Loading...
HomeMy WebLinkAboutContract 59853-A1R2CSC No. 59853-Al R2 FIRST AMENDMENT AND SECOND RENEWAL OF CITY SECREARY CONTRACT NO. 59853 This FIRST AMENDMENT AND SECOND RENEWAL ("First Amendment and Second Renewal") 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 representative, and THE F.A. BARTLETT TREE EXPERT COMPANY ("Vendor"), a Connecticut corporation, acting by and through its duly authorized representative. The City and Vendor are herein referred to individually as a ("Party") and collectively as the ("Parties"). WHEREAS, on July 27, 2023, the City and Vendor entered into a Vendor Services Agreement for tree removal and pruning services, the same being City Secretary Contract ("CSC") Number 59853 ("Agreement"); WHEREAS, the Agreement provides an initial term of one year and four (4) one-year renewals; WHEREAS, the Parties wish to amend the Agreement to clarify the total compensation under this Agreement; and WHEREAS, the first renewal term expires on July 26, 2025, and it is the collective desire of the Parties to extend the Agreement through the Second Renewal Term; NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the City and Vendor agree to amend and renew the Agreement as follows: I. Subsection 3.1 of the Agreement is hereby amended by replacing it in its entirety with the following: 3.1 Vendor understands and agrees that the City will award non- exclusive agreements to multiple vendors for tree removal and pruning services as outlined in M&C 23-0454. Vendor further understands that the aggregate amount of all contracts awarded to multiple vendors under M&C 23-0454 shall not exceed an annual amount of $2,215,171.00 and the City makes no promises or guarantee of the total amount of work that will be assigned to Vendor under the Agreement. Due to frequent price changes, the Park & Recreation Department has the authority to administratively approve invoices that contain price increases to inventory, however, the total compensation under this Agreement will not exceed Two Million Two Hundred Fifteen Thousand One Hundred Seventy One dollars ($2,215,171.00). OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX First Amendment and Second Renewal of CSC No. 59853 Page 1 of 3 II. The City and Vendor hereby agree to renew the Agreement for the Second Renewal Term of one (1) year, effective beginning on July 27, 2025, and ending on July 26, 2026 ("Second Renewal Term"). M. (1) All terms and conditions of the Agreement that are not expressly amended pursuant to this First Amendment and Second Renewal shall remain in full force and effect. (2) All terms in this First Amendment and Second Renewal that are capitalized but not defined shall have the meanings assigned to them in the Agreement. (Signature page follows) First Amendment and Second Renewal of CSC No. 59853 Page 2 of 3 IN WITNESS W REOF, the Parties hereto have executed this First Amendment and Second Renewal in multiples. City: 15aKw' &.r, 4hdayc'4 By: Dana Burghdoff (Mafr6, 2025 M.46 CDT) Name: Dana Burghdoff Title: Assistant city Manager Date: 05/06/2025 Vendor: By: Name: Matthew Farin Title: Executive Vice President Email: mfarin@bartlett.com FOR THE CITY OF FORT WORTH INTERNAL PROCESSES: Approval Recommended: By: Ap? f0-1 Name: Dave Lewis Title: Director Park & Recreation Department By: Name: Joel McElhany Title: Assistant Director Park & Recreation Department Approved as to Form and Legality: By: O Name: Trey Qualls Title: Assistant City Attorney Contract Authorization: M&C: 23-0454 Approval Date: 06/13/2023 Form 1295: 2023-1016066 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: e - 4y. Name: Craig Fox Title: City Forester Park & Recreation Department City Secretary: By: Name: Jannette S. Goodall Title: City Secretary Q,a.6von�q� v°:s 09-+0 Pvo o=d $P*oQo 000*�d load nEoaSaaa OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX First Amendment and Second Renewal of CSC No. 59853 Page 3 of 3 M&C Review Page 1 of 3 A CITY COUNCIL AGEND Create New From This M&C Official site of the City of Fort Worth, Texas FORTWORTH REFERENCE **M&C 23- 13P ITB 23-0046 TREE DATE: 6/13/2023 NO.: 0454 LOG NAME: REMOVAL SERVICES MC PARD CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Non -Exclusive Purchase Agreements with the Paysage Group LLC dba Smith Lawn & Tree, Shawnee Mission Tree Service, Inc. dba Arbor Masters and the F.A. Bartlett Tree Expert Company to Provide Tree Removal and Pruning Services for City Departments in a Combined Annual Amount Up to $2,215,171.00 RECOMMENDATION: It is recommended that the City Council authorize non-exclusive purchase agreements with The Paysage Group LLC dba Smith Lawn & Tree, Shawnee Mission Tree Service, Inc. dba Arbor Masters and The F.A. Bartlett Tree Expert Company to provide tree removal and pruning services for City departments in a combined annual amount up to $2,215,171.00 for the initial term and authorize four one-year renewal options for the same amount. A6'T�i111*11I*]ZI The Park and Recreation, Water and Transportation & Public Works departments approached the Purchasing Division to finalize an annual agreement to provide hazardous tree removal, pruning, and disposal