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