Loading...
HomeMy WebLinkAboutContract 61199-A1CSC No. 61199-A1 AMENDMENT NO. 1 TO CITY OF FORT WORTH CONTRACT 61199 This Amendment is entered into by and between the CITY OF FORT WORTH ("City"), and WASHING EQUIPMENT OF TEXAS, INC. ("Vendor"). City and Vendor may be referred to individually as a "Party" and collectively as the "Parties". WHEREAS on March 29, 2024, the City entered into an agreement for the vendor to provide preventative maintenance, repairs, parts, and supplies for the City's carwashes for the Property Management Department as described in City Secretary Contract No. 61199 ("Agreement"); WHEREAS, the latest renewal term ends on March 28, 2026; and WHEREAS, it is the collective desire of the Parties to amend Exhibit A, Scope of Services to provide for additional services, as authorized under the Agreement. The Parties further agree to add two Westmatic carwashes and replace Exhibit B, Payment Schedule of the Agreement to include pricing for Westmatic parts. NOW THEREFORE, Fort Worth and Vendor, acting herein through their duly authorized representatives, agree to the following terms: 1. AMENDMENTS Exhibit A, Scope of Services, is hereby amended by replacing pages 1-3, specifically provisions 2.0, 3.0, and 4.0 providing for Delivery, Specifications, and Brand Name or Equal, with the attached pages, Attachment A-1. 2. Exhibit B, Payment Schedule, is hereby deleted in its entirety, and is replaced with the attached Exhibit B. 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. (signature page follows) OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Amendment 1 Paget of 2 ACCEPTED AND AGREED: CITY OF FORT W TH ✓a& W- By. Valerie Washington (Sep 4, 202511:18:57 CDT) Name: Valerie Washington Title: Assistant City Manager Date: 09/04/2025 APPROVAL RECOMMENDED: By: Name: Marilyn Marvin Title: Property Management Director ATTEST: Kc�ro,,r�ce �uce�2 By: Name: Jannette S. Goodall Title: City Secretary VENDOR: 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 (Sep 4, 2025N .56:31 CDT) Name: Denise Garcia Title: Purchasing Manager APPROVED AS TO FORM AND LEGALITY: 14�xu ?r G By: aFORT4IIIIa Name: Amarna Muhammad ol9o, Title: Assistant City Attorney pPQs"= o *d IIIIaII4nFoa 5O'do CONTRACT AUTHORIZATION: Washing Equipment of Texas, Inc. Roder Knowles By: Roger KnW es (Sep 2, 202517:01:22 CDT) Name: Roger Knowles Title: Regional Manager Date: 09/02/2025 M&C: N/A M&C Approved: N/A Form 1295 Certification No.: N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Amendment 1 Page 2 of 2 EXHIBIT A SCOPE OF SERVICES 2.0 DELIVERY 2.1 Property Management Fleet Division sites with Performance Dependability and Quality (PDQ) car washes: 2.1.1 James Avenue Service Center, 5021 James Avenue, Fort Worth, TX 76115 2.1.2 North Service Center, 317 Hillshire Drive, Fort Worth, TX 76052 2.2 Property Management Fleet Division sites with Westmatic car washes: 2.2.1 West Service Center, 2900 Alta Mere Dr. Fort Worth, TX 76116 2.2.2 EMS Location, 8928 Medical City Way, Fort Worth, TX 76177 3.0 SPECIFICATIONS 3.1 M terials 3.1.1 All items supplied resulting from this contract will be of recent production, unused, and suitable for their intended purpose. 3.1.2 Vendor will utilize soaps and chemicals approved by the manufacturer; Performance Dependability and Quality (PDQ) or Westmatic, respectively. 3.2 Contractor Responsibilities 3.2.1 The Vendor will include in the consumables fee all the goods, consumable goods, cleaning/disposable goods, environmental fees, etc. used to clean (spray cleaners, lubricants, and hand whips or towels) to make the necessary repairs to the car/truck wash. 3.2.1.1 Consumables will be based on a % of labor cost per invoice with a "not to exceed" cap. 3.2.2 All technicians will be certified and/or licensed to perform the required maintenance. 3.2.3 Vendor will utilize software specific to the manufacturer (PDQ or Westmatic) to diagnose electronic issues. 3.2.4 The awarded Vendor will service in accordance with the best current practices in the industry. 