Loading...
HomeMy WebLinkAboutContract 58750 CSC No.58750 FORT WORTH, SOLE SOURCE AGREEMENT This SOLE SOURCE AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, acting by and through its duly authorized Assistant City Manager, and Rush Truck Centers of Texas, L.P. ("Vendor"), a Delaware corporation and 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 Sole Source Agreement 2. Exhibit A—Scope of Services or Goods 3. Exhibit B—Payment Schedule 4. Exhibit C—Sole Source Exemption 5. Exhibit D—Verification of Signature Authority Form 6. Exhibit E—Conflict of Interest Questionnaire Exhibits A, B, C, D, and E which are attached hereto and incorporated herein, 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, D, or E and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. 1. Scone of Services. Vendor shall supply the City with labor and parts to service, repair, maintain,and upgrade Peterbilt equipment in the City's fleet("Services"),which are set forth in more detail in Exhibit"A,"attached hereto and incorporated herein for all purposes. 2. Term. This Agreement shall commence upon the date signed by the Assistant City Manager below("Effective Date")and shall expire no later than November 30,2023 ("Expiration Date"), unless terminated earlier in accordance with the provisions of this Agreement or otherwise extended by the parties. City will have the option,in its sole discretion,to renew this Agreement under the same terms and conditions,for up to four one-year renewal option(s)(each a"Renewal Term"). 3. Comnensation. City will pay Vendor in accordance with the provisions of this Agreement, including Exhibit `B," which is attached hereto and incorporated herein for all purposes. Total annual compensation under this Agreement will not exceed three hundred and fifty thousand dollars ($350,000.00). Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. Termination, Sole Source Agreement Page 1 of 25 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 oftermination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder,City will notify Vendor of such occurrence and this Agreement will 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 will pay Vendor for services actually rendered up to the effective date of termination and Vendor will 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 will 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 will return all City provided data to City in a machine readable format or other format deemed acceptable to City. 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 inwriting. 5.2 Confidential Information.Vendor,for itself and its officers,agents and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act.In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor.It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access.Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must 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 will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. RiLyht to Audit.Vendor agrees that City will,until the expiration of three(3)years after final payment under this Agreement,or the final conclusion of any audit commenced during the said three Sole Source Agreement Page 2 of 25 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 will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasonable advance notice of intended audits. 7. Indegendent Contractor. It is expressly understood and agreed that Vendor will 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 will 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, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City,its officers,agents,servants and employees,and Vendor,its officers,agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City.Vendor will 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, contractors, or contractors. 8. LiabM and Indemnification. 8.1 LjABjL - VENDOR WILL BE LIABLE AND RESPONSIBLE 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, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. Except for Vendor's indemnification obligations for third party claims set forth in Section 8.2. below, the parties agree that in the event of any claim, litigation, civil action or any other legal or administrative proceeding brought by one party against the other, neither party shall be entitled to recover any incidental or consequential damages as defined in the Uniform Commercial Code, including but not limited to indirect or special damages, loss of income or anticipated profits, or down-time, or any punitive damages. 8.2 GENERAL INDEMNIFICATION- VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS,SERVANTS AND EMPLOYEES,FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTYDAMAGE OR LOSS(INCLUDINGALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, BROUGHT OR CLAIMED AGAINST CITYBYA THIRD PARTYARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR,ITS OFFICERS,AGENTS,SERVANTS,EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 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 Sole Source Agreement Page 3 of 25 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 will 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 will 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 will 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 will 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 will fully participate and cooperate with City in defense of such claim or action.City agrees 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 will 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 will, 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 will 