Loading...
HomeMy WebLinkAboutContract 58674-A1CSC No. 58674-A1 FIRST AMENDMENT OF CITY SECRETARY CONTRACT NO. 58674 A VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF FORT WORTH AND LAWN PATROL SERVICE INC. This FIRST AMENDMENT OF CITY SECRETARY CONTRACT NUMBER 58674 ("First Amendment") is made and entered into by and between the CITY OF FORT WORTH ("City"), a home - rule municipal corporation of the State of Texas, acting by and through its duly authorized Assistant City Manager, and LAWN PATROL SERVICE INC. ("Vendor"), a Texas corporation, acting by and through its duly authorized representative. City and Vendor are referred to herein individually as a ("Party") and collectively as the ("Parties"). WHEREAS, on December 27, 2022, the Parties entered into a Vendor Services Agreement for Vendor to provide irrigation services on an "as -needed" basis to the City's Aviation, Park & Recreation and Transportation and Public Works Departments, the same being City Secretary Contract ("CSC") number 58674 ("Agreement"); WHEREAS, it is the collective desire of the Parties to amend the Agreement to update the initial term and renewal terms to mirror M&C 22-0948; WHEREAS, the Parties further wish to amend the Agreement to clarify the total compensation amount; and NOW, THEREFORE, the City and Vendor agree to amend the Agreement as follows: I. Section 2 of the Agreement is hereby amended to be and read as follows: 2 Term. The initial term of this Agreement is for one year, effective beginning on the date that the Agreement is executed by the City's Assistant City Manager ("Effective Date"), and expiring on September 30, 2023 ("Initial Term"). The Agreement may be renewed for five (5) one-year renewal periods (October Pt to September 30th), each a ("Renewal Term"). 2. Section 3, Subsection 3.1 of the Agreement is hereby amended to be and read as follows: 3.1 Vendor understands and agrees that the City will award non-exclusive services agreements to multiple vendors for irrigation services as outlined in M&C 22-0948. Vendor further understands that the aggregate amount of all contracts awarded to multiple vendors under M&C 22-0948 shall not exceed TWO HUNDRED FIFTY-FOUR THOUSAND TWO HUNDRED SIXTY-FIVE DOLLARS AND ZERO CENTS ($254,265.00) and the City makes no promise or guarantee of the total amount of work that will be assigned to Vendor under this Agreement. II. 1. All other terms and conditions of the Agreement remain in full force and effect except as specially set forth in this First Amendment. 2. All terms of this First Amendment that are capitalized but not defined have the meanings assigned to them in the Agreement. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX First Amendment of CSC 58674 Page 1 of 2 IN WITNESS WHEREOF, the Parties hereto have executed this Agreement in multiples. City: By: Name Title: Date: Jesica McEachern Assistant City Manager Feb 2, 2023 Vendor: klff!r/ By: Anthony Con (Jan 27, 202317:03 CST) Name: Anthony Conley Title: President Date: Jan 27, 2023 FOR CITY OF FORT WORTH INTERNAL PROCESSES: Approval Recommended: By: Aq�e fo-, Name: Dave Lewis Title: Acting Director Park & Recreation Department Approved as to Form and Legality: Nico Arias 202315:24 CST) Name: Nicorias Title: Assistant City Attorney Contract Authorization: M&C: 22-0948 Form 1295: 2022-948563 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. 691C By: ChristopherSwindle (Jan 27, 202316:24 CST) Name: Christopher Swindle Title: Sr. Contract Compliance Specialist Park & Recreation Department 4d4vbapq �a "0 .FORM d City Secretary: Aso ° 0' 1 0 j6 °00 Pvo °=d paaa� nEX 45gpa By: Name: Jannette S. Goodall Title: City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX First Amendment of CSC 58674 Page 2 of 2 City of Fort Worth, Mayor and Texas Council Communication DATE: 11/29/22 M&C FILE NUMBER: M&C 22-0948 LOG NAME: 13P ITB 22-0213 IRRIGATION SERVICES PARD MC SUBJECT (ALL) Authorize Non -Exclusive Purchase Agreements with Lawn Patrol Services, Inc and C. Green Scaping, LP for Irrigation Services for the Aviation, Park and Recreation, and Transportation and Public Works Department in a Combined Annual Amount Not to Exceed $254,265.00, and Authorize Five One -Year Renewals Options in the Same Amount RECOMMENDATION: It is recommended that the City Council authorize non-exclusive purchase agreements with Lawn Patrol Services, Inc and C. Green Scaping, LP for irrigation services for the Aviation, Park and