HomeMy WebLinkAboutContract 60016CSC No. 60016
FORT WORTH
CITY OF FORT WORTH
COOPERATIVE PURCHASE AGREEMENT
This Cooperative Purchase Agreement ("Agreement") is entered into by and between Fonroche
Lighting America, ("Vendor") and the City of Fort Worth, ("City"), a Texas home rule municipality.
The Cooperative Purchase Agreement includes the following documents which shall be construed in the
order of precedence in which they are listed:
l . This Cooperative Purchase Agreement;
2. Exhibit A — Seller's Quote, Scope of Services or Purchase Order;
3. Exhibit B — Cooperative Agency Contract, Allied States Cooperative 23-7457; and
4. Exhibit C — Conflict of Interest Questionnaire.
Exhibits A, B, and C which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. Vendor agrees to provide City with the services and goods included in
Exhibit A pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all
exhibits thereto.
City shall pay Vendor in accordance with the fee schedule in Exhibit and in accordance with the
provisions of this Agreement. Total payment made under this Agreement for the first year by City shall
be in the amount of Five -Hundred Thousand Dollars ($500,000.00). Vendor shall not provide any
additional items or services or bill for expenses incurred for City not specified by this Agreement unless
City requests and approves in writing the additional costs for such services. City shall not be liable for
any additional expenses of Vendor not specified by this Agreement unless City first approves such
expenses in writing.
The term of this Agreement is effective beginning on the date signed by the Assistant City
Manager below ("Effective Date") and expires on April 30, 2024 in line with cooperative
contract. Upon the expiration of this Term, the Agreement shall renew automatically under the same
terms and conditions for up to three (3) one-year renewal periods, unless City or Contractor provides the
other party with notice of non -renewal at least 60 days before the expiration of the Initial Term or renewal
period. However, if funds are not appropriated, the City may cancel the Agreement 30 calendar days
after providing written notification to the Contractor.
Vendor agrees that City shall, until the expiration of three (3) years after final payment under this
Agreement, or the final conclusion of any audit commenced during the said three years, have access to
and the right to examine at reasonable times any directly pertinent books, documents, papers and records,
including, but not limited to, all electronic records, of Vendor involving transactions relating to this
Agreement at no additional cost to City. Vendor agrees that City shall have access during normal
working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work
space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor
reasonable advance notice of intended audits.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Federal Comuliance: Vendor agrees to comply with all federal statutes relating to
nondiscrimination, labor standards, domestic preference and environmental compliance. Additionally,
for work to be performed under the Agreement or subcontract thereof, including procurement of
materials or leases of equipment, Vendor shall notify each potential subcontractor or supplier of the
Vendor's federal compliance obligations. These may include, but are not limited to: (a) Title VI of the
Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis of race, color or
national origin; (b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C. §§ 1681-
1683, and 1685-1686), which prohibits discrimination on the basis of sex; (c) the Fair Labor Standards
Act of 1938 (29 USC 676 et. seq.), (d) Section 504 of the Rehabilitation Act of 1973, as amended (29
U.S.C. § 794), which prohibits discrimination on the basis of handicaps and the Americans with
Disabilities Act of 1990; (e) the Age Discrimination in Employment Act of 1967 (29 USC 621 et. seq.)
and the Age Discrimination Act of 1974, as amended (42 U.S.C. §§ 6101-6107), which prohibits
discrimination on the basis of age; (f) any other nondiscrimination provisions in any specific statute(s)
applicable to any Federal funding for this Agreement; (g) the requirements of any other
nondiscrimination statute(s) which may apply to this Agreement; (h) applicable provisions of the Davis -
Bacon Act under 40 USC § 3141 — 3148, and the Contract Work Hours and Safety Standards Act under
40 USC § 3701 — 3708; (i) applicable provisions of the Rights to Invention Made Under Contract or
Agreement Act under 37 CFR Part 40 1; 0) applicable provisions of the Clean Air Act under 42 USC §
7401 — 7671, the Energy Federal Water Pollution Control Act 33 USC § 1251 — 1387, and the Energy
Policy Conservation Act under 42 USC § 6201; (k) compliance with all Buy America requirements under
23 USC 313 and 23 CFR 635.410, which require a domestic manufacturing process for any steel or iron
products; (1) Compliance with Prohibition on Certain Telecommunications and Video Surveillance
Services or Equipment under 2 CFR §200.216 and §200.471; (m) compliance with federal assistance
programs under Executive Order 12549, Debarment and Suspension, which prohibit participation of
debarred or suspended or otherwise excluded from or ineligible vendor or its suppliers using federal
funds; (n) compliance with federal restriction on lobbying expenditures under 2 CFR 200 clauses: (o)
consistent with Domestic preferences for procurements under 2 CFR §200.322, which provide a
preference for the purchase, acquisition, or use of goods, products, or materials produced in the United
States as appropriate and to the greatest extent practicable.