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 will 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 will be 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,the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance.Vendor must 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 Services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: Sole Source Agreement Page 4 of 25 $1,000,000- Each Occurrence $2,000,000- Aggregate (b) Automobile Liability: $1,000,000- Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Services under this Agreement. "Any vehicle"will be any vehicle owned,hired and non-owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability $100,000- Bodily Injury by accident; each accident/occurrence $100,000- Bodily Injury by disease; each employee $500,000- Bodily Injury by disease;policy limit Coverage must be claims-made,and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees,officers,officials,agents,and volunteers in respect to the contracted services. (b) The workers' compensation policy must include a Waiver of Subrogation (Right of Recovery)in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage must be provided to City. Ten (10) days' notice will be acceptable in the event of non-payment of premium. Notice must be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. Sole Source Agreement Page 5 of 25 (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas.All insurers must have a minimum rating of A-VII in the current A.M.Best Key Rating Guide,or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management.If the rating is below that required,written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Comgliance with Laws. Ordinances.Rules and Regulations.Vendor agrees that in the performance of its obligations hereunder, it will 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 must immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors,subcontractors,and successors in interest,as part of the consideration herein,agrees that in the performance of Vendor's duties and obligations hereunder, it will 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, CONTRACTORS, 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 will be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth Rush Truck Centers of Texas,LP dba Attn: Assistant City Manager Rush Truck Center,Fort Worth 200 Texas Street Jacob Spencer, General Manager Fort Worth,TX 76102-6314 1480 NE Loop 820 Facsimile: (817)392-8654 Fort Worth,TX 76106 Facsimile: (817)740-4999 With copy to Fort Worth City Attorney's Office at same address With a copy to: Rush Enterprises,Inc. 555 IH35 South New Braunfels,TX 78130 Attn: Legal Department Facsimile: (830)302-5290 Sole Source Agreement Page 6 of 25 14. Solicitation of Employees. Neither City nor Vendor will, 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 will 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 does 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 will 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 tothis Agreement, venue for such action will 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 will not in any way be affected or impaired. 19. Force Maieure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement,but will 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; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems;restraints or prohibitions by any court,board,department,commission,or agency of the United States or of any States;civil disturbances;other national or regional emergencies;or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected(collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event,with the reasonableness of such notice to be determined by the City in its sole discretion.The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only,will 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 will 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 will be binding upon a party hereto unless set forth in a written instrument, which is Sole Source Agreement Page 7 of 25 executed by an authorized representative of each party. 23. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes,be deemed an original,but all such counterparts will together constitute one and the same instrument. 24. Warranty. 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 ninety(90) days from the date that the services are completed. In such event, at Vendor's option,Vendor will either (a) use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. Vendor PROVIDES NO OTHER WARRANTIES, EXPRESS OR IMPLIED, CONCERNING ITS SERVICES. Any warranties on any parts,equipment,components,accessories or materials sold to the City or otherwise provided in conjunction with the services("Parts")are limited only to those written warranties provided by the applicable Parts manufacturer. EXCEPT FOR ANY SUCH WARRANTIES MADE BY MANUFACTURERS, THE PARTS ARE SOLD WITHOUT ANY OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE,EACH OF WHICH IS EXPRESSLY DISCLAIMED. 25. Immigration Nationality Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all 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 WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS.City,upon written notice to Vendor,will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26. Reserved. 27. Signature Authority. The person signing this Agreement hereby warrants that they have 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 of the entity. This Agreement and any amendment hereto,may be executed by any authorized representative of Vendor.Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Comgany Name or Ownershij). Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records.The president 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. 29. No Boycott of Israel.If Vendor has fewer than 10 employees or this Agreement isfor less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does Sole Source Agreement Page 8 of 25 not boycott Israel; and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel" and"company"has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement,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 Agreement. 30. Prohibition on Boycotting Energy Com an nies. Vendor acknowledges that, in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2,the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and(2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and"company"have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg.,R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement,Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and(2)will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code,as added by Acts 2021,87th Leg.,R.S., S.B. 19, § 1,the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association.The terms"discriminate,""firearm entity"and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code,as added by Acts 2021, 87th Leg.,R.S., S.B. 19, § 1.To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor:(1)does not have a practice,policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and(2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature.For these purposes,"electronic signature"means electronically scanned and transmitted versions (e.g.via pdf file or facsimile transmission)of an original signature,or signatures electronically inserted via software such as Adobe Sign. 33. Entirety of Agreement. This Agreement, including all attachments and exhibits,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. Sole Source Agreement Page 9 of 25 IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples. CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of By: Dana 8hdoff(Ja 23.zo 1 :os csTt this contract,including ensuring all performance and reporting requirements. Name: Dana Burghdoff Title: Assistant City Manager Date: 20 By: Denise Garcia(Jan 02314:05 CST) - Name: Denise Garcia APPROVAL RECOMMENDED: Title: Purchasing Manager -,C3_ APPROVED AS TO FORM AND LEGALITY: By: _ Steve o ke(Jan 18,20202314:25 CST) Name: Steve Cooke Title:Property Management Director By: Name: Christopher Austria ATTEST: Title: Assistant City Attorney 4,Dp4dann �pti�°Rr�aa P' 0 Ooo 00 CONTRACT AUTHORIZATION: A o o=� M&C: 22-0908 By: �o * Form 1295: N/A Name: Jannette S.Goodall a�aa�� z 4s4ba Title: City Secretary VENDOR: Rush Truck Centers of Texas,LP By: Jacob spencer(Jan 18,2023 09:40 CST) Name: Jacob Spencer Title: General Manager Date: Sole Source Agreement Page 10 of 25 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX City Secretary Contract No. EXHIBIT A SCOPE OF SERVICES 1. SCOPE OF WORK 1. Vendor shall supply the City with labor and parts to service,repair,maintain,and upgrade Peterbilt equipment in the City's fleet. 2. Vendor shall provide all warrantable repairs using OEM parts. 2. QUALITY OF SERVICE AND WORK 2.1 Vendor shall provide the City an acceptable level of service in terms of cost,time and workmanship. Upon return and inspection of services completed,PMD Fleet Supervisor will notify Vendor if any issues regarding the service or parts found to be unsatisfactory.Vendor will be given an opportunity to correct. Failure of Vendor to correct Services or parts to a satisfactory condition will be considered grounds for terminating any agreement between Vendor and the City. 2.2 Vendor will be required to perform the work using the most up to date and appropriate methods available for said work under industry standards. This includes, but is not limited to, all suitable repair equipment and parts to insure the satisfactory execution of any repair or installation. 2.3 Vendor will be required to provide documentation on their personnel authorized to perform work on City vehicles and equipment. This includes all certifications, such as the National Institute for Automotive Service Excellence(ASE),that qualify them to perform said work,if applicable. 2.4 Vendor must give the City priority service,as many City vehicles are utilized for public safety and emergency response. Expeditious turn-around is critical to City operations. However, additional fees for priority services are prohibited. 3. ORDERED SERVICES 3.1 The City is only obligated to pay for Services actually ordered by an authorized City employee and then received and accepted as required by the City. 4. PARTS 4.1. All parts utilized in repairs,replacements or installations on City vehicles and equipment must be new unless otherwise requested by PMD Fleet personnel.Any rebuilt or remanufactured parts can be considered but must be approved in writing by City PMD Fleet personnel prior to being utilized by a vendor. 4.2. Products manufactured of poor workmanship will not be accepted. 4.3. The City reserves the right to supply parts as the City determines is necessary. 4.4. Vendor may charge a cost plus(+)for parts as indicated on Exhibit B. There are no guarantees the City will accept or held financially or liable for costs outside of labor and materials/parts unless specified on Exhibit B. Sole Source Agreement Page 11 of 25 5. ESTIMATES 5.1. Vendors will be required to provide written estimates to Fleet Service Center Supervisors or designee personnel before the start of any work. The estimates may be emailed to the Fleet Service Center Supervisors or designee who requested the services to be completed. 