Loading...
HomeMy WebLinkAboutContract 62650-A1CSC No. 62650-A1 AMENDMENT NO. 1 TO CITY OF FORT WORTH CONTRACT 62650 This Amendment is entered into by and between the City of Fort Worth ("City"), and Siddons Martin Emergency Group, LLC ("Vendor"). City and Vendor may be referred to individually as a "Party" and collectively as the "Parties". WHEREAS on January 16, 2025, the City entered into an agreement to provide fleet vehicle services including repairs, maintenance, and parts for light duty, heavy duty, turf, marine, trailer, electric, and hybrid type vehicles and equipment for the City's Property Management Department as described in City Secretary Contract No. 62650 ("Agreement"); WHEREAS, Section 3.3. of the agreement allows the addition of products in services of the same general category following the award of agreement based on the price sheet provided with Vendor's bid response or a current quote provided from Vendor; and WHEREAS, it is the collective desire of both City and the Vendor to amend the Agreement to revise the payment schedule to include paint materials and hazardous waste disposal fees under the Agreement; NOW THEREFORE, City and Vendor, acting herein through their duly authorized representatives, agree to the following terms: 1. AMENDMENT Exhibit B of the Agreement is hereby deleted in its entirety and replaced with the new, revised Exhibit B, attached hereto. 2. ALL OTHER TERMS SHALL REMAIN THE SAME All other provisions of the Agreement which are not expressly amended herein shall remain in full force and effect. 3. ELECTRONIC SIGNATURE This Amendment may be executed in multiple counterparts, each of which shall be an original and all of which shall constitute one and the same instrument. A facsimile copy or computer image, such as a PDF or tiff image, or a signature, shall be treated as and shall have the same effect as anoriginal. OFFICIAL RECORD (signature page follows) CITY SECRETARY FT. WORTH, TX Contract Amendment 1 Page 1 of 4 ACCEPTED AND AGREED: CITY OF FORT WORTH By: Valerie Washington (Apr 1, 202510:32 CDT) Name: Valerie Washington Title: Assistant City Manager Date: 04/01/2025 APPROVAL RECOMMENDED: By: Name: Marilyn Marvin Title: Property Management Director ATTEST: By: U Name: Jannette S. Goodall Title: City Secretary VENDOR: CSC No. 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 6atna By: Denise Garcia (Mar 27, 2025 12:47 CDT) Name: Denise Garcia Title: Purchasing Manager APPROVED AS TO FORM AND LEGALITY: 0 cc/ BY: �Fogr°�°a e �p Name: Jessika J. Williams a* Title: Assistant City Attorney Qaann�Xog4 CONTRACT AUTHORIZATION: Siddons Martin Emergency Group, LLC By: Name: James Kuykendall Title: Director — Vehicle Collison Services Date: 03/24/2025 M&C: 24-1016 M&C Approved: 11/19/2024 Form 1295 Certification No.: 2024-1209209 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Amendment 1 Page 2 of 4 Exhibit B Pavment Schedule Line Description 1 HEAVY DUTY - Shop Hourly Rate, Monday - Friday, 7:00am- 4:00pm 4 HEAVY DUTY - Transportation Fee (Pick-up & Delivery Inclusive) If applicable, Round Trip 5 LIGHT DUTY - Shop Hourly Rate, Mon -Fri, 7:00am - 4:00pm 8 LIGHT DUTY - Transportation Fee (Pick-up & Delivery Inclusive) If applicable, Round Trip 9 Flat Travel Rate, to and return trip from: Brennan Body Shop, 2500 Brennan Street, Fort Worth, 76106 10 Vehicle Washing such as Detailing Service, etc., Flat Rate Fee 16 Freight, Cost Plus Percentage Markup. Example: If your markup is 5%, 1000 X .05 = 50. Unit Cost would be $0.05, Total Cost would be $1050.00. Leaving this blank will be considered a $0.00 mark up. The City must approve in writing the products to be shipped incurring freight prior to the Vendor shipping the products. 17 Subcontracting, Cost Plus Percentage Markup. Example: If your markup is 5%. Unit Cost is $0.05, Total Cost is $1050.00, Leaving this blank Contract Amendment 1 CSC No. UOM Unit Price Brand and Make, if applicable HR $170.00 Collision repair hourly rate EA $0.00 No Charge to the City HR $170.00 Collision repair hourly rate EA $0.00 No Charge to the City EA $0.00 No Charge to the City EA $0.00 No Charge to the City DO 0.20 Cost + 20% markup for all freight DO 0.20 Cost + 20% markup for subcontracting for frame repairs, alignments, or spring repairs. Page 3 of 4 will be considered a $0.00 mark up. 18 Parts, List Less (-) Percentage Discount. Example: If you are offering a discount of 5%, 1000 x.05 = 50, Unit Cost would be $0.95, Total Cost would be $950.00. Leaving this blank will be considered a $0.00 discount. 