Notices required pursuant to the provisions of this Agreement shall be conclusively determined
to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or
representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3)
received by the other party by United States Mail, registered, return receipt requested, addressed as
follows:
To CITY:
City of Fort Worth
Attn: William Johnson, Assistant City Manager
200 Texas Street
Fort Worth, TX 76102-6314
Facsimile: (817) 392-8654
With copy to Fort Worth City Attorney's Office
at same address
To VENDOR:
Fonroche Lighting America
10 Roessler Road, Suite F
Woburn, MA 01801
Facsimile: N/A
The undersigned represents and warrants that he or she has the power and authority to execute this
Agreement and bind the respective Vendor.
CITY OF FORT WORTH:
By: William Johnson (A 29, 2023 17:56 CDT)
Name: William Johnson
Title: Assistant City Manager
Date: Aug 29, 2023
APPROVAL RECOMMENDED:
By: Lauren Prieur(Aug24, 202308:09 CDT)
Name: Lauren Prieur
Title: Director
46ocaO°
d
o*F°ATTEST: op�
vo o=
P?�p'h
d0s4�°n°°4°�
Xo�RnRr5y44
By:
Name: Janette Goodall
Title: City Secretary
VENDOR:
Fonroche Lighting A
By:
Name: ocin um
Title: CEO
Date:
August 22nd zv2a
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:
Name: Brandon Callicoat
Title: TPW Superintendent
APPROVED AS TO FORM AND LEGALITY:
n,
By:
Name: Jeremy Anato Mensah
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 23-0619
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Exhibit A
Product Name I Price System Quantity 5-9 Quantity 10 Plus
Fonroche Smartlight - 14' pole,
Solar System Single CK16; 4'
Arm Battery Power 365
Extreme Temperature Rating
(from -40°F to +158°F),
5 Year Full Non Pro -Rated USD 5,981.25 USD 5,793.75
Warranty, All Night Lighting
Guarantee
FonrocheSmartlight (Twin
Fixture)-14' pole, Solar System
two CK16; 4' Arm
Battery Power 365
Extreme Temperature Rating
(from -407 to +1587), USD 6,068.75 USD 5,881.25
5 Year Full Non Pro -Rated
Warranty, All Night Lighting
Guarantee
Fonroche Smartlight - 20' pole,
Solar System Single CK16; 4'
Arm Battery Power 365
Extreme Temperature Rating
(from -40°F to +158°F),
5 Year Full Non Pro -Rated USD 6,231.25 USD 6,043.75
Warranty, All Night Lighting
Guarantee
Fonroche Smartlight (Twin
Fixture)- 20' pole, Solar System
two CK16; 4' Arm
Battery Power 365
Extreme Temperature Rating
(from -407 to +158°F), USD 6,456.25 USD 6,268.75
5 Year Full Non Pro -Rated
Warranty, All Night Lighting
Guarantee
Fonroche Smartlight - 25' pole,
Solar System Single CK16; 4'
Arm Battery Power 365
Extreme Temperature Rating
(from -40°F to +158°F),
5 Year Full Non Pro -Rated USD 6,622.50 USD 6,435.00
Warranty, All Night Lighting
Guarantee
USD 5,513
USD 5,600
USD 5,763
USD 5,988
USD 6,154
Quanity 40 each
22052 USD 5,513
22400 USD 5,600
USD 5,763
23952 USD 5,988
24616 USD 6,154
FonrocheSmartlight (Twin
Fixture)- 25' pole, Solar System
two CK16 ; 4' Arm
Battery Power 365
Extreme Temperature Rating
(from -40`F to +1587),
USD 6,720.00 USD 6,532.50
USD 6,251
5 Year Full Non Pro -Rated
Warranty, All Night Lighting
Guarantee
Fonroche Smartlight -14' pole,
Solar System Single CK16 ; 4'
Arm Battery Power 365
Extreme Temperature Rating
(from -40°F to +1587),
5 Year Full Non Pro -Rated
USD 8,181.25 USD 7,993.75
USD 7,713
Warranty, All Night Lighting
Guarantee
FonrocheSmartlight (Twin
Fixture)-14' pole, Solar System
two CK16; 4' Arm
Battery Power 365
Extreme Temperature Rating
(from -407 to +1587),
USD 8,268.75 USD 8,081.25
USD 7,800
5 Year Full Non Pro -Rated
Warranty, All Night Lighting
Guarantee
Fonroche Smartlight - 20' pole,
Solar System Single CK16 ; 4'
Arm Battery Power 365
Extreme Temperature Rating
(from -40°F to +1587),
5 Year Full Non Pro -Rated
USD 8,431.25 USD 8,243.75
USD 7,963
Warranty, All Night Lighting
Guarantee
FonrocheSmartlight (Twin
Fixture)- 20' pole, Solar System
two CK16 ; 4' Arm
Battery Power 365
Extreme Temperature Rating
(from -40'F to +1587),
USD 8,656.25 USD 8,468.75
USD 8,188
5 Year Full Non Pro -Rated
Warranty, All Night Lighting
Guarantee
Fonroche Smartlight - 25' pole,
Solar System Single CK16 ; 4'
Arm Battery Power 365
Extreme Temperature Rating
(from -40°F to +1587),
5 Year Full Non Pro -Rated
USD 8,822.50 USD 8,635.00
USD 8,354
Warranty, All Night Lighting
Guarantee
25004 USD 6,251
30852 USD 7,713
31200 USD 7,800
31852 USD 7,963
32752 USD 8,188
33416 USD 8,354
FonrocheSmartlight (Twin
Fixture)- 25' pole, Solar System
two CK16 ; 4' Arm
Battery Power 365
Extreme Temperature Rating
(from -40`F to +1587),
USD 8,920.00 USD 8,732.50
USD 8,451
5 Year Full Non Pro -Rated
Warranty, All Night Lighting
Guarantee
Fonroche Smartlight -14' pole,
Solar System Single CK16 ; 4'
Arm Battery Power 365
Extreme Temperature Rating
(from -40°F to +1587),
5 Year Full Non Pro -Rated
USD 8,181.25 USD 7,993.75
USD 7,713
Warranty, All Night Lighting
Guarantee
FonrocheSmartlight (Twin
Fixture)-14' pole, Solar System
two CK16; 4' Arm
Battery Power 365
Extreme Temperature Rating
(from -407 to +1587),
USD 8,268.75 USD 8,081.25
USD 7,800
5 Year Full Non Pro -Rated
Warranty, All Night Lighting
Guarantee
Fonroche Smartlight - 20' pole,
Solar System Single CK16 ; 4'
Arm Battery Power 365
Extreme Temperature Rating
(from -40°F to +1587),
5 Year Full Non Pro -Rated
USD 8,431.25 USD 8,243.75
USD 7,963
Warranty, All Night Lighting
Guarantee
FonrocheSmartlight (Twin
Fixture)- 20' pole, Solar System
two CK16 ; 4' Arm
Battery Power 365
Extreme Temperature Rating
(from -40'F to +1587),
USD 8,656.25 USD 8,468.75
USD 8,188
5 Year Full Non Pro -Rated
Warranty, All Night Lighting
Guarantee
Fonroche Smartlight - 25' pole,
Solar System Single CK16 ; 4'
Arm Battery Power 365
Extreme Temperature Rating
(from -40°F to +1587),
5 Year Full Non Pro -Rated
USD 8,822.50 USD 8,635.00
USD 8,354
Warranty, All Night Lighting
Guarantee
33804 USD 8,451
30852 USD 7,713
31200 USD 7,800
31852 USD 7,963
32752 USD 8,188
33416 USD 8,354
FonrocheSmartlight (Twin
Fixture)- 25' pole, Solar System
two CK16 ; 4' Arm
Battery Power 365
Extreme Temperature Rating
(from -40`F to +1587),
5 Year Full Non Pro -Rated
Warranty, All Night Lighting
Guarantee
USD 8,920.00 USD 8,732.50 USD 8,451
33804 USD 8,451
USD 505,776
Exhibit B
EDUCATION SERVICE CENTER REGION 19 ALLIED STATES COOPERATIVE
RFP AWARD SUMMARY
RFP TITLE:
Maintenance, Repair and Operation (MRO) Equipment, Supplies,
Materials and Services (Supplemental) - ESC Region 19 Allied
States Cooperative
RFP NUMBER:
23-7457
RFP OPENING DATE:
March 21, 2023
CONTRACT TERM:
Date of award until April 30, 2024, with 3 annual extension
options.