5.2. If during the course of the originally estimated repairs,it is noted that further repairs will be needed, a revised estimate must be prepared by Vendors for the additional work. 5.3. Estimates provided by vendors shall state `Warranty Service' if City vehicles or equipment will be serviced for warranty work. 5.4. Warranty and billable repairs shall be on separate estimate(s)/invoicing in ALL cases. 5.5. Vendor shall send confirmation and a cost estimate to the Fleet Service Center Supervisor(s)or designee within 24 hours of receiving a list of equipment for inspection and testing. 5.6. Vendor shall identify the repair direction and shall email an estimate with specific details of the repairs needed regardless of warranty or non-warranty 5.7. All estimates provided by Vendors will be quoted on a `time and materials'basis,adherence to the agreed upon contract rate(s)and itemized to illustrate the cost of each of the following,if applicable to the service or work performed: 5.7.1 Estimates shall include number of and cost of part(s)to be installed. 5.7.2 Estimates shall include cost of labor to perform repair and/or installation; itemized by number of labor hours per labor line. 5.7.3 Estimates shall include itemized inspection/diagnostic fees. 5.7.4 Transportation fees,if any,for pick-up or delivery. 5.7.5 Miscellaneous shop fees will not be allowed. 5.7.6 Travel charges for mobile services will only be considered if included in Exhibit B and should be itemized. 5.8. Final invoices submitted to the City for work performed should always match the final estimate received and approved by the City.All revised estimates must be approved in writing prior to billing. 5.9. Fleet Service Center Supervisors or designee will provide written authorization and a Purchase Order(PO)to proceed with the inspection and testing or repairs after evaluating the estimate. Vendors are not authorized to proceed with inspection,testing or repairs based on verbal authorizations and assumes all liability and responsibility for inspection,and testing performed based on such verbal authorizations. 5.10.PMD Fleet shall issue a purchase order for billable repairs and sent to the vendor via email. Repairs are NOT to be performed until a purchase order has been issued and provided to the Vendor from PMD Fleet Division.This ensures proper tracking and documentation are in place for the Vendor and the City. 5.11.Fleet shall create necessary work order for tracking. Sole Source Agreement Page 12 of 25 5.12.Fleet staff shall document the approval and shall update the work order detailing all communications and repairs with denial or approval information. 5.13.Vendor shall be notified,via email, of repairs needed and/or diagnosis from Fleet. 6. INVOICING REQUIREMENTS 6.1. The City of Fort Worth has begun implementing an automated invoicing system. 6.2. The Vendor shall send invoices electronically to our centralized Accounts Payable department invoice email address: supplierinvoices&fortworthtexas.gov. This email address is not monitored so please do not send correspondence to this email address. The sole purpose of the supplier invoices email address is to receipt and process supplier invoices. 6.3. Please include the following on the subject line of your e-mail: vendor name,invoice number, and PO number, separated by an underscore(ex: Example,Inc._123456_FW013-0000001234) 6.4. To ensure the system can successfully process your invoice in an expedient manner,please adhere to the following requirements: 6.4.1.All invoices must be either a PDF or TIFF format. 6.4.2.Image quality must be at least 300 DPI(dots per inch). 6.4.3.Invoices must be sent as an attachment(i.e.no invoice in the body of the email). 6.4.4.One invoice per attachment(includes PDFs).Multiple attachments per email is acceptable but each invoice must be a separate attachment. 6.4.5.Please do not send handwritten invoices or invoices that contain handwritten notes. 6.4.6.Dot matrix invoice format is not accepted. 6.4.7.The invoice must contain the following information: 6.4.7.1. Supplier Name and Address; 6.4.7.2. Remit to Supplier Name and Address, if different; 6.4.7.3. Applicable City Department business unit#(i.e.FW013) 6.4.7.4. Complete City of Fort Worth PO number(i.e.the PO number must contain all preceding zeros); 6.4.7.5. Invoice number; 6.4.7.6. Invoice date; and 6.5. Invoices should be submitted after delivery of the goods or services. 6.6. To prevent invoice processing delays,please do not send invoices by mail and email and please do not send the same invoice more than once by email to supplierinvoiceskfortworthtexas.gov. To check on the status of an invoice,please contact the City Department ordering the goods/services or the Central Accounts Payable Department by email at:_ ZZ_FIN AccountsPayableAfortworthtexas.gov. 6.7. If you are unable to send your invoice as outlined above at this time,please send your invoice to our centralized Accounts Payable department instead of directly to the individual city department. This will allow the city staff to digitize the invoice for faster processing. 6.8. If electronic invoicing is not possible,you may send your paper invoice to: City of Fort Worth, Sole Source Agreement Page 13 of 25 Attn: FMS Central Accounts Payable,200 Texas Street,Fort Worth,Texas,76102 6.9. The City's goal is to receive 100%of invoices electronically so that all supplier payments are processed efficiently. To achieve this goal,we need the Vendor's support. 