services throughout the City of Fort Worth (City). This agreement will also cover emergency storm response services. In order to procure these services, staff issued an Invitation to Bid (ITB) No. 23-0046. The ITB consisted of detailed specifications of services to be performed by the vendors, and minimum requirements that the vendor must comply with. This bid was advertised in the Fort Worth Star -Telegram on March 22, 2023, March 29, 2023, April 5, 2023 and April 12, 2023. The City received five (5) responses. An evaluation panel, consisting of representatives from the Park and Recreation and Transportation & Public Works departments reviewed and scored the submittals 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 The Paysage Group LLC dba Smith Lawn & Tree Z awnee Mission Tree Service, Inc. dba bor Masters IThe F.A. Bartlett Tree Expert Company GI -Mow Evaluation Criteria a b c d 24.00 15.50 12.00 34.35 15.7513.50 8.25 35.00 15.7513.50 8.25 0.00 6.75 4.50 3.38 X Total Score Rank 85.85 1 72.50 2 37.50 3 Bidder did not 4 meet technical points; therefore, http://apps.cfwnet.org/council_packet/mc review.asp?ID=31082&councildate=6/13/2023 4/23/2025 M&C Review Page 2 of 3 LaTour Tree Service Best Value Criteria: 10.50 5.50 4.13 X cost was not evaluated. Bidder did not meet technical points; therefore, 5 cost was not evaluated. a. Bidder's ability of resources to provide services (equipment and personnel); b. Bidder's years in business, references and additional qualifications/certifications; c. Bidder's ability to meet the City's needs; and d. Cost of service. GI -Mow and LaTour Tree Service did not score at least 50\% or more of the total available points for technical criteria; therefore, both were deemed non -responsive. After evaluation, the panel concluded that The Paysage Group LLC dba Smith Lawn & Tree, Shawnee Mission Tree Service, Inc. dba Arbor Masters and The F.A. Bartlett Tree Expert Company presented the best value to the City. Therefore, the panel recommends awarding non-exclusive agreements to The Paysage Group LLC dba Smith Lawn & Tree, Shawnee Mission Tree Service, Inc. dba Arbor Masters and The F.A. Bartlett Tree Expert Company. Under these non-exclusive agreements the departments will request services in the order of lowest unit prices, availability and vendor's proximity to the designated work site. No guarantee was made that a specific amount of these services will be purchased. Staff certifies that the recommended vendors' bids meet specifications. FUNDING: The maximum allowed under this agreement would be $2,215,171.00; however, the actual amount used will be based on the need of the department and available budget. The annual departments allocation for this agreement is: Department Estimated Account Name Annual Amount Park & Recreation $ 1,585,990.00 Other Contractual Services Water $ 385,129.00 Other Contractual Services Transportation & Public Works $ 244,052.00 Other Contractual Services Total $ 2,215,171.00 1 Funding is budgeted in the Other Contractual Services account within the Park and Recreation Department rollup within the General Fund, Water Department rollup within the Water & Sewer Fund, Transportation & Public Works Department rollup within the Stormwater Utility Fund and 4 various projects within the General Capital Projects Fund. 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 shall expire one year from that date. RENEWAL OPTIONS: The City shall have four one-year options to renew the Agreement. 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. http://apps.cfwnet.org/council_packet/mc review.asp?ID=31082&councildate=6/13/2023 4/23/2025 M&C Review Page 3 of 3 FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating and capital budget, as previously appropriated, in the General Fund, Water & Sewer Fund, Stormwater Utility Fund and General Capital Projects Fund to support the approval of the above recommendation and award of the agreement. Prior to an expenditure being made, the participating departments have the responsibility to validate the availability of funds. BQN\\ TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for Citv Manager's Office bv: Reginald Zeno (8517) Jesica McEachern (5804) Originatinci Department Head: Reginald Zeno (8517) Dave Lewis (5717) Additional Information Contact: Jo Ann Gunn (8525) Maria Canoura (2526) ATTACHMENTS 13P ITB 23-0046 TREE REMOVAL SERVICES MC PARD.docx (CFW Internal) DVIN-Tree Removal Services ITB Approved Waiver.0df (CFW Internal) Form 1295 - FA Barlett Tree Expert Companv.0df (CFW Internal) Form 1295 - SMTS dba Arbor Masters.Ddf (CFW Internal) Form 1295-TPG dba Smith Lawn & Tree.Ddf (CFW Internal) FW020 - Final FID TABLE - ITB 23-0046.xlsx (CFW Internal) FW060 - Final FID TABLE - ITB 23-0046.xlsx (CFW Internal) FW080 - Final FID TABLE - ITB 23-0046 R1.xlsx (CFW Internal) SAMs Report SMT dba Arbor Masters Entitvinfo-20230502-010245.Ddf (CFW Internal) SAMs Report The F.A. Bartlett Tree Expert Company - not found.0df (CFW Internal) SAMs Report TPG dba Smith Lawn & Tree - not found.Ddf (CFW Internal) http://apps.cfwnet.org/council_packet/mc review.asp?ID=31082&councildate=6/13/2023 4/23/2025