HomeMy WebLinkAboutContract 59592-R2CSC No. 59592-R2
CITY OF FORT WORTH
CONTRACT RENEWAL NOTICE
June 18, 2025
Real Estate Restoration & Construction, Inc.
Attn: Robert Todd Price
3701 Fairway Drive
Granbury, TX 76049
Re: Contract Renewal Notice
Contract No. 59592 (the "Contract")
Renewal Term No. 2: June 12, 2025 to June 11, 2026
The above referenced Contract with the City of Fort Worth expires on June 12, 2025 (the
"Expiration Date"). Pursuant to the Contract, 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 (1) year period, which will begin immediately after the Expiration Date. All other
terms and conditions of the Contract remain unchanged. Please return this signed
acknowledgement letter, along with a copy of your quote for charges for the new renewal
term and a current insurance certificate, to the address set forth below, acknowledging
receipt of the Contract Renewal Notice. Failure to provide a signed acknowledgment does
not affect the renewal.
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,
1, ot 14r ��r
Sagar Medisetty
817-392-2538
Sagar.Medisetty@fortworthtexas.gov
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contract Renewal Page 1 of 2
CITY OF FORT WORTH
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration
of this contract, including ensuring all
By:
performance and reporting requirements.
Name: Jesica McEachern
Title: Assistant City Manager
�r
07/09/2025
Date..
By:
Name: Sagar Medisetty
APPROVAL RECOMMENDED:
Title: Engineering Manager
de�J�
By: Lauren Prieur (Jul 7, 2025 09:46 CDT)
Name: Lauren Prieur
Title: Director, Transportation & Public Works
Department
ATTEST: 49°q
EoproA.i°o
0
�o
�\i#A Odau nEX6?ggo
By: C-Jj
Name. Jannette S. Goodall
Title: City Secretary
Real Estate Restoration d Construction, Inc.
By:
Name: Robert T dd Price
Title: President
Date 6Z����
APPROVED AS TO FORM AND LEGALITY:
By:
Name: Jessika Williams
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 23-0299
Date Approved: 04/25/2023
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contract Renewal Page 2 of 2
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 04/25/23 M&C FILE NUMBER: M&C 23-0299
LOG NAME: 13P ITB 23-0024 PAINTING OF ROADWAY FIXTURES TPW CB
SUBJECT
(ALL) Authorize Execution of Agreement with Real Estate Restoration and Construction, Incorporated for Painting of Roadway Fixtures in an
Annual Amount Up to $437,000.00 for the Transportation and Public Works Department and Authorize Four, One -Year Renewal Options for the
Same Annual Amount (2022 Bond Program)
RECOMMENDATION:
It is recommended that the City Council authorize the execution of an agreement with Real Estate Restoration and Construction, Incorporated for
painting of roadway fixtures in an annual amount up to $437,000.00 for the Transportation and Public Works Department and authorize four, one-
year renewal options for the same annual amount.
DISCUSSION:
The Transportation and Public Works Department (TPW) requested the Purchasing Division to finalize an annual agreement for painting roadway
fixtures such as street light poles, traffic signal poles, mast arms, and traffic signal heads throughout the City.
In order to procure these services, purchasing staff issued ITB No. 23-0024. The ITB was advertised in the Fort Worth Star -Telegram on February
1, 2023, February 8, 2023, February 15, 2023, February 22, 2023 and March 1, 2023. Additionally, staff notified ten paint and labor vendors about
the bid that were registered with the City. The ITB consisted of specifications listing paint color, material, and painting requirements. One response
was received.
An evaluation panel consisting of representatives from TPW and Development Services 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.
Bidders
Real Estate Restoration and
Construction
Best Value Criteria:
Evaluation Criteria
c d e f Total Rank
10.5010.90 6.50 6.30 6.50 40.00 80.63
a. Project Manager's Qualifications with Similar Projects
b. Contractors Experience
c. Availability of Resources to Provide Services (equipment)
d. Availability of Resources to Provide Services (personnel)
e. Contractors Approach to Perform Services
f. Cost of Service
After evaluation, the panel concluded that Real Estate Restoration and Construction, Incorporated presents both the best value and the necessary
coverage for the City. Therefore, the panel recommends that Council authorize agreements with Real Estate Restoration and Construction,
Incorporated. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendor bid
met specifications.
This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25675-08-2022)
provides liquidity to support the appropriation. Available resources will be used to actually make any interim progress payments until debt is
issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement
expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 25515-05-2022).
FUNDING: Funding is budgeted in the TPW Dept Highway & Streets Department's General Capital Projects Fund for the purpose of funding the
FY 2023 PAYGO Traffic Signal and in the 2022 Bond Program Fund for the purpose of funding the TPW 2022 Bond Traffic Signal.
DVIN-BE: 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 terms. 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 ORDER: 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.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects
Fund for the FY 2023 PAYGO Traffic Signal project and in the 2022 Bond Program Fund for the TPW 2022 Bond Traffic Signal project to support
the approval of the above recommendation and execution of the agreement. Prior to any expenditure being incurred, the Transportation and Public
Works Department has the responsibility to validate the availability of funds.
Submitted for Citv Manaaer's Office by
Oriainatina Business Unit Head
Additional Information Contact:
Reginald Zeno
8517
William Johnson
5806
Reginald Zeno
8517
Lauren Prieur
6035
Jo Ann Gunn
8525
Charles Benson
8063
FORT WORTH.
Routing and Transmittal Slip
Transuortation & Public Works Department
DOCUMENT TITLE: Real Estate Restoration & Construction, Inc.
For: 2nd Renewal
M&C: 23-0299 CPN: _
Date:
To:
Name
1.
Sagar Medisetty
2.
Anna Benavides
3.
Martin Phillips
4.
Lauren Prieur
5.
Jessika Williams
6.
Jesica McEachern
7•
Ronald Gonzales
8-
Jannette Goodall
9.
Allison Tidwell
10
Tabitha Giddings
11
12
13
14
CSO: 59592
Department Initials
TPW-Signature M 5'
TPW-Signature ge,oa
TPW- Initials RG &VG
TPW- Signature
Legal- Signature zw—
ACM- Signature Cap
CSO — Initial zi
CSO-Signature
CSO-Assign CSC JI.-
TPW-Admin
DOC#:
Date Out
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES ®No
RUSH: []YES ®No SAME DAY: []YES ®No NEXT DAY: ❑YES ®No
ROUTING TO CSO: ®YES ❑No
Action Required:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs