Loading...
HomeMy WebLinkAboutContract 62065-A1CSC No. 62065-Al AMENDMENT NO. 1 TO CITY OF FORT WORTH CONTRACT 62065 This Amendment is entered into by and between the City of Fort Worth (hereafter "City"), and Angler's Insulation, LLC ("Contractor"). City and Contractor may be referred to individually as a Party and collectively as the Parties. WHEREAS, the Parties entered into an agreement for Contractor to provide identified home repair services administered by the City's Neighborhood Services Department (" Agreement"); WHEREAS, the Parties acknowledge that this is a non-exclusive agreement and there is no guarantee of any specific amount of purchase; WHEREAS, the Parties wish to amend Article 6(A) of the Agreement to incorporate the total compensation amount allowed under the Agreement, as authorized by Mayor and Council Communication No. 24-0817 (September 17, 2024); and WHEREAS, the Parties also wish to amend the Agreement to incorporate certification language and acknowledgements required when receiving certain grant funding from the Department of Energy, which will be incorporated into the Agreement as Attachment D to be signed by Contractor. NOW, THEREFORE, the Parties, acting herein by and through their duly authorized representatives, enter into the following agreement: 1. AMENDMENTS Article 6(A) of the Agreement shall be deleted in its entirety and amended to read as follows: A.City shall pay Contractor for each Job Order based on the prices in Attachment C upon City's acceptance of the completed Work and submission by Contractor of a detailed mv01ce. Total cumulative five-year payment made under this Agreement shall be an amount up to $44,787,500.00. Contractor acknowledges that this is a non-exclusive agreement and there is no guarantee of any specific amount of purchase. Further, Contractor recognizes that the amount stated above is the total amount of funds available, collectively, for any Contractor that enters into an agreement with the City under the relevant Mayor and Council Communication (M&C), which includes Fort Worth City Secretary Contract Nos. 62064, 62065, 62078, 62096, 62097, and 62098, and that once the full amount has been exhausted, whether individually or collectively, funds have therefore been exhausted under this Agreement as well. Attachment D, titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Subcontractors/Lower Tier Covered Transaction," attached hereto, is hereby added to the Agreement and incorporated herein as if included in the original. 2. ALL OTHER TERMS SHALL REMAIN THE SAME All other provisions of the Agreement which are not expressly amended herein shall remain in full force and effect. 3. ELECTRONIC SIGNATURE This Amendment may be executed in multiple counterparts, each of which shall be an original and all of which shall constitute one and the same instrument. A facsimile copy or computer image, such as a PDF or tiff image, or a signature, shall be treated as and shall have the same effect as anoriginal. ACCEPTED AND AGREED: CITY OF FORT WORTH: By: Name: Jesica McEachem Title: Assistant City Manager Date: 12/04/2024 APPROVAL RECOMMENDED: By: Name: Kacey Bess Title: Director, Neighborhood Services ATTEST: By: Name: Jannette Goodall Title: City Secretary An ler's Insulation LLC By: Stev�z rtf t!:si CST) Name: Steve Sumberaz Title: Owner 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: Pamela Rambo Sexton Title: Acting Assistant Director, Neighborhood Services APPROVED AS TO FORM AND LEGALITY: By: Name: Jessika Williams Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 24-0817 (09/17/24) ATTACHMENT D Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Subcontractors/Lower Tier Covered Transaction (1) The prospective lower tier participant/subcontractor certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded fi^om participation in this transaction by any Federal depart7nent or agency. (2) Where the prospective lower tier participant/subcontractor is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. LOWER TIER PARTICIPANT/SUBCONTRACTOR: �,���_.� Steve Sumberaz (Nov 6, 4:07 CST) [SignatureJ Printed Naine: Steve Sumberaz Title: Owner Date: 11. 6. 2024 City of Fort Worth, Mayor and Texas Council Communication DATE: 09/17/24 M&C FILE NUMBER: M&C 24-0817 LOG NAME: 13P RFP 24-0151 HOME REPAIR SERVICES MC NS SUBJECT (ALL) Authorize Execution of Non-Exclusive Agreements with Six Identified Vendors to Provide Specified Home Repair Services in an Initial Cumulative Five-Year Amount Up to $44,787,500.00 Using Various Federal and State Grants and City Funds for a Five-Year Term and Authorize Rollover of Remaining Purchase Contracts for the Neighborhood Services Department RECOMMENDATION: It is recommended that City Council: 1. Authorize execution of non-exclusive agreements for identified home repair services in an initial cumulative five-year amount up to $44,787,500.00, which consists primarily of grant revenues, with the following vendors: GT01 Construction Corporation; HVAC ServicePro, LLC; Camelot Roofing, LLC; G. A. Miller Enterprises, Inc; Angler's Insulation, LLC; and Pinnacle Project Partners, LLC for a five- year term for the Neighborhood Services Department; and 2. Authorize rollover of remaining purchase contracts for the Neighborhood Services Department. DISCUSSION: The Neighborhood Services Department approached the Purchasing Division to solicit a bid for home repair services by category, which included installation, repair and services for: general construction and carpentry; bathrooms; electrical; flooring; foundation; heating; ventilation and air conditioning (HVAC); insulation; kitchen; lead hazard control; plumbing; roofing; and weatherization services. Purchasing issued Request for Proposal (RFP) No. 24-0151 for Home Repair Services which consisted of detailed specifications of the City's standards and expectations for all categories in order to provide the services to eligible Fort Worth residents. The Neighborhood Services Department administers a number of home repair programs that assist low-income residents; the primary funding sources are a variety of state and federal grants as well as City general fund money. The various grants and the anticipated funding amounts are included below. These programs include the Priority Repair, Lead Hazard Reduction Program, Healthy Homes Initiatives, Household Crisis Repair, Healthy Homes for Heroes, and Weatherization Assistance and are collectively referred to as the departmenYs "Home Repair Program." Acceptance of the grants and budgeting of the City's Home Repair Program are handled in separate Mayor and Council Communications (M&Cs); the most recent being M&C 24-0113 (which authorized an increase in the program's contract authority to $37,823,303.53). The purpose of this M&C is to authorize agreements with the contractors who will provide home repair services under the Home Repair Program utilizing the federal, state, and city funding that has been or will be appropriated. The RFP was advertised in the Fort Worth Star-Telegram on April 24, 2024, May 1, 2024, May 8, 2024, May 15, 2024 and May 22, 2024. The Diversity & Inclusion Department set a 25% Business Equity Goal for this solicitation and provided a list of 323 firms to notify of this bid opportunity. Invites to these firms were submitted via the Bonfire platForm. The City received a total of seven (7) responses: Fathul Flooring LLC; GT01 Construction Corporation; HVAC ServicePro, LLC; Camelot Roofing, LLC; G. A. Miller Enterprises, Inc; Angler's Insulation, LLC; and Pinnacle Project Partners, LLC. Fathul Flooring LLC, was deemed non-responsive for failing to submit all required documentation. It was also determined that self-performance was not sufficient due to the contractor not being a certified M/WBE firm. An evaluation panel, consisting of representatives from the Neighborhood Services, Diversity & Inclusion, and Property Management Departments evaluated and scored the remaining submittals using Best Value criteria. The individual scores were averaged for each of the criteria for each category included in the bid, and the final scores are listed in the bid matrix included as an attachment. Once the technical evaluation was completed, Purchasing staff allocated points associated with pricing to each vendor for each category for which the vendor submitted. The bid document specified the use of the following Best Value Criteria: a. Proposer's qualifications, experience and references b. Project approach and methodology to perform services c. Financial History d. Ability to meet the City's needs e. Cost, points allocated individually to each of the services by category. Based on the evaluation, it is recommended that awards be made to each of the listed vendors for the service(s) identified in the chart below. No guarantee was made that a specific amount of these services will be purchased. Staff certifies that the recommended contractors' bids meet specifications for the service(s) for which award is recommended. Home Repair GT01 HVAC Camelot G. A. Miller Angler's Pinnacle Service Type Construction ServicePro, Roofing, Enterprises, Insulation, Project Awarded Corporation LLC LLC Inc LLC Partners, LLC General �l � �l �l Construction Bathroom � � � Electrical �l � Flooring �l � � Foundation �l HVAC �I � � �l Insulation � � � Kitchen � � Lead Hazard �l � Control Plumbing � � Roofing � � � eatherization � � Under these non-exclusive agreements, the Neighborhood Services Department will request services on a priority basis within each category based on the lowest unit prices, availability, and contractor's proximity to the designated work site. Prior to each requested service being executed, a funds availability verification confirming that funding is available and appropriated will be pertormed by the Neighborhood Services Department. CONTRACT AMOUNT AND FUNDING AVAILABILITY: The Home Repair Program is funded through different state and federal grants awarded to the City as well as City General Funds. The estimated current and future total amount of all grants and City funds under the Home Repair Program is $44,787,500.00 across a period of five years, FY24-FY29. The City funds represent 22.33% of the total funds available for this program. The allocation of funding will vary by program year and grant source. Additional grant funds are allocated to the City from time to time based on emergencies, availability, and various other reasons. Although an initial up to amount has been approved through this M&C, this amount is not intended to serve as a maximum amount that can be used by the Home Repair Program in the event additional grant funds are received. In the event that additional grant funds are received, an