HomeMy WebLinkAboutContract 61740-R1CSC No.
Contract Renewal Page 1 of 2
CITY OF FORT WORTH
REQUEST TO EXERCISE RENEWAL OPTION
February 20, 2025
The Sewell Family of Companies, Inc
Jose Mendez
PO Box 3432
Odessa, TX 79760.
Re:Contract Renewal Notice
Contract No. 61740
Renewal Term No. 1: May 1, 2025 to April 30, 2026
The above-referenced Contract with the City of Fort Worth expires on April 30, 2025
. Pursuant to the Contract, renewals are at the mutual agreement of the parties.
This letter is to inform you that the City is requesting to renew the Contract for an additional one-
year period, which will begin immediatelyafterthe Expiration Date.All other terms and conditions
of the Contract remain unchanged.
To agree to renew the Contract for an additional one-year period, please sign and
return this request to exercise renewal option, along with a copy of your current insurance
certificate, to the address set forth below.
Please log onto PeopleSoft Purchasing at http://fortworthtexas.gov/purchasing to ensure
that your company information is correct and up to date.
If you have any questions concerning this Contract Renewal Notice, please contact me at
the telephone number listed below.
Sincerely,
Ashley Kadva
Purchasing Manager
(817) 392-2047
Ashley.kadva@fortworthtexas.gov
CSC No.
Contract Renewal Page 2 of 2
ACCEPTED AND AGREED:
CITY OF FORT WORTH
By: ___________________________
Name: Valerie Washington
Title: Assistant City Manager
Date: ________________________
APPROVAL RECOMMENDED:
By: ______________________________
Name: Reginald Zeno
Title: Director, Financial Management
Services
ATTEST:
By: ______________________________
Name: Jannette Goodall
Title: City Secretary
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: Ashley Kadva
Title: Purchasing Manager
APPROVED AS TO FORM AND
LEGALITY:
By: ______________________________
Name: Jessika Williams
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 23-0450
Date Approved: June 13, 2023
Form 1295 Certification No.: 2025-1272050
Sewell Family of Companies, Inc.
By:
Name: Jose Mendez
Title: COO
Date: _________________________
CERTiFlCATE OF INTERESTED PARTIES
FORnn 1295
iotl
Complete Nos.1- A and 6 if there ara interested parties. OFFICE U5E ONLY
Complete Nas. l, 2, 3, 5, and 6 if there are no lnterested parties. C�RT[FICAiiON O� �ILfIVG
1 Name of husiness entity fi[ing farm, and the city, stats and country of the business entity's place Certificate Num6er:
af 6usiness. 2025-127205D
the Sewell Family of Companies, Inc
Odessa, TX United States bate Filed:
2 Name of governmental entity or state agency that is a party to fhe cantract for wh9ch the form is �yZp/2025
6eing filed.
City of Ft Worth Date Acknowledged:
g Pro�ide the identification number used by the govemmental entiry or state agency to track ar identity the contract, and provide a
description of the services, goods, or other praperty ta be provided under the contract.
23-0450
Purchase af �ehic�es
Nature of interest
4 Name of Interestad Party City, State, Country (place of business) (check applica6le)
Controlling Intermediary
5 Check only if there is fV0 Interested Party. ❑
X
6 Uh[SWORN dECLARATlOA1
iVly name is D cc,� ��_ `'].o-�Z— , and my date of 6irth is _�_� � t`� � Q
My address is a a-- LQ Cs�,... ,o c�.--a _ ���'S o` ���C ���t 7�, j , i�
(stree ) (caty) {sfiate) WP �odB1 (countr7rl
! declare under penalty of perjury that the foregoing is true and correct
Facecuted in ��`'�`r County, State of ,��jC�,S , on the i� day of �, 2tl ��
{month) (year)
C
5ignature of a�thnrized agent of tantractir�g husiness entity
(Dedarant)
Forms pto�ided by Texas EEhics Commission www.ethicsstate.tx.us Version V4.1.0.5dd2ace2
c�ty of Fo�t wo�tn,
Mayor and
DATE: 06/13/23
Texas
Council Communication
M8�C FILE NUMBER: M&C 23-0450
LOG NAME: 13P BLANKET COOPERATIVE AUTHORIZATION FLEET ACQUISITIONS ADK
SUBJECT
(ALL) Authorize Purchase Agreements with Multiple Vendors for the Purchase of Fleet Vehicles, Off-Road Vehicles, and Other Motorized
Equipment up to the Amount of Available Funding in Capital Projects Across Multiple Funds Citywide using Multiple Cooperative Contracts and
Interlocal Agreements for Three Years for the Property Management Department
RECOMMENDATION:
It is recommended that the City Council authorize the execution of purchase agreements with multiple vendors for the purchase of fleet vehicles, off
road vehicles, and other motorized equipment up to the amount of available funding in Capital Projects Across Multiple Funds Citywide using
multiple cooperative contracts and interlocal agreements for three years for the Property Management Department.