6.10. If Vendor has any questions,please contact the Accounts Payable team at(817)392-2451 or by email to ZZ_FIN AccountsPayable@fortworthtexas.gov. Sole Source Agreement Page 14 of 25 EXHIBIT B PAYMENT SCHEDULE I. Rush Truck Centers of Texas,LP dba Rush Trurk Center,Frrrt Worth 11420 NE Lapp 920,NwLWardiM 17[76105-i7nI$i7l 74C,�Op Line Items Lang Description Quantity UOM (Unit of Measurement) Unit PrIm 1.00 Shop Hourly Raw, Mork-Fri 7.00 1000 HR S am-7:00 pm _ 159,00 2.00 Hourly Fielci Rate,Morr•Pri 7-00 1 0D 14p, am-7,00 _ 159.00 3,00 AN7. Hours Labor Ratc,(Fri MO HR 9_31 pm • Mon 6=59 aFn), Ufa Ilolid3 Weekends _ 4_00 Transpnitalion Eee(Piick-up& i 200 E.A Oell+0ry Inelusiwe) Round Trip. Ifa licable 20'0 r--5, 00 Parr-Cost Plus(+) °r6 50 EA 30% Valid Lentil Deccmbcr 3 1"203 Ja b Speftur I General Mamger i Sole Source Agreement Page 15 of 25 EXHIBIT C SOLE SOURCE EXEMPTION FORM FORT WORTH CITY OF FORT WORTH CHAPTER 252 EXEMPTION FORM Instructions:Fill out the entire form with detailed information. Once you have completed this form, provide it to the Purchasing attorney for review. The attorney will review the information you have provided to determine whether an exemption to Chapter 252's biding requirements is defensible. If you are printing this form to provide to Legal,please do not provide the Primerportion. Failure to provide sufficient information may result in follow up questions and cause a delay in the attorney's determination. Section 1: General Information Requesting Department: Property Management Department—Fleet Division Name of Contract Manager: Brad Hunter Department's Attorney: Richard McCracken Item or Service sought: Goods: [] Service: ❑ Anticipated Amount: $350,000.00 Vendor: RUSH TRUCK CENTERS Current/Prior Agreement for item/service: Yes ® No ❑ CSC or Purchase Order#: CSCO 17-0362 OEM Services: RUSH TRUCK CENTERS Amount: $350,000.00 Projected M&C Date: N/A How will this item or service be used? Rush Truck Has your department started a requisition or otherwise contacted the Purchasing Division related to obtaining this good/service? Yes ❑ No 0 (Page 1 of 6) If yes, please provide requisition number or brief explanation of contact with Purchasing Division: The Purchasing Department requires each department to handle the sole source process. Section 2: Claimed Exemption and Justification (Other than sole source) NOTE - For a claimed sole-source exemption, complete Section 3. Please indicate the non-sole-source exemption you believe applies to the purchase and provide information to support its applicability. Please refer to the Exemption Primer for detailed information about common exemptions: []A procurement necessary to preserve or protect the public health or safety of the City of Fort Worth's residents; [] A procurement necessary because of unforeseen damage to public machinery, equipment, or other property; []A procurement for personal,professional, or planning services; [] A procurement for work that is performed and paid for by the day as the work progresses; []A purchase of land or a right-of-way; []Paving drainage, street widening, and other public improvements, or related matters,if at least one-third of the cost is to be paid by or through special assessments levied on property that will benefit from the improvements; [] A public improvement project, already in progress, authorized by the voters of the municipality, for which there is a deficiency of funds for completing the project in accordance with the plans and purposes authorized by the voters; []A payment under a contract by which a developer participates in the construction of a public improvement as provided by Subchapter C, Chapter 212; []Personal property sold: • at an auction by a state licensed auctioneer; • at a going out of business sale held in compliance with Subchapter F, Chapter 17, Business & Commerce Code; • by a political subdivision of this state, a state agency of this state, or an entity of the federal government; or • under an interlocal contract for cooperative purchasing administered by a regional planning commission established under Chapter 391; [] Services performed by blind or severely disabled persons; (Page 2 of 6) []Goods purchased by a municipality for subsequent retail sale by the municipality; []Electricity; or []Advertising, other than legal notices. Please provide details and facts to explain why you believe the exemption applies to the purchase. You may also attach documentation to this form. Section 3: Claimed Sole-Source Exemption and Justification NOTE - For any non-sole-source exemption, complete Section 2. Please indicate the sole-source exemption you believe applies to the purchase and provide information to support its applicability. Please refer to the Exemption Primer for detailed information about common exemptions *A procurement of items that are available from only one source,including: • items that are available from only one source because of patents,copyrights, secret processes, or natural monopolies; • films, manuscripts, or books; • gas, water, and other utility services; • captive replacement parts or components for equipment; • books, papers, and other library materials for a public library that are available only from the persons holding exclusive distribution rights to the materials; and • management services provided by a nonprofit organization to a municipal museum,park, zoo, or other facility to which the organization has provided significant financial or other benefits; How did you determine that the item or service is only available from one source? As a contract for OEM parts and related services only, Rush Truck is the sole authorized Peterbuilt distributor in the DFW Metro Plex area authorized to sell and service Peterbilt trucks, tractors, parts and accessories manufactured