Loading...
HomeMy WebLinkAboutContract 56536-R1A1 CSC No. 56536-RlAl RENEWAL 1 AND AMENDMENT 1 TO CITY OF FORT WORTH CONTRACT 56536 BETWEEN THE CITY OF FORT WORTH AND AMS Global Inc. This 181 Contract Renewal and First Amendment Agreement (the "Agreement") is made and entered into by and between the City of Fort Worth, a home-rule municipal corporation of the State of Texas, located within Tarrant, Denton, and Wise Counties, (hereinafter referred to as the "Customer"), acting by and through Valerie Washington, its duly authorized Assistant City Manager, and SEVA Technical Services, Inc. (hereinafter referred to as the "Vendor "), acting by and through Brent C. Welcher, its duly authorized owner, to provide goods for AMS Global Inc. Each party shall be individual referred to herein as Party and collectively as Parties. RECITALS WHEREAS, on or about August 01, 2021, the City entered into an Agreement with the Vendor to provide chainsaw chaps for AMS Global Inc. City Secretary Office (CSO) Contract No. 56536 (the "Original Agreement"); WHEREAS, the initial term of the Original Agreement was from August 01. 2021 to July 31, 2022 and could be renewed by sole option of the City; WHEREAS, the Parties both wish to renewed the Original Agreement for a first (111) renewal term from August 1, 2022 to July 1, 2023; WHEREAS, the Parties have continued operating under the same terms and conditions of the Original Agreement; WHEREAS, the Parties agree to amend Exhibit A of the Original Agreement to reflect an increase in the Vendor's unit prices. NOW THEREFORE City and Vendor do hereby agree to the following: 1. RENEWAL OF AGREEMENT 1. The Original Agreement, as amended herein, is hereby renewed and extended for a renewal term commencing on August 1, 2022, and ending on July 31, 2023. II. AMENDMENT TO AGREEMENT OFFICIAL RECORD CITY SECRETARY CFWIAMS Global,Inc. FT. WORTH, TX The following terms are hereby amended to either replace any conflicting terms in the Original Agreement or shall be added to the terms and shall be binding and enforceable as if they were originally included therein and the amended agreement shall be referred to as the Agreement in all future documents. 1. Exhibit A of the Original Agreement is deleted and replaced with the Exhibit A attached to this Agreement. [THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK] [SIGNATURE PAGE FOLLOWS] CFW/AMS Global,Inc. Page 2 of 28 IN WITNESS WHEREOF, the parties hereto have executed his agreement, to be effective the day the Assistant City Manager signs this Agreement. FOR CITY OF FORT WORTH: FOR VENDOR: Valerie Washington(Jul 22,202215:53 CDT) Valerie Washington Name: Clint Nelson Assistant City Manager Title: President Date:J U[ 22) 2022 Date: _ `7/13122 _ APPROVAL RECOMMENDED J s Davis(Jul 13,202213:44 EDT) Jim Davis Fire Chief aq�40R��a 0 00 0000o 4 PA, o 0 0 P�g o�d APPROVED AS TO FORM AND ATTEST: 0 O o 0 2� ����o0 000 00000000 d Lam- r d� nEXAS.oAp Jannette S.Goodall(Ju123,2022 07:04 CDT) Taylor Paris, Assistant City Attorney Jannette Goodall City Secretary Contract Compliance Manager: M&C No.:NIA_ 1295: NIA 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. Mark Rauscher(Jul 13,202212:38 CDT) Name: Mark Rauscher Title: Assistant Fire Director OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CFW/AMS Global,Inc. EXHIBIT A AMB A.M.S. GLOBAL, INC. 75 GR 3303 Quote Wr3LOBAL ORKAL6l TEXAS 75551 €)ate €UOW a P�IIT_� tHJ111-tI�-0 Name I Address Lacy orfurt wtirth Fa1M H'urth Tex" Rep PrClErA Item Deacdo on QTY Taw VMICJAgMSTS LDrrtqu 3ADA shvacr Sicrl R4slarutn J rArl a USAL USU^F12M ADA L ontplcte uml lo*crs w the proLl141 Alumimtm ADA ranip* slaurless steal handrakL %k heel euk er dour:and 11u.h dcwr lawitc> All steel soul c+mMr iw oxrslru:tiun 13 steel habing ltattic hall. k 6 Lnkl n cha "w ith w1ractablc Lraakn taaguc 9.9M th wtiactablc ulapensiun 17.5 A 6.73 It IA ply(AK1UA radial lire, Ek%9ric wwt M_draulic disi.br k%. UJ H ltlery Auturnaw clue ric 1.4.ling jacks MUM]b max .U4U Alumrrum bm&d c.uaim Ubxvre 4yli.0h in rudiu.sdowrs Automatic dmir ctatner Vandal m-3wart pc Alic inttirjoj mall panel% Epu.trcd steel 11mv miih rubber grimed ko%cting LLD 3110 O lxr barn auwawic intmot mid lraikT lil:htirrg Dahl till.Lien LED perch lighting arm.