Loading...
HomeMy WebLinkAboutContract 61747-A261747-A2 CSC No. SECOND AMENDMENT OF VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF FORT WORTH AND SUPREME COMMERCIAL SPECIALTIES, LLC. FORT WORTH CITY SECRETARY CONTRACT NO.61747 This Second Amendment to the VENDOR SERVICES AGREEMENT ("Second Amendment") is made 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 61747 and having an effective date of July 23, 2024 (the "Agreement"); and WHEREAS the Agreement was amended for the first time to include additional stenciling services under Fort Worth City Secretary Contract No. 61747-A1; WHEREAS the Agreement was renewed through July 22°d, 2026 under Fort Worth City Secretary Contract No. 61747-R1; WHEREAS now the parties would like to enter into this Second Amendment to include additional stenciling services not currently reflected in the Agreement. NOW THEREFORE, City and Vendor, acting herein by and through their duly authorized representatives, agree to the following terms: 1. Amendment of Pavment Schedule. Exhibit B "Price Schedule" of the Agreement is hereby deleted and replaced with Attachment A included herein. 2. All other terms, provisions, conditions, covenants and recitals of the Agreement not expressly amended herein shall remain in full force and effect. [signature page follows] OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Fort Worth City Secretary Contract No. 61747-A2 Supreme Commercial Specialties, LLC. Pagel of 3 CSC No. ACCEPTED AND AGREED: CITY OF FORT WORTH: ✓tea.. A4--,/t By: Valerie Washington (Sep 8, 2025 13:57:12 CDT) Name: Valerie Washington Title: Assistant City Manager APPROVAL RECOMMENDED: By: Name: Marilyn Marvin Title: Property Management Director ATTEST: 4 annn p� �FORt�9dd 0 6e pue �Dio � ddd* oe aae *d daa�n�X654a By: Name: Jannette S. Goodall Title: City Secretary VENDOR: Supreme Commercial Specialties, LLC By: // Name: John L. Farr Sr. Title: President Date: Fort Worth City Secretary Contract No. 61747-A2 Supreme Commercial Specialties, LLC. 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. Denise Garcia By: Denise Garcia (Sep 4, 202515:50:04 CD-0 Name: Denise Garcia Title: Purchasing Manager APPROVED AS TO FORM AND LEGALITY: By: Name: Thomas R. Hansen Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 24-0545/ June 25, 2024 Form 1295: 2024-1168104 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 2 of 3 CSC No. ATTACHMENT A 1 Visitor Parking Lot - Sweeping Services EA $400.00 2 Parking Garage - Sweeping Services (2x/month) EA $634.00 3 Loading Dock - Sweeping Services EA $267.00 4 5th & Forest Park Parking Lot - Sweeping Services EA $267.00 5 Parking Garage - Pressure Washing Services EA $9,317.00 6 Loading Dock - Pressure Washing Services EA $552.00 7 Visitor Parking Lot - Pressure Washing Services EA $1,623.00 8 5th & Forest Park Parking Lot - Pressure Washing Services EA $1,967.00 9 Price per square foot (SF) for spot cleaning service for pressure SF $0.05 washing 10 Parking Garage Parking Complete Lot Striping Services to EA $15,770.00 include all parking spots (835) and Fire Lanes 11 Loading Dock - Complete Parking Lot Striping Services to EA $770.00 include all Parking, Docking and Fire Lane markings 5th & Forest Park Parking Lot - Complete Parking Lot Striping 12 Services to include all parking spots (165) and Fire Lane EA $3,847.00 Markings. 13 Visitor Parking Lot - Complete Parking Lot Striping Services to EA $3,077.00 include all parking spots (96) and Fire Lane Markings. 14 Price per linear foot (LF) for Spot striping LF $0.40 15 Minimum fee for spot power washing services EA $250.00 16 Minimum fee for spot striping services EA $300.00 17 Price per linear foot (LF) for line striping removal services LF $2.25 18 Price per square foot (SF) for stencil removal services SF $6.00 19 Price per Handicap emblem stencil EA $60.00 20 Price per Arrow emblem stencil with reflective paint EA $75.00 21 Price per "Do Not Enter" emblem stencil EA $75.00 22 Price per "No Parking" emblem stencil EA $75.00 Fort Worth City Secretary Contract No. 61747-A2 Supreme Commercial Specialties, LLC. Page 3 of 3 M&C Review Page 1 of 3 A CITY COUNCIL AGEND Create New From This M&C DATE: 6/25/2024 REFERENCE **M&C 24- LOG NAME NO.: 0545 CODE: G TYPE: CONSENT PUBLIC HEARING: Official site of the City of Fort Worth, Texas FORTWORTH 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. Q6_111101 .'iI*]Zto 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 members 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 Supreme Commercial Specialties LLC Nitty Gritty Power Washing & Mobile Services, LLC IlEvaluation Factors la IIb III Ild IlTotalllRankl 29.75 12.75 9.75 35.00 87.25 1 30.63 9.00 9.38 21.30 70.30 2 Lookup Properties, Inc. 126.2511 5.6311 8.631129.111169.6111 3 I Aiderink Enterprises, Inc. dba Cl I26.25 12.00 12.38I12.27 62.89 4 Pavement Precise Property Maintenance, 29.75 11.25 11.25 7.95 60.20 5 Inc. II II II II II http://apps.cfwnet.org/council_packet/mc review.asp?ID=32251&councildate=6/25/2024 1/6/2025 M&C Review Page 2 of 3 (Kept Companies 123.6311 7.1311 6.751121.411158.9111 6 1 CCNG Enterprises, LLC 126.251110.5011 9.38II 7.071153.1911 7 1 ITrifecta Equipment, Inc. 123.631110.5011 9.75II 6.311150.1811 8 1 (Clean Jet, LLC 118.3811 5.6311 6.0011 0.001130.0011 General Striping, LLC 116.6311 2.25II 3.3811 0.001122.2511 * City Wide Building Services, LLC 11.38 I 2.63 3.00 0.00 17.00 * O. N. Point Pressure Washing 1 9.6311 2.2511 3.0011 0.001114.8811 1 (Sun Scrubbers TX, LLC 1 8.7511 1.88II 1.88II 0.001112.5011 1 Evaluation Criteria: a) Qualifications and Experience b) Resources (Equipment) c) Resources (Personnel) d) Cost of Services *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_packet/mc review.asp?ID=32251&councildate=6/25/2024 1/6/2025 M&C Review Page 3 of 3 TO Fund Department Account I 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: Oriainatina Department Head: Additional Information Contact: Reginald Zeno (8517) Dana Burghdoff (8018) 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.0df (CFW Internal) Form 1295-Suoreme.0df (CFW Internal) MWBE Waiver.Ddf (CFW Internal) SAM.aov Nittv Grittv.0df (CFW Internal) SAM.00v Supreme Commercial.edf (CFW Internal) SOS Nittv Grittv Powerwashinq.0df (CFW Internal) SOS Supreme Commercial Specialties. LLC.Ddf (CFW Internal) http://apps.cfwnet.org/council_packet/mc—review.asp?ID=3225 I&councildate=6/25/2024 1/6/2025