HomeMy WebLinkAboutContract 61747-A1First Amendment to Fort Worth City Secretary Contract No. 61747
Supreme Commercial Specialties, LLC
Page 1 of 2
FIRST AMENDMENT TO VENDOR SERVICES AGREEMENT BETWEEN
THE CITY OF FORT WORTH AND SUPREME COMMERCIAL
SPECIALTIES, LLC
FORT WORTH CITY SECRETARY CONTRACT NO. 61747
This First Amendment to the VENDOR SERVICES AGREEMENT (“First
Amendment”), Fort Worth City Secretary Contract No. 61747, is entered into by and between the
CITY OF FORT WORTH (“City”), a Texas home rule municipal corporation and SUPREME
COMMERCIAL SPECIALTIES, LLC (“Vendor”), a Texas limited liability company, each
individually referred to as a “party” and collectively referred to as the “parties.”
WHEREAS City and Vendor entered into an agreement for parking lot and surface lot
sweeping, power washing, and striping for the City’s Property Management Department, said
agreement being identified as Fort Worth City Secretary Contract No. 61747 and having an
effective date of July 23, 2024 (the “Agreement”); and
WHEREAS City and Vendor now wish to amend the Agreement for the first time to
include additional services.
NOW THEREFORE, City and Vendor, acting herein by and through their duly
authorized representatives, agree to the following terms:
1.Amendment of Scope of Services and Price Schedule. The services and fees included in
Exhibit A-1 attached to this First Amendment are incorporated into the Agreement’s Exhibit A –
“Scope of Services” and Exhibit B – “Price Schedule” as if they had been originally set forth in
the Agreement. Vendor acknowledges that this First Amendment does not guarantee any specific
amount of purchase and the City may elect to order any, or none, of the services included in
Exhibit A-1.
2.All other terms, provisions, conditions, covenants and recitals of the Agreement not
expressly amended herein shall remain in full force and effect. Total payment made under the
Agreement shall not exceed Three Hundred Seven Thousand, Six Hundred, Ten Dollars
and Zero Cents ($307,610.00).
[signature page follows]
First Amendment to Fort Worth City Secretary Contract No. 61747
Supreme Commercial Specialties, LLC
Page 2 of 2
IN WITNESS WHEREOF, the parties hereto have executed this First Amendment in
multiples.
City:
By: ___________________________
Name: Dana Burghdoff
Title: Assistant City Manager
Date: ___________________________
Vendor:
Supreme Commercial Specialties, LLC
By: ___________________________
Name: John L. Farr Sr.
Title: President
Date: ___________________________
FOR CITY OF FORT WORTH INTERNAL PROCESSES:
Approval Recommended:
By: ______________________________
Name: Marilyn Marvin
Title: Property Management Director
Approved as to Form and Legality:
By: ______________________________
Name: Matthew A. Murray
Title: Assistant City Attorney
Contract Authorization:
M&C: 24-0545 / June 25, 2024
Form 1295: 2024-1168104
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: Denise Garcia
Title: Purchasing Manager
City Secretary:
By: ______________________________
Name: Jannette S. Goodall
Title: City Secretary
Exhibit A-I
.� ✓r � •� n,.•
�••vncrc't�tl
F,•�ialties. ! LC
WORK AUTHORIZATION/PURCHASE ORDER
FROM: Supreme Commercial Specialties Date: December 4, 2024
INVOICE ADDRESS:
100 Energy
FT. Worth, TX 75102
Phone: Fax:
SF.RVICF. I�OCATION: 100 Fort Worth Trail Ft. Worth, TX 75102
TO: COFW City Hall
100 Energy
FT. Worth, TX 75102
Attn: Elyse Dara
The undersigned Service Contractor/Contractor agrees to supply and/or perform the work and/or furnish the
materials specified below on the subject property located at: 100 Fort Worth Trail Ft. \North, TX 75102
, for the benefit of COFW (agent) and Supreme Commercial Specialti�s. (Service Contra�;tor/Contractor).
DESCRIPTION:
: We shall remove the lines requested Approx. 820 LF= @$2.25 LF
$1,845.00
: Re-paint all stripes
$800.00
Approx 2000 LF @ $.40
: Lay out and paint new HC walkways
$112.00
� Re-paint HC stencils
'v Remove "Reserved" stencil
Y Pressure wash
TOTAL
$540.00
$144.00
900.00
Approx 280 LF @ $.40
9 HC stencils @ $60.00
Approx 24 sq./Ft. @ $6.00
Approx 18,000 Sq.IFt. @ $.05
$4, 341.00
$4,341.00 with tax
TOTAL AMOUNT EXCLUDING SALES TAX:
CO� I k.�C lOR nCCEPTANCE:
I ,,,
5�iprem C��jricrci� iprci�s, .I,
B Y : �- �'! �- --� ` ,
_Jo���i L. Farr, Sr. / President _
�'f�INTED NAME &: TITLE
DATE: I 2/04/2024
MANAGER ACCEPTANCE:
COFW
BY:
GreQ Wingate/ Propertv Mana�er
PRWTED NAME & TITLE
DATE:
M&C Review
CITY COUNCIL AGENDA
Create New From This M&C
DATE: 6/25/2024 REFERENCE **M&C 24- LOG NAME:
NO.: 0545
CODE: G TYPE: CONSENT PUBLIC
HEARING:
Page 1 of 3
Official site of the City of Fort Worth, Texas
��RT��+ORTII
_��-
13P24-0126 PARKING LOT
SWEEPING, WASHING AND
STRIPING EC PMD
NO
SUBJECT: (CD 9) Authorize Execution of Non-Exclusive Agreements with Supreme Commercial
Specialties LLC and Nitty Gritty Power Washing & Mobile Services, LLC for Parking
Garage and Surface Lot Sweeping, Power Washing, and Striping Services at City Hall in
a Combined Annual Amount Up To $307,610.00 and Authorize Four Renewal Options for
the Same Amount for the Property Management Department
RECOMMENDATION:
It is recommended that the City Council authorize the execution of non-exclusive agreements with
Supreme Commercial Specialties LLC and Nitty Gritty Power Washing & Mobile Services,
LLC for parking garage and surface lot sweeping, power washing, and striping services at City Hall in
a combined annual amount up to $307,610.00 and authorize four renewal options for the same
amount for the Property Management Department.