19 Flat Travel Rate, to and return trip from: James Ave Service Center, 5021 James Ave, Fort Worth, 76115 20 Flat Travel Rate, to and return trip from: Northside Service Center, 317 Hillshire Drive, Fort Worth, 76131 22 Flat Travel Rate, to and return trip from: Water Service Center, 2222 West Daggett Fort Worth, 76102 23 Paint Materials, per refinish hour 24 Hazardous Waste Disposal fee, $5 per refinish hour, Maximum of $40.00 per repair Contract Amendment 1 K• EA CSC No. 0.85 SMEG List less 15% discount for parts $0.00 No Charge to the City EA $0.00 No Charge to the City EA $0.00 No Charge to the City HR $70.00 HR $5.00 Page 4 of 4 City of Fort Worth, Texas Mayor and Council Communication DATE: 11 /19/24 M&C FILE NUMBER: M&C 24-1016 LOG NAME: 13P RFP 24-0209 FLEET VEHICLE REPAIR SERVICES AND PARTS EC PMD SUBJECT (ALL) Authorize Execution of Non -Exclusive Agreements with Multiple Vendors for Fleet Vehicle Services and Parts for an Initial Three -Year Term in a Combined Amount Up to $10,000,000.00 for Year One of the Initial Term, $11,500,000.00 for Year Two of the Initial Term, and $13,225,000.00 for Year Three of the Initial Term and Authorize One Two -Year Renewal Option in a Combined Amount Up to $15,208,750.00 for Renewal Year One and $17,490,062.50 for Renewal Year Two for the Property Management Department RECOMMENDATION: It is recommended that the City Council authorize execution of non-exclusive agreements with multiple vendors for fleet vehicle services and parts for an initial three-year term in a combined amount up to $10,000,000.00 for year one of the initial term,$11,500,000.00 for year two of the initial term, $13,225,000.00 for year three of the initial term, and authorize one two-year renewal option in a combined amount up to $15,208,750.00 for renewal year one and $17,490,062.50 for renewal year two for the Property Management Department. DISCUSSION: The purpose of this M&C is to authorize the execution of non-exclusive agreements with multiple vendors for fleet vehicle services and parts for the Property Management Department. To procure these services, Purchasing staff issued Request for Proposal (RFP) No. 24-0209. The RFP consisted of detailed specifications needed to maintain all of the vehicles in the City's fleet inventory and all manner of equipment attached to the Fleet Division including, but not limited to, turf equipment, compressors, man -lifts, etc. The Property Management Department, in anticipation of future needs, such as the transition of Emergency Medical Services (EMS) from MedStar to the City, has requested an annual increase of fifteen percent (15%). The maximum amount allowed under this agreement will be up to $10,000,000.00 for year one of the initial term, up to $11,500,000.00 for year two of the initial term, up to $13,225,000.00 for year three of the initial term, up to $15,208,750.00 for renewal year one, and up to $17,490,062.50 for renewal year two for the Property Management Department. The RFP was advertised in the Fort Worth Star -Telegram on May 22, 2024, May 29, 2024, June 5, 2024, and June 12, 2024. The City received twenty-one (21) responses. An evaluation panel consisting of representatives from the Property Management Department, Transportation and Public Works Department, and Public Events Department reviewed and scored the submittals using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below: Proposer Evaluation Factors (Total Rank a b c d e f ` Magneto & Diesel Injector I 1,75.17 Service, Inc. dba M&D 22.00 2.67 3.00 117.50 10.00 30.00 1.00 Distributors, Inc. - I Trailer Doctor, Inc. dba TDI 25.00 4.33 4.17 21.67 4.17 0.01 59.34 2.00 Fleet Services Texas Kenworth Company, LLC dba MHC Kenworth 25.00 4.17 4.17 21.67 59.24 3.00 Fort Worth 14,17 �0,08 IPenske al Vehicles US LLC (dba 24.00 4.17 14.00 20.83 4.17 0.08 57.25 4.00 Premier Truck Group Siddons-Martin Emergency Group, LLC 26.00 Southwest International 25.00 Trucks, Inc. GIndustrial Disposal Supply 24.00 ompany, LLC 3.50 4.17 3.33 3.33 3.83 3.50 20.00 20.00 20.83 I4.17 3.17 3.67 0.07 0.04 0.04 57.07 56.21 55.38 5.00 6.00 7.00 I'Fort Worth Motors, LLC 23.00 4.17 3.83 20.83 3.33 0.12 55.29 8.00 Custom Truck One Source 23.00 it 4.00 3.83 20.00 3.50 0.03 54.36 9.00 i IlCrafco, Inc. 24.00 3.17 3.17 18.33 114.00 0.19 52.86 10.00 Texan Waste Equipment, Inc, 24.00 3.50 3.33 19.17 0.50 0.03 50.53 11.00 Buck's Wheel 24.00 ,land Equipment Company 4.00 3.50 16.67 '1.83 0.10 50.10 12.00 Kirby -Smith Machinery, Inc. 21.00 4.00 i 3.83 17.50 3.50 0.03 49.86 13.00 Terex Utilities, Inc. 22.00 2.33 2.67 I15.83 3.67 0.15 46.65 I14.00 Fastlap, LLC dba Blagg Tire 20.00 3.50 3.50 + I16.67 1.33 0.07 45.07 15.00 & Service, Inc. r Elite Material Handling, LLC 22.00 3.67 3.33 12.50 3.50 0.03 45.03 16.00 Advance Autoparts, LLC 17.00 13.83 3.17 15.83 3.67 0.05 43.55 17.00 Family Auto Repair, Inc. 18.00 2.50 3.83 15.00 2.00 0.20 41.53 18.00 Texas Underground, Inc. 21.00 2.50 2.83 13.33 0.51 0 0.09 40.25 19.00 Kinloch Equipment & Supply, 18.00 2.50 2.67 15.83 0.00 0.03 39.03 20.00 Inc. I Caliber Bodyworks of Texas, 3.67 3.33 13.33 1.50 0.48 38.31 I 21.00 �16.00 LLC dba Caliber Collision Evaluation Criteria: a) Qualifications and Experience b) Resources (Personnel) c) Resources (Equipment & Facilities) d) Ability to Meet the Needs of the City e) Sample Invoice & Documentation 0 Cost After evaluation, the panel concluded that an award to all Proposers presented the best value to the City to ensure capacity and coverage for the various manufacturers needed, including specialized equipment for which limited vendors are available in the market. Therefore, the panel recommends that the City Council authorize non-exclusive agreements with Magneto & Diesel Injector Service, Inc. (M&D Distributors, Inc.), Trailer Doctor Inc. (TDI Fleet Services), Texas Kenworth Company, LLC (MHC Kenworth Fort Worth), Penske Commercial Vehicles US, LLC (Premier Truck Group), Siddons Martin Emergency Group, LLC, Southwest International Trucks, Inc., Industrial Disposal Supply Company, LLC, Fort Worth Motors, LLC, Custom Truck One Source, Crafco, Inc., Texan Waste Equipment, Inc., Buck's Wheel and Equipment Company., Kirby -Smith Machinery, Inc., Terex Utilities, Inc., Fastlap, LLC dba Blagg Tire & Service, Inc., Elite Material Handling, LLC, Advance Autoparts, Inc., Family Auto Repair, Inc., Texas Underground, Inc., Kinloch Equipment & Supply, Inc., Caliber Bodyworks of Texas, LLC (Caliber Collision). No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendors' bids met specifications. FUNDING: The maximum amount allowed under this agreement will be up to $10,000,000.00 for year one of the initial term, up to $11,500,000.00 for year two of the initial term, up to $13,225,000.00 for year three of the initial term, up to $15,208,750.00 for renewal year one, and up to $17,490,062.50 for renewal year two; however, the actual amount used will be based on the need of the department and available budget. Funding is budgeted in the Fleet Srvc Outside Rep & Maint account within the Fleet & Equipment Sery Fund for the Property Management Department, DVIN-BE: This solicitation was reviewed by The Business Equity Division for available business equity prospects according to the City's Business Equity Ordinance. There were limited business equity opportunities available for the services/goods requested, therefore, no business equity goal was established. ADMINISTRATIVE 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. AGREEMENT TERMS: Upon City Council approval the non-exclusive agreements will begin upon execution and shall expire three years from that date. RENEWAL TERMS: The non-exclusive agreements may be renewed for up to one two-year renewal option. 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 bv: Reginald Zeno 8517 Oriainatina Business Unit Head Additional Information Contact: Dana Burghdoff 8018 Reginald Zeno 8517 Marilyn Marvin 7708 Jo Ann Gunn 8525 Eugene Chandler 2025