by or for Peterbilt. Peterbuilt is a design-specific product that cannot be properly repaired outside of Rush Truck in the most cost effective and efficient manner without significant downtime and warranty coverage issues. Attach screenshots and provide an explanation of any independent research you conducted, through internet searches, searching cooperatives, or discussions with others knowledgeable on the subject matter that corroborate that the item is available only from a single source. (Page 3 of 6) Did you attach a sole source justification letter? ❑ Yes ❑ No Describe the uniqueness of the item or service (e.g. compatibility or patent issues, etc.). Rush Truck is the sole authorized Peterbilt distributor in the DFW Metroplex area authorized to sell and service Peterbilt trucks, tractors, parts and accessories manufactured by or for Peterbilt. Transportation and Public works and Water Operations have a multitude of Peterbilt products. Section 4: Attorney Determination With the facts provided by the department, is the use of the claimed exemption defensible if the City were to be challenged on this purchase? ❑Yes []No. Was there anything attached to this form that was relied on in making this determination? []Yes ❑No. If yes,please explain:[DESCRIBE ATTACHMENTS CONSIDERED] Was there anything not included on this form or attached hereto that was relied on in making this determination? ❑Yes []No. If yes,please explain:Sole Source letter from vendor. Will the standard terms and conditions apply? ❑Yes []No. Will the contract require special terms? []Yes ❑No. Will the contract require review by the department attorney? ❑Yes []No. Approved By: Date: 9.6.22 Ta or Paris/Jessika Williams Assistant City Attorney (Page 4 of 6) EXEMPTION FORM PRIMER Below are explanations and examples of common exemptions that could apply to City purchases. If you have questions about the information provided or need additional information, please contact your department's assigned attorney or the appropriate purchasing attorney. 1. A procurement necessary to preserve or protect the public health or safety of the municipality's residents; Examples of activities that have been found to fall within this exception include ambulance services; solid waste collection and disposal; and first-responder safety equipment such as breathing apparatus for firefighters and bullet-proof vests for police officers. 2. A procurement necessary because of unforeseen damage to public machinery, equipment, or other property; Examples of this type of procurement would include repairing or replacing roofs and windows damaged by hail or a tornado. But parts and services for routine maintenance or replacement of old, worn out roofs or windows would not meet this exception. 3. A procurement for personal, professional, or planning services; Personal services are ones that are unique to the individual providing them. Therefore personal services contract cannot generally be subcontracted or assigned. Professional services are not defined under Chapter 252, so there is no precise definition to follow. There is no universal definition of this term, however, "several cases suggest that it... is `predominately mental or intellectual, rather than physical or manual."' Tex. Atty Gen Op. JM-940 (1988) (quoting Maryland Casualty Co. v. Cray Water Co., 160 S.W. 2d 102 (Tex. Civ. App.—Eastland 1942, no writ). The Texas Attorney General has also opined that "professional services" no longer includes only the services of lawyers, physicians, or theologians, but also those members of disciplines requiring special knowledge or attainment and a high order of learning, skill, and intelligence.Id. Facts needed to support a professional service exemption include the specialized requirements of that profession and the mental and intellectual skill required by the person while performing the service. Purchases of goods are not professional services. 4. A procurement of items that are available from only one source. This exemption is commonly referred to as the sole source exemption. In determining whether a purchase is of a good or service that is available from one source, you should not consider price or time to receive the good or service. A sole source does not exist solely on the basis of personal or departmental preference or a desire to keep all units the same brand or make. The information needed to support this exemption is that no other provider (Page 5 of 6) can provide the service or category of good except for the vendor you are proposing. Some examples of sole source purchases include service agreements when only one vendor is authorized to work on the equipment by the manufacturer and allowing another vendor would void the warranty; purchase of a good that is copyrighted or trademarked and only provided by one vendor. (Page 6 of 6)Page Page 21 of 25 EXHIBIT D VERIFICATION OF SIGNATURE AUTHORITY RUSH TRUCK CENTERS OF TEXAS,LP 1480 NEW LOOP 820 FORT WORTH,TX 76106 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 to the signatory authority.City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Vendor. 1. Name:Jacob Spencer Position:General Manager riwre 2. Name: Position: Signature 3. Name: Position: Signature Name: W.M."Rus "Rush Signature of President/CEO Other Title: Sole Director Date: E 1 7'Z6Zj Sole Source Agreement Page 17 of 18 EXHIBIT E CONFLICT OF INTEREST QESTIONNAIRE (Page left intentionally blank, text to follow) Sole Source Agreement Page 18 of 18 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B.23,84th Leg.,Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received 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 filed with 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 vendor who has a business relationship with local governmental entity. Rush Truck Centers of Texas,LP dba Rush Truck Center, Fort Worth z ❑ rvnecK tms oox a you are Hong an update to a previously plea questionnaire. (I he law requires tnat you Tile an uptlated 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.) 