FUNDING SOURCE:
Various
RFP's ISSUED:
1,604
RESPONSES:
55
ADVERTISEMENT DATES:
El Paso Times - February 20, 2023 & February 27, 2023
RECOMMENDED FOR AWARD:
A2Z Supplies (Heather C Ivy)
American Refrigeration Supplies Inc (ARS)
AMPTX Electric, LP
B&M Machinery (B&M Industrial Inc)
Bio Remedies (Texas Fannon Enterprises Inc)
Black Stallion Construction, Inc (Black Stallion Contractors,
Inc.) (HUB)
Clowe & Cowan (Clowe and Cowan of El Paso LLC)
Competitive Choice (HUB)
Contractors Tiles Plus, Inc. (HUB)
Dale Borens Service Supply
Delta Air (Omar Medina)
Delta Air Conditioning and Heating LLC
Dunn -Edwards Corporation
El Paso & Juarez Paint, Inc.
El Paso J.A.G, Inc. (HUB)
El Paso Recycling Inc
El Paso Rio Electric, Inc
Engineered Equipment Sales & Testing
Facility Solutions Group Inc
Ferguson Enterprises LLC (Ferguson US Holdings, Inc)
Fonroche Lighting America
Full Turn Interior Solutions LLC
Hercules Industries Inc.
Liber Holdings LLC (Roger Brown Co) (HUB)
Longhorn Electrical Services, Inc. (HUB)
Mentru Enterprises (Olga Mendoza Duran)
Morrison Supply (MORSCO Supply, LLC)
Pride General Contractors LLC
Purvis Industries
Saenz Material & Handling of El Paso Inc.
Sigler Wholesale Distributors (Russell Sigler
Inc)
Sun City Plumbers (Sun City Plumbers, LLC) (HUB)
Sunset Carpets (Victor F. Nevarez dba Sunset Carpets)
Texas Chiller Systems, LLC.
Texas EnviroBlast,LLC
Tools Required, LLC (Steven John Pena)
Varitec Solutions (Javine WMC) (JVI Arizona LLC)
042023
Warrior Xpress Solutions, LLC
West Texas Chiller Solutions LLC
Western Star Entrprises
Woodart Enterprises, LLC.
Work Wear Safety Shoes (Northern Imports)
Yee Electrical Contractor LLC (Yocmin W. Yee)
TOTAL (estimated) $500,000,000.00/year
EXPLANATIONS:
Award of this solicitation will enable ESC Region 19 - Allied States Cooperative (ASC) to establish a contract
with vendor(s) for Maintenance, Repair and Operation (MRO) Equipment, Supplies, Materials and Services for
those procurements made with federal, state or local funds. Evaluation and award recommendation were based
on 70% pricing and services/qualifications and 30% references. Copper State Bolt and Nut, Desert Contracting,
Sun City Winnelson Co., and Total Maintenance Solutions (TMS-SOUTH) submitted a proposal however were
not considered; vendors are already awarded on an existing contract. A5 Auto Supply Inc (NAPA Auto Parts),
A -Tex Restaurant Supply Inc., Cbs Dme & Medical Supplies (Adrienne Sierra), Continental Wireless Inc, iTAD
Solutions (Taber Group LLC), Longhorn Distributing (Loren Hodges & Sons, Inc), Spectrum Paper Co. Inc., and
UWorld LLC submitted a proposal however were not considered; vendors do not meet the scope of work. The
awarded vendors' pricing and information can be found on the Award Detail spreadsheet.
