HomeMy WebLinkAboutContract 53430-R2DocuSign Envelope ID: 914E6076-439A-43AB-BE02-E33CO39BFCOC
CITY SECRETARY CONTRACT NO 53430- R2
SECOND RENEWAL OF CITY SECRETARY CONTRACT
NO.53430 COOPERATIVE PURCHASE AGREEMENT
This Second Renewal of City Secretary Contract No. 53430 — Cooperative Purchase
Agreement for Armored Car Services ("Second Renewal") is made and entered into between the
City of Fort Worth, a home -rule municipal corporation of the State of Texas ("the "City"), acting
by and through its duly authorized Assistant City Manager, and Brink's Incorporated
("Vendor"), a Delaware corporation, acting by and through its duly authorized officer. City and
Vendor may each be individually referred to as a "party" and collectively referred to as "parties."
WITNESSETH:
WHEREAS, the parties previously entered into a cooperative purchase agreement for
Armored Car Services (including the Bid Response and any documents incorporated by reference
therein), the same being Fort Worth City Secretary Contract No. 53430 ("Agreement"); and
WHEREAS, the Agreement provided for an initial term of three years with two, one year
mutually agreed upon renewals; and
WHEREAS, the Agreement was amended in December 2021 to (i) modify the total
payment made by the City under this agreement for the initial term and (ii) modify the total
compensation for any renewal term to be One Hundred Twelve Thousand Dollars ($112,000.00).
WHEREAS, the current term of the Agreement, as amended and renewed, expires on
January 24, 2024; and
WHEREAS, the parties wish to exercise the second renewal option and extend the
Agreement, as amended by Fort Worth City Secretary Contract No. 53430-A1, for an additional
one-year period.
NOW, THEREFORE, in consideration of the foregoing and the mutual covenants and
agreements contained herein, City and Vendor hereby agree as follows:
City and Vendor mutually agree to renew and extend the Agreement, as amended by Fort
Worth City Secretary Contract No. 53430-A1, for a one-year second renewal period, with
such renewal term to begin January 25, 2024 and continue thereafter in full force and effect
through January 24, 2025, unless sooner terminated as provided in the Agreement.
2. All terms and conditions of the Agreement, as amended by Fort Worth City Secretary
Contract No. 53430-A1, shall remain in full force and effect throughout the second renewal
term unless otherwise amended herein.
3. This Second Renewal may be executed in multiple counterparts, each of which shall be
deemed an original and all of which together shall constitute one instrument. Electronically
reproduced signatures transmitted by facsimile or electronic mail shall be treated as
originals for all purposes hereof
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CSC No. 53430 R2 — Cooperative Purchase Agreement — Armored Car Services Page 1 of 2
DocuSign Envelope ID: 914E6076-439A-43AB-BE02-E33CO39BFCOC
IN WITNESS WHEREOF, the parties hereto have executed this Second Renewal for a term to be
effective January 25, 2024.
CITY OF FORT WORTH:
David,��ke
City Manager
APPROVAL RECOMMENDED:
John Samford (Jan 10, 2024 08:17 CST)
John Samford, City Treasurer
Financial Management Services Department
IA —
Reginald Zeno (Jan 10, 2024 08:27 CST)
Reginald Zeno
Director of Finance/Chief Financial Officer
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.
.7ati kgttedae
Jay RutYdge (Jan 9, 202414:08 CST)
Jay Rutledge, Financial Services Manager
Financial Management Services Department
Approved as to Form and Legality:
By:
Denis C. McElroy, Sr. Assistant City Attorney
Contract Authorization: M&C: 20-0150
as
�O FOH7°NOOaA�
ATTEST: =8 '�;
°°cga�zos4a
By:
Jannette Goodall, City Secretary
BRINK'S INCORPORATED:
DocuSignedby: By: E(A"pw'
Name: Erin conaghan
Authorized Officer
ATTEST:
By:
Name:
Title: Authorized Officer
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CSC No. 53430 R2 — Cooperative Purchase Agreement — Armored Car Services Page 2 of 2
CITY COUNCIL AGENDA
DATE: 6/23/2020 REFERENCE **M&C 20- LOG NAME:
NO.: 0150
CODE: P TYPE: CONSENT PUBLIC
HEARING:
Official site of the City of Fort Worth, Texas
FO RT WHO Rm
13P ARMORMED CAR SERVICES
JPB FMS
M
SUBJECT. Authorize an Amendment to the Agreement for Armored Car Services with Brink's,
Incorporated to Increase the Contract Amount Up to $336,000.00 for the Initial Three-year
Term for All City Departments and Authorize Two Annual Renewal Options in an Annual
Amount Up to $112,000.00 (ALL COUNCIL DISTRICTS)
RECOMMENDATION:
It is recommended that the City Council authorize an amendment to the agreement for armored car
services with Brink's, Incorporated to increase the contract amount up to $336,000.00 for the initial
three-year term for all City departments and authorize two annual renewal options in an annual
amount up to $112,000.00.
DISCUSSION:
On August 2, 2016, Mayor and Council Communication (M&C P-11905) authorized a Purchase
Agreement with Trinity Armored Security, Inc. (Trinity) in an annual amount up to $112,000.00 for
armored car services. On December 20, 2019, Trinity served a notice for termination of service to the
City with a 30 day time period, due to significant increase in their insurance cost. On January 8, 2020,
Trinity sent further correspondence suggesting an increase in service rates up to 12\% to extend the
service until February 20, 2020. On January 17, 2020, Trinity informed that the City that Trinity was in
the process of being acquired by Garda World Security Corporation (Garda) and the services may be
continued by Garda after February 20, 2020.
In December, to ensure continuation of these critical services, the City contacted Brink's, Incorporated
(Brinks) to determine whether the City could use the City of Austin's agreement NA1900000143. The
City executed City Secretary Contract 53430 for an amount up to $100,000.00 effective January 24,
2020. The City departments are using this agreement to provide armored car pickup and delivery
services for cash, checks, securities, and other valuables. Pickups are made at various City facilities
and deposits are delivered to the City's designated depository bank.
There is no increase in total monthly charges for Brinks when comparing to Trinity's charges
established in August 2016 and are 12\% less than the recent increase requested by Trinity. Staff has
reviewed the pricing and determined it to be fair and reasonable. To meet the departments' needs, a
total amount up to $336,000.00 is required for the initial three-year term and thereafter, an amount up
to $112,000.00 is required annually for two annual renewal options.
A MBE/SBE goal is not assigned when purchasing from an approved purchasing cooperative or public
entity.
In accordance with the Mayor and Council Communication (M&C P-12061) approved June 13, 2017,
the City Manager may enter into an Inter -local Cooperative Purchasing Agreement that allows the
cities to take advantage of each other's competitively bid contracts. The City has a Cooperative
Purchasing Agreement with the City of Austin. The City of Austin used a competitive process to
procure these services. State law provides that a local government that purchases goods or services
using a cooperative purchasing agreement satisfies state law requiring competitive bidding.
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.
This Agreement may be renewed in accordance with the terms and conditions of the cooperative
agreement, at the City's option. This action does not require specific City Council approval provided
that City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal
terms.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budgets, as
appropriated in the participating departments' Operating Funds, to support approval of the above
recommendation and execution of the amendment. Prior to any expenditure being incurred, the
participating departments have the responsibility to validate the availability of funds.
BQN\\
TO
Fund Department Account I Project Program Activity Budget I Reference # Amount
ID ID Year I (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
Submitted for City Manager's Office bv: Kevin Gunn (2015)
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
Reginald Zeno (8517)
Cynthia Garcia (8525)
John Padinjaravila Baby (2279)