3.2.4.1 Monthly preventative maintenance checks will include all items in the preventative maintenance schedules below. 3.2.5 Unless otherwise specified, vendor must be able to provide complete and comprehensive parts and repair service support for all PDQ and Westmatic car wash equipment. 3.2.5.1 Vendor will be expected and required to provide stock or have access to the complete line of PDQ and Westmatic parts and supplies, including any/all MSDS/SDS' sheets which may be required. 3.2.6 The Vendor will acknowledge and respond to the City's request for diagnosing issues within 48 hours. 3.2.6.1 The Fleet supervisor will call the Vendor to schedule the diagnosis and will follow up with a PO within 24 hours. 3.2.7 Vendor will be responsible for disposal of hazardous wastes from "cradle to grave". 3.2.7.1 Vendor will be responsible for cleanup of debris and spills resulting from work performed while completing services under this Agreement. 3.2.7.2 Vendor and Disposal site will be compliant with all Texas Commission on Environmental Quality (TCEQ) and Environmental Protection Agency (EPA) guidelines and in accordance with all applicable laws, codes, and ordinances including Model Standards adopted by Texas Commission on Environmental Quality. 3.2.8 The Vendor will not subcontract without written permission from the City. 4.0 BRAND NAME OR EOUAL 4.1 All parts, soaps, and chemicals must either be purchased from PDQ or Westmatic or documentation from PDQ or Westmatic deeming them suitable for use on the City's PDQ or Westmatic car washes must be provided. EXHIBIT B PAYMENT SCHEDULE # Line Description Unit of Unit Cost Measurement (UOM) 1 Hourly, Labor, Monday - Friday, HR $120.00 8:00 AM — 5:00 PM 2 After Hourly, Labor, (5:01 PM — 7:59 AM), HR $180.00 Weekends, and Holidays 3 Diagnostic Fee, Monday - Friday, EA $120.00 8:00 AM-5:00 PM (shall include all travel and assessments to complete diagnosis) • Prompt Payment Discount Terms: 1% Net 10 Days (i.e. 3% Net 15, etc.) • Performance Dependability and Quality (PDQ) parts and supplies or other parts and supplies not listed above offered at a discount off of the manufacturer's' list price: 0% Discount • Westmatic parts and supplies will be offered at 25% markup from the manufacturer's' list price • Chemicals such as soaps, cleaners, rinses, rainX, etc. will be offered at a discount off of the manufacturer's list price: 10% Discount • Consumable goods, environmental fees, and products used to clean and repair the car/truck wash (spray cleaners, lubricants, hand wipes, or towels) will be charged at 5% of the total labor, but not to exceed $100 per invoice. 1.0 ESTIMATES 1.1 Vendor will provide electronically produced estimates to PMD Fleet personnel before the start of any work. The estimates must be emailed to the PMD Fleet employee(s) and/or PMD Fleet facility location who requested the services to be completed. 1.2 Estimates will be authorized by PMD Fleet personnel in writing via email with the purchase order number prior to work being performed. Verbal approvals will not be considered valid. 1.2.1 Vendor will be notified, via email, of repairs needed and/or diagnosis from Fleet. 1.2.2 Vendor will identify the repair direction and will email an estimate with specific details of the repairs needed regardless of warranty or non -warranty. 1.2.3 Warranty and billable repairs will be on separate estimate(s) / invoicing in ALL cases. 1.2.4 PMD Fleet will issue a purchase order for billable repairs via email. Repairs are NOT to be performed until a purchase order has been issued in writing from PMD Fleet Division. This ensures proper tracking and documentation are in place for the Vendor and the City. 1.2.5 Vendor may charge an hourly non -warranty labor rate per service, a diagnostic fee (detailed out), PDQ parts, supplies, and chemicals offered at a discount off of the manufacturer's list. There are no guarantees that the City will accept or be held financially or liable for costs outside of labor and materials/ parts if the pricing is not listed in Exhibit B, Payment Schedule. 