Loading...
HomeMy WebLinkAboutContract 61491-R1CSC No. 61491-R1 CITY OF FORT WORTH REQUEST TO EXERCISE RENEWAL OPTION May 6, 2025 RDO Equipment Co. Attn: Austin Walker 5301 Mark IV Parkway Fort Worth, Texas 76131 Re: Contract Renewal Notice Contract No. 61491 ("Contract") Renewal Term No. 1: April 15, 2025, to April 14, 2026 The above -referenced Contract with the City of Fort Worth expires on April 14, 2025 ("Expiration Date"). 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 immediately after the 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 httn://fortworthtexas.2ov/purchasin2 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, The City of Fort Worth Ashley Kadva, Purchasing Manager (817) 392-2047 Ashley.Kadva@fortworthtexas.gov OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Page 1 of 2 CSC No. ACCEPTED AND AGREED: CITY OF FORT WORTH By: Valerie WashingtoMan (May 66, 2025 09:45 CDT) Name: Valerie Washington Title: Assistant City Manager Date: APPROVAL RECOMMENDED: By: Reginald Zeno (May 6, 2025 09:42 CDT) Name: Reginald Zeno Title: Chief Financial Officer/Director ATTEST: Qom, J� s By: a Name: Jannette Goodall Title: City Secretary RDO Equipment Co. o � aaby -a0 pORT�yA-1d O !:g dVS o=A o P a�ddb�up4g4q.6d Name: AUSTIN WALKER Title: Governmental Sales Professional Date: 05/6/2025 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: CA rld Name: Christopher Ha Title: Senior Buyer APPROVED AS TO FORM AND LEGALITY: By: Name: Amarna Muhammad Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 23-00450 Date Approved: June 13, 2023 Form 1295 Certification No.: 2025-1298797 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Page 2 of 2 CERTIFICATE OF INTERESTED PARTIES Complete Nos.1- 4 and 6 if there are interested parties. Complete Nos.1, 2, 3, 5, and 6 it there are no interested parties. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. RDO EQUIPMENT COMPANY FORT WORTH, TX United States 2 Name of governmental entity or state agency that is a parry to the contract for which the form is being filed. CITY OF FORT WORTH FORM 1295 loft OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2025-1298797 Date Filed: 04/22/2025 Date Acknowledged: 3 Provide the identification number used by the govemmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 61491, RENEWAL OFF -ROAD EQUIPMENT Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary I I I 5 Check only if there is NO Interested Party. O 6 UNSWORN DECLARATION My name isiS�j.7 My address is IC-J U l7/�{IVir[.1 JCi�I' street) and my date of birth is W1 flL1 _/I/'/4T USA . (City), (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in T Al r',�YiAfi— County, State of �FY f) ' , on the 1 Z_ day of iNIL , 20 (month) (year) �i Signature of-autf orized agent of contracting busjness entity (Declarant) Forms provided by Texas Ethics Commission www.eIhics.state.Ix.us Version V4.1.0.e02d6221 City of Fort Worth, Texas Mayor and Council Communication DATE: 06/13/23 M&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 �Siddons Martin Emergency Group, LLC �Siddons Martin Emergency Group, LLC �JI­Iouston Holdings, LLC �Versalift Lake Country Chevrolet North Texas Trailers, LLC Silsbee Ford Associated Supply Company (ASCO) Rogue Jet Boatworks, Inc. Lenco Industries, Inc. Polaris Sales, Inc. Nationwide Trailers, LLC �Crafco, Inc. �0Z0W =1:7_%ILTA WI[r] =I2Iwo BuyBoard Houston -Galveston Area Council (HGAC) BuyBoard Sourcewel I The Interlocal Purchasing System (TIPS) Buyboard TIPS BuyBoard General Services Administration (GSA) HGAC Sourcewel I BuyBoard BuyBoard 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 Citv Manaaer's Office bv: Reginald Zeno 8517 Dana Burghdoff 8018 Oriainatina Business Unit Head: Reginald Zeno 8517 Steve Cooke 5134 Additional Information Contact: Jo Ann Gunn 8525 Ashley Kadva 2047