HomeMy WebLinkAboutContract 58458-NR1CSC No. 58458-NRl
CITY OF FORT WORTH
CONTRACT NON -RENEWAL NOTICE
July 15, 2025
Custom Truck One Source, L.P.
Attn: Bart McClary, Parts & Service Sales Representative
7701 Independence Avenue
Kansas City, MO 64125
Re: Contract Non -Renewal Notice
CSCO No. 58458 (the "Contract")
The above referenced Contract with the City of Fort Worth expires on September 30, 2025
(the "Expiration Date"). This letter is the City's official notice of non -renewal of the contract.
Please return this signed acknowledgement letter, acknowledging receipt of the Contract
Non -Renewal Notice. Failure to provide a signed acknowledgment does not affect the non -
renewal.
If you have any questions concerning this Contract Non -Renewal Notice, please contact
me at the telephone number listed below.
Sincerely,
&'hristina rZ�,h m u
Christina Thomas
Contract Compliance Specialist
City of Fort Worth, Property Management Dept.
(817) 392-8538
Christina.tho masafortworthtexas. 2ov
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contract Non -Renewal Page 1 of 2
ACCEPTED A D AGREED:
CITY OF FORT W TH
By: Valerie (Jul 17, 202515:51 CDT)
Name: Valerie Washington
Title: Assistant City Manager
APPROVAL RECOMME DED:
By:
Name: Marilyn Marvin
Title: Property Management Director
ATTEST:
�fopT9�a°a
�s od
�
p°gig �9ao
OQa*oo o8y e°
aannn�z as44
By: V
Name: Jannette S. Goodall
Title: City Secretary
Custom Truck One Source, L.P.
Ar- t6v
By: Bart McClary (Jul 15, 202516:00 CDT)
Name: Bart McClary
Title: Parts & Service Sales Representative
Date: 07/15/2025
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.
By: Denise Garcia ( 16, 202516:23 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: 22-0748
M&C Approved: 9/27/2022
Form 1295 Certification No.: 2022-925246
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contract Non -Renewal Page 2 of 2
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 09/27/22 M&C FILE NUMBER: M&C 22-0748
LOG NAME: 13P22-0122 ADDITIONAL LT & HVY DUTY VEHICLES & EQP SVS LSJ PMD
SUBJECT
(ALL) Authorize Non -Exclusive Purchase Agreements with BMW Motorcycles of North Dallas, Custom Truck One Source, L.P., Frank's Wheel
Aligning, Inc., Lone Star Auto Sound & Security, Premier Truck Group and Siddons Martin Emergency Group, LLC., for Additional Light and Heavy
Duty Vehicle and Equipment Services for the Property Management Department for a Combined Annual Amount Up to $1,974,288.00 for the Initial
Term and Authorize Four One -Year Renewals for the Same Annual Amount
RECOMMENDATION:
It is recommended that the City Council authorize non-exclusive purchase agreements with BMW Motorcycles of North Dallas, Custom Truck One
Source, L.P., Frank's Wheel Aligning, Inc., Lone Star Auto Sound & Security, Premier Truck Group and Siddons Martin Emergency Group, LLC.,
for additional light and heavy duty vehicle and equipment services for the Property Management Department for a combined annual amount up to
$1,974,288.00 for the initial term and authorize four one-year renewals for the same annual amount.
DISCUSSION:
The Property Management (Fleet) Department approached the Purchasing Division for assistance with securing an annual agreement for
additional light and heavy duty vehicles and equipment services. Purchasing previously issued Invitation to Bid (ITB) No. 22-0017 which resulted in
the award of an annual agreement; however there were not enough Vendors to provide services for the City's mixed fleet of light and heavy duty
vehicles, other motorized equipment. In order to procure additional services, Purchasing staff issued ITB No. 22-0122. The ITB included detailed
specifications describing the requirements for light and heavy duty vehicle repairs and services.
The bid was advertised in the Fort Worth Star -Telegram for six consecutive Wednesdays beginning April 27, 2022 through June 1, 2022. The City
received six bids. An evaluation panel consisting of representatives of the Property Management 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.
Bidders
BMW Motorcycles of North Dallas.
Custom Truck One Source, L.P.
Frank's Wheel Aligning, Inc.
Lone Star Auto Sound & Security
Premier Truck Group
Siddons Martin Emergency Group, LLC
Best Value criteria:
(a) Contractor's qualification and experience;
Evaluation Criteria
a b c d I Total
13.3 8
8.5
0
30
12.6 9.5
9
0
31
13.3 9
8
0
30
13.3 8.5 10 50 82
13.3 9 8.5 0 31
iP41-1Lem to] MWe] <0%
(b) Extent to which the goods and services meet the City's needs;
(c) Contractor's Reputation
(d) Cost of service
After evaluation, the panel concluded that BMW Motorcycles of North Dallas, Custom Truck One Source, L.P., Frank's Wheel Aligning, Inc., Lone
Star Auto Sound & Security, Premier Truck Group and Siddons Martin Emergency Group, LLC, presented the best value to the City and therefore,
recommends that Council authorize agreements with BMW Motorcycles of North Dallas, Custom Truck One Source, L.P., Frank's Wheel Aligning,
Inc., Lone Star Auto Sound & Security, Premier Truck Group and Siddons Martin Emergency Group, LLC. Under these non-exclusive agreements,
the department will order services according to the lowest cost and availability. No guarantee was made that a specific amount of services would
be purchased. Staff certifies that the recommended vendors' bids met specifications.
Funding is budgeted in the Fleet Services Outside Repair & Maintenance account of the Property Management Parts & Fuel Inventory
Department's Fleet & Equipment Service Fund for Fiscal Year 2022 & Fiscal Year 2023.
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. This
agreement will be concurrent with the annual agreement awarded from ITB No. 22-0017.
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 upon approval of the above recommendation, funds are available in the current operating budget, as
previously appropriated, and upon adoption of the Fiscal Year 2023 Budget by the City Council, funds will be available in the Fiscal Year
2023 Operating Budget, as appropriated, in the Fleet & Equipment Service 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:
Expedited
Reginald Zeno
8517
Dana Burghdoff
8018
Anthony Rousseau
8338
Steve Cooke
5134
Cynthia Garcia
8525
LaKita Slack -Johnson
8314