1.3 Final submitted invoices submitted to the City for work performed should always match the final estimate received by the City. All revised estimates must be approved in writing prior to billing. 1.4 If the City's car wash or equipment is serviced by a Vendor for warranty work, an estimate provided by the Vendor to the City will state `Warranty Service'. 1.5 All estimates provided by the Vendor will be quoted on a `time and materials' basis, adherence to the agreed upon contract rate(s) and itemized to illustrate the cost of each of the following, if applicable, to the service or work performed. 1.5.1 Estimates will include number of, unit cost and City's cost for all part(s) to be installed; itemized by part and/or chemical being purchases by the City. 1.5.2 Estimates will include cost of labor to perform repair and/or installation; itemized by number of labor hours. 1.5.3 Estimates will include itemized diagnostic fee. The diagnostic fee will account for and include all travel and assessments to complete the diagnosis. 1.5.4 Miscellaneous shop fees will not be allowed. These costs should be broken down in Labor, Parts, or established fees defined in the bid lines. 2.0 INVOICES 2.1 Vendor's Invoices must be itemized. Line items for labor, parts, and chemicals must include supporting documentation, as discussed below: 2.1.1 Supporting Documentation for Labor charges must include, at a minimum: 1) the total number of labor hours performed; and 2) the labor rate. Vendor must provide the City with documentation which identifies the per hour labor rate. 2.1.2 Supporting Documentation for Parts charges must include, at a minimum: 1) a short and plain description of the part; 2) the vendor part number; and 3) the vendor's cost for the part and any markups or discounts. 2.1.3 Supporting Documentation for Chemicals must include, at a minimum: 1) the amount and name of chemicals used; and 2) the cost of each chemical used. 2.1.4 The Vendor must obtain a Purchase Order number before performing any services. 2.1.5 The Vendor must itemize all charges on the Vendor's invoice billing statement, and provide documentation establishing the charges on the Vendor's invoice billing statement. 3.0 INVOICING REOUIREMENTS 3.1 The City of Fort Worth has implemented an automated invoicing system. 3.2 The Contractor will send invoices electronically to our centralized Accounts Payable department invoice email address: sunnlierinvoices(&,,fortworthtexas.2ov. This email address is not monitored so please do not send correspondence to this email address. The sole purpose of the supplier invoices email address is to receipt and process supplier invoices. 3.3 Please include the following on the subject line of your e-mail: vendor name, invoice number, and PO number, separated by an underscore (ex: Example, Inc._123456 FW013-0000001234) 3.4 To ensure the system can successfully process your invoice in an expedient manner, please adhere to the following requirements: 3.4.1 All invoices must be either a PDF or TIFF format. 3.4.2 Image quality must be at least 300 DPI (dots per inch). 3.4.3 Invoices must be sent as an attachment (i.e. no invoice in the body of the email). 3.4.4 One invoice per attachment (includes PDFs). Multiple attachments per email is acceptable but each invoice must be a separate attachment. 3.4.5 Please do not send handwritten invoices or invoices that contain handwritten notes. 3.4.6 Dot matrix invoice format is not accepted. 3.4.7 The invoice must contain the following information: 3.4.7.1 Supplier Name and Address; 3.4.7.2 Remit to Supplier Name and address, if different; 3.4.7.3 Applicable City Department business unit (i.e. FW013) 3.4.7.4 Complete City of Fort Worth PO number (i.e. the PO number must contain all preceding zeros); 3.4.7.5 Invoice number; 3.4.7.6 Invoice date; and 3.4.7.7 Invoices should be submitted after delivery of the goods or services. 