HomeMy WebLinkAbout059102-R3 - General - Contract - Autonation Fort Worth Motors, Ltd. dba Autonation Chevrolet North Richland HillsCSC No. 59102-R3
CITY OF FORT WOR'TH
CONTRACT RENEWAL NOTICE
January l9, 2026
Autonation Fort Worth Mators, Ltd.
d/�/a Autonatian Chevrolet North Rich�and Hills
Attn.: Jennifer Solis
7769 Grapevine Hwy.
North Richland Hills, Texas 761 SO
Re: Contract Renewai Natice
City Secretary Contract No. 59102 (the "Conkract")
Renewal Term No. 3: March 23, 2Q26 to March 22, 2027
The above ret'erenced Contract witii the Ci�y of Fort Worth expires ou March 22, 2026 (the
"Expiration Date"). Pursuant to the Contract, renewals are at the sole option of the City. This letter
is to inform you that the City is exercising its right to renew the Contract for an additional one (! )
year period, which will begin immediately after the Expiration Date. Ail other terms and conditions
of the Contract remai�a unchanged. Please return this signed aeknowledgement le�Yer, along
with a copy of your quote for charges for the new renewal term and a current insurance
certifcate to the email address belo��, acknowledging receipt of the Contract Renewal
Notice. Failure to provide a signed acknow�edgment daes not affect the renewal.
Please log onto PeapleSoft Purchasing at fiit�:/lfort��oi�tllte:�as.aov/purchasin� to eiisure
that your company information is correct az�d up-to-date.
Tf you have any questions cancerning this Contract Renewal Notice, please contact me at
the t�Iephone number listed below.
5incerely,
G�lrjislrrl� �lianrcrs
Christina Thomas
Contract Compliance Specialist
City of Fort Worth, Property Management Dept.
(817) 392-$53$
Christiila.tl�an�as�'r� fartwortht�xas. Qov
QFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contract Renewal Page 1 of 2
CITY OF FORT WORTH
By: Valer� ington (Jan 21, 2026 20:57:01 CST)
Name: Valerie Washington
Title: Assistant City Manager
Date: O1/21/2026
APPROVAL RECOMMENDED:
i CONTRACT COMPLIANCE MANAGER:
' By signing I acknowIedge that I ain the person
responsible for the manitoring aud
administration of this contract, including
ensuring all performance a�id reporting
requirements.
Denise Gar�i�
B�. Denise6arcla(Jan21,20261074:5/CST)
Name: Denise Garcia
Title: Purchasing Manager
APPROVED AS TO F�RM AND
LEGALITY:
' .<<<, �_.;�1.��
By: �
Name: Marilyn Marvin
Title: Property Management Director
ATTEST:
�A�h�n�-�t4. /� .,bb$�-m-rtr
By. v
Name: Jannette GoodaIl
Title: City Secretary
oo�an�
pORT�dO
v".�. � 0 d0
a°�g p-��d
°a+°� � °
a°dn nezA544b
Autonation Fort Warth Motors, Ltd. d/b/a
Autonatfon Chevrolet North Richland Hills
BY� �� ,��
Name: e nifer So is
Title: s Director
Daie: 1 ' � �
` �—�
.A�ru��+� 7�'lu�c��a-ru,uc�
By:
Name: Arnama Muhammad
Tztle: Assistant City Attorney
CQNTRACT AUTHORIZATION:
M&C: 23-0467
Date Approved: February 14, 2023
Form 1295 Cer�ifica�ion No.: 2422-967045
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contract Renewal Page 2 of 2
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 02/14/23 M&C FILE NUMBER: M&C 23-0067
LOG NAME: 13P ITB 23-0001 LIGHT/HEAVY DUTY VEHICLE REPAIRS SVS TD PMD
SUBJECT
(ALL) Authorize Non-Exclusive Purchase Agreements with Autonation Chevrolet, Autonation Ford, Bruce Lowrie Chevrolet, Buck's Wheel &
Equipment Co., CLS Sewer Equipment Co. Inc, Industrial Power LLC, Kirby-Smith Machinery, Landmark Equipment Co., RDO Equipment
Company, Stewart & Stevenson, Texan Waste Equipment dba Heil of Texas, and WildFire Truck Equipment Sales LTD, for Heavy and Light Duty,
Marine and Turf Vehicle Repairs for the Property Management Department for a Combined Annual Amount Up to $2,000,000.00 for the Initial Term
and Authorize Four One-Year Renewal Options for the Same Annual Amount
RECOMMENDATION:
It is recommended that the City Council authorize non-exclusive purchase agreements with Autonation Chevrolet, Autonation Ford, Bruce Lowrie
Chevrolet, Buck's Wheel & Equipment Co., CLS Sewer Equipment Co. Inc, Industrial Power LLC, Kirby-Smith Machinery, Landmark Equipment
Co., RDO Equipment Company, Stewart & Stevenson, Texan Waste Equipment dba Heil of Texas, and WildFire Truck Equipment Sales LTD, for
heavy and light duty, marine and turf vehicle repairs for the Property Management Department for a combined annual amount up to $2,000,000.00
for the initial term and authorize four one-year renewal options for the same annual amount.
DISCUSSION:
The Property Management (Fleet) Department approached the Purchasing Division for assistance with securing an annual agreement for repair
services of City-owned heavy and light duty, marine, and turf vehicles for the Property Management Department on an "as needed" basis. In order
to procure these services, purchasing staff issued Invitation to Bid (ITB) No. 23-0001. The ITB included detailed specifications describing the
requirements for light and heavy duty vehicle repairs and services.
