Loading...
HomeMy WebLinkAboutContract 57841-R3CSC No. 57841-R3 CITY OF FORT WORTH CONTRACT RENEWAL NOTICE March 10, 2025 Metro Fire Apparatus Specialists, Inc. Attn: Andy King 17350 State Highway 249 Suite 250 Houston, Texas 77064 Re: Contract Renewal Notice CSCO No. 57841 (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/nurchasint-,, 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 Pagel of 2 CSC No. ACCEPTED AND AGREED: CITY OF FORT WORTH By: Valerie Washington (Mar 14, 2025 10:10 CDT) Name: Valerie Washington Title: Assistant City Manager Date: 03/25/2025 APPROVAL RECOMMENDED: �j By: l Name: Marilyn Marvin Title: Property Management Director 4p44Il� ATTEST: Jaq FORt�Il� �°°° �ca°°°ao a�`° °o9add PVC o=d aadn TEXASo�.y Ilb4dd�4 By. Name: Jannette S. Goodall Title: City Secretary E ///'I l Metro Fir .Ap r to Sp e ialist, Inc. By: al Name: And King Title: Operations Manager Date: S - if) - 25 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. 'Dellise Gavin By: Denise Garcia (Mar 13, 2025 16:51 CDT) 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: 6/14/2022 Form 1295 Certification No.: 2022-880018 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: Reginald Zeno 8517 Dana Burghdoff 8018 Anthony Rousseau 8338 Steve Cooke 5134 Cynthia Garcia 8525 Ashley Kadva 2047