Loading...
HomeMy WebLinkAboutContract 52194 CITY SECRETARY CONTRACT NO. 591 VENDOR SERVICES AGREEMENT ROADSIDE TIRE SERVICES This VENDOR SERVICES AGREEMENT ("Agreement") iE made and entered into by and between the CITY OF FORT WORTH("City"),a Texas home rule murdcipal corporation,acting by and through its duly authorized Assistant City Manager, and RICK'S TIRE SERVICE, INC. ("Vendor"), a Texas corporation, acting by and through its duly authorized representative, each individually referred to as a"party"and collectively referred to as the"parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Vendor Services Agreement; 2. Exhibit A—Scope of Services; 3. Exhibit B—Price Schedule; 4. Exhibit C—Verification of Signature Authority Form; and 5. Exhibit D—City of Fort Worth Bid Solicitation ITB/RFP No. 19-0070 and Vendor's response to the Bid Solicitation. Exhibits A, B, C, and D, which are attached hereto and incorporated herein by reference, are made a part of this Agreement for all purposes.In the event of any conflict between the terms and conditions of Exhibits A, B,C,or D and the terms and conditions set forth in the body of this Agreement,the terms and conditions of this Agreement shall control. 1. SCOPE OF SERVICES. Vendor shall supply City with labor and parts to provide roadside-dre repair services for the City's fleet("Services").Exhibit"A,"-Scope of Services more specifically describes the Services to be provided hereunder. 2. TERM. This Agreement shall begin on April 16,2019("Effective Date")and shall expire on April 15,2020 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). Upon the expiration of the Initial Term, at the City's sole discretion the Agreement may be renewed under the same terms and conditions for up to four(4)one-year renewal periods. 3. COMPENSATION. City shall pay Vendor in accordance with the fee schedule of Vendor personnel who perform Services under this Agreement in accordance with the provisions of this Agreement and Exhibit`B,"Price Schedule. Total payments made under this Agreement during the Initial Term shall not exceed$1,300,820. Vendor shall not perform any additional services or bill for expenses incun-ed for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. TERMINATION. Vendor Services Agreement—Roadside Tire Services Page 1 of 27 Kick's Tire Service, Inc. OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or in,;ufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor shall provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor shall return all City provided data to City in a machine readable format or other format deemed acceptable to City. The Vendor shall not be reimbursed for any profits which may have been anticipated, but which have not been earned up to the date of termination. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL:INFORMATION. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers,agents and employees, agrees that it shall treat all information provided to it by City ("City Information") as confidential and shall not disclose any such information to a third party without the prior written approval of City. 5.3 Unauthorized Access.Vendor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otberwise corrupt City Information in any way. Vendor shall notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Vendor shall, in good faith, use all commercially reasonable efforts to cooperate with City in identifying;what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. RIGHT TO AUDIT. Vendor agrees that City shall, until the expiration of three(3)years after final payment under this contract,or the final conclusion of any audit commenced during the said three years,have access to and the right to examine at reasonable times any directly pertinent books,documents,papers and records,including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. 7. INDEPENDENT CONTRACTOR Vendor Services Agreement—Roadside Tire Services Page 2 of 27 Rick's Tire Service,Inc. It is expressly understood and agreed that Vendor shall operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, consultants and subVendors. Vendor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, Vendors and subVendors. Vendor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City shall in no way be considered a Co-employer or a Joint employer of Vendor or any officers,agents,servants, employees or subVendor of Vendor. Neither Vendor, nor any officers, agents, servants, employees or subVendor of Vendor shall be entitled to any employment benefits from City. Vendor small be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees or subVendor. 8. LIABILITY AND INDEMNIFICATION. 8.1 LIABILITY- VENDOR SHALL BE LIABLE AND Rls'SPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 8.2 GENERAL INDEMNIFICATION-VENDOR HERERYCOVENANTSANDAGREES TO INDEMNIFY,HOLD HARMLESS AND DEFEND CITY,ITS OFFICERS,AGENTS,SERVANTS AND EMPLOYEES,FROMAND AGAINSTANYAND ALL CLAIMS OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS)AND/OR PERSONAL INJURY,INCLUDING DEATH, TO ANYAND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH 2HIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR,ITS OFFICERS,AGENTS,SERVANTS OR EMPLOYEES. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay shall not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section,Vendor shall have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City shall have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City shall have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor shall fully participate and cooperate with City in defense of such claim or action. City agrees Vendor Services Agreement—Roadside Tire Services Page 3 of 27 R.ick's Tire Service,Inc. to give Vendor timely written notice of any such claim or action,with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses shall not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or,if as a result of a settlement or compromise,such use is materially adversely restricted, Vendor shall, at its own expense and as City's sole remedy, either; (a) procure for City the right to continue to use the software and/or documentation;or(b)modify the software and/or documentation to make it non-infringing, provided that such modification does, not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible, and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement,and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 9. ASSIGNMENT AND SUBCONTRACTING. 9.1 Assignment. Vendor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment,the assignee shall execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement.Vendor and Assignee shall be jointly liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, sub Vendor shall execute a written agreement with Vendor referencing this Agreement under which sub Vendor shall agree to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor shall provide City with a fully executed copy of any such subcontract. 10. INSURANCE. Vendor shall provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Insurance Limits (a) Commercial General Liability—Vendor shall maintain commercial general liability (CGL)and, if necessary, commercial umbrella insurance as follows: $1,000,000 each occurrence $2,000,000 aggregate If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this Agreement. (i) City shall be included as an additional insured with all rights of defense under the CGL,using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to C ity. The Commercial General Vendor Services Agreement—Roadside Tire Services Page 4 of 27 Rick's Tire Service,Inc. Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy,unless City specifically approves such exclusions in writing. (ii) Vendor waives all rights against City and i,s agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with Agreement. (b) Business Auto — Vendor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance as follows: $1,000,000 each accident (or reasonably equival,:nt limits of coverage if written on a split limits basis). Such insurance shall cover liability arising out of"any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course: of this Agreement. If Vendor owns no vehicles,coverage for hired or non-owned is acceptable. Vendor waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by Vendor pursuant to this Agreement or under any applicable auto physical damage coverage. (c) Worker's Compensation — Vendor shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance as follows: Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease—policy limit $100,000 disease—each employee Vendor waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by Vendor pursuant to this Agreement. (d) Professional Liability(Errors&Omissions)—If appropriate, Vendor shall maintain professional liability insurance as follows: $1,000,000-Each Claim Limit $1,000,000-Aggregate Limit Vendor Services Agreement—Roadside Tire Services Page 5 of 27 Rick's Tire Service,Inc. Professional Liability coverage may be provided through an endorsement to the Commercial General Liability policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims-made, and maintained for the duration of the contractual agreement,and for three (3) years following completion of services provided. The policy shall contain a retroactive date prior or equal to the Effective Date of the Agreement or the first date of services to be performed, whichever is earlier. An annual certificate of insurance shall be submitted to City to evidence coverage. 10.2 General Insurance Requirements (a) Certificates of insurance evidencing that Vendor has obtained all required insurance shall be attached to this Agreement concurrent with its execution. Any failure to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. (b) Applicable policies shall be endorsed to name City as an Additional Insured thereon,subject to any defense provided by the policy, as its interests may appear. The term City shall include its employees,officers,officials,and agents as respects the contracted services. Applicable policies shall each be endorsed with a waiver of subrogation in favor of City with respect to this Agreement. (c) Certificate(s)of insurance shall document that insurance coverage limits specified in this Agreement are provided under applicable policies documented thereon. Vendor's insurance policy(s) shall be endorsed to provide that said insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. Vendor's liability shall not be limited to the specified amounts of insurance required herein. (d) Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. City must approve in writing any alternative coverage for it to be accepted. (e) A minimum of thirty (30) days' notice of cancellation or material change in coverage shall be provided to City. A ten(10)days' notice shall be acceptable in the event of non-payment of premium. (f) Insurers must be authorized to do business in.the State of Texas and have a current A.M. Best rating of AXII or equivalent measure of financial strength and solvency. (g) Any deductible or self-insured retention in excess of$25,000 that would change or alter the requirements herein is subject to approval in writing by City, if coverage is not provided on a first-dollar basis. City, at its sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to City. Vendor Services Agreement—Roadside Tire Services Page 6 of 27 Rick's Tire Service,Inc. (h) In the course of the Agreement, Vendor shall report, in a timely manner,to City's Contract Compliance Manager any known loss or occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. (i) City shall be entitled, upon its request and without incurring expense, to review Vendor's insurance policies including endorsements thereto' and, at City's discretion, Vendor may be required to provide proof of insurance premium payments. (j) Lines of coverage, other than Professional Liability, underwritten on a claims- made basis, shall contain a retroactive date coincident with or prior to the date of this Agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. (k) Coverages, whether written on an occurrence ::)r claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the Project until final payment and termination of any coverage required to be maintained after final pay ments. (1) City shall not be responsible for the direct payment of any insurance premiums required by this Agreement. (m) Subcontractors of Vendor shall be required by Vendor to maintain the same or reasonably equivalent insurance coverage as recuired for Vendor. Upon City's request, Vendor shall provide City with documern ation thereof. 