DISCUSSION:
The Property Management Department's Fleet Acquisitions Division is currently in the process of fulfilling a multi-year backlog of City vehicle and
equipment purchases. The biggest challenge in trying to overcome this backlog is the availability of vendors, inventory, and the time it takes for the
City to make purchases when vehicles are available. Currently, the City has a backlog of eight (8) years totaling more than $30 million dollars.
The City currently has contracts with the following vendors using cooperative contracts:
VENDOR COOPERATIVE AGENCY
Siddons Martin Emergency Group, LLC BuyBoard
Siddons Martin Emergency Group, LLC Houston-Galveston Area Council (HGAC)
JHouston Holdings, LLC BuyBoard
Versalift Sourcewell
Lake Country Chevrolet The Interlocal Purchasing System (TIPS)
North Texas Trailers, LLC Buyboard
Silsbee Ford TIPS
Associated Supply Company (ASCO) BuyBoard
Rogue Jet Boatworks, Inc. General Services Administration (GSA)
Lenco Industries, Inc. HGAC
Polaris Sales, Inc. Sourcewell
Nationwide Trailers, LLC BuyBoard
Crafco, Inc. BuyBoard
i i i
However, due to limited inventory and availability, additional vendors and options are needed. Fleet Acquisitions has already identified twenty-nine
additional vendors that are available through cooperatives.
Approval of this Mayor & Council Communication (M&C) authorizes the City to execute contracts with any vendor that is currently listed on any valid
cooperative that has one or more vehicles or pieces of equipment that is a current need for the City's fleet. This authorization would also include
purchases made using Interlocal Agreements with other governmental entities.
Fleet Acquisitions recently partnered with the Purchasing Division in an effort to better ensure that the City is able to purchase needed items as
quickly and efficiently as possible. The Fleet team meets regularly with key personnel to ensure that specifications are appropriate for the City's
fleet, costs are reasonable and acceptable, and that departments are receiving items that meet their business needs.
COOPERATIVE PURCHASE and INTERLOCAL AGREEMENTS - State law provides that a local government purchasing an item under a
cooperative purchasing agreement or interlocal agreement satisfies state laws requiring that the local government seek competitive bids for
purchase of the item.
AGREEMENT TERMS - Upon City Council approval of this M&C, the City will have authority to enter into one-time purchase agreements or annual
agreements with available vendors for up to three years from the date of approval. At the expiration of three years from the date of approval, the
City will seek additional authorization for any necessary contracts at that time.
BUSINESS EQUITY - an M/WBE goal is not assigned when purchasing from an approved purchasing cooperative or other public entity.
FUNDING - Currently, there is $42,593,019.00 in the City's budget in capital projects across multiple funds citywide for the purpose of funding fleet
acquisitions. Prior to each purchase agreement or contract being executed, staff will confirm that funding is available for that purchase and is
appropriated for that purpose. All existing contracts shall be amended or terminated to release encumbered funds to ensure that the City is able to
make purchases with the vendors that have needed items available for purchase on a rolling basis. No guarantee has been or will be made to any
vendor regarding minimum purchases.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budgets, as previously appropriated, in the Vehicle and
Equip Replacement Fund, W&S Capital Projects Fund, Stormwater Capital Projects Fund, Municipal Airport Capital Proj Fund, Solid Waste
Capital Projects Fund, CCPD Capital Projects Fund, ITS Capital Fund, Fleet Capital Projects Fund, Environmental Prot Cap Proj Fund, Tax Note
2019 Fund and Tax Note 2020 Fund to support the approval of the above recommendation for the purchase of vehicles and equipment. Prior to
any expenditures being incurred, the Property Management Department has the responsibility to validate the availability of funds.
Submitted for City Manager's Office b� Reginald Zeno 8517
Dana Burghdoff 8018
Originating Business Unit Head: Reginald Zeno 8517
Steve Cooke 5134
Additional Information Contact: Jo Ann Gunn 8525
Ashley Kadva 2047