•retry&.r Imulated mW6&ceiliru Ruialiunalh inuldO Waical waste and lie•,h ua.t4r junk. 234)6 wade lank eapr+dit} 230'ri fivsh*Ater crpa'oty Ruufn"mi]3.0AK)l3IL AL'hOd pumpunrl%ithi.3LltlliiL L. a- strip 11)3t1AMP "_;OV powar inlet 43)Iets Vacuum wall hung luielts 11)1SME1 Va unuukw pump OMADANID ihrxVa Shoo crReswom :ILDA:ruxlulc,honer.ADA sink *all ui Jralig pun-Vi:rin Jc1s�wUwm Wild.aalJ k usig pormlain ADA sink. .lain"wap,tim w:.paper towel dispmwl.(croak napkin rc�Lp[uelc.minor.�laadns s[wcJ hAnalwrp rails. Total Paoe 1 G�✓ CFW/AMS Global,Inc. Page 4 of 28 AM; k A.M.S. GLOBAL, INC. 75 CR 33�03 Quote GLOBAL DEKALB, IMAS 75559 Date Quote# 162ul_T UUU14Q4 Name 1 Address City oFFml Womb Fun Wunh Teter Rp Ala tti3m Qas�riPiion Qr; Toial !k1CJ6 Shux.i.Sink h ImI.-i WkWle shuxCt pm.u+a£.NlaimL xied ,mmer amL xuh xwlid url'acc Cuutttet 11n%1:crMMW w a]L hung JCL% ti:wmu n toi..lt4 iuital paps_paper kv+ d,numm (ROOD i Seawnn CkVl iC aiatrrpacLU6V uakillary tnuialiLd lttiaiero wish Rk'_ivam Paul OUR AR Ftci?;hL frcighi to Eurt"utth ToLae T}a -T Total St KNUt.UO Page 2 LAl CFWIAMS Global,Inc. Page 5 of 28 FORT WORTH CSC No. 56536 CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement("Agreement")is entered into by and between AMS Global, Inc. ("Vendor") and the City of Fort Worth, ("City"), a Texas home rule municipality. The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: 1. This Cooperative Purchase Agreement; 2. Exhibit A— Seller's Quote, Scope of Services or Purchase Order; 3. Exhibit B—Cooperative Agency Contract(e.g.,NJPA, DIR, BuyBoard); and 4. Exhibit C—Conflict of Interest Questionnaire Exhibits A, B, and C,which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit A pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits thereto. City shall pay Vendor in accordance with the fee schedule in Exhibit A and in accordance with the provisions of this Agreement. Total payment made under this Agreement for the first year by City shall be in the amount of Ninety Thousand Dollars ($90,000). Vendor shall not provide any additional items or 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 shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. The term of this Agreement shall be for one year beginning on August 1, 2021 and ending on July 31, 2022. City shall be able to renew this agreement for one(1)one-year renewal options by written agreement of the parties. Vendor agrees that City shall,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 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 shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. Notices required pursuant to the provisions of this Agreement shall 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 AMS Global, Inc. Attn: Jesus Chapa, Deputy City Manager Attn: Clinton Nelson 200 Texas Street 107 Mitchell Lane Fort Worth, TX 76102-6314 De Queen,AR 71832 Facsimile: (817) 392-8654 Facsimile: 903-667-2515 With copy to Fort Worth City Attorney's Office at same address The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective Vendor. CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: 7t.,. By signing I acknowledge that I am the person By: JesusJ.Chapa t 5, 02108:46CDT) responsible for the monitoring and administration Name: Jesus Chapa of this contract, including ensuring all performance Title: Deputy City Manager and reporting requirements. Date: Oct 25,2021 w APPROVAL RECOMMENDED: By: Bre1TEa Ray(Oct 21,202112:38 CDT) Name: Brenda Ray Title: Sr Contract Compliance Spec By: J sDavis(Oct23,202112:17CDT) APPROVED AS TO FORM AND LEGALITY: Name:James Davis Title:Fire Chief