HomeMy WebLinkAbout057824-A4 - General - Contract - SPSD, Inc.CSC No. 57824-A4
FOURTH AMENDMENT OF
NON-EXCLUSIVE GROUNDS MAINTENANCE SERVICES AGREEMENT
FORT WORTH CITY SECRETARY CONTRACT NO. 57824
This Fourth Amendment ("Amendment") of the NON-EXCLUSIVE GROUNDS
MAINTENANCE SERVICES AGREEMENT (Fort Worth City Secretary Contract No.
57824) is entered into by and between the CITY OF FORT WORTH ("City"), a home rule
municipal corporation of the State of Texas, and SPSD, INC. ("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 non-exclusive grounds
maintenance services, said agreement being identified as Fort Worth City Secretary Contract No.
57824 and having an effective date of June 29, 2022 (the "Agreement"); and
WHEREAS on August 11, 2022, City and Vendor amended the Agreement for the first
time to include additional services of the same general category that could have been encompassed
in the award of the Agreement, said amendment being identified as Fort Worth City Secretary
Contract No. 57824-A1; and
WHEREAS on July 3, 2023, City and Vendor amended the Agreement for the second time
to include additional services of the same general category that could have been encompassed in
the award of the Agreement identified as Fort Worth City Secretary Contract No. 57824-A2R1;
and
WHEREAS on July 8, 2025, City and Vendor amended the Agreement for the third-time
to include additional services of the same general category that could have been encompassed in
the award of the Agreement and exercised the third out of four renewals under the Agreement,
identified (incorrectly) as a"Second Amendment" of Fort Worth City Secretary Contract No.
57824-A2-R3 instead of "57824-A3R3"; and
WHEREAS City and Vendor now wish to amend the Agreement for the fourth time to
include additional services of the same general category that could have been encompassed in the
award of the Agreement.
NOW THEREFORE, City and Vendor, acting herein by and through their duly
authorized representatives, agree to amend the Agreement as follows:
1. Amendment of Scope of Services. The services and fees included in the Agreement's
Exhibit A— Scope of Services and E�ibit B— Payment Schedule are amended to include the
services and their respective costs in the Exhibit "A-1" attached to this Amendment. The additional
services are of the same general category that could have been encompassed in the award of the
Agreement as permitted under section 1.5 of the Scope of Work and also fall under the
OFFICIAL RECORD
Fourth Amendment to Fort Worth City Secretary Contract No. 57824 CITY SECRETARY
SPSD, Inc FT. WORTH, TX Page 1 of 4
miscellaneous pricing provision within Exhibit B"Payment Schedule" of the Agreement
indicating that "Miscellaneous items at manufacturer's list price less 10% discount."
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]
Fourth Amendment to Fort Worth City Secretary Contract No. 57824 Page 2 of 4
SPSD, Inc.
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
By: Valer�ington (Sep 16, 202517:5532 CDT)
Name: Valerie Washington
Title: Assistant City Manager
Date:
09/16/2025
APPROVAL RECOMMENDED:
� .�,,. � �;;��
By:
Name: Marilyn Marvin
Title: Director, Property Manager
ATTEST:
�.� % .,�zz=�-er
By:
Name: Jannette S. Goodall
Title: City Secretary
VENDOR:
CONTRACTCOMPLIANCE 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.
be�e- �a,�c�
B�. DcniscGar�ia�5ep16,202�12'3/2�CDT)
Name: Denise Garcia
Title: Purchasing Manager
APPROVED AS TO FORM AND LEGALITY:
44q444nn� /�
� o� FORr�aa
p �.o ° ���od By: �� a` ' ���r= �
p�o
�o �id Name: Thomas R. Hansen
�P�� �o 00 �� Title: Assistant City Attorney
�
���� nEXASoAp
CONTRACT AUTHORIZATION:
M&C: 22-0520/ June 28, 2022
Form 1295: 2022-895761
SPSD, Inc.
