Loading...
HomeMy WebLinkAboutContract 54257-A4CSC No. 54257-A4 AMENDMENT NO. 4 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, and 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 (M&C 20-0271) to provide instrumentation equipment, parts and services for the City of Fort Worth Water Department ("Agreement") with an initial term ending September 301h of that same year; and ("Agreement/Contract"); WHEREAS, the Agreement has four authorized renewals for the term of October 1- September 30 of each subsequent year and a fifth partial renewal to complete a full five years from the original effective date; and WHEREAS, the Agreement was first renewed on August 18, 2021, effective October 1, 2020 through September 30, 2021 and subsequently automatically renewed in 2021, 2022 and 2023; and WHEREAS, the Agreement was amended on July 15, 2021, November 1, 2021 and on November 5, 2021 to add on some additional parts and services not already listed on the contract. WHEREAS, the Parties wish to amend the scope of services of the Agreement to allow additional items, of the same general category as those awarded, to be added to the Agreement and available for purchase. NOW, THEREFORE, the Parties, acting herein through their duly authorized representatives, agree to the following terms, which amend the Agreement as follows: 1. AMENDMENTS Section 1 of the Agreement, "Scope of Services" is hereby amended to to include the following language: Following the award, additional products and services of the same general category that could have been encompassed in the award of this Agreement, and that are not already on the Agreement, may be added based on the discount provided on the vendor's bid response (if applicable) and price sheet provided with the vendor's bid response or a current quote provided from the vendor. 2. ALL OTHER TERMS SHALL REMAIN THE SAME OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX All other provisions of the Agreement which are not expressly amended herein shall emain 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. ACCEPTED AND AGREED: CITY OF FORT WORTH: By: Dana Burghdoff (Au 1, 20231:08 CDT) Name: Dana Burghdoff Title: Assistant City Manager Date: APPROVAL RECOMMENDED: Chl-iftovheY f4gdel- By: Christopher H a rAr(Aug 18,202307:49 CDT) Name: Chris Harder Title: Water Director p4UUU4� ATTEST: 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. s �6.� By: a � Name: Shatabya Bergland Title: Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: 0A.o° p By: oz a a A a44 no0000 a By: Name: Jannette Goodall Title: City Secretary Macaulay Controls Company: By: e: Date: 08-16-23 I �;F—(5 � Name: Taylor Paris Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 20-0271 Date: May 5, 2020 1295: 2020-599586 ATTEST: By: Ashley Kraemer Name: Title: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas Mayor and Council Communication DATE: 05/05/20 M&C FILE NUMBER: M&C 20-0271 LOG NAME: 13P20-0076 INSTRUMENTATION PARTS AND EQUIP WATER SC 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 fora 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-Telearam 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 BIDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. 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. Submitted for Citv Manaaer's Office bv: Dana Burghdoff 8018 Oriainatina Business Unit Head: Reginald Zeno 8517 Additional Information Contact: Cynthia Garcia 8525 Sarah Czechowicz 2059