31 Name of local government officer about whom the information is being disclosed. N/A Name of Officer 41 Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. NIA A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment Income, from the vendor? Yes F-] 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 or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes F-1 No 51 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation o 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. N/A 6 a Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B),excluding gifts described in Section 176.003(a-1). 7 X 0 1/1 712 02 3 Sign o dor d usiness with the governmental entity hate Form provi exas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code&176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (N a transaction that is subject to rate or fee regulation by a federal, state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to,that agency. Local Government Code§176.003(a)(2)(A) and (B): (a)A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (N has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor: (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes awarethat: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with thevendor. Local Government Code&176.006(a)and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer,one or more giftswith the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission vnvw.ethics.state.tx.us Revised 1/112021 M&C Review Page 1 of 2 official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTIVORT11 Create New From This M&C REFERENCE **M&C 22- 21 FY23 RUSH TRUCK DATE: 11/8/2022 NO.: 0908 LOG NAME: CENTERS OF TEXAS, L.P. REPAIRS &SVS CODE: P TYPE: CONSENT PUBLIC NO HEARING SUBJECT: (ALL)Authorize Sole Source Purchase Agreement with Rush Truck Centers of Texas, L.P. for Original Equipment Manufacturer Peterbilt Truck Equipment Parts and Repairs in an Amount Up to $350,000.00 Per Year with Four One-Year Renewal Options for the Property Management Department RECOMMENDATION: It is recommended that the City Council authorize a sole source purchase agreement with Rush Truck Centers of Texas, L.P. for original equipment manufacturer Peterbilt truck equipment parts and repairs in an amount up to$350,000.00 per year with four one-year renewal options for the Property Management Department. DISCUSSION: The Property Management Department(PMD)approached the Purchasing Division for assistance in obtaining replacement parts and services to maintain City owned Peterbilt equipment. Rush Truck Centers of Texas, L.P. is the authorized service facility for Peterbilt trucks maintenance, service repairs and original equipment manufacturer(OEM) replacement parts. The City of Fort Worth has crew trucks, dump trucks, tractors, parts and accessories manufactured by or for Peterbilt that range in model year from 1975 to 2018. Peterbilt offers OEM parts needed to ensure optimal performance from equipment during standard business hours and after hour field service calls. Staff reviewed the prices and determined them to be fair and reasonable. No guarantee was made that a specific amount of goods and services would be purchased. The City anticipates spending approximately$350,000.00 during the first agreement period; which provides an adequate amount of funds for repairs and service needed for city equipment. Funding is budgeted in the Fleet Service Outside Repair& Maintenance account of the Property Managment Department's Fleet& Equipment Service Fund. DVIN: Property Management submitted a 252 Form approved by Assistant City Attorney-Taylor Paris to waive the business equity goal requirement. This procurement is exempted from the competitive bidding requirements as provided for under Section 252.022(7)of the Texas Local Government Code because, Rush Truck Centers of Texas, L.P. is the documented sole source original equipment manufacturer Peterbilt heavy equipment parts, repairs and maintenance services for Rush Truck Centers of Texas, L.P. 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. Upon City Council approval, the Agreement shall begin upon execution of the Agreement and expire one year from that date. RENEWAL OPTIONS -This Agreement may be renewed for four additional one-year renewal periods. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=30461&councildate=l 1/8/2022 11/9/2022 M&C Review Page 2 of 2 FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation, funds are available in the current operating budget, as previously appropriated, in the Fleet& Equipment Service Fund. Prior to any expenditure being incurred, the Property Management Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (ChartFeld 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: Steve Cooke (5134) Additional Information Contact: Lolita Brewer(6645) ATTACHMENTS 1295 Rush Sole Source Letter.pdf(CFW Internal) 21 FY23 RUSH TRUCK CENTERS OF TEXAS, L.P. REPAIRS & SVS funds availability.pdf (CFW Internal) 21 FY23 RUSH TRUCK CENTERS OF TEXAS, L.P. REPAIRS & SVS Updated FID.xlsx (CFW Internal) 252 Waiver RUSH TRUCK (Dept.) Request for Waiver of Business Equity Goal -2021.pdf (CFW Internal) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=30461&councildate=l 1/8/2022 11/9/2022