11. COMPLIANCE WITH LAWS,ORDINANCES,RULES AND REGULATIONS. Vendor agrees that in the performance of its obligations hereunder, it shall comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor shall immediately desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Vendor, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder,it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, SUBCONTRACTORS OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or Vendor Services Agreement—Roadside Tire Services Page 7 of 27 Rick's Tire Service,Inc. representatives,(2)delivered by facsimile with electronic confirmatior.of the transmission, or(3)received by the other party by United States Mail,registered,return receipt regt.ested, addressed as follows: To CITY: To VENDOR: City of Fort Worth Rick's Tire Service,Inc. Attn:Jesus J.Chapa, Assistant City Manager Attn:Dewayne Lewis,President 200 Texas Street 3004 E.Abram St. Fort Worth,TX 76102-6314 Arlington, TX 760 1.0 Facsimile:(817) 392-8654 Facsimile:(817) 649-7811 With copy to Fort Worth City Attorney's Office at same address 14. SOLICITATION OF EMPLOYEES, Neither City nor Vendor shall, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent contractor,any person who is or has been employed by the other during the term of this Agreement,without the prior written consent of the person's employer.Notwithstanding the foregoing,this provision shall not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. NO WAIVER The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. GOVERNING LAW/VENUE. This Agreement shall be construed in accordance with the laws of the State of Texas.If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 18. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. FORCE MAJEURE. Vendor Services Agreement—Roadside Tire Services Page 8 of 27 Kick's Tire Service,Inc. City and Vendor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due.to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only, shall not be deemed a part of this Agreement,and are not intended to define or limit the scope of any provision of this Agreement. 21. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or Exhibits A, B, and C. 22. AMENDMENTS/MODIFICATIONS/EXTENSIONS. No amendment, modification, or extension of this Agreement shall be binding upon a party hereto unless set forth in a written instrument,which is executed by an authorized representative of each party. 23. ENTIRETY OF AGREEMENT. This Agreement, including Exhibits A, B and C, contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. COUNTERPARTS. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. 25. WARRANTY OF SERVICES. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards.City must give written notice of any breach of this warranty within thirty(30)days from the date that the services are completed. In such event, at Vendor's option, Vendor shall either (a) use commercially reasonable efforts to re-perform the services in a manner tha:,:conforms with the warranty,or (b)refund the fees paid by City to Vendor for the nonconforming services. 26. IMMIGRATION NATIONALITY ACT. Vendor shall verify the identity and employment eligibility of it, employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Vendor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall adhere to all Vendor Services Agreement—Roadside Tire Services Page 9 of 27 Kick's Tire Service,Inc. Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLE$S FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR IdCENSEES. City, upon written notice to Vendor, shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. 27. OWNERSHIP OF WORK PRODUCT. City shall be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in conjunction with the services provided under this Agreement(collectively, "Work Product"). Further, City shall be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product shall inure to the benefit of City from th.- date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product shall be considered a "work-made-for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work-made-for-hire" within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright,patent,trademark,trade:secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 28. SIGNATURE AUTHORITY. The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party,and that such binding;authority has been granted by proper order,resolution,ordinance or other authorization ofthe entity.This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor whose name,title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit"C". Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. CHANGE IN COMPANY NAME OR OWNERSHIP Vendor shall notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The p,-esident of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 30. PROHIBITION ON CONTRACTING WITH COMPANIJS'.CHAT BOYCOTT ISRAEL Vendor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for good, or services unless the contract contains a written verification from the company that it:(1)does not boycott Israel; and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel"and"company"shall have the meanings Vendor Services Agreement—Roadside Tire Services Page 10 of 27 Rick's Tire Service,Inc. ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and(2)will not boycott Israel during the term of the contract. IN WITNESS WHEREOF, the parties hereto have executed this Agreement to be effective on the Effective Date stated in Section 2. (signature page follows) Vendor Services Agreement—Roadside Tire Services Page 11 of 27 Rick's Tire Service,Inc. ACCEPTED AND AGREED: CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the in and administration of By, is contra e I performance and Name: Jesus J. Chapa reporting requiremen Title: Assistant City Manager Date: By: am n Sh or APPROVAL RECOMMENDED: Title: Sr. Admims a ive Services Manager By: APPROVED A$TO FORM AND LEGALITY: Tm : ger ables tle'Acting: ro rty Management Director By: Name: Richard A. McCracken ATTEST: Title: As&istant City Attorney CONTRACT AUTHORIZATION: By. ,�O� 4&C: P.IM2. J4/Iw�t� i 1295: � ? �9 ame: M ay er .� Title: City ecretary VENDOR: Rick's Tire Service,Inc. ATTEST: By:_ By: f Name: D.w.j�< %-f w:r Name: Title: P r.r;d<,�l Title: e c d- Date: y— t—i q Vendor Services Agreement—Roadside Tire ServicesW65 2 Rick's Tire Service,Inc. . ` SECRkTQRY FT W(?M,TX EXHIBIT A SCOPE OF SERVICES Vendor shall supply the City of Fort Worth with roadside tire repair and replacement parts and labor("Services"),on an as needed basis twenty-four(24)hours per day,365 days a year. The City of Fort Worth's needs and requirements for twenty-four (24) hours per day, seven (7) days per week services availability does not recognize holidays, over-time, after-hours or emergency services as additional fees to be charged to the City. The Services include, but are not limited to, tires, tubes, retreading or recapping where applicable, as determined by City personnel and any additional supplies needed to ensure a complete, safe and proper tire repair. The City of Fort Worth shall be Vendor's highest priority customer at all times during the term of the Agreement. DEFINITIONS First Responder Vehicle/Equipment: Any type of vehicle/equipment utilized by the City of Fort Worth's Police or Fire Department respectively. These vehicle(s)/�quipment require immediate attention by Vendor and require their own response times. PMD Fleet Division: The City of Fort Worth's Property Management Fleet Division Light Duty Vehicles:.Vehicles with a*Gross Vehicle Weight under 10,000 pounds. National Association Fleet Administrators (NAFA) Class codes 8,500 (1000-2999). Medium/Heavy Duty Vehicles: Vehicles with a Gross Vehicle Weight over 10,000 pounds. NAFA Class codes(3,000-8999). NAFA Class Codes: Standard vehicle and equipment classification system created and maintained by National Association of Fleet Administrators Fleet Management Association. OEM: Original Equipment Manufacturer(OEM)—is a company that supplies equipment to other companies to resell or incorporate into another product using the Manufacturer's brand name. It also may be used to refer to the company that acquires a product or component and reuses or incorporates it into a new product with its own brand name. Services: Roadside tire repair and tire replacement services. Pursuit and Performance Tires-Pursuit and Performance Tires for marked City of Fort Worth Police Department vehicles- Tires shall be new, standard production tires expressly designed and certified by the manufacturer for high-speed operations or as determined by the City and shall exhibit exceptional safety, stability, handling and stopping characteristics. Vendor Services Agreement Page 13 of 27 Associated Supply Company,Inc. Specialty/ Off-road Equipment: A piece of equipment with unique or specialized performance capabilities that allow it to perform prescribed task. NAFA Class Codes (000-0999&9000-9999) SCOPE OF WORK Tires and Tubes: All tires and tubes to be used by the Vendor for City vehicles and equipment must be new, in unused condition and in current production that. carry all applicable markings and requirements by the Federal Government and in compliance with all federal, state and local ordinances and regulations.The City requires vendors to provide Roadside Tire Services that can efficiently and expertly handle the following fleet tire needs: Pursuit and Performance Tires for marked City of Fort Worth Police Department vehicles may not be repaired by Plug or Patch and Plug methods. All Pursuit and Performance Tires needing repair must be serviced by installing a new and pursuit designated tire for the application. In the event the City has a stock of new, unused vehicles as a result of new units being purchased for the fleet;and those units being furnished with a spare(wheel/tire) setup,the Vendor shall pick up a spare from a designated location(s) prior to reporting to the requested Roadside Service location to perform requested services. The amount of available inventory will be agreed to with the CFW service location prior to reporting to the assigned service. Inventory levels can change as any time. Vendor is not permitted or authorized to put recapped tires on 13olice pursuit vehicles. In the event specialty tires for Police and Fire Department equipment are not available, a mismatched tire may be utilized to repair the vehicle to operating condition temporarily. However, any mismatched tires must be replaced to an acceptable condition within a 24 hour period of when the specialty tire has become available. Automobile/Passenger Tires — Tires shall be of standard OEM quality equal to or superior in every respect to those normally furnished as original equipment for such vehicles or as determined by the City or furnished by the City to the City's stock. Light Duty Trucks: Radial and Bias-Tires shall be of standard OEM quality equal to or superior in every respect to those normally furnished as original equipment for such vehicles or as determined by the City or furnished by the City to the City's stock. Medium/Heavy Duty Vehicles - Tires shall be of standard OEM quality equal to or superior in every respect to those normally furnished as original equipment for such vehicles or as determined by the City or furnished by the City to the City's stock. Specialty/Off-Road Equipment (Agricultural/Construction[[ndustrial): Radial and Bias- Specialty tires may include, but are not limited to, all-terrain vehicles, agricultural, industrial, construction, aviation, and parks maintenance. These tires shall be new, standard production and shall be of OEM quality equal to or superior in every respect to those normally furnished as the original equipment for such vehicles. If authorized by City personnel, recapped tires by be substituted as replacement tires. Vendor Services Agreement—Roadside Tire Services Page 14 of 27 Kick's Tire Service,Inc. Every tire furnished to the City by the Vendor shall bear the name and serial number of the manufacturer,and shall be guaranteed to be free from defects in workmanship and material without limit as to time or mileage. If the City's examination shows such tire:has failed under the terms of this guarantee, the Vendor shall make an allowance based on manufacturer's warranty on the purchase of a new tire. All tires are