I �7 [+'��i�l+'%9 [�]►A
The Property Management Department approached the Purchasing Division to procure non-exclusive
agreements for parking garage and surface lot sweeping, power washing, and striping services for
the City's New City Hall location at 100 Fort Worth Trail. In order to procure these services,
Purchasing issued a Request for Proposal (RFP) No. 24-0126 describing the specifications for the
sweeping, power washing, and striping of the parking areas at New City Hall (NCH) needed by the
Property Management Department.
The bid was advertised in the Fort Worth Star-Telegram on February 28, 2024, March 6, 2024, March
13, 2024, March 20, 2024, and March 27, 2024. The City received thirteen (13) responses.
An evaluation panel comprised of inembers of the Property Management Department, the
Transportation and Public Works Department, and the Public Events Department reviewed and
scored the submittals using the Best Value criteria.
The scores were averaged for each of the criteria and the final scores are listed in the table below.
Proposer
a b0
Supreme Commercial 2g,75 12.75
Specialties LLC
Nitty Gritty Power Washing & 30.63 9.00
Mobile Services, LLC
Lookup Properties, Inc. 26.25 5.63
Alderink Enterprises, Inc. dba CI 26.25 12.00
Pavement
Evaluation Factors
c0 d0 Total Rank
9.75 35.00 87.25 1
9.38 21.30 70.30 2
8.63 29.11 69.61 03
12.38 12.27 62.89 4❑
Precise Property Maintenance, 2g 75 11.25 11.25 7.95 60.20 ❑5
Inc.
����������
http://apps.cfwnet.org/council�acket/mc review.asp?ID=32251&councildate=6/25/2024 1/6/2025
M&C Review
Kept Companies
CCNG Enterprises, LLC
Trifecta Equipment, Inc.
Clean Jet, LLC
General Striping, LLC
City Wide Building Services,
LLC
O. N. Point Pressure Washing
Sun Scrubbers TX, LLC
Evaluation Criteria:
a) Qualifications and Experience
b) Resources (Equipment)
c) Resources (Personnel)
d) Cost of Services
u
0
0
0
0
�
0
0
23.63 7.1
26.25 10.5
23.63 10.5
18.38 C
1��
6.63
11.3811 2.6
��
8.75 �
Page 2 of 3
*Clean Jet, LLC, General Striping, LLC, City Wide Building Services, LLC, O. N. Point Pressure
Washing, and Sun Scrubbers TX, LLC did not score at least 50\% or more of the total available points
for technical criteria, and, therefore, were deemed nonresponsive and did not receive pricing points.
After evaluation, the panel concluded that a multi-award to Supreme Commercial Specialties LLC and
Nitty Gritty Power Washing & Mobile Services, LLC presented the best value for the City. Therefore,
the panel recommends that the City Council authorize non-exclusive agreements with Supreme
Commercial Specialties LLC and Nitty Gritty Power Washing & Mobile Services, LLC. No guarantee
was made that a specific amount of services would be purchased. Staff certifies that the
recommended vendors' bids met specifications.
FUNDING: The maximum amount allowed under these agreements will be a combined annual
amount of $307,610.00; however, the actual amount used will be based on the needs of the
department and available budget. Funding is budgeted in the Other Contractual Services account
within the General Fund for the Property Management Department.
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, these agreements shall begin upon execution
and expire one year from that date.
RENEWAL TERMS: These agreements may be renewed for up to four (4) 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.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that upon approval of the recommendation, funds are available in the
current operating budget, as previously appropriated, in the General Fund. Prior to an expenditure
being incurred, the Property Management Department has the responsibility to validate the
availability of funds.
BQN\\
http://apps.cfwnet.org/council�acket/mc review.asp?ID=32251&councildate=6/25/2024 1/6/2025
M&C Review
Fund Department Account Project Program Activity Budget Reference #
ID ID Year (Chartfield 2'
Submitted for Citv Manaqer's Office bv:
Reginald Zeno (8517)
Dana Burghdoff (8018)
Oriqinatinq Department Head:
Additional Information Contact:
Reginald Zeno (8517)
Marilyn Marvin (7708)
Jo Ann Gunn (8525)
Eugene Chandler (2057)
ATTACHMENTS
13P24-0126 PARKING LOT SWEEPING, WASHING AND STRIPING EC PMD.docx (CFW Internal)
13P24-0126 PARKING LOT SWEEPING, WASHING AND STRIPING EC PMD.xlsx (CFW Internal)
Form 1295 Certificate, Nittv Grittv.pdf (CFW Internal)
Form 1295-Supreme.pdf (CFW Internal)
MWBE Waiver.pdf (CFW Internal)
SAM.qov NittV Grittv.pdf (CFW Internal)
SAM.qov Supreme Commercial.pdf (CFW Internal)
SOS Nitty Gritty Powerwashinq.pdf (CFW Internal)
SOS Supreme Commercial Specialties, LLC.pdf (CFW Internal)
Page 3 of 3
Amount
http://apps.cfwnet.org/council�acket/mc review.asp?ID=32251&councildate=6/25/2024 1/6/2025