HomeMy WebLinkAboutContract 59102-R2Contract Renewal Page 1 of 2
CITY OF FORT WORTH
CONTRACT RENEWAL NOTICE
December 23, 2024
Autonation Fort Worth Motors, Ltd.
d/b/a Autonation Chevrolet North Richland Hills
Attn.: Jennifer Solis
7769 Grapevine Hwy.
North Richland Hills, Texas 76180
Re: Contract Renewal Notice
Contract No. CSCO 59102– (“Contract”)
Renewal Term No. 2: March 23, 2025 to March 22, 2026
The above-referenced Contract with the City of Fort Worth expires on March 22, 2025
(“Expiration Date”). Pursuant to the Contract, contract renewals are at the sole option of the City.
This letter is to inform you that the City is exercising its right to renew the Contract for an
additional one (1) year period, which will begin immediately after the Expiration Date. All other
terms and conditions of the Contract remain unchanged. Please return this signed
acknowledgement letter, along with a copy of your current insurance certificate, to the
address set forth below, acknowledging receipt of the Contract Renewal Notice. Failure to
provide a signed acknowledgment does not affect the renewal.
Please log onto PeopleSoft Purchasing at http://fortworthtexas.gov/purchasing to ensure
that your company information is correct and up-to-date.
If you have any questions concerning this Contract Renewal Notice, please contact me at
the telephone number listed below.
Sincerely,
Cory N. Lawson, MBA
Contract Compliance Specialist
City of Fort Worth, Property Management Department
(817) 392-8538
Contract Renewal Page 2 of 2
ACCEPTED AND AGREED:
CITY OF FORT WORTH
By: ___________________________
Name: Dana Burghdoff
Title: Assistant City Manager
Date: ____________________
APPROVAL RECOMMENDED:
By: ______________________________
Name: Marilyn Marvin
Title: Property Management Director
ATTEST:
By: ______________________________
Name: Jannette S. Goodall
Title: City Secretary
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:______________________________
Name: Denise Garcia
Title: Purchasing Manager
APPROVED AS TO FORM AND
LEGALITY:
By: ______________________________
Name: Andrea Phillips
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 23-0067
M&C Approved: 2/14/23
Form 1295 Certification No.: 2022-967045
Autonation Fort Worth Motors, Ltd.d/b/a
Autonation Chevrolet North Richland Hills
By:
Name: Jennifer Solis
Title: Parts Director
Date: ________________________
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA
Create New From This M&C
DATE:2/14/2023 REFERENCE
NO.:
**M&C 23-
0067 LOG NAME:
13P ITB 23-0001
LIGHT/HEAVY DUTY
VEHICLE REPAIRS SVS TD
PMD
CODE:P TYPE:CONSENT PUBLIC
HEARING:NO
SUBJECT: (ALL) Authorize Non-Exclusive Purchase Agreements with Autonation Chevrolet,
Autonation Ford, Bruce Lowrie Chevrolet, Buck's Wheel & Equipment Co., CLS Sewer
Equipment Co. Inc, Industrial Power LLC, Kirby-Smith Machinery, Landmark Equipment
Co., RDO Equipment Company, Stewart & Stevenson, Texan Waste Equipment dba Heil
of Texas, and WildFire Truck Equipment Sales LTD, for Heavy and Light Duty, Marine
and Turf Vehicle Repairs for the Property Management Department for a Combined
Annual Amount Up to $2,000,000.00 for the Initial Term and Authorize Four One-Year
Renewal Options for the Same Annual Amount
RECOMMENDATION:
It is recommended that the Cit y Council authorize non-exclusive purchase agreements
with Autonation Chevrolet, Autonation Ford, Bruce Lowrie Chevrolet, Buck's Wheel & Equipment
Co., CLS Sewer Equipment Co. Inc, Industrial Power LLC, Kirby-Smith Machinery, Landmark
Equipment Co., RDO Equipment Company, Stewart & Stevenson, Texan Waste Equipment dba Heil
of Texas, and WildFire Truck Equipment Sales LTD, for heavy and light duty, marine and turf vehicle
repairs for the Property Management Department for a combined annual amount up to $2,000,000.00
for the initial term and authorize four one-year renewal options for the same annual amount.
DISCUSSION:
The Property Management (Fleet) Department approached the Purchasing Division for assistance
with securing an annual agreement for repair services of City-owned heavy and light duty, marine,
and turf vehicles for the Property Management Department on an as needed basis. In order to
procure these services, purchasing staff issued Invitation to Bid (ITB) No. 23-0001. The ITB included
detailed specifications describing the requirements for light and heavy duty vehicle repairs and
services.
The ITB was advertised in the Fort Worth Star-Telegram on October 30, 2022, November 2, 2022,
November 9, 2022, November 16, 2022, November 23, 2022, and November 30, 2022. Twelve
responses were received.
An evaluation panel consisting of representatives from the Property Management and Code
Compliance Departments evaluated and scored the responses using Best Value criteria. The
individual scores were averaged for each of the criteria and the final scores are listed in the table
below.
Bidders Evaluation Criteria
a b c d e Total
Autonation Chevrolet 5 5.33 5.33 10.67 7.5 33.83
Autonation Ford 5 5 5 10 7.5 32.50
Bruce Lowrie Chevrolet 6.33 6.33 5 11.33 8 37.00
Buck's Wheel & Equipment Co.6 6.33 5.33 10 9 36.67
Page 1 of 3M&C Review
2/15/2023http://apps.cfwnet.org/council_packet/mc_review.asp?ID=30694&councildate=2/14/202 3
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
Best Value criteria:
(a) Contractor's qualification;
(b) Contractor's experience;
(c) Contractor's references;
(d) Contractor's availability of resources (personnel)
(e) Contractor's approach to perform services
After evaluation, the panel concluded that Autonation Chevrolet, Autonation Ford, Bruce Lowrie
Chevrolet, Buck's Wheel & Equipment Co., CLS Sewer Equipment Co. Inc, Heil of Texas, Industrial
Power LLC, Kirby-Smith Machinery, Landmark Equipment Co., RDO Equipment Company, Stewart &
Stevenson, and WildFire Truck Equipment Sales LTD presented the best value to the City and
therefore, recommends that Council authorize non-exclusive agreements with these vendors. Under
these non-exclusive agreements, the department will order services according to the lowest cost and
availability. No guarantee was made that a specific amount of services would be purchased. Staff
certifies that the recommended vendors' bids met specifications.
Funding is budgeted in the Fleet Service Outside Rep & Maint account of the Property Managment
Department's Fleet & Equipment Serv Fund, as appropriated.
DIVERSITY AND INCLUSION (DVIN) - A waiver of the goal for Business Equity subcontracting
requirement is approved by the DVIN-BE, in accordance with the Business Equity Ordinance,
because the purchase of goods or services is from sources where subcontracting or supplier
opportunities are negligible.
AGREEMENT TERMS - Upon City Council approval, this agreement shall begin upon execution and
expire one year from that date.
RENEWAL TERMS -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.
ADMINISTRATIVE CHANGE ORDERS - In addition, 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.
CLS Sewer Equipment Co. Inc 5 5 4.67 10 8 32.67
Industrial Power LLC 6.33 6.33 5.33 14 10 42.00
Kirby-Smith Machinery 5.57 6 4 13.33 7.50 36.50
Landmark Equipment Co 5 6 5.33 8.67 8 33.00
RDO Equipment Company 5.67 6 5 11.33 8 36.00
Stewart & Stevenson 6 6.67 5.67 12.67 9 40.00
Texan Waste Equipment dba Heil of Texas 5 5.33 4.33 10 8 32.67
WildFire Truck Equipment Sales LTD 5.33 6 5.67 10 7.5 34.50
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
Serv Fund. Prior to an expenditure being incurred, the Property Management Department has the
responsibility to validate the availability of funds.
BQN\\
TO
Page 2 of 3M&C Review
2/15/2023http://apps.cfwnet.org/council_packet/mc_review.asp?ID=30694&councildate=2/14/202 3
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
FROM
Submitted for City Manager's Office by:Reginald Zeno (8517)
Dana Burghdoff (8018)
Originating Department Head:Anthony Rousseau (8338)
Steve Cooke (5134)
Additional Information Contact:Anthony Rousseau (8338)
Taylor Dean (7648)
ATTACHMENTS
13P ITB 23-0001 LIGHT HEAVY DUTY VEHICLE REPAIRS SVS TD PMD funds availability.pdf
(CFW Internal)
23-0001_LightDutyVehicles Waiver.pdf (CFW Internal)
All 1295 Forms.pdf (CFW Internal)
All SAMS Reports.pdf (CFW Internal)
Combined_FID_TABLE.xlsx (CFW Internal)
Page 3 of 3M&C Review
2/15/2023http://apps.cfwnet.org/council_packet/mc_review.asp?ID=30694&councildate=2/14/202 3