to be of current production and must carry all marking required by the Federal Government, under no circumstances will a production date for any tire exceed thirty six (36) months from the date the contract goes into effect. All tires removed by the Vendor for repair or replacement must be returned to PMD's Fleet Division, 5021 James Ave., Fort Worth, Texas 76115 for a proper disposal protocol as approved by Texas Commission Environmental Quality. The Vendor must notate by some method on tire (ie: chalk mark)the thread depth so that appropriate City personnel can determine whether the tire may be re-used on a non- Pursuit vehicle or put into the disposal area for environmental friendly disposition. Arrangements for specialty tires or the stocking of tires at the vendor's facility during off-hours, weekends, holidays, etc. must be pre-arranged with authorized City personnel. Authorized personnel are: Fleet Superintendent and Fleet Supervisor. The Vendor shall provide disposal services of tires, except for predetermined tyres sizes that City requests that the Vendor deliver to the City. The Vendor shall allow the City full access to the Vendor's tire drop off locations. Vendor must retain tires that Vendor has removed from City vehicles up to 48 hours for City confirmation of compliance with the repair/replacement guideline,, contained in the agreement. City may require Vendor to deliver tires that have been removed from City Vehicles to a City Facility or to allow City staff to inspect tires removed from City vehicles at the Vendor's tire drop off location. The Vendor shall provide monthly reports on City of Fort Worth disposed tires and the disposal Vendor for auditing purposes. Vendor shall provide a copy of the bill of lading or receipt confirming all City of Fort Worth disposed tires have been disposed of properly by Vendor's disposal services vendor. The Vendor shall provide a monthly report on the use of recap tires and the savings incurred by the City for use of recap tires. The City of Fort Worth will permit recaps that are 11R22.5 and 11.R22.5. The tread design is a combination road and all terrain tread. Operating procedures must conform to industry recognized standards and related DOT standards in the areas of: Casing condition; Casing grading and inspection; amount of repairable items; buffing and cementing; tread rubber application; curing; trimming and finishing; and final inspection. The City currently authorizes recap tires for use on Vendor Services Agreement—Roadside Tire Services Page 15 of 27 Rick's Tire Service,Inc. the rear axle of dump trucks and brush trucks. The City reserves the right to request further sizes if deemed needed. All tire repairs must meet U.S tire manufacturer's association repair-guidelines along with current industry standards. Vendor Duties for general Roadside Tire Service include the following services: •Flat-rate Plug and Patch •New Tire Mounts • Recapping (when applicable) • Wheel Balancing (when applicable) Vendor Duties for Specialized units for Roadside Tire Service include the following services: (Minimal number of units requiring these duties.) • Flat-rate Plug and Patch •New Tire Mounts • Recapping (when applicable) • Wheel Balancing (when applicable) • Installation, removal or replacement of antifreeze in specialty equipment tires • Installation, removal or replacement of silicone in specialty equipment tires • Installation, removal or replacement of water in specialty equipment tires • Installation, removal, or replacement of foam in specialty equipment tires Tire repairs shall be considered but not limited to break downs,and must be plugged on the outside and patched on the inside, changing stems &tubes when required. Tire repairs are to be included as part of the Flat Rate Service fee and no other charges will apply unless specifically requested by the City and listed as a separate financial repair as being indicated as a Line Item on the Bid Solicitation Sheets included in the ITB. A tire repair is described at a minimum, but not limited to: •Raise vehicle to remove wheel from axle • Disassemble tire from wheel rim •Patch&Plug tire, patch tube when applicable • Reassemble onto wheel rim • Inflate tire to manufactures' recommended air pressure • Reinstall wheel on vehicle •Reset Tire Pressure Sensors (TPS)on vehicle equipped with air sensors whenever possible Tire Replacement shall be considered purchasing and mounting of new tire(s) where additional price of tire and or tube will be added to the service call charge. The Vendor shall be an authorized dealer under the current Texas State Tire Contract; tires that may not be on the Texas State Tire Contract should only be used on City Specialty equipment within Tarrant County. Tires charged to the City must be from the most current price lists on the contract,with the exception of Specialty Equipment tires/tubes not listed on the current Texas State Tire contract. Vendor Services Agreement—Roadside Tire Services Page 16 of 27 Rick's Tire Service,Inc. The Fleet Division will supply rims to the vendor for Police Patrol tires and they should be mounted with tires and balance ready for use at the vendor's warehouse. All large truck tires, including fire truck tires,will be mounted but not balanced,Fleet staifwill balance them as needed. Vendor shall supply the City with a 225-60-R18 Dodge Charger wheel and tire assembly for Police Department vehicles. Inventory levels carried by the Vendor may change due to City's needs and inventory levels of the City. Current requested levels will be variance of min 0 to max of 5 assemblies. The City may provide Vendor with additional spec:;fic requirements regarding inventory of Police Department items that should be stocked by Vendor. GENERAL REOUMEMENTS Vendor shall furnish to City designated personnel, a complete list of its organization's contact names, corporate telephone and cellular numbers and roadside repair vehicles makes/models and their capabilities. Vendor shall comply with all City, County, State and Federal rules, ordinances, laws and regulations as set forth now and any enacted in the future.This includes but is not limited to, state of Texas requirements for legal tread depth. Any tire found to not meet the State regulations shall be the responsibility of the vendor to repair or exchange with a tire of compliance standards. Vendor must furnish to the City copies of all certificates and/or licenses required by the ITB specifications and City, State and Federal rules, ordinances, laws and regulations as set forth now and enacted in future evidencing extent of Vendor's authority. Vendor shall keep their certificates and/or licenses up to date throughout the life of the Agreement and submit copies to the City if any amendments or renewals occur. Vendor will keep accurate records of each service call identifying v(;hicle/equipment number and any other information required by the City as well as all records required by the Fleet Division, County, State and Federal rules, ordinances, laws and regulations as set forth now and any enacted in future. Vendor shall submit copies of the records to City of Fort Worth designated personnel when requested. Vendor shall notify immediately, the appropriate City designated personnel of vehicle(s)/equipment tires/tubes that fail to operate as designed. Upon completion of repairs or replacements made to vehicles(s)/equipment, any failures of tires/tubes and the reason for failure shall be indicated in reports submitted to the Fleet Division Supervisor. Vendor agrees that all Services to be provided by Vendor pursuant to this Agreement shall be subject to the City's review and approval and shall be in accordance with the generally accepted standards of practice of the state of Texas,as may be applied to the type of Services to be rendered, as well as in accordance with all laws, statutes, ordinances, codes, rules, regulations and requirements of any governmental agencies which regulates or may have jurisdiction over the services to be provided. Vendor Services Agreement—Roadside Tire Services Page 17 of 27 Rick's Tire Service,Inc. Except as otherwise provided in the Agreement, the Vendor agrees not to disclose or use any information not available to members of the general public and gained by reason of the Vendor's contractual relationship with the City for the special gain or benei it of the Vendor or for the special gain or benefit of any other person or entity. Any incomplete services for any reason (example: delays due to inclement weather), vehicle(s) unable to be taken out of service or request to wait shall be rescheduled by mutual consent within a reasonable amount of time. The services to be performed shall be performed by the Vendor's own staff, unless otherwise authorized in writing by the City. The employment of, contract with, or use of the services of any other person or firm by the Vendor, as independent contractor or otherwise, shall be subject to the prior written approval of the city.No provision of this Agreement, however, shall be construed as constituting an Agreement between the City and any such other person or firm.Nor shall anything contained in this Agreement be deemed to give any such party or any third party any claim or right of action against the City beyond such as may otherwise exist without regard to this Agreement. Subcontracting is permitted upon written request and prior approval by authorized PMD Fleet Division personnel for specialty roadside tire services. Authorized personnel are: Senior Contract Compliance; Fleet Assistant Director, and/or Fleet Superintendent. If vendor responds to multiple vehicles or units at the same location during the same timeframe, only one service charge may be applied to the City. RESPONSE TIMES Maximum Response Time Limits by Vehicle Class Codes and Type(s) of Vehicles/Equipment: Upon notification by authorized City of Fort Worth personnel,Vendor shall be required to dispatch a service vehicle to address site requested and shall repair and/or replace tires on location. The Vendor's response time clock hall begin when the initial telephone call is made by City personnel requesting service. The time clock commences regardless of whether or not verbal communication is reached between City employee and Vendor. City personnel will leave a message for the Vendor with detail regarding service request, however, the response time clock begins when the message is placed. City personnel will leave a message for Vendor to return the call to Clity personnel quickly as time is of the essence. Detailed information, including City contact name and telephone number will be left. Details regarding requested service must be communicated verbally between City and Vendor staff to ensure accuracy. The following is an example of the Information City personnel will provide: Road Call Dispatch Re uired Inform tion Ex, `' le ' . Date of Service: 01/04/19 Vendor Services Agreement—Roadside Tire Services Page 18 of 27 Rick's Tire Service,Inc. Customer Name and Phone ?Jane:D`de> -' Unit Number/Last 6 #'s of `,202U'S98lL'�.5926 VIN Descriptive Information of White FordPickup'` Type Location of UnitPiveiue `, Repair Information L`.eFro'nt� ice-Flat' Vendor Contact -S00ke witli Work Order# 15;8.0Q0 Contract ID/Release# OO.d00b'OOUOUSS5/00,0'00333 Vendor must be onsite at the `requested response location' within the following time limits based on Vehicle/Equipment Class Codes or Type of Vehicle/Equipment requesting Roadside Tire Repair Service. The time allotment(s) for each service request begins when the City initiates a verbal request for Roadside Tire Service from the Vendor. Vehicle Class and/or Type of Vehicle Vendor's Vehicle Classification Maximum Code(s) Response Time Light Duty Vehicles <8500 GVW 60 minutes First Responder < 8500 GVW&; 45 Vehicles/Equipment (Regardless > 8500 GVW minutes of vehicle size) Vehicles/Equipment utilized < 8500 GVW& during Disaster Relief/Declared > 8500 GVW 30 Emergencies(Regardless of minutes vehicle size.) Medium/Heavy Duty Vehicles <8500 GVW&> 8500 GVW 60 minutes 0 GVW& Specialty/Off-road Equipment ><850 5000 GVW 60 minutes Vendor's service trucks shall be equipped and staffed to properly service all type of units owned and operated by the City, in regards to the requested service needs during the initial contact by City personnel. Vendor shall be responsible for the provisions of adequate and proper safety precautions for both the Vendor's employee and all persons in or around the work