HomeMy WebLinkAboutContract 57805-R3CSC No. 57805-R3
CITY OF FORT WORTH
CONTRACT RENEWAL NOTICE
February 27, 2025
Adams Welding Company, Inc.
dba Shaw Bros Welding
Attn: David Adams
1105 E Belknap Street
Fort Worth, Texas 76102
Re: Contract Renewal Notice
CSCO No. 57805 (the "Contract")
Renewal Term No. 3: June 14, 2025 to June 13, 2026
The above referenced Contract with the City of Fort Worth expires on June 13, 2025 (the
"Expiration Date"). Pursuant to the Contract, the Contract may be renewed under the same terms
and conditions. 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 httn://fortworthtexas.2ov/purchasin2 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,
Alyssa Wilkerson
Sr. Contract Compliance Specialist
City of Fort Worth, Property Management Department
(817) 392-6649
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contract Renewal Page 1 of 2
CSC No. 57805-R3
ACCEPTED AND AGREED:
CITY OF FORT WORTH
By: valerie Washington (Mar 13, 202510:06 CDT)
Name: Valerie Washington
Title: Assistant City Manager
Date: 03/13/2025
APPROVAL RECOMMENDED:
By:
Name: Marilyn Marvin
Title: Property Management Director
ATTEST:
4.d44Uaq�n
fORT�o9�d
�o
duo o=d
� �EX000
ASa�p
��Uaaaoo
By:
Name: Jannette S. Goodall
Title: City Secretary
Adams Welding Company, Inc.
—A@,.tda By: David Adams (Feb 28, 2025 15:57 CST)
Name: David M. Adams
Title: President
Date: 2/28/2025
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.
'Denise C PVc
By. Denise Garcia (Mars, 2025 16:54 CST)
Name: Denise Garcia
Title: Purchasing Manager
APPROVED AS TO FORM AND LEGALITY:
By:
Name: Jessika Williams
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 22-0449
M&C Approved: 06/14/2022
Form 1295 Certification No.: 2022-879782
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contract Renewal Page 2 of 2
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 06/14/22 M&C FILE NUMBER: M&C 22-0449
LOG NAME: 13P ITB 22-0017 HEAVY DUTY SERVICE AND REPAIRS ADK PMD
SUBJECT
(ALL) Authorize Non -Exclusive Purchase Agreements with Custom Truck One Source, L.P., Daco Fire Equipment., Frank's Wheel Aligning, Inc.,
Grapevine DCJ, LLC., Hundley Hydraulics., Metro Fire., CDA Hydraulic Solutions dba Pirtek., Adams Welding Company, Inc. dba Shaw Bros
Welding., Southwest International Trucks, Inc., Texas Kenworth Co dba MHC Kenworth., and Zimmerer Kubota and Equipment, for Heavy Duty
Repair and Services in an Annual Amount Up to $1,305,278.00 and Authorize Four One -Year Renewals for the Same Annual Amount for the
Property Management Department
RECOMMENDATION:
It is recommended that the City Council authorize the award of non-exclusive purchase agreements with Custom Truck One Source, L.P., Daco
Fire Equipment., Frank's Wheel Aligning, Inc., Grapevine DCJ, LLC., Hundley Hydraulics., Metro Fire., CDA Hydraulic Solutions dba Pirtek.,
Adams Welding Company, Inc. dba Shaw Bros Welding., Southwest International Trucks, Inc., Texas Kenworth Co dba MHC Kenworth.,
and Zimmerer Kubota and Equipment, for heavy duty repair and services in an annual amount Up to $1,305,278.00 and authorize four one-year
renewals for the same annual amount for the Property Management Department
DISCUSSION:
The Property Management Department approached the Purchasing Division to procure an agreement for heavy duty repair and services of City of
Fort Worth (City) owned vehicles and equipment. Fleet is responsible for acquisition, preventative maintenance, repairs, and fueling for the City's
mixed fleet of vehicles, off -road equipment and other related equipment. The Purchasing Division issued an Invitation to Bid (ITB) 22-0017. The
bid detailed specifications describing the services and repairs required to maintain the vehicles and equipment.
The ITB was advertised in the Fort Worth Star -Telegram from December 15, 2021 through January 6, 2022 and 11 responses were
received. Staff evaluated the responses based on a Best -Value criteria, which included (a) availability of resources to perform services with
qualified personnel, (b) bidder's qualification and certification, (c) experience working with government/similar size organization, (d) cost. The
individual scores were averaged for each of the criteria and the final scores listed in the following table. Upon review of the bid submissions,
scores and pricing, Purchasing staff recommends awarding a non-exclusive agreement with all bidders.
Evaluation Factors
Bidders
E1
Custom Truck One Source, 15
L.P.
IDaco Fire Equipment
15
Franks Used Alighning,
15
Inc.
(Grapevine DCJ, LLC
15
IHundley Hydraulics
15
IMetro Fire
15
CDA Hydraulic Solitons
15
dba Pirtek
Adams Welding Co, Inc.,
15
dba Shaw Bros Welding
Soutwest International
15
Trucks, Inc.
Texas Kenworth Co. dba
15
HC Kenworth
Zimmerer Kubota and 15
Equipment, Inc.
E2
Pricing
Total Score
20
0
23.5
17
40
61.5
17
0
21.5
18
0
22
19
0
22.5
23
0
25
20
0
23.5
20
0
23
22
0
25
24
0
26
18
0
22
FUNDING: The maximum annual amount allowed under this agreement will be $1,305,278.00, however the actual amount used will be based on
the need of the department and available budget. Funding is budgeted in the Fleet Services Outside Rep & Maintenance account of the Property
Management Fleet Parts & Fuel Inventory Department's Fleet & Equipment Services Fund.
BUSINESS EQUITY - 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, the agreement will begin upon execution and will end one year from that date.
RENEWAL OPTIONS: This agreement may be renewed for up to (4) four one-year terms at the City's option. 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.
ADMNISTRATIVE CHANGE ORDER: 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.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that upon approval of the recommendation, funds are available in the current operating budget, as previously
appropriated, in the Fleet & Equipment Sery Fund. Prior to an expenditure being incurred, the Property Management department has the
responsibility to validate the availability of funds.
Submitted for Citv Manaaer's Office by
Oriainatina Business Unit Head
Additional Information Contact:
Signature:
Email:
Reginald Zeno
8517
Dana Burghdoff
8018
Anthony Rousseau
8338
Steve Cooke
5134
Cynthia Garcia
8525
Ashley Kadva
2047