Recreation and Transportation and Public Works Department in a combined annual amount not to exceed $254,265.00 and authorize five one-year renewals options in the same amount. DISCUSSION: The Aviation, Park and Recreation, and Transportation and Public Works departments approached the Purchasing Division to procure landscape irrigation services. The services will be used to design and install new irrigation systems or where irrigation equipment lines are damaged on City owned/operated facilities, parks, airports, easements, rights -of -way, storm water channels, citizen's homes and industrial areas. The Park and Recreation department will manage the irrigation contract, address irrigation issues at each location, issue purchase orders and process invoices for payment for City departments not authorized in this contract. Each department will be responsible for the expense related to any repairs to their facilities and have included these expenses in their department's Fiscal Year 2023 operating budgets. In order to procure these services, staff issued an Invitation to Bid (ITB). ITB No. 22-0213 consisted of detailed specifications outlining service expectations and performance. No guarantee was made that the City would purchase specific quantities. This bid was advertised in the Fort Worth Star -Telegram on September 14, 2022, September 21, 2022, September 28, 2022 and October 5, 2022. The City received two (2) responses. An evaluation panel consisting of representatives of the Park and Recreation and Property Management departments reviewed and scored the submittals using Best Value criteria. The individuals scores were averaged for each criteria and the final scores are listed in the table below. Bidders Evaluation Criteria a b c d Total Score Rank Lawn Patrol Services, Inc 15.75 11.5 5.75 40 73.00 1 C. Green Scaping, LP 15.75 10 5 39.98 70.73 2 Best Value criteria: a. Bidder's experience and qualifications related to the scope of work; b. Bidder's ability to meet the City needs; c. Bidder's availability of resources (equipment, personnel); d. Cost of Service. After evaluation, the panel concluded that Lawn Patrol Services, Inc and C. Green Scaping, LP presented the best value for the City. Therefore, the panel recommends that Council authorize this agreement to Lawn Patrol Services, Inc and C. Green Scaping, LP. Based on the user departments anticipated usage, staff recommends multiple non-exclusive agreements be awarded to the listed vendors to ensure demands are met in a timely manner. Under these non-exclusive agreements, departments will order services according to lowest cost and availability. Staff certifies that the recommended vendors bid met specifications. FUNDING: The maximum amount allowed under this agreement is $254,265.00, however the actual amount used will be based on the need of the departments and available budget. The annual department allocation for this agreement is: Estimated Department Annual Account Name Amount Aviation $66,518.00 Other Contractual - 5330201 Transportation and Public Works $40,824.71 Other Contractual - 5330201 Transportation and Public Works $5,075.00 Operating Supplies - 5610900 Park and Recreation $57,564.00 Other Contractual - 5330201 Park and Recreation $23,985.00 Facility Repair & Maint - 5430101 Park and Recreation $60,298.29 Fac Maint Outside Vendors - 5430200 Total $254,265.00 Funding is budgeted in the Other Contractual Services, Operating Supplies, Facility Repair & Maintenance and Facility Maintenance Outside Vendors accounts within the participating departments operating budgets, as appropriated. 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. 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. AGREEMENT TERMS: Upon City Council approval, this agreement shall begin upon execution and expire on September 30, 2023. RENEWAL OPTIONS - The Agreement may be renewed for five (5) one-year renewal periods (October 1st to September 30th). 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. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the participating departments' Operating Funds to support the approval of the above recommendation and execution of the agreement. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. Submitted for City Manager's Office by. Reginald Zeno 8517 Jesica McEachern 5804 Originating Business Unit Head: Reginald Zeno 8517 Dave Lewis 5717 Additional Information Contact: Anthony Rousseau 8338 Maria Canoura 2526