area(s). Vendor Services Agreement—Roadside Tire Services Page 19 of 27 Rick's Tire Service,Inc. VENDOR RESPONSIBILITIES AND REQUIRED EQUIPSE-NT Vendor shall not substitute required tire brand without prior authorization from appropriate City personnel. During the recovery of a declared disaster the Vendor shall give fast priority rights of service to the City for any road service tire request regarding equipment/vehicles utilized in the response of the declared disaster efforts. Vendor shall advise the City if in the Vendor's expert opinion improper operator procedure was the cause of or contributed to any tire failure/repair. The Vendor shall keep an inventory of tires of the appropriate sizes in stock and readily available to meet time requirements of the City's needs based on the tires requested on the pricing sheet in the ITB in Exhibit"D." This will include all rarely used but critically necessary limited production manufacturer runs of tires for fire apparatus. Vendor's equipment and tools shall comply with all local City, County, State and Federal rules, ordinances, laws and regulations as set forth now and any enacted in the future and shall remain current throughout the life of this Agreement. All equipment and tools used in the performance of this Agreement shall be fully maintained, clean, in good working condition, suitable for their intended purpose and operated by fully qualified and licensed personnel. Vendor shall, during all periods of the Agreement, make available, competent supervision of employees to assure complete and satisfactory fulfillment of the work and the terms of the agreement. The Vendor or a capable, fully authorized representative must be available during all work activities to receive any and all instructions from the City. The Vendor must be thoroughly familiar with and incorporate all safety measures pertinent to its operations into the services provided. This shall include, but not be limited to any local, City, County, State and Federal rules, ordinances, laws and regulations as set forth now and any enacted in the future and shall continue throughout the life of the agreen)enl.. Vendor shall be responsible for instructing and training its employees in all safety measures and(,ompliance. The Vendor shall at no time permit use of equipment or tools owned by Vendor or operate City-owned vehicles(s) being serviced in a manner as to create a safety hazard or cause dainage and/or injury to any person, vehicle or property. Vendor will be given a Repair Work Order Number and Equipmew Number each time a request for tire repair service is placed for tracking and accountability purposes. The City will not be held financially responsible for any requested service and its accompanying invoice/receipt of service that does not contain the Repair Work Order Number and Equipment Number. As the majority of requested service calls for disabled vehicles occur do not occur on City property,this information is critical for reconciliation, payment and auditing purposes. Vendor Services Agreement—Roadside Tire Services Page 20 of 27 Rick's Tire Service,Inc. The Vendor is required to retain all documents associated with this Agreement for a minimum of three(3)years electronically and in hard copy format. CITY OF FORT WORTH RESPONSIBILITIES The City reserves the right to abort a service run at no charge prior to the time a service truck is dispatched, or if a required response time is not met. To abort a service run, the City will contact Vendor by telephone or email to inform Vendor the services are no longer need. The City does not guarantee or imply the Vendor any specific ;amount of work, services, or commodities,which may be required under this Agreement.It is mutually understood between the parties that the Agreement needs cannot be forecasted and are estimates only based on prior fiscal year needs. The City shall have the right to inspect all services, equipment, and materials furnished by the Vendor. The City shall have the right to inspect any or all of the Vendor's facilities. ESTIMATED QUANTITIES The City of Fort Worth is only obligated to pay for services authorized by a City employee and actually performed by the Vendor. The quantities listed in the ITB are only estimates based on anticipated usage and are not an intent to purchase or a guarantee of future orders. The actual quantities may vary according to the needs of the City. Tire sizes,manufacturers and Specialty items listed in each category on the ITB's attached Pricing Sheet are examples only and shall not be limited to the size(s) needed for the City's fleet vehicles and equipment. Size and type of tires may vary but will be similar within each category. CONTRACT ADMINISTRATION Contract administration will be performed by the PMD's Contract Compliance. In the event the Vendor fails to perform according to the terms of the agreement,the Department head or his/her designee will notify the Vendor, in writing, of its failures. The Vendor will be paid only those sums due and owing under the agreement for services satisfactorily rendered, subject to offset for damages and other amounts which are, or which may become, due and owing to the City. INVOICES It is the responsibility of the Vendor to get the name of the responsible person, telephone numbers and address of the department at the time the service is requested. The requesting department is required to issue a purchase order number to the Vendor during this process. A properly prepared invoice shall be computer printed and shall in(:lude the Vendor's name and federal tax-identification number, invoice number, address, date, service or item description, unit Vendor Services Agreement—Roadside Tire Services Page 21 of 27 Rick's Tire Service,Inc. price,extended cost,City issued purchase order and release number.The invoice shall also include the vehicle identification number of the vehicle serviced. Incomplete or inaccurate invoices may result in delayed payments, as they shall be returned to the Vendor f)r correction and re-submittal. All freight will be F.O.B. Fort Worth. The City of Fort Worth will not pay shipping costs, off- loading or handling charges associated with orders. Invoices shall be paid in accordance with State law.Payments will be made on a Net 30 Days basis from date invoice is received unless otherwise bid. The Vendor should submit all invoices via emailed to City of Fort Worth, Fleet Division at: ESD_ContractCompliancelnvoicing@fortworthtexas.gov(prefettred_)or mailed to 4100 Columbus Trail, Texas, 76115. Vendor Services Agreement—Roadside Tire Services Page 22 of 27 Rick's Tire Service,Inc. EXHIBIT B PRICE SCHEDULE Attachment G 19-0070 Servites Merchandise Line item Description UOM Category Amt{Current Quantity Estimated Cost Costa 1 1479 Service Charge EA 781815M $ 35 - 4,800 $11_%0oo- 2 1480 fiat-rate Plug EA 7818150 $ 15 - 1 1,035 $ t S S- 3 1481 Flat-rate Plug and Patch EA 781MOD $ - 2,990 $'1 1Sa- 4 1482 Flat GVW>8,500 or Specialty Equipment EA 78181500 $ ST - 115 $ 6 ' - 5 2483 New Tire Mount(partite) EA 78181500 $ - 3,105 �- e 1484 Spare mount onvehicles EA 78181500 $ z - 863 Spare Mount,GVW>8,500 or Specialty 7 1485 Equipment EA 7818150 $ ,� - 322 $1-111 o - 8 1486 Recapping EA 781815 $ 150 - 81 $ -4 150- 9 1487 Tire Rotation EA 78181500 $ i - 920 $1 a - 10 1488 Repair a Bent Rim All Sizes EA 7818150 $ 2 - 144 $ a v o - 11 1489 Bent Rim-Trailer or Specialty Equipment EA 78181500 $ IS - 115 $1.11)S - 12 1490 Wheel Balancing(when applicable) EA 78181500 1,610 $ck 41.o - Mileage fee(*outside the thirty(30)mile zone 13 1491 specified in 1TB) EA 78181500 $ 3 - 115 $ I L v - installation,removal or replacement of 14 1492 antifreeze in specialty equipment tires LB 781815 $ 2 0 - 115 $ ;3 00 - Installation,removal or replacement of silicon 15 1493 In specialtyequipmenttires LB 7818150 $Z.0 - 115 $ 2 3 uJ - installation,removal or replacement of water in 16.1494 specialty equipment tires LB 7818150 $ 2,4 - 115 $ 2 3 uJ - installatlon,removal or replacement of foam in 17 1495 specialty equipment tires LB 78181500 $ 10 - 115 $ 7.300 - 18 1517 Disposal Services of Tires-Preselected EA 76121504 $ S - 2,036 $10 0 - 19 Cost Plus%off any service or tires notiisted S•4 Total $yy13Z0 SEE 7fiIEST0?-1i'ifX ;.t5FORALISTOFTIRES TO BID ON Transfer Total to Sid Solicitation Sheet Price schedule of tires continues on Attachment 1. „uvr Services Agreement—Roadside Tire Services Rick's Tire Service,Inc. Page 23 of 27 Tire repairs are to be included as part of the Flat Rate Service fe and no other charges will apply unless specifically requested by the City and listed as a separate financial repair as being indicated as a Line Item on the Bid Solicitation Sheets included in the ITE in Exhibit D of this Agreement. Tire Replacement shall be considered purchasing and mountuig of new tire(s) where additional price of tire and or tube will be added to the service call charge. Road service tire repair charges shall include all travel time, supplies and any other expenses relative to providing a technician at the repair site for service. �/endor shall provide a Flat Rate fee for these service call repairs, in addition to the cost(s) incurred for parts and materials used for repair or replacement. Prices shall remain firm throughout the term of the Agreement, and any renewal options exercised in accordance with the Agreement. All roadside tire service calls within the thirty (30) mile area of the City limit boundaries are included in the Flat Rate service fee. The thirty(30) mile boundaries coordinates are detailed as a zone with a center reference point of City of Fort Worth, 200 Texas, Fort Worth, TX 76102. If a tire repair service call is made within the thirty mile limits of the boundaries, only the service call charge will apply, not mileage fees. All applicable mileage fees for roadside tire service outside the: designated thirty (30) mile boundaries must be calculated on the invoice/receipt by the Vendor as a separate line item. The mileage must be noted on the original response receipt as well as the Vendor's billing.invoice to the City. These fees will be notated on the pricing sheet as a separate line item. The mileage fees quoted by Vendor must be accurate and calculated in terms of actual distance to the response location from the last boundary point of the Cite of Fort Worth to the response location dispatched. Only one (1) Flat Rate Service Call may be charged per service request. For example, if multiple tires need to be repaired or replaced on one(1)vehicle/equipment unit,then only one(1)Flat Rate Service Call may be charged, not multiple Flat Rate Service Call charges. Vendor is not permitted to charge any separate fees for additional tire/tube accessories, such as, valve stems, weights, etc. All tire/tube accessories should be included in the cost of the tire, tube or wheel/hub assembly. The only applicable charges will be specified by line items on the Bid Solicitation Pricing Sheet included in this ITB. Vendor is permitted to charge for the disposal of tires but not permitted to charge for other related parts or fluids relevant to the tire repair or replacement, such as specialty tire injection fillings of antifreeze, non-potable water, silicone, foam, etc. Vendor is not permitted to charge for environmental fees or any other miscellaneous shop supplies. Additional price list(s) copies shall be provided throughout the teim of the Agreement at no cost. Prior to any Agreement price increases to the City, Vendor must submit the price changes in writing to the City at least sixty (60) days prior to the renewal c)f the Term of the Agreement if City chooses to renew the Agreement. Without the City's written approval and notification, the Vendor Services Agreement—Roadside Tire Services Page 24 of 27 Rick's Tire Service,Inc. Vendor is not permitted to increase costs. This written approval by the City shall apply to any and all supplements, amendments or revisions to this Agreement and is subject to any and all chargeable fees to the City of Fort Worth. The City of Fort Worth's needs and requirements for twenty-four (24) hours per day, seven (7) days per week services availability does not recognize holidays, over-time, after-hours or emergency services as additional fees to be charged to the City. Vendor Services Agreement—Roadside Tire Services Page 25 of 27 Rick's Tire Service,Inc. EXHIBIT C VERIFICATION OF SIGNATURE AUTHORITY RICK'S TIRE SERVICE, INC. 3004 E. ABRAM ST. ARLINGTON,TX 76010 Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Vendor and to execute any agreement, amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Vendor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Vendor. Vendor will submit an updated Form within ten (10) business days if there are any changes tc the signatory authority. City is entitled to rely on any current executed Form until it receives a revised Forra that has been properly executed by Vendor. 