ATTEST: By: Name: Christopher Austria Title: Assistant City Attorney II By: CONTRACT AUTHORIZATION: Name: Ronald P. Gonzales M&C: N/A Title: Acting City Secretary VENDOR: AMS Global,Inc. By: Name: Clint Nelson Title: President Date: 10/21/21 Exhibit A AMS A.M.S. GLOBAL, INC. Quote 75 CR 3303 M GLOBAL DEKALB, TEXAS 75551 Date Quote# 10/15/2021 00014124 Name/Address City of Fort Worth Fort Worth Texas Rep Project MT Item Description Qty Total OM20ADA3STS Omega 3ADA shower Sink Restroom Trailer GSA GS0717325AA 1 87,096.54 ADA Complete unit lowers to the ground Aluminum ADA ramp w/stainless steel handrails Wheel cover doors and flush door latches All steel and composite construction 1.5 steel tubing frame walls 2 x 6 ladder chassis with retractable trailer tongue 9,900 lb retractable suspension 17.5 x 6.75 x 16 ply 6000#radial tires Electric over hydraulic disk brakes Gel Battery Automatic electric leveling jacks 16,000 lb max .040 Aluminum bonded exterior Obscure skylights in radius doors Automatic door closer Vandal resistant pebble interior wall panels Epoxied steel floor with rubber coined covering LED 50,000 hr burn automatic interior and trailer lighting Dusk till dawn LED porch lighting at ea entry door Insulated walls&ceiling Rotationally molded vertical waste and fresh water tanks 250 G waste tank capacity 250 G fresh water capacity Roof mount 15,0000 BTU AC heat pump unit with 5,500 BTU heat strip (1)50AMP/240V power inlet (3)Jets Vacuum wall hung toielts (1)15MB Vacumarator pump OMADAMD Omega Shower Restroom ADA: module shower,ADA sink wall 1 0.00 hung porcelain Jets vacuum toilet,wall hung porcelain ADA sink, stainless soap,tissue,paper towel dispenser,female napkin receptacle,mirror,stainless steel handicap rails, Total Page 1 AMS a A.M.S. GLOBAL, INC. Quote 75 CR 3303 M GLOBAL DEKALB, TEXAS 75551 Date Quote# 10/15/2021 00014124 Name/Address City of Fort Worth Fort Worth Texas Rep Project MT Item Description Qty Total MD6 Shower,Sink&Toilet Module shower pan,soap,stainless steel corner sink with solid surface counter top,ceramic wall hung Jets vacuum toieltt,toilet paper,paper towel,mirror OMMD 3 Seasons electric winter package auxillary mounted heaters with 1 2,000.00 R12 foam Panel QBR AR Freight Freight to Fort Worth Texas 1 458.00 Total $89,554.54 Page 2 Exhibit B AM; GLOBAL Innovotive Sonitotion GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE AUTHORIZED FEDERAL SUPPLY SCHEDULE CATALOG/PRICE LIST On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create an electronic delivery order is available through GSA Advantage!, a menu- driven database system. The INTERNET address for GSA Advantage! is http://www.2saadvanta2e.2ov SCHEDULE TITLE: Multiple Award Schedule CONTRACT NUMBER: GS-07F-325AA CONTRACT PERIOD: 8/1/2013-7/31/2023 For more information on ordering from Federal Supply Schedules click on the GSA Schedules link at www.gsa.gov CONTRACTOR: AMS Global, Inc. 107 Mitchell Lane De Queen,AR 71832 www.amsglobal.us Phone: 903-667-0264 Fax: 903-667-2515 CONTRACTOR'S ADMINISTRATION SOURCE: Meg Taaffe Email: megt2amsglobal.us Phone: 903-667-0264 Fax: 903-667-2515 BUSINESS SIZE: Small AMS Global Inc./ 107 Mitchell Lane De Queen, AR 71832/phone: 888.574.4222/fax: 903.667.2515 AM51 *GLOBAL CUSTOMER INFORMATION: la. TABLE OF AWARDED SPECIAL ITEM NUMBERS (SINs) SIN DESCRIPTION 332311P Pre-Engineered and Prefabricated Buildings and Structures for Storage Solutions OLM Order Level Materials lb. LOWEST PRICED MODEL NUMBER AND PRICE FOR EACH SIN: (Government net price based on a unit of one) SIN PRODUCT PRICE 332311P ALPHA I $23,484.37 lc. HOURLY RATES: N/A 2. MAXIMUM ORDER*: SIN 332311P & OLM - $250,000 *If the best value selection places your order over the Maximum Order identified in this catalog/pricelist, you have an opportunity to obtain a better schedule contract price. Before placing your order, contact the aforementioned contactor for a better price. The contractor may (1) offer a new price for this requirement (2) offer the lowest price available under this contract or(3) decline the order. A delivery order that exceeds the maximum order may be placed under the schedule contract in accordance with FAR 8.404. 3. MINIMUM ORDER: $100 4. GEOGRAPHIC COVERAGE: Domestic 5. POINT(S) OF PRODUCTION: USA 6. DISCOUNT FROM LIST PRICES: Prices are Net discount deducted. 7. QUANTITY DISCOUNT(S): Additional 1% when 5 or more units are purchased in a single order. 8. PROMPT PAYMENT TERMS: Net 30. Information for Ordering Offices: Prompt payment terms cannot be negotiated out of the contractual agreement in exchange for other concessions. AMS Global Inc./107 Mitchell Lane De Queen, AR 71832/phone: 888.574.4222/fax: 903.667.2515 � t Innovotive Sonitotion 9.a Government Purchase Cards must be accepted at or below the micro-purchase threshold. 9.b Government Purchase Cards are not accepted above the micro-purchase threshold. 10. FOREIGN ITEMS: None 11 a. TIME OF DELIVERY: 40 Days ARO llb. EXPEDITED DELIVERY: TBD by Task Order llc. OVERNIGHT AND 2-DAY DELIVERY: If available, contact the Contractor for rates. lld. URGENT REQUIRMENTS: Customers are encouraged to contact the contractor for the purpose of requesting accelerated delivery. 12. FOB POINT: Origin 13a. ORDERING ADDRESS: AMS Global, Inc. 107 Mitchell Lane De Queen, AR 71832 13b. ORDERING PROCEDURES: For supplies and services, the ordering procedures, information on Blanket Purchase Agreements (BPA's) are found in FAR 8.405-3 14. PAYMENT ADDRESS: AMS Global, Inc. 107 Mitchell Lane De Queen,AR 71832 15. WARRANTY PROVISION: Standard Commercial Warranty. Alpha products 3 years, Omega&Performance products 1 year. 16. EXPORT PACKING CHARGES: N/A 17. TERMS AND CONDITIONS OF GOVERNMENT PURCHASE CARD ACCEPTANCE: No acceptance above micro-purchase level of$3,000 18. TERMS AND CONDITIONS OF RENTAL, MAINTENANCE, AND REPAIR (IF APPLICABLE):N/A 19. TERMS AND CONDITIONS OF INSTALLATION (IF APPLICABLE): N/A AMS Global Inc./ 107 Mitchell Lane De Queen, AR 71832/phone: 888.574.4222/fax: 903.667.2515 AM5 GLOBAL 20. TERMS AND CONDITIONS OF REPAIR PARTS INDICATING DATE OF PARTS PRICE LISTS AND ANY DISCOUNTS FROM LIST PRICES (IF AVAILABLE): N/A 20a. TERMS AND CONDITIONS FOR ANY OTHER SERVICES (IF APPLICABLE): N/A 21. LIST OF SERVICE AND DISTRIBUTION POINTS (IF APPLICABLE): N/A 22. LIST OF PARTICIPATING DEALERS (IF APPLICABLE): N/A 23. PREVENTIVE MAINTENANCE (IF APPLICABLE): N/A 24a. SPECIAL ATTRIBUTES SUCH AS ENVIRONMENTAL ATTRIBUTES (e.g. recycled content, energy efficiency, and/or reduced pollutants): N/A 24b. Section 508 Compliance for EIT: N/A 25. DUNS NUMBER: 825315497 26. NOTIFICATION REGARDING REGISTRATION IN SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE: Contractor has an Active Registration in the SAM database. AMS Global Inc./ 107 Mitchell Lane De Queen, AR 71832/phone: 888.574.4222/fax: 903.667.2515 Exhibit C 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 has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the date Received 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. 1 Name of vendor who has a business relationship with local governmental entity. AMS Global, Inc 2 Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated 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.) 3 Name of local government officer about whom the information is being disclosed. NA Name of Officer Aj 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 off leer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form C1Q as necessary. 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? F] 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? F1Yes No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or 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. 6 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). 71 7 n 10/21/21 Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx,us Revised 1/1/2021