SPECIFICATIONS, PREPARATION AND
EVALUATION PROVIDED BY: Rebecca Hernandez — ESC Region 19
Andrea Amid — ESC Region 19
Patty Delgado - ESC Region 19
Special Conditions
This solicitation is to include but not limited to: abrasives, soldering and welding, building facilities supplies,
electrical lighting, motors and power transmission, drills, reamers, counter bores, dies and taps, fasteners,
adhesives and hardware, hand tools, lumber and specialty woods, material handling, storage, packaging,
measuring instruments, threaded piping, pumps, paint, ballasts, batteries, computer duct (wire mold), conduit
boxes, conduit (EMC, IMC, FLEX, PVC), conduit fittings, lamps (incandescent, fluorescent, HID, miniature),
lighting fixtures, power controls (contractors, relay, starters, pushbuttons), power distribution (load centers,
disconnectors, breakers), wire, wire connectors (wire nuts), wiring devices, HVAC/refrigeration systems,
equipment, parts, supplies, services, swamp cooler/refrigerated AC units, commercial gas water heaters,
plumbing parts and accessories, water coolers and parts, plumbing faucets, fixtures and parts, floats, vacuum
breakers, relief valves, toilets, wash basins, urinals, washers, couplings, clamps, bolts, piping, tubing, fittings,
valves, floor surface and wall coverings such as carpet, laminate, linoleum, tile and related, clear laminated
safety glass, clear plate glass, glass solexia, grey laminated glass, wire glass, channel aluminum screen,
screen corners, screen wire, spline, J-bar deep pocket, and related equipment, supplies, tools, etc.
This proposal will identify primary suppliers for various maintenance, repair, and operations equipment,
supplies, and materials to be purchased on an as needed basis during the contract term for transportation,
building facilities, and other equipment used.
042023
3. This solicitation will cover small skilled labor projects. It is not intended to be utilized as a multi-
discipline contract. Vendors can only do the services for which they are awarded. Services are to include but
not limited to installation, removal, repair, consultation, and measurement. Disciplines include but are not
limited to carpet, tile, glass, electrical, heating ventilation and cooling (HVAC), plumbing, welding, carpentry,
masonry, and painting.
4. Please note that if catalog(s) require different discounts, please provide the minimum discount offered for all
catalogs or items. Ranges are not allowed in the system.
5. No proposals tied to catalogs will be considered unless accompanied with a current catalog.
6. ESC Region 19 Allied States Cooperative understand catalogs change routinely. Updated catalogs are
required to be submitted for approval. All discounts must remain the same as awarded.
7. Vendor agrees that pricing discounts submitted are the best pricing based on the criteria and that if seasonal
and special promotion pricing exceed the bid pricing, the vendor will honor the lower pricing.
8. Exclusive, proprietary, or sole source supplies and goods should be so noted in vendor's response for
evaluation purposes. Proof of copyrights and patents should be submitted with proposals; however, no sole
sources will be considered for purchases from this contract unless it is included with the original RFP.
9. Contractor shall furnish all personnel, material, parts, equipment, and tools necessary to complete the project
and pricing for those services shall be included in the proposal.
10. Vendor may be required to provide a payment and/or performance bond to member. Bonding and permits
are a pass -through cost and should be itemized on the quote.
11. Vendor shall provide verification that product meets minimum recommendations based on industry
standards, if requested by member.
12. All installation of products offered through this solicitation must be performed by a properly licensed and
bonded (when necessary) installer authorized by the manufacturer. All installers authorized by the
manufacturer must be in good standing with the state and its political subdivisions.
13. Product shall be installed as specified by the manufacturer. Clean up will be on a daily basis and the worksite
will be returned to original and safe condition upon completion of the work, free of rubbish, wrappings, debris,
trimmings, soda cans, and other peripheral trash.
14. This contract will NOT cover asbestos removal. Member is responsible for ensuring area is free from
environmental contaminants.
15. Vendor must be able to provide licensing or employee credentials to member upon request.
Approved By: Date:
Dr. Armando Aguirre April 4, 2023
042023
Exhibit C - Conflict of Interest Questionnaire
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An
offense under this section is a misdemeanor.
J Name of vendor who has a business relationship with local governmental entity.
FONROCHE LIGHTING AMERICA
Ij ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
Name of Officer
J Describe each employment or other business relationship with the local government officer, or a family member of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
N/A
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Yes XI No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
F] Yes F7No
J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
N/A
J
❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
J
August 22nd 2023
Signature of vendor doing h the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.
