Mayor and DATE: 04/25/23 Texas Council Communication M&C FILE NUMBER: M&C 23-0300 LOG NAME: 13P ITB 23-0031 SWITCHGEAR REPAIR AND REPLACEMENT SRVS AW WATER SUBJECT (ALL) Authorize Execution of Agreements with Electrical Reliability Services, Inc., National Electrical Services, Inc. dba National Field Services, and Shermco Industries, Inc. for Switchgear Repair and Replacement Services for the Water Department in a Combined Annual Amount Up to $2,000,000.00 and Authorize Four, One-Year Renewals in the Amount of $2,400,000.00 for the First Renewal, $2,880,000.00 for the Second Renewal, $3,456,000.00 for the Third Renewal, and $4,147,200.00 for the Fourth Renewal RECOMMENDATION: It is recommended that the City Council authorize execution of agreements with Electrical Reliability Services, Inc., National Electrical Services, Inc. dba National Field Services, and Shermco Industries, Inc. for switchgear repair and replacement services for the Water Department in a combined annual amount up to $2,000,000.00 and authorize four, one-year renewals in the amount of $2,400,000.00 for the first renewal, $2,880,000.00 for the second renewal, $3,456,000.00 for the third renewal, and $4,147,200.00 for the fourth renewal. DISCUSSION: The Water Department approached the Purchasing Division for assistance with securing an agreement for switchgear repair and replacement services on an as-needed basis. Under the proposed agreements, the vendors will provide field and shop repairs on electric switchgear equipment located at water and wastewater treatment plants, and pump stations. In the event the electrical component cannot be repaired, the vendors will offer options of replacement components to ensure the electric power distribution systems remain in an operable state. Purchasing issued an Invitation to Bid (ITB) that consisted of detailed specifications including the certification and licensing requirements of prospective vendors, the equipment required to perform repairs, and the response time needed to ensure repairs are performed in a timely manner. The ITB was advertised in the Fort Worth Star-Telegram on February 8, 2023, February 15, 2023, February 22, 2023, and March 1, 2023. The City received three responses. An evaluation panel consisting of representatives from the Water and Transportation 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 Electrical Reliability Services, Inc National Electrical Services, Inc. Shermco Industries, Inc. Best Value Criteria: Evaluation Factors a b c d Total score � � . I I 11.88I �7.50I � 13.13I �30.52I I 63.02 I dba National Field Servicesll12.50I�7.50I�12.501�32.6511 65.15 I I�13.13I�7.50I�12.50��35.00�� 68.13 � a. Contractor's availability of equipment and certified personnel to perform services b. Contractor's ability to perform services in a timely manner c. Extent to which the services meet the City's needs d. Cost of service After evaluation, the panel concluded that Electrical Reliability Services, Inc., National Electrical Services, Inc. dba National Field Services, and Shermco Industries, Inc. presented the best value. Therefore, the panel recommends that Council authorize agreements with Electrical Reliability Services, Inc., National Electrical Services, Inc. dba National Field Services, and Shermco Industries, Inc. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendors' bids met specifications. Due to market volatility caused by supply chain disruptions, it may be necessary to increase the total compensation for each annual renewal term. Therefore, it is recommended that Council authorize a total compensation increase for the renewal terms, if exercised, of 20% each year. The total compensation for the initial term of the contracts shall not exceed $2,000,000.00, $2,400,000.00 for the first renewal, $2,880,000.00 for the second renewal, $3,456,000.00 for the third renewal, and $4,147,200.00 for the fourth renewal. FUNDING: The maximum amount allowed under this agreement for the initial term will be $2,000,000.00; 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 account of the Wastewater Departments rollup 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 at the amounts authorized through this Mayor & Council Communication. 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 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 Oriainatina Business Unit Head: Additional Information Contact: Dana Burghdoff 8018 Reginald Zeno 8517 Christopher Harder 5020 Jo Ann Gunn 8525 Alyssa Wilkerson 8357 Expedited F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Shermco Industries, Inc. Subject of the Agreement: Switchgear Repair and Replacement Services 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 "PermanenY'? *Yes ❑ No 0 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: 5/15/2026 Expiration Date: 5/14/2027 If different from the approval date. 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. Proj ect Number: If applicable. n/a *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 processin� 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