Loading...
HomeMy WebLinkAboutContract 60249-A1CSC No. 60249-A1 FIRST AMENDMENT TO FORT WORTH CITY SECRETARY CONTRACT NO. 60249 BETWEEN CITY OF FORT WORTH AND LAWN PATROL SERVICE, INC. This first Amendment to Fort Worth City Secretary Contract No. 60249 ("Amendment") is made between the City of Fort Worth ("City"), a Texas home -rule municipal corporation, and Lawn Patrol Service, Inc. ("Vendor"), individually referred to as "party" and collectively as "parties." WHEREAS, City and Vendor entered into an Agreement identified as Fort Worth City Secretary Contract No. 60249 beginning October 11, 2023 ("Agreement"); WHEREAS, the current term expires on February 28, 2026, unless terminated earlier in accordance with the Agreement; and WHEREAS, it is the collective desire of the parties to amend Exhibit B of the Agreement to add Vendor's Price Increase Letter. NOW THEREFORE, known by all these present, the parties, acting herein by and through their duly authorized representatives, agree to the following terms, which amend the Agreement as follows: I. AMENDMENT The Agreement is hereby amended by adding Vendor's Price Increase letter to Exhibit B of the Agreement. II. ALL OTHER TERMS SHALL REMAIN THE SAME All other terms, provisions, conditions, covenants and recitals of the Agreement not expressly amended herein shall remain in full force and effect. III. 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 an original. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX First Amendment to Fort Worth City Secretary Contract No. 60249 Page t of 4 [SIGNATURE PAGE FOLLOWS] [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] First Amendment to Fort Worth City Secretary Contract No. 60249 Page 2 of 4 Executed effective as of the date signed by the Assistant City Manager below. CITY: City of Fort Worth By: 0 Name: I corn Title: Assistant City Manager Date: 08/18/2025 Approval Recommended: By: dw fiGt i''d e-r Name: cIONPA NW&I (hug 18, 202513:48:28 CDT) Title: Water Director ann oa Attest: ;_e Q'' Pv= ^=4 PP?r o, oo*�o aanbpnEXASo'd By: Name: rnnette S. Goodall Title: City Secretary VENDOR: Lawn Patrol Service, Inc. By. 1 �� Name: Anthony Conley Title: Date: (b - S' ZD 7-5- 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: Shatabya Be land (Aug 14, 202510:32:20 CDT) Name: Shatabya Easley Title: Sr. Contract Compliance Specialist Approved as to Form and Legality: .AhL2t.JL2 wk'u a cncac� By: Name: Amarna Muhammad Title: Assistant City Attorney Contract Authorization: M&C: 23-0569 Date Approved: 6/7/2023 Form 1295 Certificate No.: 2023-1031096 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX First Amendment to Fort Worth City Secretary Contract No. 60249 Page 3 of 4 EXHIBIT B See next page. First Amendment to Fort Worth City Secretary Contract No. 60249 Page 4 of 4 Lawn Patrol Service, Inc. P.O. Box 330895 Fort Worth, TX 76163 April 1, 2025 City of Fort Worth Ref: 13P ITB 23-0054 Grounds Maintenance Services AW Water We are requesting a 5% increase per cycle for this contract due to the rise of labor and fuel price. In 2024, the labor cost per hour was $16.86 In 2025, the price has increase to $18.14 per hour. Fuel cost in 2024 was $2.73 per gallon, in 2025 we are currently paying $2.89 per gallon. Should you have any question, please feel free to contact our office. Cordially, Tony Conley Lawn Patrol Service, Inc. Phone 817.423.2273 Fax 817.293.4769 www.lawnpatrolservice.com City of Fort Worth, Texas Mayor and Council Communication DATE: 06/27/23 M&C FILE NUMBER: M&C 23-0569 LOG NAME: 13P ITB 23-0054 GROUNDS MAINTENANCE SERVICES AW WATER SUBJECT (ALL) Authorize Execution of Agreements with BrightView Landscape Services, Inc., Civilian Division LLC dba GI -Mow, Lawn Patrol Service, Inc., and Sports Field Holdings dba Sports Field Solutions for Grounds Maintenance Services for the Water Department in a Combined Annual Amount Up to $750,000.00 for the Initial Term, and Authorize Four One -Year Renewals in an Amount Up to $900,000.00 for the First