Loading...
HomeMy WebLinkAboutContract 52437-A2CSC No. 52437-A2 SECOND AMENDMENT TO FORT WORTH CITY SECRETARY CONTRACT NO. 52437 This Second Amendment to Fort Worth City Secretary Contract No. 52437 ("Second Amendment") is made between the City of Fort Worth ("Fort Worth"), a municipal corporation and Mitchell Adding Machine Company, Inc. d/b/a Mitchell Time and Parking ("Vendor"). WHEREAS, Fort Worth and Vendor entered into an Agreement identified as Fort Worth City Secretary Contract No. 52437 beginning June 13, 2019 (the "Agreement"); and WHEREAS, it is the collective desire of both Fort Worth and Vendor to amend the Agreement to increase the total compensation amount from $603,574.00 to 041,249.60. NOW THEREFORE, known by all these present, Fort Worth and Vendor, acting herein by the through their duly authorized representatives, agree to the following terms, which amend the Agreement as follows: 1. The Agreement is hereby amended to increase the amount not to exceed from $603,574.00 to $741,249.60. 2. All other terms, provisions, conditions, covenants and recitals of the Agreement not expressly amended herein shall remain in full force and effect. [Signature Page Follows] OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Second Amendment to Fort Worth City Secretary Contract No. 52437 Page 1 of 2 Executed effective as of the date signed by the Assistant City Manager below. FORT WORTH: City of Fort Worth By: William Johnson (D c 18, 202313:05 CST) Name: William Johnson Title: Assistant City Manager Date: Approval Recommended: _.,i°—.., iJ,1 , By: Lauren Prieur (Dec 18, 202312:40 CST) Name: Lauren Prieur Title: Director, Transportation and Public Works Attest: By: Name: Jannette S. Goodall Title: City Secretary VENDOR: Mitchell Time and Parking Name: GaryJ.Ho rbs Title: President po�Fona� ORr�aa p>o �9dd P�8 -10 PVo �=d �d4� nEXpsgti� Date: / ;�' /F/�;—'-3 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: Pam. �tc- Name: Peter Elliott Title: Parking Manager Approved as to Form and Legality: By: Name: Taylor C. Paris Title: Assistant City Attorney Contract Authorization: M&C: 23-1015 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Second Amendment to Fort Worth City Secretary Contract No. 52437 Page 2 of 2 City of Fort Worth, Texas Mayor and Council Communication DATE: 11/28/23 M&C FILE NUMBER: M&C 23-1015 LOG NAME: 20MITCHELL TIME MAINTENANCE AND EQUIPMENT SUBJECT (ALL) Authorize Amendments to the Sole Source Contracts with Mitchell Adding Machine Company, Inc., dba Mitchell Time and Parking to Increase the Compensation Amount by $173,787.47 for the Purchase of Parking Automation Equipment and Preventative Maintenance Services RECOMMENDATION: It is recommended that the City Council authorize amendments to the sole source contracts with Mitchell Adding Machine Company, Inc., dba Mitchell Time and Parking to increase the total compensation by $173,787.47 for the replacement of existing equipment which is no longer fully compatible with current technology and for execution of preventative maintenance services. 11 &10111*4103 kqF On May 21, 2019, Mayor and Council Communication (M&C) C-29130, the City Council authorized two Sole Source Agreements with Mitchell Adding Machine Company, Inc., dba Mitchell Time and Parking (MTP) for the purchase of parking automation equipment with radio frequency identification for the Will Rogers Memorial Center (WRMC) Parking System (City Secretary Contract (CSC) No. 52437) and to provide five year service and preventative maintenance in an amount not to exceed $83,949.49 for the WRMC Parking System and the Houston and Commerce Street Parking Garages (CSC No. 52436). The contracts from MTP were exempted from competitive bidding requirements because MTP is sole source provider of the software and related services. The Transportation and Public Works Department (TPW) recommends increasing the contract amounts with MTP to purchase additional parking automation equipment and maintenance services for the Houston Street Garage and WRMC in an amount not to exceed $173,787.47. This includes $137,675.60 for parking automation equipment for the automation of