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