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.