Loading...
HomeMy WebLinkAboutContract 52301-R2A2 4 RECENED CSC NO. 52301-R2A2 MAY 12 2020 ovs�c��� � SECOND RENEWAL AND AMENDMENT NO. 2TO INVITATION TO BID NO. 18-0114 This Second Renewal and Amendment is entered into by and between the City of Fort Worth (hereafter "City"), a Texas home-rule municipal corporation, acting by and through Dana Burghdoff, its duly authorized Assistant City Manager, and High Sierra Electronics, Inc. (hereafter "Vendor"), a California corporation, acting by and through Ray Bryan, its duly authorized General Manager, each individually referred to herein as a "party" and collectively referred to as the "parties." WHEREAS, the parties have previously agreed to the terms and conditions as set forth in City of Fort Worth Invitation to Bid No. 18-0114 (the"Contract") dated January 16,2018; and WHEREAS, the Contract is for the purposes of providing maintenance for the Transportation and Public Works Department's high water warning system; and WHEREAS, the Contract and four one-year options to renew were approved by the Fort Worth City Council on February 20,2018 by M&C P-12163; and WHEREAS, the Contract and M&C P-12163 authorized an annual contract amount of up to $350,000.00 and allowed for an administrative change order or increase in an amount up to $50,000.00; and WHEREAS, the City and Vendor previously renewed the contract for its first renewal term pursuant to City Secretary Contract No. 52301; and WHEREAS, the City and Vendor now wish to evidence the parties intention to renew the Contract for its second renewal term and amend the original Contract to increase the prices of a portion of the line item services; and WHEREAS,the increase is within the City Manager's administrative authority; and WHEREAS, in order to better clarify the responsibilities of the City and Vendor under the Contract, the City and Vendor now wish to revise the Detailed Specifications included in the Contract. NOW, THEREFORE, City and Vendor, acting herein by the through their duly authorized representatives, enter into the following agreement to renew and amend the contract: INVITATION TO BID NO. 18-0114 Pa e 1.o h Amendment 2 Renewal 2 ®FFiClAi,R 'CORD' gTy SECRETARY LT WORTH..� 1. RENEWAL This Renewal and Amendment shall serve as notice that the City and Vendor agree to renew the Contract for an additional one-year period, which will end on February 20, 2021. 2. PRICING AMENDMENT It is the parties' intent to replace the pricing of the first seven items which were included in the Contract with pricing attached hereto as Exhibit"A". 3. TERMS AND CONDITIONS AMENDMENT It is the parties' intent to incorporate the following provisions into the terms and conditions which were included in the Contract: 39.0 UNIT PRICE ADJUSTMENT 39.1 The unit prices may be adjusted for increases or decreases in Vendor's cost during the renewal period but before the effective date of the renewal upon written request from the Vendor. 39.2 The Vendor must submit its price adjustment request, in writing, at least 60 days before the renewal effective period. The Vendor shall provide written proof of cost increases with price adjustment request. 39.3 If the City concludes that the rate increase being requested is exorbitant, the City reserves the right to adjust the rate request, or reject the rate request in its entirety and allow the contract to expire at the end of the contract term. If the City elects not to exercise the renewal option, the Purchasing Division will issue a new solicitation. 39.4 Prices bid shall remain firm for each one-year term of the Agreement and shall include all associated freight and delivery costs. 39.5 Prices offered shall be used for bid analysis and for Agreement pricing. In cases of errors in extensions or totals, the unit prices offered will govern. 39.6 Upon expiration of the Agreement term the successful bidder, agrees to hold over under the terms and conditions of this Agreement for a reasonable period of time to allow the city to re-bid an agreement, not to exceed ninety (90) days. Vendor will be reimbursed for this service at the prior agreement rate(s). Vendor shall remain obligated to the City under all clauses of this Agreement that expressly or INVITATION TO BID NO. 18-0114 Page 2 of 6 Amendment 2 Renewal 2 by their nature extends beyond and survives the expiration or termination of this Agreement. 