The ITB was advertised in the Fort Worth Star-Telegram on October 30, 2022, November 2, 2022, November 9, 2022, November 16, 2022,
November 23, 2022, and November 30, 2022. Twelve responses were received.
An evaluation panel consisting of representatives from the Property Management and Code Compliance Departments evaluated and scored the
responses using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below.
II Bidders
II
I�Autonation Chevrolet
�Autonation Ford
IBruce Lowrie Chevrolet
�Buck's Wheel & Equipment Co.
IICLS Sewer Equipment Co. Inc
�Industrial Power LLC
IKirby-Smith Machinery
ILandmark Equipment Co
IRDO Equipment Company
Stewart & Stevenson
I�Texan Waste Equipment dba Heil of Texas
I�WildFire Truck Equipment Sales LTD
Best Value criteria:
(a) Contractor's qualification;
(b) Contractor's experience;
(c) Contractor's references;
� Evaluation Criteria
I a � b c I d � e Total
5 � 5.33 5.33I 10.67 7.5 33.83
5' 5 5 I 10 � 7.5 32.50
6.33 6.33 � 5 11.33 8� 37.00
6, 6.33' 5.33I� 10 9 36.67
5 � 5 4.67I 10 8 32.67
6.33 6.33 5.33 14 10 42.00
5.57 6 4 13.33 7.50 36.50
5 6 5.33 8.67 8 33.00
5.67 6 5 11.33 8 36.00
6 6.67 5.67 12.67 9 40.00
I 5 5.33 4.33I 10 II 8 I32.67
� 5.33 6 5.67 I� 10 I� 7.5 I 34.50
(d) Contractor's availability of resources (personnel)
(e) Contractor's approach to perform services
After evaluation, the panel concluded that Autonation Chevrolet, Autonation Ford, Bruce Lowrie Chevrolet, Buck's Wheel & Equipment Co., CLS
Sewer Equipment Co. Inc, Heil of Texas, Industrial Power LLC, Kirby-Smith Machinery, Landmark Equipment Co., RDO Equipment Company,
Stewart & Stevenson, and WildFire Truck Equipment Sales LTD presented the best value to the City and therefore, recommends that Council
authorize non-exclusive agreements with these vendors. 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 Service Outside Rep & Maint account of the Property Managment Department's Fleet & Equipment Sery Fund,
as appropriated.
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 upon approval of the above recommendation, funds are available in the current operating budget, as
previously appropriated, in the Fleet & Equipment Sery 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 bv: Reginald Zeno 8517
Dana Burghdoff 8018
Oriainatina Business Unit Head: Anthony Rousseau 8338
Steve Cooke 5134
Additional Information Contact: Anthony Rousseau 8338
Taylor Dean 7648
0
CERTIFICATE OF INTERESTED PARTIES
Comp�ete Nos. 1- 4 and 6 if there are interested parties.
CnmP�ete Nos.1, 2, 3, 5, and fi if there are no interested parties,
T. Name of b�siness entity S[ing form, and the city, state and country of the 6usiness entity's place
of business.
AutoNation Chevrolet
NORTH RICHLAND HILLS , TX United States
2 Name of gavernmental entity or state agency that is a party to the contract for which the form is
6eing filed.
City of Ft Worth
FORM �295
1of1
OFFICE USE ON1.Y
CERTIFICA710N O� F1L1MG
Certificate Number:
2022-9670a5
Date Fifed:
12l2312022
Date Acknowledged:
3 Pro�ide the identification number used by the gavernmental entity or state agency to track or identify the cantract, and provide a
descripiion of the ser�ices, goods, or other property to be provided under the contract,
ITB 23-Q001
Heavy Duty Repair and Services & Lig�t Duty Vehicle and Equipment Services
Nature of interest
4
Name of Interested Party City, State, Country (place of business) (check applicable]
Coniralling �ntermediary
5 Check only if there is NO Interested Pat#y. ❑
X
6 UNSWORN DECLARATION
�vly name is �_A�.� ,P� V'�� v� �\� , and my dake of birth is ���� ��
My address is l � � � ��(�i � i/` � �C7ff��! l y �fi �n , �. ��, �- •
(streeq (ciryy � (state} (zip code) (wuntry)
I declare under penalry of perjury that t�e foregoing is true and carrect.
Executed in 1 f �l...i Y f� Counry, State of I���Son the �� day of 1.�_[ _ , 20��
(month) (year�
Forms provided by Texas Ethics Commission
f
ignaEure o# authoriz d gent of oontracting business entiry
e arant)
www.ethics.state.bc.us Version V3.5.1.3ac88bcC
FORT �ORTH�
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Autonation Fort Worth Motors, Ltd. d/b/a Autonation Chevrolet North Richland Hills
Subject of the Agreement: ITB No. 23- 0001, the City solicited bids to award non-exclusive services
agreements to multiple bidders for repair services of City -owned heavy and light duty, marine, and turf
vehicles for the Property Management Department, on an as needed basis
M&C Approved by the Council? * Yes 8 No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No 8
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes ❑ No 8
If �unsure, see back page for pernianent 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.
When reviewing the bid submitted by the vendor, the bid documents did not indicate confidential in any part
of the bid.
Effective Date:
If different from the approval date.
Expiration Date:
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.
Proj ect 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 processin� in the followin� 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.