1. Name: Position: 411r,,:d.,_a 4- - Signature 2. Name: Position: Signature 3. Name: Position: Signature Name: Signature of President/CEO Other Title: Date: '-I! L - S Vendor Services Agreement-Roadside Tire Services Page 26 of 27 Rick's Tire Service,Inc. EXHIBIT D ITB/RFP NO. 19-0070 AND VENDOR'S REISPONSE Vendor Services Agreement—Roadside Tire Services Page 27 of 27 Rick's Tire Service,Inc. ATTACHEMENT 1 PRICE SCHEDULE CONTINUE BRAND MODEL# TIRES SIZE Red si nifies the tire is discontinued/unavailable FIRESTONE TRANSFORCE H/T 000181 LT245/75R36 fi$120,58 and the Re lacement tire is listed beside it FIRESTONE TRANSFORCE AT2 000182 LT265/75R16 TRANSFORCEAT 000184 LT245/75R17 TRANSFORCEAT2 000187 LT265/70R17 FIRESTONETRANSFORCE 000189 LT27517ORIS PRIMEWELL VALERA SPORT 000828 235/45R17 rHo137 Thunderer Mach3 PRIMEWELLVALERA 000832 P225/50R17 rH0084 ThundererMachl PRIMEWELLVALERA 000835 P225/55R17 5 67.00 jrH0134 Thunderer Mach3 FIRESTONE FIREHAWK 001427 P235/50R18 $135.03 FIRESTONE DUELER HL 001732 255/55R20 -$227.28 BRIDGESTONE ALENZA H/L 001734 P285/45RZ2 $301. 2 FIRESTONE DESTINATION 002026 P235/50R18 $204.60 PRIMEWELLVALERA HT 002802 P235/65RIS 5 105.0o roo3529 Fuzion 5uV FIRESTONE FIREHAWK 002931 P225/55R17 $11.2. 8 BRIDGESTONE DUELER HT 002959 P265/70R17 $164. 4 FIRESTONE ALL SEASON 003082 P245/50R20 $153.65 PRIMEWELLVALERA 003434 P21565R16 $ 60. 0 -H0053 ThundererMachl PRIMEWELLVALERA 003438 P215/55R17 $ 61.00 -H0083 ThundererMachl FIRESTONE DESTINATION LE 003459 LT245/75R17 $187. 6 PRIMEWELL 003520 ST235/80R16 $ 78. 0 -H0483 ThundererR501 PRIMEWELL 003724 P235/70R16 41iT 'H0710 Thunderer H 1-603 FIRESTONE FIREHAWK 003875 P225/60R38 FIRESTONE ALL SEASON 004018 P185/65R15 FIRESTONE ALL SEASON 004022 P225/60R17 $ 89.81 FIRESTONE ALL SEASON 004046 P225/65R16 $ 76.95 FIRESTONE ALL SEASON 004050 P215/65R17 $ 87.23 FIRESTONE FIREHAWK 004349 P235/401119 $156.60 BRIDGESTONE 004920 P245/601118 $178.$6 BRIDGESTONE DUELER HT 004945 P25517DR18 $174.83 FIRESTONE FR710 006255 P225/551117 $ 86. 1 FUZION TOURING 008739 P215/50R37 $ 79. FUZION TOURING 008977 P225/65R17 $ 8�4. CHAMPION FUEL FIGHTER 015029 P215/60R36 $ 75. 5 CHAMPION FUEL FIGHTER 015131 P195/65RIS $ 61.39 CHAMPION FUEL FIGHTER 015233 P215/60RIS $ 69.27 FIRESTONE CHAMPION 015335 P225/65R16 $ 75.71 FIRESTONE CHAMPION 015505 P215/751137 $ 82.09 FIRESTONE DESTINATION LE2 017970 P24S/60R18 $103.$5 CHAMPION FUEL FIGHTER 023240 P205/65R16 $ 78.26 FIRESTONE FIREHAWK 023308 P235/SOR18 $139.98 FIRESTONE DESTINATION LE2 024991 P225/60R17 $ 83.$9 ROAD HUGGER GT 025568 P235/SOR38 $163.00 F302387 Fl¢Ion UHP Sport FIRESTONE DESTINATION AT 026495 P205/75RIS $ 98.23 - FIRESTONE DESTINATION LE 026784 P265/70R17 $13137 FIRESTONE DESTINATION AT 027379 P235/75R16 $108.04 GOODYEAR RUGGED TRAIL T/A 34335 265/70R17 5 161.1.05 78589 BFG Rugged Trail T/A MICHELIN 39532 LT245/75R17 $153. 6 BRIDGES70NE DUELER OS3967 P275/55R20 $198. FIRESTONE DESTINATION 054239 P235/75R17 $115.16 FIRESTONE DESTINATION AT 054273 P245/70R17 $122.42 FIRESTONE DESTINATION 054290 P255/70R17 $124.60 FIRESTONE FIREHAWK 067911 P225/601116 $ 97.$5 BF GOODRICH RUGGED TRIAL T/A 92139 LT265/70R17 $161.9S MICHELIN 93425 265/60RIS $147.68 PRIMEWELL 095821 P20S/75R15 S 55.00 T-10489 Thunderer R507. FIRESTONE DESTINATION LE2 097623 PZ35/75R15 $104.44 FIRESTONE DESTINATION LE2 097657 245/75R16 $119.46 FIRESTONE DESTINATION 097725 P215/70R16 $ 90.52 FIRESTONE DESTINATION LE2 097759 P235/70R16 $107.49 FIRESTONE DESTINATION LE 097776 P235/701117 $106.02 FIRESTONE DESTINATION LE 097827 P245/701117 $103.115 FIRESTONE DESTINATION LE 097844 P255/70R16 $116.92 FIRESTONE DESTINATION LE 097895 P265/701136 $118.56 FIRESTONE DESTINATION LE 097912 P265/701117 $117.36 FIRESTONE DESTINATION LE 097929 P265/70R18 $127.25 FIRESTONE DESTINATION LE2 097946 225/65R37 $ 88.19 FIRESTONE DESTINATION LE2 097963 235/65R17 $ 95.98 FIRESTONE DESTINATION LE2 097997 P245/6SR17 $ 98.'7 FIRESTONE DESTINATION LE2 098048 P255/651117 $109.7 FIRESTONE DESTINATION LE2 098099 P265/601118 $118. 6 FIRESTONE DESTINATION LE 112379 P235/601117 [16' . 9 FIRESTONE AFFINITY TOURING 117717 P215/60R1S 9. T10049 ThundererMachl PRIMEWELL PS830/850 123905 P1856SR15 0. 0 T10055 ThundererMachl FIRESTONE DESTINATION LE2 136094 P2235/60R18 1. 9FIRESTONE DESTINATION 136128 P245/SSR19 7.6FIRESTONE DESTINATION LE 1403" P225/70R15 1. 3FIRESTONE DESTINATION LE 140361 P235/70R35 4.97 BRIDGESTONE DEULER 146039P235/65R18 4. 9 CONTI PRO CONT 154851 P215/55R17 60 FIRESTONE TRANSFORCE A/T 189582 LT245 5R16 5114. 0 1397b9 Transtorce HT2 Al-TIRES FIRESTONE TRANSFORM 189701 LT215/75R16 $107.67 FIRESTONE TRANSFORCE 189718 LT235/85R16 $119.39 FIRESTONE TRANSFORCE 189769 LT245/75R16 $114.50 FIRESTONE TRANSFORCE 189786 LT255/75RIG $131.29 FIRESTONE TRANSFORCE 189837 LT235/75RIS $103.67 FIRESTONE TRANSFORCE HT 191316 LT245/701117 $125.05 FIRESTONE TRANSFORCE HT 207483 LT245/75R17 5125.96 2777 TranstorceHT2 FIRESTONE DESTINATION M/T 224167 LT255/751117 S 195.42 245655 Destination MT2 FD690 PLUS 227074 225/70R19.5 $265.26 FIRESTONETURF 359785 29X12.00-15 $200.97 VANCO FOUR SEASONS O457441 P195/70R15 5 65.00 1HO312 ThundererR402 CARLISLE TURF MASTER 511409 24X12-12 -$ 86.00 CONTINENTALHSR 0512218 P225/70R19.5 $299.00 CARLISLE USA TRAIL 519400 ST205/75R15 $ 79.00 CARLISLE TURF 560478 29-12.5-15 TURF $207.00 CARLISLE TURF 575390 24X12X12 $ 96.00 DYNAPRO AT 1002438 P235/75R17 $140.00 CONTINENTAL CONTI PRO 1548479 P235/55R17 $139.00 KUMHO SOLOS TA31 2170053 P235/55R17 $124.00 TURF MASTER 5114091 24X32X12 $ 86.00 CARLISLE RADIAL TRAIL 5151501 ST235/801116 $ 80.00 CARLISLE RIBBED TL 5180961 6X6.50X8 $ 47.00 CARLISLE 5192711 18X8.SX8 $ 52.00 CARLISLE 7003105 27X9.5X15 $ 95.00 C51E395 Carlisle Multi Rib GOODYEAR ASSURANCE 104388357 P245/401119 $143.23 GOODYEAR EAGLE SPORT 109902366 P215/60R16 $ 76.37 GOODYEAR EAGLE ALLSPORT 109923366 225/SSR17 $ 93.74 GOODYEAR 138302669 12R22.5 $500.68 G572 DRIVE 139954594 111122.5 5327.91 1 39[+08 MARATHON EHD GOODYEAR 139755674 225/70R39.5 $279.23 FORTERA HT 151284203 P245/65R17 $ 91.93 GOODYEAR WRANGLER FORTITUDE 157001622 P245/601118 $133.03 GOODYEAR WRANGLER FORTITUDE 157042620 P265/701117 $119.21 GOODYEAR WRANGLER FORTITUDE 157045622 P265/70R16 $ 99.70 GOCDYEAR WRANGLER FORTITUDE 157069622 P255/651117 $103.49 GOODYEAR WRANGLER SRA 179469492 LT245/70R17 $113.00 GOODYEAR WRANGLER SRA 179636492 LT245/75R17 $156.85 GOODYEAR WRANGLER SRA 179696217 P265/70R17 $165.07 GOODYEAR WRANGLER SRA 179745217 LT23585RIG $151.32 7 45L+os Wranglrr Hl Js GOODYEAR WRANGLER SRA 179747217 LT245/75R16 $130.54 GOODYEAR WRANGLER SRA 183021436 P215/70R16 $ 92.57 GOODYEAR WRANGLER SRA 183105418 P235/65R17 $114.97 GOODYEAR WRANGLER LE 183106418 P265/70R37 $119.75 GOODYEAR WRANGLER SRA 183106436 P265/701117 $117.22 GOODYEAR WRANGLER SRA 183217418 P245/75R16 $109.26 GOODYEAR WRANGLERSRA 183539418 P235/75R17 $134.52 GOODYEAR WRANGLER SRA 183540418 P255/70R37 $125.18 GOODYEAR WRANGLER SRA 183680418 P235/75R16 $117.94 GOODYEAR WRANGLER SRA 183783418 P235/70R17 $1.13.28 1 S7E+06 WranR.lerl Fortitude H I GOODYEAR WRANGLER SRA 183934492 P275/6OR20 $117.86 CONTINENTAL CONTI PRO 312023027 LT245/75R17 $180.17 GOODYEAR WRANGLER FORTITUDE 312036142 LT235/85R16 $160.63 GOODYEAR ASSURANCE 407285374 P225/65R17 $ 71.00 GOODYEAR ASSURANCE 407477374 P195/65R15 $ 55.94 GOODYEAR RSA 407599374 P235/55R17 $ 84.97 GOODYEAR ASSURANCE 407790374 P215/50R17 $ 81.43 GOODYEAR WRANGLER 410422176 LT265/701117 $129.63 GOODYEAR EAGLE LS2 706038163 P23514SR18 $108.85 GOODYEAR EAGLELS2 706069165 P275/55R20 $131.77 GOODYEAR EAGLE LS2 706447163 P225/55R17 $ 91.66 GOODYEAR ENDURANCE 724SS7519 ST225/75R15 $ 90.30 GOODYEAR ENDURANCE 724858519 ST235/8OR16 $111.30 GOODYEAR ENDURANCE 724860519 ST235/85R16 $122.68 GOODYEAR ENDURANCE 724861519 ST205/751115 $ 81.75 GOODYEAR ENDURANCE 724864519 ST205/751114 $ 79.90 GOODYEAR EAGLE RSA 732602500 P235/55R17 $105.00 GOODYEAR EAGLE RSA 732026500 P245/55R18 $116.95 GOODYEAR EAGLE RSA 732276500 P235/50R18 $151.58 GOODYEAR EAGLE RSA 732312500 P225/60R18 $111.00 GOODYEAR EAGLE RSA 732523500 P265/60R17 $116.00 GOODYEAR EAGLE RSA 732674500 P205/55R16 $ 75.45 GOODYEAR ASSURANCE 739735571 P215/55R17 $101.90 FIRESTONE DESTINATION A/T 741060681 P245/70R17 $120.44 TRAIL RUNNER 742104681 LT245/75R17 $141.85 TRAIL RUNNER 742120681 LT245/70R17 $137.41 GOOD YEAR WRANGLER HT 744725502 LT235/SSR16 1$131.67 GOODYEAR ADVENTURE 748661572 P265/70R77 $163.99 G296 MSA 756315365 385/65R22.5 $623.34 COODYEAR ADVENTURE 758069572 P255/65R17 $135.67 GOODYEAR WRANGLER AT 758089572 P235/75R17 -$135.18 GOODYEAR MARATHON 762171406 ST20575RIS 5 63.39 7 2SE 408 Endurance Trailer Al-TIRES GOODYEAR MARATHON 762173406 ST225/75R15 S T1.'3 7.25E+08 Endurance Trailer GOODYEAR MARATHON 762394406 ST235/80R16 S 93.53 7.25E+08 Endurance Trailer CONTINENTAL CONTI 1548479 1`235/551117 $139.00 CONTINENTAL CROSS CONTACT LX 154993S0000 P255/55/R20 $1810.00 KENDA HOLE N ONE 103890868B1 MUM $ 39.00 CARLISLE ALL TRAILS 51F318 11L-155L $ 97.00 ALL TRAIL 55A3N9 24X10.5X10 $100.00 CARLISLE TURF TAMER SSU373 25-12-9 $ 96.00 CARLISLE TURF S5U3C7 22.5-10-8 $ 86.00 CARLISLE SPORT TRIAL 6HO1401 ST225/75RIS $ 80.00 CARLISLE SPORT TRIAL GH01431 ST225/90R16 $1J.1.00 CARLISLE SPORT TRIAL 6HO1441 7X1S $- 94.00 CARLISLE SPORT TRIAL 6HO431 7.5OX16 $13.1.00 CARLISLE SPORT TRIAL 6H04571 ST21517SR14 $ i'6.00 CARLISLE SPORT TRIAL 6H04591 ST205/75R15 $ -K A CARLISLE SPORT TRIAL 6HO4621 ST225/7SR15 $ 514.00 CARLISLE SPORT TRIAL 6H04631 ST235/80R16 $105.D0 GENERALGRABBER HTS60 P245/70R17 $124.D0 MICHELIN X WORKS Z M11073 12R22.5 $5E10.00 MICHELIN XZE M26281 385/65R22.5 $673.60 MICHELIN LATITUDE TOUR M34657 P225/6SR17 $106.21 MICHELIN XFE M36991 385/65R22.5 $686.87 MICHELIN XFY3 M40321 425/65R22.5 $728.00 MICHELINXZY3 M53779 385/65R22.5 $644.p0 MAG OFF ROAD T24350625100012 25 10-12 $113.D0 FORT WDRTH® CITY OF FORT WORTH/PURCHASING DIVISION INVITATION TO BID NO. 19-0070 ROADSIDE TIRE SERVICES BID CLOSING DATE: March 14,2019 For further information contact: LaKita Slack-Johnson,Buyer FAX(817)392-8440;email: FMSPurchasingResponsesO-fortworthtexas.aov Bids are solicited for furnishing the equipment,as set forth in this :solicitation. Completed Bids Including one executed original,one copy and one USB flash drive containing electronic versions of all bid documents must be received in the Purchasing Division by 1:30 P.M.Thursday, March 14. 2019. and then publicly opened and read aloud at 2:00 P.M.in the Council Chambers. Bids must be submitted in a sealed envelope WITH THE BID NUMBER WRITTEN ON THE OUTSIDE OF THE:ENVELOPE, addressed to the Purchasing Manager. YOUR BID MUST BE RECEIVED BY THE PURCHASING OFFICE AND TIME STAMPED PRIOR TO THE 1:30 DEADLINE IN ORDER TO BE CONSIDERED. Bids shall be mailed or hand delivered to the following address: City of Fort Worth, Purchasing Division, Lower Level,_City Hall,200 Texas Street,Fort Worth,Texas 76102 Bids delivered by special courier(i.e. Federal Express, Special Delivery etc.) are 0 be marked on the outside of the courier's shipping envelope "BID No. 19-0070, ROADSIDE TIRE SERVICES"AND MUST BE RECEIVED BY THE PURCHASING OFFICE AND TIME STAMPED PRIOR TO THE 1:30 DEADLINE IN ORDER TO BE CONSIDERED. Late bids will be returned or destroyed ;they will not be opened nor considered in the evaluation of the bid.Bids may be withdrawn at any time prior to the official opening. Bids may not be altered, amended or withdrawn after the official opening. The undersigned agrees,if the bid is accepted, to furnish any and all items upon which prices are offered; at the prioe(s) and upon the terms, conditions and scope/specifications oontalned in this,document. The period for acceptance of this bid will be 90 calendar days after the bid opening date. By signing below, I certify that I have read the attached Terms and Conditions, Instruction to Bidders and the Bid requirements and have agreed to all of the terms, conditions and requirements contained herein. Failure to complete the requested information below will result in resection of Your bid. Company Name and Address: R; k 'T; c v Federal ID Number(TIN): 7 X S Z, z Company's Authorized Agent Name and Title Signature: Date: j_ 1_t 1 Telephone Number:cl 17 6 y d 6L1 S t Email address: +;r< i.e r aJ; a`01,Le n- Fax Number: j 1 ?