Loading...
HomeMy WebLinkAboutContract 57818-A1R357818-A1 R3 CSC No. AMENDMENT NO. 1 AND RENEWAL NO.3 TO CITY OF FORT WORTH CONTRACT 57818 This Amendment and Renewal is entered into by and between the City of Fort Worth ("City"), and H&H Automotive Services dba A Premier Automotive Services ("Vendor"). City and Vendor may be referred to individually as a "Party" and collectively as the "Parties." WHEREAS on June 14, 2022, the City entered into an agreement to provide repairs, maintenance and purchase of parts for a variety of light duty vehicles, lawn, and marine equipment for the Property Management Department as described in City Secretary Contract No. 57818 ("Agreement"); WHEREAS, the terms of the Agreement allow for up to four, one-year renewal terms and in 2023 the City and Vendor renewed the agreement for its first renewal term through June 13, 2024 (City Secretary Contract No. 57818- R1); WHEREAS, the terms of the Agreement allow for up to four, one-year renewal terms and in 2024 the City and Vendor renewed the agreement for its second renewal term through June 13, 2025 (City Secretary Contract No. 57818- R2); WHEREAS, it is the collective desire of both the City and Vendor to (1) amend the agreement to revise Exhibit B, Payment Schedule in order to increase the existing labor rates and evaluation fee, and (2) renew the term of the Agreement through June 13, 2026. NOW THEREFORE, Fort Worth and Vendor, acting herein through their duly authorized representatives, agree to the following terms: 1. AMENDMENTS Exhibit B, Payment Schedule, of the Agreement is deleted in its entirety and replaced with the attached Exhibit B. 2. RENEWAL The Agreement is hereby renewed, as amended, for its third renewal term, beginning June 14, 2025 and ending June 13, 2026. 3. 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Amendment No. t Renewal No. 3 Page] of 4 4. ELECTRONIC SIGNATURE This Amendment and Renewal 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. (signature page follows) (remainder of this page intentionally left blank) Contract Amendment No. 1 Renewal No. 3 Page 2 of 4 ACCEPTED AND AGREED: CITY OF FORT WORTH By: Valerie Washington (Apr 30, 202511:27 CDT) Name: Valerie Washington Title: Assistant City Manager Date: 04/30/2025 APPROVAL RECOMMENDED: By. �7�— Name: Marilyn Marvin Title: Property Management Director ATTEST:% AbF FORT Ilaa 0 Ov8 o=A (� o$*°% Oa����¢p564o By: Name: Jannette S. Goodall Title: City Secretary VENDOR: H&H Automotive Services dba A Premier Automotive Services By: Tracy Hayes (Apr24, KT5:24 CDT) Name: Tracy Hayes Title: President Date: 04/24/2025 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. Oenise GAf cia By: Denise Garcia (Apr 28, 202516:55 CDT) Name: Denise Garcia Title: Purchasing Manager APPROVED AS TO FORM AND LEGALITY: By: OO Name: Jessika J. Williams Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 22-0461 M&C Approved: 06/14/2022 Form 1295 Certification No.: 2022-889251 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Amendment No. I Renewal No. 3 Page 3 of 4 EXHIBIT B PAYMENT SCHEDULE Line Item Description UOM New Pricing Diagnostic, Evaluation Fee EA $124.00 Shop Hourly Rate, Mon -Fri 7am-9:30pm HR $124.00 Drivetrain, Transmission, Repairs Drivetrain, Hourly Rate HR $124.00 Transmission, Main, Transfer Case, hourly labor rate HR $124.00 Engine Repairs, Engine Analysis Non -Warranty Hourly Rate HR $124.00 Electrical, Alternator, Generator, Battery, Hourly Rate HR $124.00 Exhaust, Emissions Repairs, Maintenance, Hourly Rate HR $124.00 Fuel System Maintenance, Repair Non -Warranty, Hourly Rate HR $124.00 General Vehicle Repair, Spring, Hourly Rate HR $124.00 General Maintenance, Oil Changes, Lubrication HR $124.00 Truck, Van, Maintenance, Hourly Rate HR $124.00 Temperature Repair, A/C, Heater, Radiator, Ventilation HR $124.00 Wheel, Alignment, Suspension, Rear End, Etc., Repair HR $124.00 Suspension, Axles, Springs, Steering, Etc., Hourly Rate HR $124.00 Parts- Cost(+) 20-40% Markup Contract Amendment No. 1 Renewal No. 3 Page 4 of 4 City of Fort Worth, Texas Mayor and Council Communication DATE: 06/14/22 M&C FILE NUMBER: M&C 22-0461 LOG NAME: 13P22-0082 LIGHT DUTY VEHICLE SERVICES LSJ PMD SUBJECT (ALL) Authorize Non -Exclusive Purchase Agreements with Buck's Wheel & Equipment Co., A -Premier Automotive Services dba H&H Automotive Services, Inc., and Techmo Investments, LLC. dba Midas Auto Service Experts for Light Duty Vehicle and Equipment Services for the Property Management Department, for a Combined Annual Amount Up to $669,010.00 during the Initial Term and in Each of Four, One -Year Renewal Options RECOMMENDATION: It is recommended that the City Council authorize non-exclusive purchase agreements with Buck's Wheel & Equipment Co., A -Premier Automotive Services dba H&H Automotive Services, Inc., and Techmo Investments, LLC. dba Midas Auto Service Experts for light duty vehicle and equipment services for the Property Management department, for a combined annual amount up to $669,010.00 during the initial term and in each of four, one-year renewal options. DISCUSSION: The Property Management Department (Fleet Division) approached the Purchasing Division to finalize an annual agreement for light duty vehicle and equipment services. Vehicles and equipment under one ton in gross vehicle weight are considered light duty vehicles. The City currently has 3,000 on road and 1,600 off -road vehicles requiring services and repair. Purchasing issued an Invitation to Bid (ITB) that included detailed specifications describing performance expectations, types of vehicles and certifications required to provide these services on an "as -needed" basis. The bid was advertised in the Fort Worth Star -Telegram for four consecutive Wednesdays beginning on March 2, 2022, through March 23, 2022. The City received three bids. An evaluation panel consisting of representatives from the Property Management Department reviewed and scored the submittals using the Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the following table: Bidders Buck's Wheel & Equipment Co. H&H Automotive Services, Inc Techmo Investments, LLC Best Value Criteria: Evaluation Factors A. B. C. D. Total Score 15 10.5 9.75 50 85 15 10.5 9 23 58 11 7.5 9 7 35 a. Contractor's qualification and certification b. Availability of resources to perform services c. Experience working with government/similar size d. Cost of service After evaluation, the panel concluded that Buck's Wheel & Equipment Co., A -Premier Automotive Services dba H&H Automotive Services, Inc., and Techmo Investments, LLC. dba Midas Auto Service Experts presented the best value for the City. Therefore, the panel recommends that Council authorize the light duty vehicle and equipment services agreement to Buck's Wheel & Equipment Co., A -Premier Automotive Services dba H&H Automotive Services, Inc., and Techmo Investments, LLC. dba Midas Auto Service Experts. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendors bid meet specifications. Funding is budgeted in the Fleet Service Outside Repair and Maintenance account of the PM Fleet Parts and Fuel Inventory Department's Fleet and Equipment Service Fund. 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. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the Fleet & Equipment Sery Fund to support the approval of the above recommendation and award of the agreements. Prior to any expenditure being incurred, the Property Management 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 Anthony Rousseau 8338 Steve Cooke 5134 Cynthia Garcia 8525 Lakita Slack -Johnson 8314