3.5 To prevent invoice processing delays, please do not send invoices by mail and email and please do not send the same invoice more than once by email to supplierinvoices(&fortworthtexas. og_v. To check on the status of an invoice, please contact the City Department ordering the goods/services or the Central Accounts Payable Department by email at: ZZ FIN AccountsPavable(cr�,fortworthtexas.2ov 3.6 If you are unable to send your invoice as outlined above at this time, please send your invoice to our centralized Accounts Payable department instead of directly to the individual city department. This will allow the city staff to digitize the invoice for faster processing. 3.7 If electronic invoicing is not possible, you may send your paper invoice to: City of Fort Worth Attn: FMS Central Accounts Payable 100 Fort Worth Trail Fort Worth, Texas, 76102 3.8 The City's goal is to receive 100% of invoices electronically so that all supplier payments are processed efficiently. To achieve this goal, we need the Contractor's support. 3.9 If Contractor has any questions, please contact the Accounts Payable team at (817) 392-2451 or by email to ZZ FIN_AccountsPUable(&fortworthtexas.gov. 3.10 Contractor will not include Federal, State of City sales tax in its invoices. City will furnish a tax exemption certificate upon Vendor's request. 4.0 UNIT PRICE ADJUSTMENT 4.1 Vendor may request a Price Adjustment based on Price Adjustment Verification up to one time Quarterly. Price Adjustment means an unplanned or unanticipated change, upward or downward, from the established contract price that is supported by demonstrated Price Adjustment Justification. A request for a Price Adjustment must be initiated by the Vendor. Price Adjustments will not be allowed more frequently than once Quarterly. It is within the sole discretion of the City to determine whether an adjustment is necessary and/or acceptable. 4.2 Quarterly means the City's Fiscal year quarters, being each of the three (3) month periods the first of which begins October 1. Quarter (Q) 1: October 1 — December 31; Q2: Jan 1 — March 31; Q3P: April 1 — June 30; Q4: July 1 — September 30. 4.3 Price Adjustment Justification means documentation supporting a requested Price Adjustment and showing an objectively verifiable basis for a change in price due to the documented impact of economic conditions on labor, equipment, or materials. Examples of possible Price Adjustment Justification include, but are not limited to, cost indexes, and/or updated supplier price sheets. It is within the sole discretion of the City to determine whether Price Adjustment Justification is sufficient and/or acceptable. 4.4 The Vendor must submit its Price Adjustment request, in writing, at least 60 days before the effective period (1st day of a new quarter). The Vendor must provide all Price Adjustment Justification, as defined above, at the time of its request for a Price Adjustment. 4.5 If the City, in its sole discretion, concludes that the requested Price Adjustment is unreasonable or not fully supported by adequate Price Adjustment Justification, the City reserves the right to adjust the rate increase, or reject the requested Price Adjustment in its entirety and allow the contract to expire at the end of the contract term. If the City elects not to accept a requested Price Adjustment, the Purchasing Division may issue a new solicitation. 4.6 Prices offered were for bid analysis and for Agreement pricing. In cases of errors in extensions or totals, the unit prices offered will govern. 4.7 Upon expiration of the Agreement term the successful Vendor, agrees to hold over under the terms and conditions of this Agreement for a reasonable period of time to allow the City to re -bid an Agreement, not to exceed ninety (90) days. Vendor will be reimbursed for this service at the prior Agreement rate(s). Vendor will remain obligated to the City under all clauses of this Agreement that expressly or by their nature extends beyond and survives the expiration or termination of this Agreement. 4.8 Delivery of goods and/or services will not be suspended by the Vendor without a 30- day prior written notice to the Senior Purchasing Manager. 4.9 Only Published price changes will be accepted. Prices that were in effect at the time of order placement will take precedence