the Houston Street Garage. Therefore, CSC No. 52437 will be increased from $561,984.00 to $699,659.60. This M&C also includes an amendment to provide a final year of preventative maintenance service in an amount not to exceed $36,111.87 for the WRMC and the Fort Worth Convention Center Parking Systems. Therefore, CSC No. 52436 will be increased from $83,949.49 to $120,061.36. The total amount, as authorized by Council including this M&C, between both CSC No. 52436 and CSC No. 52437, as amended, will not exceed $819,720.96. See table below. VCSC no. Current Contract Amount Increased Amount New Contract Amount (52437 $ 561,984.00 $ 137,675.60 $ 699,659.60 (52436 $ 83,949.49 $ 36,111.87 $ 120,061.36 173,787.47 $ 819,720.96 The new parking automation system will allow for a number of significant improvements in serving the customer, including seamless automatic updates with no need for on -site software or server maintenance; a built-in call center which can greatly enable customer support options; use of frictionless credentials for entry and exit and also able to process mobile payments through the use of QR codes. Both CSC No. 52436 and 52437 were effective upon signature on June 13, 2019 for a five-year term. Accordingly, both agreements are set to expire on June 13, 2024. Funding is budgeted in the Transportation & Public Works Department's Municipal Parking Fund and in the Municipal Parking Residuals Fund for the HSG Upgrade MTC project. This agreement is in ALL COUNCIL DISTRICTS. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current operating & capital budgets, as previously appropriated, in the Municipal Parking Fund and in the HSG Upgrade MTC project within the Municipal Parking Residuals fund to support the approval of the above recommendation and execution of the contract amendment. Prior to any expenditure being incurred, the Transportation and Public Works Department have the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: William Johnson 5806 Oriainatina Business Unit Head: Lauren Prieur 6035 Additional Information Contact: Martin Phillips 7861 M&C Review Page 1 of 2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORTH To - COUNCIL ACTION: Approved on 5/21/2019 - Ordinance Nos. 23671-05-2019 and 23672-05-2019 20WILL ROGERS REFERENCE ** MEMORIAL CENTER DATE: 5/21/2019 NO.: C-29130 LOG NAME: PARKING SYSTEM UPGRADE CODE: C TYPE: CONSENT PUBLIC NO NO SUBJECT: Authorize Sole Source Agreements with Mitchell Adding Machine Company, Inc., dba Mitchell Time and Parking in a Total Amount not to Exceed $645,933.49 for the Purchase of Parking Automation Equipment with Radio Frequency Identification Technology to Enable the Consolidation of the Parking Systems of the Dickies Arena and the Will Rogers Memorial Center and to Provide Preventative Maintenance at City Parking Facilities, Authorize an Agreement with RPGA Design Group Inc., in an Amount Not to Exceed $11,000.00 to Redesign Driving Lanes to Accommodate the Automation Equipment at Will Rogers Memorial Center, and Adopt Appropriation Ordinances (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council: 1. Authorize sole source agreements with Mitchell Adding Machine Company, Inc., dba Mitchell Time and Parking for a total amount not to exceed $645,933.49 for the purchase of parking automation equipment with radio frequency identification technology to enable the consolidation of the parking systems of the Dickies Arena and the Will Rogers Memorial Center and to provide preventative maintenance at City parking facilities for the Transportation and Public Works Department; 2. Authorize an agreement with RPGA Design Group Inc., in an amount not to exceed $11,000.00 to redesign driving lanes to accommodate the automation equipment at Will Rogers Memorial Center; 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the amount of $656,933.49 in the Municipal Parking Fund (54501), from available funds in the Municipal Parking Fund's net position; 4. Authorize a transfer in the amount of $656,933.49 from the Municipal Parking Fund (54501) to the Municipal Parking Capital Project Fund (54502); and 5. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the amount of $656,933.49 in the Municipal Parking Capital Project Fund (54502), from the Municipal Parking Fund (54501) for the purchase of parking automation equipment for Will Rogers Memorial Center, preventative maintenance at City parking facilities, and to redesign the driving lanes at Will Rogers Memorial Center. 17l;�d�I►'1;9[�7►A The Transportation and Public Works Department (TPW) recommends entering into sole source agreements with Mitchell Adding Machine Company, Inc., dba Mitchell Time and Parking (MTP) to purchase parking automation equipment with Radio Frequency Identification Technology (RFID) for an amount not to exceed $561,984.00 for the Will Rogers Memorial Center (WRMC) Parking System and to provide five year service and preventative maintenance in an amount not to exceed $83,949.49 for the Will Rogers Memorial Center Parking System and the Houston and Commerce Street Parking Garages. The total amount with MTP will not exceed $645,933.49. TPW also recommends entering into an agreement with RPGA Design Group Inc., for $11,000.00 for http://apps.cfwnet.org/council_packet/mc review.asp?ID=27007&councildate=5/21/2019 1/27/2020 M&C Review Page 2 of 2 the redesign of the West Lot in the WRMC Parking System. The total for all these improvements is $656,933.49. The system improvements will allow for a seamless integration of city parking assets with the new Dickies Arena in addition, automation will assist the city in ensuring financial integrity. M/WBE OFFICE - A waiver of the goal for MBE/SBE subcontracting requirements was requested by TPW and approved by the MWWBE Office, in accordance with the MWBE or BIDE Ordinance, because the MWBE Waiver is based on the sole source information provided to the MWWBE Office by TPW s project manager. The procurement from MTP is exempted from competitive bidding requirements because it is a purchase of software and related services for which MTP is the exclusive owner and provider, as authorized by Section 252.022 of the Local Government Code. Only MTP's software is compatible with the City's existing Amano McGann software system. RPGA Design Group, Inc. is one of five firms selected to perform architectural services through the City's Annual Architectural Service Agreement (M&C C-27982). This agreement is in All Council Districts. IJ&Dfl1N1il,U017iri/_%01010IN:IAIllla_111101il,I The Director of Finance certifies that funds are available in the Municipal Parking Fund Reserve Cash Balance, and that prior to transfer an expenditure being made in the Municipal Parking Capital Fund, the Parking Fund has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID I ID I I I Year I (Chartfield 2) FROM Fund I Department I Account Project ID ID Submitted for Citv Manager's Office bv: Originating Department Head: Additional Information Contact: ATTACHMENTS Program Activity Budget Reference # Amount g Y g Year (Chartfield 2) MTP Form 1295 Redacted.pdf parking ord A01.docx parking ord A02.docx RPGA Form 1295 Certificate Redacted.0f Signature: KBE Email: Katherine.Cenicola@fortworthtexas.gov Susan Alanis (8180) Steve Cooke (5134) Tanya Brooks (7861) http://apps.cfwnet.org/council_packetlmc review.asp?ID=27007&councildate=5/21/2019 1/27/2020 FORT WORTH. Routing and Transmittal Slip Transuortation & Public Works Department DOCUMENT TITLE: Second Amendment to CSCO 52347 For: To increase the total compensation amount from $603,574.00 to $741,249.60 for the replacement of existing equipment which is no longer fully compatible with current technology. M&C: 23-1015 CPN: CSO: 52347 Date: To: Name Department Initials 1. Peter Elliott TPW- Signature 2. Lora Carosielli TPW- Initial 3. Chelsea St. Louis TPW- Initial CSL 4. Martin Phillips TPW- InitialP 5. Lauren Prieur TPW- Signature 6. Taylor Paris Law- Signature T P -12 7. William Johnson CMO- Signature 8. Ronald Gonzalez CMO- Initial KC 9. Jannette Goodall CMO- Signature 10. Allison Tidwell CMO 11. Charles Yarbro TPW DOC#: Date Out DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: []YES ®No RUSH: []YES ®No SAME DAY: []YES ®No NEXT DAY: ❑YES ®No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs