Loading...
HomeMy WebLinkAboutContract 54257-A3 CSC No.54257-A3 AMENDMENT NO. 3 TO CITY OF FORT WORTH CONTRACT 54257 This Amendment is entered into by and between the City of Fort Worth (hereafter "Buyer"), a home rule municipality, with its principal place of business at 200 Texas Street,Fort Worth,Texas,Macaulay Controls Company("Vendor"),Buyer and Vendor may be referred to individually as a Party and collectively as the Parties. WHEREAS, on August 7, 2020,the Parties entered into City Secretary Contract 54257 to provide Instrumentation Equipment, Parts and Services("Agreement/Contract"); WHEREAS, the Parties wish to amend the Agreement to be able to add and purchase additional parts and services not already listed on the contract. NOW, THEREFORE, the Parties, acting herein by the through their duly authorized representatives,enter into the following agreement: 1. AMENDMENTS Attachment B, "The City's Invitation to Bid ("ITB")" and Attachment C, "Contractor's Response to ITB" of the Agreement is hereby amended to add the following items and pricing: Items Price UOM 1. Telog Instruments cellular service to $108.00 Each existing contract — TVCF-1 -- Verizon cellular service—annual subscription 2. Telog Instruments Enterprise Client Term $450.00 Each License 2. ALL OTHER TERMS SHALL REMAIN THE SAME All other provisions of the Agreement which are not expressly amended herein shall remain in full force and effect. 3. ELECTRONIC SIGNATURE This Amendment may be executed in multiple counterparts, each of which shall be an original and all of which shall constitute one and the same instrument.A facsimile copy or computer image, such as a PDF or tiff image, or a signature, shall be treated as and shall have the same effect as anoriginal. OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX ACCEPTED AND AGREED: CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person Dana Bu�andoff responsible for the monitoring and administration By: D 4,a—Il ,hd°(( °v5,202111:44CDT) of this contract, including ensuring all Name: Dana Burghdoff performance and reporting requirements. Title: Assistant City Manager Date: By: APPROVAL RECOMMENDED: Name: Shatabya Bergland Title: Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: CLk�r � H -d&r By: Christopher arder(Nov5,202107:18 CDT) Name: Chris Harder c Title: Water Director By: �� ✓ Name: Taylor Paris ,dagopp pa4 FORt��aa ATTEST: Title: Assistant City Attorney A.0000° °°°° ° 00 0 ad 0 10 0 0 a~0 0.4+ CONTRACT AUTHORIZATION: °o � d n M&C: 20-0271 o 4 °° * � 1� Date: 5/5/2020 1a °°°°°°°°°° a By: aan nJoe,00 p Name: Ron Gonzales 1295:NIA Title: Acting City Secretary Macaulay Controls Company: ATTEST: By: Name: r,` Title: Qfe S�C��n-�- By: G� Name: er-, Date: 21 Title: OV-A— Ma.ncoier OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX 8/5/2021 M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoRTWORTII '14� DATE: 5/5/2020 REFERENCE**M&C 20- LOG NAME: 13P20-0076 INSTRUMENTATION PARTS NO.: 0271 AND EQUIP WATER SC CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Non-Exclusive Agreements with Prime Controls, LP, Frank Clark &Associates, Inc., Vector Controls, LLC, Macaulay Controls Company, DPC Industries, Inc., Murray Energy, Inc., Walker Industrial LLC d/b/a Walker Controls, Total Process Solutions, Inc., and G.K. Techstar, LLC for a Combined Annual Amount Up to $1,000,000.00 for Instrumentation Equipment, Parts and Services for the Water Department and Authorize Four Annual Renewal Options and Increased Amounts of$1,100,00.00 for the Third Renewal and $1,210,000.00 for the Fourth Renewal (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize non-exclusive Agreements with Prime Controls, LP, Frank Clark &Associates, Inc., Vector Controls, LLC, Macaulay Controls Company, DPC Industries, Inc., Murray Energy, Inc., Walker Industrial LLC d/b/a Walker Controls, Total Process Solutions, Inc., and G.K. Techstar, LLC for a combined annual amount up to $1,000,000.00 for Instrumentation Equipment, Parts and Services for the Water Department and authorize four annual renewal options and increased amounts of$1,100,00.00 for the third renewal and $1,210,000.00 for the fourth renewal. DISCUSSION: The Water Department approached the Purchasing Division to procure new and replacement water and wastewater utility instrumentation equipment and appurtenances, parts, on-site or shop repair services, calibration, engineering and startup services, and field troubleshooting for various locations throughout the City. The Invitation to Bid (ITB) consisted of detailed specifications describing the instrumentation equipment and repair services required to meet American Water Works Association (AWWA), National Electrical Manufacturer's Association (NEMA), American Society for Testing and Materials (ASTM), and Underwriters Laboratories (UL) standards. The Water Department certifies that the bids received by Prime Controls, LP, Frank Clark &Associates, Inc., Vector Controls, LLC, Macaulay Controls Company, DPC Industries, Inc., Murray Energy, Inc., Walker Industrial LLC d/b/a Walker Controls, Total Process Solutions, Inc., and G.K. Techstar, LLC meet the specifications required for the items and services that are being awarded. An increase in the annual amount for years three and four will ensure that spending authority is available throughout the agreement term. Instrumentation equipment, parts, and repair services will be ordered as needed based on price and availability to ensure the City's needs are met. This bid was advertised in the Fort Worth Star-Telegram on February 05, 2020, February 12, 2015, February 19, 2020 and February 26, 2020. The City received nine bids. A pre-bid conference was held on February 12, 2020. An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. 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 BDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. apps.cfwnet.org/counciI_packet/mc_review.asp?ID=27840&counciIdate=5/5/2020 1/2 8/5/2021 M&C Review FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the Water& Sewer Fund to support the approval of the above recommendation and execution of the agreements. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. BQN\\ TO Fund Department Account Project Program Activity Budget FReference # Amount ID ID I I I 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_ Dana Burghdoff(8018) Originating Department Head: Reginald Zeno (8517) Additional Information Contact: Cynthia Garcia (8525) Sarah Czechowicz (2059) ATTACHMENTS a pps.cfwnet.o rg/council_packet/mc_review.asp?I D=27840&cou nci Idate=5/5/2020 2/2