Local Government Code & 176.001(1-a): "Business relationship" means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Government Code 4 176.003(a)(2)(A) and (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code & 176.006(a) and (a-1)
(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the
officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) submits to the local governmental entity an application, response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
M&C - Council Agenda
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, August 8, 2023 REFERENCE NO.: **M&C 23-0619
LOG NAME: 13P COOP ASC 23-7457 LED ROADWAY LIGHTS AND MATERIALS CH TPW
SUBJECT:
(ALL) Authorize Execution of a Contract with Fonroche Lighting America, Inc. for LED Roadway Lights and
Materials Utilizing Allied States Cooperative Contract 23-7457 in an Annual Amount Up to $500,000.00 and Authorize
Three One -Year Automatic Renewals in the Listed Amounts for the Transportation and Public Works Department
RECOMMENDATION:
It is recommended that the City Council authorize the execution of a contract with Fonroche Lighting America,
Inc. for LED roadway lights and materials utilizing the Allied States Cooperative Contract 23-7457 for an annual
amount up to $500,000.00 and authorize three one-year automatic renewals in the listed amounts for the
Transportation and Public Works Department.
DISCUSSION:
The Transportation and Public Works Department approached the Purchasing Division to enter into an agreement
with, Fonroche Lighting America, Inc. under the Allied States Cooperative Contract 23-7457. This contract
includes maintenance, repair and operation (MRO) equipment, supplies and materials and services. The
Transportation and Public Works Department will utilize this agreement to purchase new light -emitting diode street
lights and associated materials for City projects.
The annual amount allowed under this agreement will be up to $500,000.00, for the first term and will automatically
increase by an annual 25\% in each of the three one-year renewals, if exercised. However, the actual amount will be
based on the need of the department and the available budget. Specifically, for Renewal Period 1, the up -to amount
will be $625,000.00; for Renewal Period 2, the up -to amount will be $781,250.00; and for Renewal Period 3, the up -
to amount will be $976,562.50. However, the actual amount will be based on the need of the department and the
available budget.
State law provides that a local government purchasing an item under a cooperative purchasing agreement satisfies
state laws requiring that the local government seek competitive bids for the purchase of an item. Allied States
Cooperative Contract 23-7457 has been competitively bid to increase and simplify the purchasing power of local
government entities across the State of Texas. The Request for Proposal (RFP) contract no. 23-7457 was published on
February 20, 2023 and February 27, 2023. Responses were opened on March 21, 2023.
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 as long as sufficient funds
have been appropriated.
The agreement may will be automatically renewed for up to three one-year renewal terms in the amounts
specified above.
Funding is budgeted in the TPW Dept Highway & Streets Department's General Capital Projects Fund for the
purpose of funding the FY 23 PayGo MMA & Steel Poles project, as appropriated.
A M/WBE goal is not assigned when purchasing from an approved purchasing cooperative or public entity.
This project will serve ALL COUNCIL DISTRICTS.
file:///X/... %20FY/FY°/u202023%20Documents/Chris/COOPs/Allied%20States%20Cooperative%20Req%2010653%20FW020/23-0619.html[8/10/2023 8:13:36 AM]
M&C - Council Agenda
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in
the General Capital Project Fund for the FY 23 PayGo MMA & Steel Poles projects to support the approval of the
above recommendation and award of the contract. Prior to any expenditure being incurred, the Transportation and
Public Works Department has the responsibility to validate the availability of funds.
BQN\\
FUND IDENTIFIERS (FIDs):
TO
Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount
FROM
Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount
CERTIFICATIONS:
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
Reginald Zeno (8517)
William Johnson (5806)
Reginald Zeno (8517)
Lauren Prieur (6035)
Jo Ann Gunn (8525)
Christopher Ha (8066)
ATTACHMENTS
1. 1295 Form.ndf (CFW Internal)
2. 13PCOOP ASC 23-7457 LED ROADWAY LIGHTS AND MATERIALS TPW.docx (CFW Internal)
3. Fonroche_FID_Table (2).xlsx (CFW Internal)
4. SAM Fonroche Lighting America.ndf (CFW Internal)
file:///X/... %20FY/FY°/u202023%20Documents/Chris/COOPs/Allied%20States%20Cooperative%20Req%2010653%20FW020/23-0619.html[8/10/2023 8:13:36 AM]