Loading...
HomeMy WebLinkAbout058606-A2R3 - General - Contract - WTR, Inc.CSC No. ____________ Contract Amendment 2 and Renewal 3 Page 1 of 3 AMENDMENT NO. 2 AND RENEWAL NO. 3 TO CITY OF FORT WORTH CONTRACT 58606 This Amendment is entered into by and between the CITY OF FORT WORTH ("City"), and WTR, Inc. (“Vendor”). City and Vendor may be referred to individually as a “Party” and collectively as the “Parties”. WHEREAS, on December 16, 2022, the City entered into an agreement to provide auto body collision repairs and services for the Property Management Department as described in City Secretary Contract No. 58606 (“Agreement”). The Agreement allows up to four (4) one-year renewals at the City’s sole option; WHEREAS, on October 2, 2023, the Parties renewed the Agreement through December 15, 2024 (City Secretary Contract No. 58606-R1); WHEREAS, on October 31, 2024, the Parties revised the Agreement’s Exhibit B, Price Schedule, and renewed the Agreement through December 15, 2025 (City Secretary Contract No. 58606-A1R2); and WHEREAS, it is the collective desire of the Parties to renew the Agreement for a Third Renewal Term through December 15, 2026, and to revise the Agreement’s Exhibit B, Price Schedule to reflect increased pricing. NOW THEREFORE, the Parties, acting herein through their duly authorized representatives, agree to the following terms: 1. RENEWAL OF AGREEMENT The Agreement, as previously amended, is hereby renewed for an additional renewal term (the “Third Renewal Term”) commencing on December 16, 2025, and ending on December 15, 2026, unless terminated earlier in accordance with the Agreement. 2. AMENDMENTS Exhibit B of the Agreement, Price Schedule, is deleted in its entirety and replaced with the attached Exhibit B. 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. Contract Amendment 2 and Renewal 3 Page 2 of 3 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 an original. (signature page follows) (remainder of page intentionally left blank) ACCEPTED AND AGREED: CITY OF FORT WORTH By: VaJerie Washington (Nov 20, 2025 17:18:59 CST) Name: Valerie Washington Title: Assistant City Manager Date: 11/20/2025 APPROVAL RECOMMENDED: By: ame: Marilyn Marvin Title: Property Management Director ATTEST: �A� By: _..,__ _________ _ Name: Jannette S. Goodall Title: City Secretary VENDOR: WTR, Inc. �;�. £ttf __.f2_ Title: General Manager Date: f I Contract Amendment 2 and Renewal 3 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. :Dertise Garcia By: Denise Garcia (Nov 20, 202511:39:50 CST) ame: Denise Garcia Title: Purchasing Manager APPROVED AS TO FORM AND LEGALITY: A�� By: Nan1e: Amarna Muhammad Title: Assistant City Attorney CO TRACT AUTHORIZATION: M&C: N/A Page 3 of3 EXHIBIT B PRICE SCHEDULE Line Items Description UOM Unit Price Labor, Body, Vehicles and Equipment Over 1 Ton, Hourly Rate HR $150.00 Labor, Paint, Vehicles and Equipment Over 1 Ton, Hourly Rate HR $150.00 Labor, Mechanical, Vehicles and Equipment Over 1 Ton, Hourly Rate HR $150.00 Labor, Paint & Material, Vehicles and Equipment Under 1 Ton, Hourly Rate HR $70.00 Parts, Repair, Misc. - On bid as Parts-Cost Plus (+) 31.25% Percent of Manufacturers List Price Cost + 31.25% Sublet, cost + 25 % of Total Sublet Invoice - for Vehicles and Equipment over 1 ton Cost + 25% Freight, cost + 10 % of Invoice; Vendor must provide a receipt of their cost with every invoice incurring freight. Cost + 10% City of Fort Worth, Texas Mayor and Council Communication DATE: 10/11 /22 M&C FILE NUMBER: M&C 22-0840 LOG NAME: 13P22-0186 ADDITIONAL AUTO BODY COLLISION REPAIRS & SVS LSJ PMD SUBJECT (ALL) Authorize Execution of Non -Exclusive Purchase Agreements with AutoNation Collision Center/ Ken Nichols Ford LTD, Southwest International Trucks, Inc., and WTR, Inc., for Additional Auto Body Collision Repairs and Services for the Property Management Department for a Combined Annual Amount Up to $1,374,000.00 and Authorize Four Annual Renewals for the Same Annual Amount RECOMMENDATION: It is recommended that the City Council authorize execution of non-exclusive purchase agreements with AutoNation Collision Center/ Ken Nichols Ford LTD, Southwest International Trucks, Inc., and WTR, Inc., for additional auto body collision repair services for a combined annual amount up to $1,374,000.00 for the Property Management Department and authorize four annual renewals for the same annual amount. DISCUSSION: The Property Management (Fleet) Department approached the Purchasing Division for assistance securing an annual agreement for additional auto body collision repair services. Purchasing previously issued Invitation to Bid (ITB) No. 22-0028 which resulted in the award of an annual agreement; however there were not enough Vendors to provide repair services for approximately 4,600 City -owned vehicles and equipment. In order to procure these additional services, Purchasing staff issued Invitation to Bid (ITB) No. 22-0186. The ITB consisted of detailed specifications describing the vendor's responsibilities and requirements for auto body work. The bid was advertised in the Fort Worth Star -Telegram for four consecutive Wednesdays, beginning July 20, 2022 through August 10, 2022. The City received three 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 I AutoNation Southwest International Trucks WTR, Inc. Best Value criteria: Evaluation Criteria a b I c II d II a II Total 7 II 9 II 8 II 12 114011 77 II 6.6 119.5 1 8.511 13.3 11 10 I 48 6.7 1 5.7 16.711 6.3T7o38 • (a) Ability to meet the City's needs; • (b) Contractor's approach to perform services; • (c) Contractor's experience working with governmental/similar size; • (d) Availability of resource to perform services, qualified personnel and equipment; and • (e) Cost of service. After evaluation, the panel concluded AutoNation Collision Center/ Ken Nichols Ford LTD, Southwest International Trucks, Inc., and WTR, Inc., presented the best value to the City and therefore, recommends that Council authorize agreements with AutoNation Collision Center/ Ken Nichols Ford LTD, Southwest International Trucks, Inc., and WTR, Inc. 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 Property Management Department's Rollup within the Fleet & 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. This agreement will be concurrent with the annual agreement awarded from ITB No. 22-0028. 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 and Equipment Service Fund to support the approval of the above recommendation and award of the agreement. Prior to any 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 Dana Burghdoff 8018 Oriainatina Business Unit Head: Anthony Rousseau 8338 Steve Cooke 5134 Additional Information Contact: Cynthia Garcia 8525 LaKita Slack -Johnson 8314 FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: WTR, Inc. Subject of the Agreement: Vendor will provide auto body collision repairs and services for the Property Management Department. M&C Approved by the Council? * Yes N No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes 8 No ❑ & Renewal for CSC 58606-A2R3 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes ❑ No 8 If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. The vendor has not indicated any pages of the agreement should be confidential. Effective Date: December 16, 2025 If different from the approval date. Expiration Date: December 15, 2026 If applicable. Is a 1295 Form required? * Yes 8 No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processinv- in the followinv- order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.