Loading...
HomeMy WebLinkAboutContract 45016-A1 CSC NO. qqj lV - A-j AMENDMENT NO. 1 TO A-1 WRECKER SERVICE,LLC CITY SECRETARY CONTRACT NO. 45016 POLICE INITIATED TOWING SERIVCE AGREEMENT This Amendment is entered into by and between the City of Fort Worth (hereafter "City"), a home rule municipal corporation organized under the laws of the State of Texas, with its principal place of business at 1000 Throckmorton Street, Fort Worth, Texas, and A-1 WRECKER SERVICE,LLC, herein after referred to as"Contractor", acting herein by and through VSF Properties, LTD, its Member, by VSF Management, LLC its General Partner, by Jerry Clay, Jr., Manager, its duly authorized representative. WHEREAS, the parties have previously entered into City of Fort Worth City Secretary Contract No. 45016(the"Contract'), which was executed on October 20, 2013 and WHEREAS, the City and Contractor entered into a police initiated towing service to provide police initiated wrecker services for vehicles that have either been abandoned, involved in a collision,parked or operated in violation of law, and/or needs to be checked for evidence; and WHEREAS,the original term of the Contract expires on September 30, 2014; and WHEREAS, the City and Contractor now wish to renew the term of the Agreement and amend the original Contract to reduce the number of standard trucks from two to one and increase the required number of flatbeds to three. NOW, THEREFORE, City and Contractor, acting herein by the through their duly authorized representatives, enter into the following agreement to amend the contract: 1. Deleting the current text of Section 4.1 Vehicles, and Section 4.1(a)(1), Standard and Car Carrier, and replace it with the following: a) Contractor must maintain a minimum of four (4) wreckers to include a minimum of three (3)tilt bed/roll back/flatbed dual rear wheel wreckers and a minimum of one (1) other vehicles at the discretion of the Contractor that meet the minimum TDLR requirements. Amendment No. 1 Page 1 of 3 OFFICIAL RECORD CITY SECRETARY FT,WORTH,TX (I)Standard and Car Carrier. A minimum of four (4) wreckers, one of which shall be not less than 14,000 pounds gross vehicle weight and one of which shall be not less than 10,000 pounds gross vehicle weight, dual rear wheels, equipped with a hydraulic operated winch, winch lines, and a boom rated at not less than 8,000 pound lift capacity and a wheel lift device rated at not less than 2,500 pounds. A minimum of three(3)tilt bed/roll back/flatbed dual rear wheel wreckers rated at not less than 14,000 pounds gross vehicle weight. 2. Section 2, Term. The term of the Agreement is hereby renewed. The current term will expire on September 30, 2016, unless terminated earlier in accordance with the Agreement. 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. Executed on this the day of6P2016. -a -- CITY OF FORT NORTH: A-I WRECKER SERVICE, LLC B v"�lJ" B Y� Y: Valerie R. Washington ry Clay,-Jr , Manager Assistant City Manager Q Date: lb Rll� Date: APPROVAL RECOMMENDED A-1 Wrecker Service,LLC J By: VSF Properties,Ltd, its Member By: VSF Management,LLC, its General -12,//Ch4iel F. Fitzgerald Partner Chief of Police Date: 6q-jti-1 Jerry , Jr., Man er Amendment No. 1 Page 2 of 3 APPROVED AS TO FORM AND LEGALITY: By: j o Ann to �= Assistant City Attorney ' r ATTE t ®a 4 By: Ma K#sd 9 aUP City Secretary Contract Authorization: Ls M&C: C-26465 Date Approved:09/24/13 City Ordinance:Chapter 34 Article V,Wreckers Amendment No. 1 Page 3 of 3 rOFFICIAL RECORD SECRETARY WO RTH TX M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT WORTH COUNCIL ACTION: Approved on 9/24/2013 REFERENCE ** 35FY14POLICE DATE: 9/24/2013 NO.: C-26465 LOG NAME: INITIATEDTOWING CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Agreements with Compliant Wrecker Companies for Police Initiated Towing Services for the Police Department (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of Agreements with compliant wrecker companies for police initiated towing services for the Police Department. DISCUSSION: On September 18, 2012, (M&C C-25842) the City Council authorized extending contracts for one year for police initiated towing services with several wrecker companies, all of which are located in Fort Worth, to ensure an adequate level of police initiated towing service throughout the City of Fort Worth. On July 3, 2013, the City released a Request for Qualifications (RFQ) to provide police initiated towing services for the Fort Worth Police Department. Annual costs for Fiscal Year 2014 are estimated to be in the total amount of$1,600,000.00. For Fiscal Year 2013, the estimated cost is in the amount of$1,382,304.00 for all contracts. These costs are offset by fee revenue. BID ADVERTISEMENT- This RFQ was advertised every Wednesday in the Fort Worth Star- Telegram from July 3, 2013 through August 7, 2013. Fifty-two vendors were solicited from the purchasing vendor database; twenty-nine proposals were received. The proposals were reviewed by an evaluation committee that consisted of staff from the Police Department. The committee ranked the qualifications based on the evaluation factors outlined in the RFQ, including current operations, prior experience, success in the towing industry, safety record, compliance, claims and litigation, reputation, equipment and completion of the qualifications. The committee selected 24 companies to enter into Agreements with for Fiscal Year 2014. PRICING ANALYSIS -The annual estimated cost is 16 percent higher than pricing on the Fiscal Year 2013 Agreements. However, costs are offset by fee revenue. M/WBE Office-A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Police Department and approved by the M/WBE Office, in accordance with the BIDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. AGREEMENT TERMS - These Agreements will have a one-year initial term beginning on October 1, 2013 through September 30, 2014. RENEWAL OPTIONS - These Agreements may be renewed for up to four successive one-year terms at the City's option. 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. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds will be available in the Fiscal Year http://apps.cfwnet.org/council_packet/me_review.asp?ID=18991&councildate=9/24/2013 10/6/2016 M&C Review Page 2 of 2 2014 operating budget, as appropriated, of the General Fund, in accordance with the budget approved by the Fort Worth City Council on September 17, 2013. TO Fund/Account/Centers FROM Fund/Account/Centers GG01 462624 0357201 $0.00 GG01 539120 0357201 $0.00 Submitted for City Manager's Office by: Charles Daniels (6199) Originating Department Head: Jeffrey W. Halstead (4210) Additional Information Contact: Aya Ealy (4239) ATTACHMENTS Vendors attached to MC.doc http://apps.cfwnet.org/council_packet/mc_review.asp?ID=18991&councildate=9/24/2013 10/6/2016