Loading...
HomeMy WebLinkAbout061747-A3 - General - Contract - Supreme Commerce Specialties, LLC61747-A3 CSC No. THIRD AMENDMENT OF VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF FORT WORTH AND SUPREME COMMERCIAL SPECIALTIES, LLC. FORT WORTH CITY SECRETARY CONTRACT NO. 61747 This Third Amendment to the VENDOR SERVICES AGREEMENT ("Third 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 services (Fort Worth City Secretary Contract No. 61747-A1); and WHEREAS the Agreement was renewed through July 22"d, 2026 under Fort Worth City Secretary Contract No. 61747-R1; and WHEREAS the Agreement was amended for the second time to include additional services (Fort Worth City Secretary Contract No. 61747-A2); and WHEREAS now the parties would like to enter into this Third Amendment to increase the pricing of the services. NOW THEREFORE, City and Vendor, acting herein by and through their duly authorized representatives, agree to the following terms: 1. Amendment of Pavment Schedule. The services and fees included in Exhibit A-1 attached to this Third Amendment are incorporated into the Agreement's Exhibit B"Price Schedule" as if they had been originally set forth in the Agreement. 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] C�]��Cy►,1�:�XK+�1:��. CITY SECRETARY FT. WORTH, TX Fort Worth City Secretary Contract No. 61747-A3 Supreme Commercial Specialties, LLC. Page 1 of 3 CSC No. ACCEPTED AND AGREED: CITY OF FORT WORTH: By. Valer�in� n(Dec 23, 202514:06:08 CST) Name: Valerie Washington Title: Assistant City Manager APPROVAL RECOMMENDED: ! �,��c��l;�a�,.- By: Name: Marilyn Marvin Title: Property Management Director ATTEST: �� � � By: � Name: Jannette S. Goodall Title: City Secretary 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. �,. D en i s e Garcia Name: Denise Garcia Title: Purchasing Manager APPROVED AS TO FORM AND LEGALITY: By; _' !�'i,`l,� - /l/'�Ci--^�1� P oF9FOR*°� Name: Thomas R. Hansen eo ri.ao a'� ° �9do ��° -�d Title: Assistant City Attorney o�o �=p PQa* �°+do ap �aevoosaq QnnnExaaa CONTRACT AUTHORIZATION: M&C: 24-0545/ June 25, 2024 Form 1295: 2024-1168104 VENDOR: Supreme Commercial Specialties, LLC C�lL,v ,�.. F�,,,, �'z. By: % Name: John L. Farr Sr. Title: President Date: 12/12/2025 UFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Fort Worth City Secretary Contract No. 61747-A3 Supreme Commercial Specialties, LLC. Page 2 of 3 CSC No. EXHIBIT A-1 1 Visitor Parking Lot - Sweeping Services 2 Parking Garage - Sweeping Services (2x/month) levels 1-4 3 Loading Dock - Sweeping Services 4 Sth & Forest Park Parking Lot - Sweeping Services 5 Parking Garage - Pressure Washing Services 6 Loading Dock - Pressure Washing Services 7 Visitor Parking Lot - Pressure Washing Services 8 Sth & Forest Park Parking Lot - Pressure Washing Services 9 Price per square foot (SF) for spot cleaning service for pressure washing 10 Parking Garage Parking Complete Lot Striping Services to include all parking spots (835) and Fire Lanes ll Loading Dock - Complete Parking Lot Striping Services to include all Parking, Docking and Fire Lane markings Sth & Forest Park Parking Lot - Complete Parking Lot Striping 12 Services to include all parking spots (165) and Fire Lane Markings. 13 Visitor Parking Lot - Complete Parking Lot Striping Services to include all parking spots (96) and Fire Lane Markings. 14 Price per linear foot (LF) for Spot striping 15 Minimum fee for spot power washing services 16 Minimum fee for spot striping services 17 Price per linear foot (LF) for line striping removal services 18 Price per square foot (SF) for stencil removal services 19 Price per Handicap emblem stencil 20 Price per Arrow emblem stencil with reflective paint 21 Price per "Do Not Enter" emblem stencil 22 Price per "No Parking" emblem stencil 23 Parking Garage - Sweeping Services - each level Fort Worth City Secretary Contract No. 61747-A3 Supreme Commercial Specialries, LLC. EA EA EA EA EA EA EA EA SF $0.06 10.00% EA $17,523.00 11.12% EA $856.00 1117% $445.00 $705.00 $297.00 $297.00 $10,353.00 $614.00 $1,804.00 $2,186.00 11.25% 11.20% 11.24% 11.24% 11.12% 11.23% 11.15% 11.13% EA $4,275.00 11.13% EA $3,419.00 11.11 % LF EA EA LF SF EA EA EA EA EA $0.45 $279.00 $334.00 $2.50 $6.67 $67.00 $84.00 $84.00 $84.00 $177.00 12.50% 11.60% 11.33% 11.11% 11.17% 11.67% 12.00% 12.00% 12.00% 11.67% Page 3 of 3 M&C Review A CITY COUNCIL AGEND Create New From This M8�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 FflRT�'4'ORTH -�� 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 �] E.'��i��'�.'i [�] � 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 Supreme Commercial Specialties LLC Nitty Gritty Power Washing & Mobile Services, LLC ��Evaluation Factors � �a ��b ��� ��d IlTotal ��Rank� 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. �26.25�� 5.63�� 8.63��29.11��69.61II Alderink Enterprises, Inc. dba CI Pavement 26.25 12.00 12.38 12.27 62.89 Precise Property Maintenance, I29 75 11.25 11.25 7.95 60.20 I nc. I I II II II II II � � � 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 �23.63�� 7.13�� �26.25��10.50�� �23.63��10.50�� � 18.38�� 5.63�� �16.63�� 2•25�� I11.38 2.63 � 9.63�� 2.25�� � 8.75�� 1.88�� 6.75��21.41 ��58.91 �� 9.38�� 7.07��53.19�� 9.75�� 6.31 ��50.18�� 6.00�� 0.00��30.00�� 3.38�� 0.00��22.25�� 3.00 0.00 17.00 3.00�� 0.00��14.88�� 1.88�� 0.00��12.50�� . * I * I 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 Page 3 of 3 TO I 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 I � Year (Chartfield 2) Submitted for Citv Manaqer's Office bv: Oriqinatinq 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.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 Nittv Grittv Powerwashinq.pdf (CFW Internal) SOS Supreme Commercial Specialties. LLC.pdf (CFW Internal) http://apps.cfwnet.org/council�acket/mc review.asp?ID=32251&councildate=6/25/2024 1/6/2025 F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name Supreme Commercial Specialties, LLC Subject of the Agreement: Amendment of payment schedule M&C Approved by the Council? * Yes ❑✓ No ❑ If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ 61747-A3 If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 0 No ❑ If �unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is Confidential, please list what information is Confidential and the page it is located. Review of bid documents did not show any information to be marked as proprietary. Effective Date: Expiration Date: 07/22/2026 If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No ❑✓ *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑✓ No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.