39.7 Goods and/or services shall not be suspended by the Vendor without a 30 day prior written notice to the City. 40.0 QUANTITIES 40.1 The quantities listed on the bid solicitation are only estimates based on previous usage and do not indicate intent to purchase or a guarantee of future business. The City of Fort Worth is obligated to pay for only those materials and services actually ordered by an authorized City employee and then received as required and accepted by the City. 4. SPECIFICATIONS AMENDMENT It is the parties' intent to supplement and revise the Detailed Specifications which were included in the Contract with the additional specifications attached hereto as Exhibit `B." In the event of any conflict between the Detailed Specifications included in the Contract and these additional specifications, these additional specifications shall control. 5. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. (signature page follows) INVITATION TO BID NO. 18-0114 Page 3 of 6 Amendment 2 Renewal 2 Executed on this the day of 32020. City of Fort Worth: 7]Highrra Electronics,Inc.: By; OMgBY@tlOFIN 1,1 By. Dana Burghdoff Ray ryan, Aneral Manager Assistant City Manager Date: May 11, 2020 Date: APPROVAL RECOMMENDED BY: By: MrWmJdn n(way 8,2020) William Johnson,Director Transportation&Public Works Date: May 8, 2020 r ATTEST: 'Jim '~ . (� .may •.�' By. Mary J.Kayser City Secretary AP7ur O FORM AND LEGALITY: By ^--`— Ord. No. 24161-04-2020 Assistant City Attorney Contract Authorization: M&C: P-12163 This agreement does not require City Council approval. Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. By: �.�N Ranjan S.Muttiah,Ph. .,P.E.,CI^M Stormwater Management, TPW INVITATION TO BID NO. 18-0114 Amendment 2 Renewal 2 CI TV SFURARY FT. ORTH Unit Price for 2nd Contracted Renewal Period Estimated Change with 2na Item Class Item Unit Price With 2.7%Increase Quantity Renewal 1.000 Preventative Maintenance Master Gauging Stations $652.61 $ 670.20 156 $ 2,744.04 2.000 Preventative Maintenance Flashers $285.52 $ 293.23 351 $ 2,706.21 3.000 Preventative Maintenance Lake Monitoring System $534.78 $ 549.22 15 $ 216.60 .000 Preventative Maintenance Weather Station $302.51 $ 310.68 6 $ 49.02 5.000 Preventative Maintenance Rain Gauge only $ 192.61 $ 197.81 3 $ 15.60 6.000 Emergency Repair Labor Per Hour $220.94 $ 226.91 20 $ 119.40 7.000 Non-Emergency Repair Labor Per Hour $ 147.29 $ 151.27 100 $ 398.00 Exhibit A INVITATION TO BID NO. 18-0114 Page 5 of 6 Amendment 2 Renewal 2 Exhibit B 1). Following any work performed for Preventative Maintenance ("PM"), the Vendor shall be responsible for providing to the City, in writing, a notice of problems not resolved during the PM. Such notice shall include a description of the problems and proposed remedy, and shall be resolved within two (3) weeks of completion of the PM. The labor costs associated with remedy of the PM follow-up shall be considered as part of the PM, unless agreed to with separate work order for sites requiring individual attention beyond activities covered by the PM (site knock- downs, theft of equipment) by the City's Project Manager, and no additional labor costs shall be incurred by the City. 2). In circumstances when the City wishes the Vendor to perform PM for selected stations (instead of PM for the entire high-water system), the City may use at its discretion, emergency or non- emergency hourly labor rates as defined in the Contract instead of station-by-station (Master, Flasher,Rain Gauge, and Weather Station)PM pricing. 3). At the City's sole discretion, the City may make available Vendor's equipment procured for the PM in the City's warehouse at the Northside Service Center. It shall be the Vendor's responsibility to ensure the availability of and access to all necessary equipment(either in its own inventory, or at the City's warehouse)to successfully perform the PM. 4). It shall be the Vendor's responsibility to promptly bring to the City's attention equipment with "recall" or similar notification, equipment failure problems due to Vendor's manufacturing defects. Under "recall" or similar notification of any part or equipment manufactured by the Vendor, the Vendor shall repair or replace equipment at the Vendor's expense. 5). The City shall be provided with a copy of firmware files by stations, and relevant driver software for Vendor equipment installed in the City. INVITATION TO BID NO. 18-0114 Page 6 of 6 Amendment 2 Renewal 2