M&C will be brought to the City Council for approval to include those funds for the Home Repair Program. In order to ensure the City has contractor capacity to fully utilize these variable grant sources and make repairs as quickly as possible, the contract authorization requested under this M&C is tied to the cumulative available funding each year as reflected in the adopted and amended Home Repair Program budget. Staff will monitor services based on grant funding source, applicable limitations, and allowable services to ensure funds are expended in accordance with the terms of the grants at issue. Program 8� Funding Year 1 � Year 2 Year 3 Year 4 Year 5 Sources 5-Year Total (2024-2025) (2025-2026) (2026-2027) (2027-2028) (2028-2029) LEAD: Community Development Block grant Match $ 187,500.00 $ 187,500.00 $ 187,500.00 $ 187,500.00 $ 187,500.00 $ 937,500.00 LEAD: U.S. Department of Housing and Urban $ 1,250,000.00 $ 1,250,000.00 $ 1,250,000.00 $ 1,250,000.00 $ 1,250,000.00 $ 6,250,000.00 Development grant LEAD: Healthy Homes grant $ 175,000.00 $ 175,000.00 $ 175,000.00 $ 175,000.00 $ 175,000.00 $ 875,000.00 Priority Repair: Community Development � 2,100,000.00 $ 2,100,000.00 $ 2,100,000.00 $ 2,100,000.00 $ 2,100,000.00 $10,500,000.00 Block grant Priority Repair: City of Fort Worth - General Fund $ 1,600,000.00 $ 2,000,000.00 $ 2,000,000.00 $ 2,000,000.00 $ 2,000,000.00 $ 9,600,000.00 Healthy Homes for Heroes: Texas Veterans � _ $ 300,000.00 $ 300,000.00 $ 300,000.00 $ 300,000.00 $ 1,200,000.00 Commission grant Healthy Homes for Heroes: Community $ 300,000.00 $ - $ - $ - $ - $ 300,000.00 Development Block grant eatherization : Texas ssociation of CommunityAction $ 1,050,000.00 $ 1,050,000.00 $ 1,050,000.00 $ 1,050,000.00 $ 1,050,000.00 $ 5,250,000.00 gencies grant eatherization: Texas Department of Housing and Community Affairs - Low Income Housing � 700,000.00 $ 700,000.00 $ 700,000.00 $ 700,000.00 $ 700,000.00 $ 3,500,000.00 Energy Assistance Program grant eatherization: Texas Department of Housing and Community Affairs - U.S. Department of $ 350,000.00 $ 350,000.00 $ 350,000.00 $ 350,000.00 $ 350,000.00 $ 1,750,000.00 Energy grant eatherization: Texas Department of Housing and Community Affairs - U.S. Department of Energy Bipartisan $ 1,225,000.00 $ - $ - $ - $ - $ 1,225,000.00 Infrastructure Law grant eatherization: City of Fort Worth - General Fund $ 400,000.00 $ - $ - $ - $ - $ 400,000.00 Household Crisis: Texas Department of Housing and Community Affairs - Comprehensive Energy $ 600,000.00 $ 600,000.00 $ 600,000.00 $ 600,000.00 $ 600,000.00 $ 3,000,000.00 ssistance Program grant Total �$ 9,937,500.00 $ 8,712,500.00 $ 8,712,500.00 $ 8,712,500.00 $ 8,712,500.00 $ 44,787,500.00 Since Fort Worth has historically been efficient in getting these types of grant funds put to work and expended quickly, the City periodically is awarded additional funding to utilize dollars that might otherwise sit dormant. Because additional funding sources and/or additional dollars from a previously identified source may become available during the life of the agreements, it is recommended that City Council authorize the City Manager or their designee to increase the initial agreements with the contractors up to the amount allowed by relevant law and the Fort Worth City Code, not requiring specific City Council approval, as long as sufficient funds have been appropriated. FUNDING ROLLOVER: This variation in awards, costs and expenditures for the various programs and home repair service types creates difficulty in forecasting exact amounts needed for each program and each contractor for future years. Therefore, staff requests that Council authorize the transfer and rollover of remaining Purchase Order balances to new Purchase Order allocations based on total current funding levels in order to ensure effective continuation of the Home Repair Program across fiscal and grant funding program years. This approach will allow staff to utilize purchasing authority remaining from completed years, as well as accommodate for future variations in funding awards from the multiple funding sources. M/WBE OFFICE: The Business Equity Division placed a 25% business equity goal on this solicitation/contract. Angler's Insulation, LLC, Camelot Roofing, LLC, Glenn's A/C & Heating, HVAC ServicePro, Pinnacle Project Partners, and GT01 Construction Corp, have all agreed/committed to utilize 25% business equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. AGREEMENT TERMS: Upon City Council approval, the non-exclusive agreements will begin upon execution and shall expire five years from that date. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the recommendations, funds are and will be available in the current and future capital & operating budgets for the various Home Repair Program projects within the Grants Operating Federal, Grants Operating State and General Capital Projects Funds to support the approval of the above recommendations and execution of the agreements. Prior to an expenditure being incurred, the Neighborhood Services Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office b� Reginald Zeno 8517 Fernando Costa 6122 Originating Business Unit Head: Reginald Zeno 8517 Kacey Bess 8187 Additional Information Contact: Jo Ann Gunn 8525 Maria Canoura 2526 Signature: � ��a� Email: Elisa.Winterrowd@fortworthtexas.gov