• b`t 9 � 71111 Cooperative Purchasing: Should other Governmental entities decide to participate in this contract, would you,the Vendor,agree that all terms,conditions,specifications,and pricing shall apply(see section 11)? Yes ✓ No Pre-Bid Conference: A pre-bid conference will be held at 10:00 AM, Wednesday February 27, 2019, at the Purchasing Conference Room, Lower Level, City Hall,200 Texas.Street, Fort Worth,Texas, 76102 Contents: • Part—I :Bid Solicitation/Offer • Part—If : Instruction to Bidders • Part—III :Scope of Services/Specifications • Part—IV : Standard Purchasing Terms and Conditions •. Part—V :Attachments Revised 6.25.18cg Page 1 of 1 BID SOLICITATION Printed:02/19/2019 3l14J2Q'19'1 3Qs00{k'�f I' - _ ;~ k BID NUIV�B�R�19-0070 ,: BUYER:La'Kka Slack-Johnson PHONE#: (817)392-8314 ext. DELIVERY REQUIRED:3/1 4120 1 9 1 Vendor Name: V.S t* tn, City of Ft Worth I N Address: inance Administration d oy r. Abt A+n S�. p ?00 Texas Street,3rd Floor City,State Zip Code: 1 FORT WORTH TX 76102 Item Class-Item Quantity Unit Unit Price Total 1.000 The City of Fort Worth seeks bids to establish an annual agreement(s) with qualified vendor(s)for roadside tire service(s)for the City of Fort Worth owned vehicles. 2.000 Total Amount for Services(See Attachment G-Services) 1 I=A 3 Z u 3.000 Cost Plus%off any service or tires not listed(See Attachment G-Tires) 1 1_A TOTAL: WE AGREE TO FURNISH ANY OR ALL OF THE ITEM. QUOTED AT THE PRICES SHOWN.QUOTE MUST BE HELD FIRM FOR PERIOD OF 90 DAYS. TERM OF PAYMENT: N+ 4t 1 '3, COMPANY: IT- DELIVERY: s )ay SIGNATURE: TELEPHONE NUMBER: U4,0 .VZ,x-L NAME ANDTFrLE: CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.H. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code, Date Received by a vendorwho has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filedwith the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1),Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. 11 Name of vendorwho Etas a business relationship with local governmental entity. 2 Check tills box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government offioer aboutwhom the Information In this section is being disclosed. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Loca Government Code. Attach additional pages to this Form CIO as necessary. A. is the local government officer named in this section receiving or likely to receive 1 axable income,other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more? F] Yes F� No D. Describe each employment or business and family relationship with the local government officer named in this section. 4 2 tie �9 Signature of vendor doing business with the governmental entity Date Adopted sn12015 Revised 7,11.18cg i i i I ATTACHMENT-B BIDDER'S CONTACT INFORMATION Bidder's Name: C2;�_\c's 'T :r. &*r.,t%A Bidder's Local Address: 3 0 4 E. A b �4- Phone: $1')- t.4 o - it t Fax: 1\1 -V%�i --I t Email.' r i_ $.or u ►C,.< a o\. Lo ram.. Name of person assigned specifically for this Agreement: Name/Title Phone: q t l -(a A z - c.t S t Fax:_j i t_Tt.4 A -Z�3 r Email:_ r:c-w At-,\r+ Go r- Name of persons for renewal information and/or billing questions: f Name/TitleZ�e y j AV It ), g w;Y � �n a. Phone: \I- 4.%kzz. - (,2st Fax: tA'-- I q -I l Email: -\�-)r + -o\.Low• Name/Title I),c C Phone: _ L w o _ �,, Y z Fax: Email: r r..se r y La v:s Signature Printed Name Tae i S II I i Revised 7.11.18cg I I i ATTACHMENT-C CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS Section 2-14 of the Fort Worth Code of Ordinances authorizes the City Council,when considering competitive sealed bids, to enter into a contract for certain purchases with a bidder whose principal place of business is in the corporate limits of the City of Fort Worth and whose bid is within 3 or 5 percent of the lowest bid, depending on the value of the request and goods or services requested, if the lowest bid Is from a business outside the municipality and contracting with the local bidder would provide the best combination of price and other economic benefits to the municipality. Requests to be considered a local business must be submitted on this -=orm with bid packages to be considered by the City of Fort Worth. Questions should be addressed to the Purchasing staff listed in the bid or request package. The Fort Worth City Council requires the following information for consideration of location of a bidder's principal place of business. Add additional sheets if needed to provide this information. 1. Locational Eligibility: Principal Place of Business in Fort Worth, Texas. a. Do you have a Fort Worth office? If yes,identify address: PAS 1 f+ �rl�A� COVA��y b. What percentage of estimated gross company sales (worldwid(j) are sales originating in Fort Worth? "Originating in Fort Worth" shall mean payable at the Fort Worth office. [must exceed 50%] 3S'10 2. Economic Development opportunities resulting from contract. a. Number of Fort Worth resident-employees? 10 — T*,* ,.k L�....1., b. Amount of City of Fort Worth ad valorem taxes(real and business personal property)paid by company(for prior tax year—Fort Worth office or former location, if Fort Worth office is newly- established)? U,.\4,...r.� Certification of information: The undersigned does hereby affirm that the information supplied is true and correct as of the date hereof, under penalty of perjury. 1R\4NLf I-I' (Company Name) ^ (Date) L k W dZ" N., rV y t JLIA (Signature) (Printed Name and Title) Revised 7.11.18cg Attachment G 19-0070 Services Merchandise Line Item Description UOM Category Amt(Current quantity EVirnated Cost Cost) 1 1479 Service Charge EA 78181500$ 4,800u0u- 2 1480 Flat-rate Plug EA 78181500 $ 1,035 - 3 1481 Fiat-rate Plug and Patch EA 78181500 $ - 2,990 $')4 so- 4 1482 Fiat GVW>8,500 or Specialty Equipment EA 78181500 $ S5 - 115 $ - 5 1483 New Tlre Mount(per tire) EA 78181500 $ 2S - 3,105 $ e.zr- 6 1484 Spare Mount on vehicles EA 78181500 $ 1 � - 863 are Mount,GVW>8,500 or Specialty 7 1485 EqSpuipment EA 78181500 $ S S 322 ► 10 " 81 1466 Recapping EA 781815 $ 150 81 $ ISO- 9 1487 Tire Rotation EA 7818150 $ 920 $i o- 10 1486 Repair a Bent Rim All Sizes EA 78193500 $ Z J - 144 $ vo - 11 14891 Bent Rim-Trailer or Specialty Equipment EA 78181500 $ 'Z$ 115 ,<�)r - 12 1490 Wheel Balancing(when applicable) EA 7818150 $ 1,, 1,610 $,�1.1,0 - Mileage fee(•outside the thirty(30)mile zone 13 1491 specified in ITS) EA 78181500$ 3 115 $ - Installation,removal or replacement of 14 1492 antifreeze in specialty equipment tires LB f 78181500 $ Z o 115 - Installation,removal or replacement of silicon 15 1493 in specialty equipmenttires LB 78181500 $Z 0 115 $ 11100 ft Installation,removal or replacement of water in 16 1494 specialty equipment tires LB 78181500 $ Z- - 115 $2 3 u-3 - installation,removal or replacement of foam in 17 1495 spedaltyequipmenttires LB 78181500$10 - 115 $ 1300 - 18 1517 Disposal Services of Tires-Preselected EA 76121504 $ $ - 2,036 191 lCost Plus%off any service or tires not listed S.i. Total S yW�12.0 SEE T iRES TO SID N T:i6 FOR A LIST OF TIRES TO BID ON Transfer Total to Bid Solicitatl n Sh et BRAND MODEL# TIRES SIZE R2_ d signt os the Uri is discontinued/unavailable FIRESTONE TRANSFORCE H/T 000181 LT24517SR16 $12058 and tl ie lte la cement tiro is listed beside It FIRESTONE TRANSFORCE AT2 000182 LT265/75R16 $137.75 TRANSFORCE AT 000184 LT245 5R17 $229.64 TRANSFORCE AT2 ____ 600187 LT265 OR17 _$142.08 FIRESTONE TRANSFORCE 000189 LT275/70RIS $161.82 PRIMEWELL VALERA SPORT 000828 235/45R17 S 61.00 TH0137 Thunderer Mach3 PRIMEWELL VALERA OW832 P225/50R17 $ 62.OD TH0034 Thunderer Niachl PRIMEWELL VALERA OOD835 P225/55R27 $ 67.00 TH0134 Thunderer Mach3 FIRESTONE FIREHAWK 001427 P23S/SORIS S 135.83 _ FIRESTONE DUELER HL 001732 255 SSR20 S 227.28 BRIDGESTONE ALENZA H/L 001734 P28S/45R22 S 301.82 FIRESTONE DESTINATION 002026 P23S/50R38 $204.30 PRiMEWELLVALERAHT 002902 P23S/65RI8 $105M FOD3529 FuzionSUV FIRESTONE FIREHAWK 002931 P225/55R17 $112.08 BRIDGESTONE DUELER HT 002959 P265/70R17 164.74 FIRESTONE ALL SEASON 003D82 P245/SOR20 $153.65 _ PRIMEWELL VALERA 0OU34 P21565R16 $ 60.00 TH0053 Thunderer Machl PRIMEWELL VALERA OD3438 P215/551117 S 61.00 TH0083 ThundererMachl FIRESTONE DESTINATION LE 003459 LT245/75R17 $187.26 PRIMEWELL 003520 ST235/8011I6 $ 78.00 THO,W ThundererR501 PRIMEWELL 003724 P235/70R16 S 79.00 THO;'10 ThundererHT603 FIRESTONE FIREHAWK 003875 P225/60R38 $117.94 FIRESTONE ALL SEASON 004018 P185/65R15 $ 6L44 FIRESTONE ALL SEASON 004022 P225/60R17 $ 89.81 FIRESTONE ALL SEASON 004046 P22S/65R16 $ 76.95 FIRESTONE ALL SEASON 004050 P215/_65R17 $ 87.23 FIRESTONE FIREHAWK OD4349 P235/40R19� $156.60 BRIDGESTONE OD4920 P245/60RIB $178.36 BRIDGESTONE DUELER HT 004945 P255/70RIS $174.33 FIRESTONE FR710 006255 P22SISSR17 $ 86.31 FUZION TOURING OD8739 P215/50R37 $ 79.00 _ FU210N TOURING 008977 P225/65R17 $ 84.00 CHAMPION FUEL FIGHTER 015029 P215/601136 $ 75.95 CHAMPION FUEL FIGHTER OIS131 P195/65RIS CHAMPION FUEL FIGHTER 015233 P21516ORIS $ 69.27 FIRESTONE CHAMPION GIS385 P225/65R16 $ 75.71 FIRESTONE CHAMPION OIS505 P215/75R17 $ 82.09 FIRESTONE DESTINATION LE2 017970 1`245/6018 $103.55 CHAMPION FUEL FIGHTER 023240 P20516SR16 $ 78.26 FIRESTONE FIREHAWK 073309 P235/501118 $139.98 FIRESTONE DESTINATION LE2 024991 P225 60R17 $ 93.59 ROAD HUGGER GT 02S568 P235 50R18 $163.00 FO02387 Fuzion UHP Sport FIRESTONE DESTINATION AT 026495 P205/75R15 $ 98.23 FIRESTONE DESTINATION LE 026794 P265/70R17 $131.87 FIRESTONE DESTINATION AT 027379 P235/75R16 $108.04 GOODYEAR RUGGED TRAILT/A 34335 265/70R37 $16195 VZ9 BEG Rugged TrailT/A MICHEUN 39532 LT245/7SR37 $153.26 BRIDGESTONE DUELER 053967 P275/SSR20 $198.00 FIRESTONE DESTINATION 054239 P23S/75R17 $116.16 FIRESTONE DESTINATION AT 054273 P245/701117 $222.42 FIRESTONE DESTINATION 054290 P2S5/70R37 $124.60 FIRESTONE FIREHAWK 067911 P225/60R15 $ 97.85 OF GOODRICH RUGGED TRIAL T/A 92139 LT26517OR17 $161.95 MICHELIN 93425 265 60R38 S 147.68 PRIMEWELL 095821 P205/75RIS $ 5S.00 TH0489 ThundererR501 FIRESTONE DESTINATION LE2 097623 P23517SR35 $10444 FIRESTONE DESTINATION LE2 097657 245/75R36 $119A6 FIRESTONE DESTINATION 097725 P215/70R16 $ 9042 FIRESTONE DESTINATION LE2 097759 P23S/70R16 $107.49 FIRESTONE DESTINATION LE 097776 P235/70R17 $106.02 FIRESTONE DESTINATION LE 097827 P245/701117 $IOX35 FIRESTONE DESTINATION LE 097844 P255 ORI6 $116.92 FIRESTONE DESTINATION LE 097895 P265/70R26 $118.56 FIRESTONE DESTINATION LE D97912 P265/70R17 $117.36 FIRESTONE DESTINATION LE 097929 P26517CRIS $127.25 FIRESTONE DESTINATION LE2 097946 225/65R17 S 88.19 FIRESTONE DESTINATION LE2 097963 235/65R17 $ 9S.38 FIRESTONE DESTINATION LE2 097997 1 P245/65R17 $ 98.27 FIRESTONE DESTINATION LE2 09804E P255/65R17 $109.87 FIRESTONE DESTINATION LE2 09SM9 P265/601118 5 118.46 FIRESTONE DESTINATION LE 112379 PM16OR17 $166.69 FIRESTONE AFFINITY TOURING 117717 P215 60R35 S 59.0D T.10048 ThundererMachl PRIMEWELLPS830/850 123905 P18565R15 5 50.OD T 1005S Thunderer Machl FIRESTONE DESTINATION LE2 136094 P2235/60R18 $1OL19 FIRESTONE DESTINATION 1361ZS P245/55R19 $197.56 FIRESTONE DESTINATION LE 140344 P225/70RIS $ 9L53 FIRESTONE DESTINATION LE 140361 P235/70RIS $ 94.97 BRIDGESTONE DUULER 146039 P235/65R18 $174.99 CONTI PRO CONT 1S4851 P215/SSR17 $148.00 FIRESTONE TRANSFORCE All' 189582 LT245/75RI6 $114.50 ;39769 Transforce HT2 FIRESTONE TRANSFORCE 189701 LT21S/75R36 $107.67 Al-TIRES FIRESTONETRANSFORCE 10718 LT235/85R36 $11979 _ FIRESTONETRANSFORCE 169769 LT245/75R16 $114.50 FIRESTONETRANSFORCE 189786 LT265/751116 $131.29 FIRESTONE TRANSFORCE 189837 LT235/75R15 $103o FIRESTONE TRANSFORCE HT 191316 LTZ45/70R17 $125.05 FIRESTONE TRANSFORCE HT 207483 LT245/75R17 $125.96 277; Transtorce HT2 FIRESTONE DESTINATION M/T 224167 LTZ55/75R17 $195.42 245E,55 Destination MT2 FD690 PLUS 227074 225/70R39.5 $265.26 _ FIRESTONETURF 359785 29X12.00-15 $200.97 VANCO FOUR SEASONS O457441 P195/70RIS S 65.00 TH012 Thunderer R402 CARLISLE TURF MASTER 512409 24X12-12 CONTINENTAL HSR OS12218 P22SI70RI9.5 $299.00 CARLISLE USA TRAIL 519400 ST205n5R15 S 79.00 CARLISLE TURF 560478 29-12.5-15 TURF $207.00 _ CARLISLE TURF 575390 24X12X12 $ 96.00 DYNAPROAT._ 1002438 P235 SR17 _ $240.00 CONTINENTAL CONTI PRO 1549479 P235/55R17 $139.00 KUMHO SOLUS TA31 2170053 P235/SSR17 $1Z4.00 TURF MASTER S114091 24X72X12 S 86.00 CARLISLE RADIAL TRAIL S251501 ST235/801116 $ 80.00 CARUSLERIBBEDTL S180961 6X6.SOX8 $ 47.00 CARLISLE 5192711 18X8.5X8 $ 52.00 CARLISLE 7003106 27X9.SX15 S 95.00 C51F:t95 Carlisle Multi Rib GOODYEAR ASSURANCE 104388357 P245/40R19 $143.23 _ GOODYEAR EAGLE SPORT 109902366 P215 60R16 $ 76.37 GOODYEAR EAGLE ALLSPORT 109923366 22S/55R17 $ 93.74 GOODYEAR 138302669 12R2Z.5 $500.68 _ G572DRIVE 138954584 11R22S $327.81 1313B112687 MARATHON LHD GOODYEAR 139755674 225/7011".5 $279.23 FORTERAHT 151294203 P245/65R17 $ 91.93 _ GOODYEAR WRANGLER FORTITUDE 157OD1622 P245/60R28 S 133.03 _ GOODYEAR WRANGLER FORTITUDE 157042620 P265/70R17 $119.21 _ GOODYEAR WRANGLER FORTITUDE 157045622 P265/70R16 $ 99.70 GOODYEAR WRANGLER FORTITUDE 157069622 P255 65R17 $203.49 GOODYEAR WRANGLER SRA 179469492 LT24S/70R17 $113.OD GOODYEAR WRANGLER SRA 17963649Z LT245175R17 $256.85 GOODYEARWRANGLERSRA 179696217 P265/70R17 $165.07 GOODYEAR WRANGLER SRA 17974S217 LT23SSSR16 S 151.32 7447;5502 Wrangler HT/S GOODYEAR WRANGLER SRA 179747217 LT24S/75R36 $13054 GOODYEAR WRANGLER SRA 183021436 P215 70R16 S 92S7 _ GOODYEAR WRANGLER SRA 183105418 P235/65R17 $114.97 GOODYEAR WRANGLER LE 183206418 P265/70R17 $119.75 GOODYEAR WRANGLER SRA 183ID6436 P265/70R17 $117.22 GOODYEAR WRANGLER SRA 183217418 P245/75R36 $109.26 _ GOODYEAR WRANGLER SRA 183539418 P235/75R17 $134.52 GOODYEAR WRANGLER SRA 183540419 P255/701137 $125.111 GOODYEAR WRANGLER SRA 183680418 P235/751116 $117.9A GOODYEAR WRANGLER SRA 193783418 P235/70R17 S 143.28 157078622 Wrangler)Fortitude HT GOODYEAR WRANGLER SRA 183934492 P275/601120 S 117.86 CONTINENTAL CONTI PRO 312023027 LT245/7SR17 $130.17 GOODYEAR WRANGLER FORTITUDE 3L2036142 LT235/851116 $160.63 GOODYEAR ASSURANCE 407285374 P225/65R17 $ 72.00 GOODYEAR ASSURANCE 407477374 P195/651135 55.94 GOODYEAR RSA 407599374 P235/SSR17 $ 8457 GOODYEAR ASSURANCE 407790374 P2151SOR17 $ 81A3 GOODYEAR WRANGLER 410422176 LT265/70R37 $129.63 GOODYEAR EAGLELS2 706038163 P295/45RIB $108.&4 GOODYEAR EAGLELS2 706069165 P275/SSR20 $131.77 GOODYEAR EAGLE LSZ 706447163 P225/SSR17 $ 92.66 GOODYEAR ENDURANCE 724857S19 ST225/7SR15 $ 90.30 _ GOODYEAR ENDURANCE 724858519 ST235 80R16 $111.3o GOODYEAR ENDURANCE 724860519 ST235/851136 $122.68 GOODYEAR ENDURANCE 724661SIS ST205/75R15 $ 81.75 GOODYEAR ENDURANCE 724864519 ST20517SR14 $ 79.90 _ GOODYEAR EAGLE RSA 732002500 P235/S5R17 $105.00 _ _ GOODYEAR EAGLE RSA 732026500 P24SMRIS $116.95 GOODYEAR EAGLE RSA 732276500 P235 OR18 $151.58 GOODYEAR EAGLE RSA 732312500 P225/60RIS $111.00 GOODYEAR EAGLE RSA 732523500 PZ65/60R17 $116.00 GOODYEAR EAGLE RSA 732674500 P205/551116 $ 75AS _ GOODYEAR ASSURANCE 739735571 P215 R17 $101.90 FIRESTONE DESTINATION A/T 741060681 P245/701117 $120.44 TRAIL RUNNER _ 742104681 LT245/75R37 $141.81; _ TRAIL RUNNER 742120681 LT24517OR17 $137.41. GOOD YEAR WRANGLER HT 744725502 LT23S/85R16 $131.67 GOODYEAR ADVENTURE 749661572 P265/70R17 $163.98 ^- G296 MSA 756315M 385/65R22.5 $623341 COODYEAR ADVENTURE 758069572 P255/65R17 $135.611 GOODYEAR WRANGLER AT. 758089572 P235/75R17 $135.18 _ GOODYEAR MARATHON 762171406 ST2057SRIS $ 63.39 '724861519 Endurance Trailer GOODYEAR MARATHON 762173406 5T225/75R35 S 71.2-1 '+24857519 Endurance Trailer GOODYEAR MARATHON 762394406 1 ST235/80R36 S 93.61 172485115 19 Endurance Trailer At-TIRES CONTINENTAL CONTI 1549479 P235 S5R17 S 139.00 CONTINENTAL CROSS CONTACTLX 15499350OW P255/S5/R20 $180.00 KENDA HOLE N ONE 10389086801 18X8SX8 $ 39,OD CARLISLE ALL TRAILS SIF318 11L--15SL $ 97.00 ALL TRAIL SSA3N9 24X10.SXLO $100.00 CARLISLE TURF TAMER 5SU373 25-12-9 $ 9600 CARUSLETURF 55U3C7 22S•10.8 $ moo CARLISLE SPORT TRIAL 61401401 ST22S/7SR75 $ 60.00 CARLISLE SPORT TRIAL 6HO1431 ST22519OR16 $111.00 CARLISLESPORTTRIAL 6H01441 7X15 $ 94.00 CARUSLE SPORT TRIAL SH0431 7.SOX36 $11LOO CARLISLESPORTTRIAL 6H04571 ST215 SR14 $ 76.00 CARUSLE5PORTTRIAL 6NO4591 ST205/75RIS $ 78.00 CARLISLESPORTTRIAL 6H04621 ST225 75R15 $ 94.00 CARLISLE SPORT TRIAL 6HO4631 ST235180R26 $105.00 GENERAL GRABBER M60 P245170R17 $124.00 MIC14EUN X WORKS Z M11073 12R22.5 $580.00 MICHELIN XZE M26281 385/65R22S $673.60 MICHELIN LATITUDE TOUR M34657 P225/651117 $10&21 MICHELIN XFE M36991 385/65R22.5 $686.87 MICHELIN XFY3 M40321 42S/6SR22S $728.00 _ MICHEUN XZY3 M53779 985/65R22.5 $644A0 MAG OFF ROAD T24350625100012 25 10.12 123.00 INVITATION TO BID 19-0070 ROADSIDE TIRE SERVICES Addendum: No.1 Addendum Date:lftmh 1,2019 Original Bid Opening: March 14,2019(No Change) Bid No.19.0070.Issued March 31,2019 is amended as follows: The purpose of this addendum is to amended and Incorporate in full text the following provisions: 1. Questions and Answers Document containing answers to questions from the Pre-bid conference and questions received through a-mails is herety incorporated,in full text, attached. 2. Remove original Tire Listing (Attachment G)and incorporate: in full text Al-Tires 2. Bidders shalt acknowledge this addendum by signing below and submitting with Bid. other terms and ponditions remain the same. �''�ta S cohnson� 6 Jc Senior b yer,Purchasing COMPANY-NAME: SIGNATURE , NOTE;'Company name and signature must be the same as on 0 a submitted.bid documents. Pagel of 3 Rick's Tire Service Truck List 2019 Truck# Year Make Model Vin License! 1 **** **** **** IN MEMORY OF DYLAN **** 2 2018 Ford F150 1FTMFlCBlJKF90055 LSVO34.1 3 2014 Chevy Silverado iGCNCPEC8EZ414221 GCN1577 4 2016 Ford F150 JIFTMFlC8XGKD21694 HKW2473 5 2018 Chevy Silverado 1GCNCNECIJZ296091 LSP3248 6 2017 Ford F150 1FTMFlCSXHKC99928 JKT1715 7 2016 Ford F150 1FTMFIC87GKD51610 GZS6242 8 2018 Ford F150 1FTMF1CP5JKD16286 LDX2659 9 2018 Ford F150 1FTMF1CB7JKC08739 KNG38,40 10 2018 Ford F150 1FTMF1CB4JKD79917 LKG1699 11 2017 Ford F150 1FTMF1C85HKD92349 KGR2164 12 2016 Chevy Silverado IGCNCNEClGZ275346 HWF4676 13 2018 Ford F150 1FTMFlCBlJKC39470 KPR6258 14 2016 Ford F150 1FTMFlCBGKD37826 HCX6890 15 2017 Ford F150 1-FTMF1C80HKE35396 JYT3298 16 2017 Chevy Silverado 1GCNCNEC4HZZ98010 KGF501.2 To whom it may concern, Rick's Tire Service has had a strong business relationship with the city of Fort Worth since 2005 and we thank you.Throughout those years,we have worked together to develop the most efficient and cost- effective way of maintaining your fleets tire needs.Please note that we,did not raise any prices for any services for this bid. With 15 service trucks to serve the cities various locations,we pride ourselves in having the best response time of any other tire service in the metroplex.As a matter of fart,we have a dedicated night crew that enables us to be able to respond in a timely manner all houm of the night.We don't switch out guys or rotate day guys in to cover nights,they work night every shift.This enables the City of Ft Worth to know that,without fail,they will get great service not only in the daytime, but in the nighttime as well. As, I'm sure you would agree,time is money. It wouldn't matter if a company didn't charge at all for a service call if they couldn't get there for two hours.(This is most tire company's standard response time) This comes into play,especially when you are talking about the Police Force and Fire Department.They can't and shouldn't have to wait.When a police officer is down or firetruck is out of service due to tire issues, minutes can mean the difference between life or death.We understand that and that's why all City of Ft Worth Calls are put on high priority and take precedence over any other call that might have come in before them. Another way Rick's Tire Service saves the City of Ft Worth money is by being able to provide all tires with state pricing, We are a Goodyear, Michelin, Firestone,and Bridgestone direct deafer and can bill all of these brands with state pricing.Since this bid does not require valve stem charges on all tires,pricing will be easy to track and maintain from a customer stand point.This enables us to provide Goodyears for the police, Michelins for the Fire Department as well as Firestones for the water department and other various departments. Any other vendor would have to first go to James Street to pick up the tire,wait for the tire to be pulled,and then head to the call.This timing is simply unacceptable. Because we are a direct dealer on all three tier one manufacturers, Rick's Tire can go directly to the call,without delay, faster and more efficiently than any other tire service.We also can continue to provide onsite balancing to ensure proper alignment and run out of the passenger and light truck tires in your fleet,which we have been doing for the past several years. Ricles Tire Service is also a certified, historically underutilized business,as We are a woman owned business. I'm sure doing business with us would have a large impact or meeting the cities goals of working with HUB's. As times change,so does technology.This is no different in the tire service industry. Rick's Tire Service will be introducing a Tire Service App in the 41h Quarter of 2019.This will allow your fleet supervisors to cut out the time it takes to make calls to dispatch,allowing them to be more productive throughout the day. It will allow your fleet supervisors to enter the same information unto the app from either a computer or their cell phone and get an immediate response with the explected arrival time.This will all be free for the City of Ft Worth.We are really excited about how this app is going to decrease response times and information confusion while at the same time enabling us as Rick's Tire Service and the City of Ft Worth to become more efficient. I hope you can see how Rick's Tire Service would be the most efficient and cost-effective choice to manage your fleets tire needs.Because of our product availability with all three tier one manufacturers, our quick response times with 15 trucks running 24 hours a day,7 days a week,and our proven loyalty during the past 14 years of working together and I look forward to continuing our relationship into the future. Sincerely, Dewayne Lewis President Rick's Tire Service, Inc. Bidder Qualifications for Rick's Tire .Service, Inc. 18.1.1 Rick's Tire Service has been in business for over 35 years.Since!day one we have focused primarily on mobile tire repair and tire replacement. By focusing on service,we have established ourselves as the fastest and most dependable tire service in the metroplex. 18.1.2 Rick's Tire Service has had a strong business relationship with lihe City of Fort Worth since 2005. In the 14 years that we have been doing your tire work, I believe that:we have shown that we are duly qualified and capable to fulfill and abide by the requirements listed. We have never, in the 14 years and thousands of tires we have put on your fleet,ever had a tire off situation or injury sustained while working on your units. I am very proud of this fact and believe it shows that our adherence to safety protocols work and is therefore a staple of our company. 18.1.3 We maintain a fleet of 15 full time service trucks, all dully outfitted to perform all tire service tasks from the mowers,to the maintainers.I have included a list of our trucks for your review.Please note that we maintain only late model trucks and the latest technology as concerned with tire repair. Our oldest truck is a 2014.Also,something to note,we have not and never will subcontract out service techs or trucks.Doing this brings in added liability for us as a provider and you as a customer.You will never have to worry about the techs working on your units.We drug test,background check and TIA Train all employees that work at Rick's Tire Service. Even our dispatchers are TIA Trained.This allows The City of Fort Worth to feel comfortable in knowing that no one will ae-touching their fleet that are under/uninsured or undertralned.Letting someone work on your fleet that is under trained and underinsured can lead to legal issues and immediate safety concerns. Another issue with other companies that subcontract is that subcontractors have several contractors they work with and there is never a guarantee if they will be able to do the job when needed.You can have several subcontractors, but they have their own customers they work for as well,and you will more than likely be put at the bottom of the list.At Rick's Tire Service,you are always the highest priority.When a police officer Is down or firetruck is out of service due to tire issues,minutes can mean the difference between life or death.There have been several occasions when we will get 5 calls in 5 different locations within a 10 minute period.Only a company with several work trucks available all day every day can get those calls completed in a timely manner. 