Renewal, $1,080,000.00 for the Second Renewal, $1,296,000.00 for the Third Renewal, and $1,555,200.00 for the Fourth Renewal RECOMMENDATION: It is recommended that the City Council authorize execution of agreements with BrightView Landscape Services, Inc„ Civilian Division LLC dba Gl-Mow, Lawn Patrol Service, Inc., and Sports Field Holdings dba Sports Field Solutions for grounds maintenance services for the Water Department in a combined annual amount up to $750,000.00 for the initial term, and authorize four one-year renewals in an amount up to $900,000.00 for the first renewal, $1,080,000.00 for the second renewal, $1,296,000A0 for the third renewal, and $1,555,200.00 for the fourth renewal. DISCUSSION: The Water Department approached the Purchasing Division for assistance with securing an agreement for grounds maintenance services at Water Department facilities throughout the City of Fort Worth. Purchasing issued an Invitation to Bid (ITB) that consisted of specifications including the equipment needed to perform services, the detailed grounds maintenance services to be performed, the required licenses to perform chemical application services, and the procedures the vendor must follow to verify the services are completed. The ITB was advertised in the Fort Worth Star -Telegram on April 5, 2023, April 12, 2023, April 19, 2023, April 26, 2023, and May 3, 2023. The City received 6 responses. However, upon evaluation, one bidder, 2 Brother's Landscaping, LLC did not meet the minimum requirements for their bid response to be evaluated. An evaluation panel consisting of representatives from the Water and Park and Recreation 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. Bidder BrightView Landscape Services, Inc. Civilian Division LLC dba GI -Mow Lawn Patrol Service, Inc. Evaluation Factors a b c d Total score 24.00 21.00 3.25 0.00 48.25 20.25 18.75 3.00 18.37 60.37 20.25 20.25 2.75 2.55 45.80 (Sports Field Holdings dba Sports Field Solutions 17.25 17.25 2.75 18.98 56,23 (SRH Landscapes LLC 22.50121.75 2.75 35.00 82.00 Best Value Criteria: a. Contractor's experience and references b. Contractor's availability of equipment and personnel to perform services C. Contractor's time to respond to service requests d. Cost of service After evaluation, the panel concluded that BrightView Landscape Services, Inc., Civilian Division LLC dba GI -Mow, Lawn Patrol Service, Inc., Sports Field Holdings dba Sports Field Solutions, and SRH Landscapes LLC presented the best value. When SRH Landscapes LLC was notified of the award recommendation, they declined to move forward. Therefore, the panel recommends that Council authorize agreements with BrightView Landscape Services, Inc., Civilian Division LLC dba GI -Mow, Lawn Patrol Service, Inc., and Sports Field Holdings dba Sports Field Solutions. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendors' bids met specifications. Due to inflation and supply chain concerns, staff recommends the total compensation for each annual renewal term be increased by 20% to ensure the City is able to meet demand. The total compensation for the initial term of the contracts shall be an amount up to $750,000.00, $900,000.00 for the first renewal, $1,080,000.00 for the second renewal, $1,296,000.00 for the third renewal, and $1,555,200.00 for the fourth renewal. Funding is budgeted in the Water and Wastewater Departments rollup within the Water & Sewer 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. AGREEMENT TERMS: Upon City Council approval, this agreement shall begin upon execution and expire on February 28, 2024 to align with the mowing season. 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 1 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 Water & Sewer Fund. Prior to an expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Reginald Zeno 8517 Dana Burghdoff 8018 Oriainatina Business Unit Head: Reginald Zeno 8517 Christopher Harder 5020 Additional Information Contact: Jo Ann Gunn 8525 Alyssa Wilkerson 8357