18.1.4 1 have attached a list of 6 references.5 of those being local mu•iicipalities that we do similar work for. Award Parameters Pertaining to RkWs Tire Service, Inc. 19.1.1 Rick's Tire Service maintains a fleet of 15 full time service trucks,,all dully outfitted to perform all tire service tasks for all of City of Ft Worth's fleet,from the mowers, to the maintainers. I have included a list of our trucks for your review.Please note that we maintain only late model trucks and the latest technology as concerned with tire repair.Our oldest truck is a 2014.Also, something to note,we have not and never will subcontract out service techs or trucks. Doing this brings in added liability for us as a provider and you as a customer.You will never have to worry about the techs working on your units.We drug test, background check and TIA Train all employees that work at Rick's Tire Service. Even our dispatchers are TIA Trained.This allows The City of Fort Worth to feel comfortable in knowing that no one will be touching their fleet that are under/uninsured or undertrained, Letting someone work on your fleet that is under trained and underinsured can lead to legal issues and immediate safety concerns. Another issue with other companies that subcontract is that subcontractors have several contractors they work with and there is never a guarantee if they will be able to do the job when needed.You can have several subcontractors, but they have their own customers they work for as well, and you will more than likely be put at the bottom of the list.At Rick's Tire Service,you are always the highest priority.When a police officer is down or firetruck is out of service,due to tire issues, minutes can mean the difference between life or death.There have been several occasions when we will get 5 calls in 5 different locations within a 10 minute period.Only a company with several work trucks available all day every day can get those calls completed in a timely manner. 19.1.2 Rick's Tire will always give state pricing to the City of Fort Worth.Whether It be Goodyear, Michelin or Firestone. Unlike most other companies,we are a direct dealer for all three manufacturers. Unlike associate dealers that can only pull from one dedicated wholesaler, we are direct and can pull from all wholesalers.This enables Rick's Tire Service to get those tires that are hard to find or frequently go on backorder for the City of Fort Worth. 19.1.3 All employees are TIA Trained,drug tested and background checked.We have full direct dealer authorization from all three tier one manufacturers. (GY,MICH,FS)and have all proper insurance requirements in place. 19.1.4 We are fully able and prepared to continue to provide the high quality of parts and supplies required to service the City of Fort Worth's tires and other proper equipment. Because we have been doing business with the City of Fort Worth since 2005,we are fully stocked with all items that the city currently uses for their fleet. 19.1.5 Not only are our trucks newer models,our equipment is equally just as new. Maintaining proper equipment and consistent servicing of such is very important to Rick's Tire Service.This allows us to provide excellent response times for the City of Fort Worth. 19.1.6 Rick's Tire Service has been in business for over 35 years.Since day one we have focused primarily on mobile tire repair and tire replacement.By focusing on si�rvice,we have established ourselves as the fastest and most dependable tire service in the metri;oplex. I have attached a list of 6 references.5 of those being local municipalities and one a utility provider with similar fleet makeup as yours.All our drivers have to pass a strict background driving check before being employed by Rick's Tire Service. 19.1.7 We are fully able and prepared to continue to provide the high givality of parts and supplies required to service the City of Fort Worth's tires and other proper egUipment. Because we have been doing business with the City of Fort Worth since 2005,we are fully stc cke d with all items that the city currently uses for their fleet.All service trucks have the capacity to work on every unit the City of Ft Worth has in it's fleet, including the night shift. 19.1.8 Rick's Tire Service is located in Tarrant County 5 L ATTACHMENT-D REFERENCE SHEET Please complete and return this form with your bid. The bidder shall furnish references for at least three(3) recent customers to whom products and/or services have been provided that are similar to those required by this solicitation.The City will be the sole Judge of references. Please use additional sheets. 1. Company's Name Name of Contacts Title of ContactPresent Address City, State,Zip Code .,...i sv�� Telephone Number (5 1 L) -11 1 ^ Z "L� Fax Number(q L) 1.1 _ Zz.%1 Email s 2. Company's Name Name of Contact Title of Contact Present Address o y 1E, City, State,Zip Code 1=-v�t k%. t.p -7y i g 4 Telephone Number (i Fax Number Email )0 b V r--'�) 3. Company's Name Name of Contact Title of Contact p`, IV%Ay-r, Present Address 5*4 3 o LU.."t 13, .� City, State,Zip Code D `Y, .Ip 1 SLR o Telephone Number (9,1.) y 14 _gI 1,1 Fax Number( ) Email b;\\! _ g\,'k p-r & Ory-&T, eA.-14 . Revised 7.11.18og ATTACHMENT-D REFERENCE SHEET Please complete and return this form with your bid. The bidder shall furnish references for at least three(3)recent customer;to whom products and/or services have,been provided that are similar to those required by this so.icitation.The City will be the sole judge of references.Please use additional sheets. 1. Company's Name 4 0,� k, W Name of Contact Title of Contact �,�� (��� �"� ;r.J+r _�rup.. 1E-. 1M.•. - F��.'� Present Address City, State,Zip Code �,rk W a r'l\w . Tyo '1�• �� Telephone Number ( ��� ) 3 51._ S I , Fax Numbe r( ) Email C,�nr:'�. `M+�ws � �fVrJt t.ar'H•}eRar_ C�.7J 2. Company's Name — Name of Contact -�-T >O r z � _ Title of Contact Present Address 19\s. U c,,N MAN- S4 — City, State,Zip Code P,f�\,5 L_ 16�I I Telephone Number ( � ) y s g. r y s z Fax NumbE!r( ) Email 'Ye -.twcaL . CSrpuA �e Srtisa�ra...A _ 66 3. Company's Name C Name of Contact -r o M Title of Contact F VC-% ► Present Address 1 q L City, State,Zip Code G r Telephone Number ( gm1) 't31- gs6a ax Number sn Email Revised 7.11.18cg ATTACHMENT—F NO BID SHEET (Please complete this form,only if,your firm has chosen not to submit a bid) LaKita Siack4ohnson,Senior Buyer Purchasing Division Fax No.817-392-8440 E-mail address: FMSPurchasin-gResponses a).fortworthtexas.g_ov If your firm has chosen not to submit a bid for this procurement, please complete this form and submit to: City of Fort Worth, Purchasing Division 200 Texas Street Fort Worth,Texas 76102 {or fax to above address} Please check the items that apply: [� Do not sell the item(s)required. 0 Cannot be competitive. Cannot meet the Specifications highlighted in the attached Bid. Q Cannot provide Insurance required. [� Cannot provide Bonding required. Cannot comply with Indemnification requirements. [� Job too large. Q Job too small. 0 Do not wish to do business with the City. 0 Other reason. Company Name: Authorized Officer or Agent Signature: Telephone: to bKo -dss1- FAX Number: %4 1 1 Revised 7.11.1 geg ACC" CERTIFICATE OF LIABILITY INSURANCE DAT8(MWD 18rn 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 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 endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)_� PRODUCER CONTACT YouZoom Insurance Services, Inc PHONE FAX 6900 College Blvd c o xtl!888-24M803 A/C No).877-835-1833 AIL Ste 1000 ADDRESS: AMServiceCeriterOarrowhead_qrp.com Overland Park KS 66211 INSUIRER(n AFFORDING COVERAGE NAICu INSURERA:American Guarantee and Liability Insurance 26247 INSURED RICKTIR-02 INSURER B:Great American Alliance Insurance Company 26832 0 Tire Service Inc 304 E Abram 5t INSURERC: cci Accident Fund Insurance Company of America 10166 004 —,-- Arlington TX 76010-1405 INSURERD: INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER:365366832 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 TYPE OF INSURANCE A DL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICYNUMBER MM/DD IIIM1DP A X COMMERCIAL GENERAL LIABILITY EPK0396621-01 8/1/2018 8/12019 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR D A E RENTED PREMISES Ea oxurrence $100,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO- JECT 7 LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: I I $ A AUTOMOBILE LIABILITY EAP0396622-01 $1112018 8/1'2019 COMBINED SINGLE LIMIT $1,000,000 Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED Ix NON-OWNED PROPER-ZDAMAGE $ AUTOS ONLY AUTOS ONLY Per accident B X UMBRELLA LIAB X OCCUR UME185839-01 8/1/2018 811.2019 EACH OCCURRENCE $3,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $3,000,000 FED T X RETENTION$n Prod/Comp Op A $3.000,000 C WORKERS COMPENSATION WCV6159752-0 2/1/2018 2/1,2019 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A Garage Keepers EAP0396622-01 8/1/2018 811,2019 Limit 120.000 DESCRIPTION OF OPERATIONS/LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Garage Keepers includes On-Hook coverage. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF TH E A13OVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DA-rE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. PREPARED FOR INSURED AUTHORIZED REPRESENT,tTIVE YouZoxivn,In,g"vwtcceiSet^vX' e-Y, Xn,c: 0198E••2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 4/22/2019 M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT W COUNCIL ACTION: Approved on 4/16/2019 DATE: 4/16/2019REFERENCE ..p-12322 LOG NAME: 13P19-0070 ROADSIDE TIRE NO.: SERVICES CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. Authorize Purchase Agreement with Rick's Tire Service, Inc.,in an Annual Amount Up to $1,300,820.00 with Four Annual Renewal Options for Roadside Tire Services for the Property Management Department(ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize a Purchase Agreement with Rick's Tire Service, Inc.,in an annual amount up to$1,300,820.00,with four one-year renewal options for roadside tire services for the Property Management Department. DISCUSSION: The Property Management Department(PMD)approached the Purchasing Division for assistance with obtaining repairs or replacement of tires on City-owned vehicles and equipment on an as-needed basis. The Invitation to Bid(ITB)consisted of detailed specifications listing the work to be performed as roadside tire services,to include tires,tubes,retreading or recapping where applicable,as determined by City personnel,and additional supplies needed to ensure complete,safe and proper repairs. The bids were rated on a pre-established matrix of weighted factors including price,qualifications,capabilities and performance. Rick's Tire Service Inc.,was determined to present the best value to the City. Staff recommends awarding a service agreement to Rick's Tire Service, Inc.,for roadside tire services. BID ADVERTISEMENT-This bid was advertised in the Fort Worth Star-Telegram on February 20,2019, February 27,2019,March 6,2019 and March 13,2019.The Purchasing Division solicited 16 vendors from the Purchasing database and three responses were received. MMIBE OFFICE-A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division 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. ADMINISTRATIVE CHANGE ORDER-An administrative change order or increase may be made by the City Manager in the amount up to$50,000.00 and does not require specific City Council approval as long as sufficient funds have been appropriated. AGREEMENT TERMS-Upon City Council approval,this Agreement shall begin on April 16,2019 and end on April 15,2020. RENEWAL OPTIONS-This Agreement may be renewed for up to four additional one-year terms at the City's option. This action does not require specific City Council approval provided the City Council has appropriated sufficient funds to satisfy the City's obligation during the renewal term. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budgets as appropriated, of the Fleet and Equipment Services Fund. Prior to an expenditure being incurred,the department has the responsibility to validate the availability of funds. BQN\19-0070\LSJ TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by_ Susan Alanis(8180) Ori inatin Department Head: Cynthia B.Garcia(8525) g g—p Kevin Gunn(2015) Additional Information Contact: LaKita Slack-Johnson(8314) apps.cfwnet.org/council_packet/mc_review.asp?I D=26927&councildate=4/16/2019 1/2 4/22/2019 M&C Review ATTACHMENTS 19-0070 Form 1295 Redacted.pdf apps.cfwnet.org/council_packet/mc_review.asp?I D=26927&councildate=4/16/2019 2/2