CGI�IJto,��lG�Y ICGIGIN
By: cn��stoone�uun��5ep�s,�msiise:o�coT)
Name: Christopher Kuhn
Title: Account Manager
Date: 09/15/2025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Fourth Amendment to Fort Worth City Secretary Contract No. 57824 Page 3 of 4
SPSD, Inc.
Exhibit A-1
� Service, Debris Disposal
I Equipment, Tiller
IService, Hesperaloe Red Yucca, 3 gallon container
IService, Lantanan Comaraderie, #SP4
IService, Sod, Bermuda
I Service, Colmet Steel Landscaping Edging, Black, 10 gauge
I Equipment, Skid Steer
I Service, Dewitt Contractors Select 7.9 oz Spunbound, Black 12ft x 300ft
IService, Mexican Beach Cobble 2"-3"
IService, Oklahoma Surface Moss Boulder
EA
EA
EA
EA
SF
EA
EA
EA
TN
LB
$100.00
$710.49
$27.69
$1.74
$0.92
$121.21
$1,239.99
$613.91
$1,399.99
$0.26
Each of the Services or products listed above fall within Section 1.5 of the Scope of Work under
the Agreement since they are of the same general category that could have been encompassed in
the award of the Agreement. Additionally, the costs for each of these items fall under the
"Miscellaneous items at manufacturer's list price less 10% discount" reflected in Exhibit `B",
"Payment Schedule" of the Agreement.
Fourth Amendment to Fort Worth City Secretary Contract No. 57824
SPSD, Inc.
Page 4 of 4
M&C Review
Page 1 of 3
Official site of the City of Fort Worth, Texas
A CITY COUNCIL AGEND FflRT_� f�
Create New From This M&C
DATE: 6/28/2022 REFERENCE **M&C 22-
NO.: 0520
LOG NAME:
CODE: G TYPE: CONSENT PUBLIC
HEARING:
13P22-0083 FUTURE CITY
HALL GROUNDS
MAINTENANCE ADK PMD
NO
SUBJECT: (ALL) Authorize Purchase Agreements with SPSD, Inc., and SRH Landscapes, LLC for
Future City Hall Grounds Maintenance in an Annual Amount Up to $302,000.00 and
Authorize Four One-Year Renewals for the Same Amount for the Property Management
Department
RECOMMENDATION:
Authorize purchase agreements with SPSD, Inc., and SRH Landscapes, LLC for future City Hall
grounds maintenance in an annual amount up to $302,000.00 and authorize four one-year renewals
for the same amount for the Property Management Department.
I�76Y�i�b'�+y[�7►�
The Property Management Department, approached the Purchasing Division to procure an
agreement for Future City Hall Grounds Maintenance. The Purchasing Division issued an Invitation to
Bid (ITB) 22-0083. The bid detailed specifications describing the types of grounds maintenance
services required.
The ITB was advertised in the Fort Worth Star-Telegram for six consecutive Wednesdays beginning
on March 16, 2022 through April 27, 2022. The City received six bids. However, upon evaluation,
one bidder, L.A.T.E. LLC dba Superior Landcare., did not score enough technical points to qualify for
pricing and, therefore, was not qualified to receive pricing points.
An evaluation panel consisting of representatives from Property Management and Park and
Recreation 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 following table.
Best Value Criteria:
a. Bidder's approach to performing services
b. Bidder's qualification, experience, and references with Class "A" buildings
c. Availability of resources to provide services (equipment and personnel).
d. Cost of service
� Bidders �� Evaluation Factors �
� ��a IIb ��� ��d ��Total Score �
�SPSD, Inc. ��15.3 ��23.0 ��15.3 ��15.21 ��68.88 �
�SRH Landscape, LLC ��10.7 ��16.0 ��11.3 ��30 ��68 �
�Brightview Landscape Services ��10.7 �� 18.0 ��12.0 ��26.32 ��66.98 �
�Lawn Patrol Services ��10.7 ��16.0 ��10.7 ��25.37 ��62.7 �
�The Landscape Partners ��10.7 ��18.0 ��10.7 ��14.03 ��53.37 �
Points for pricing are determined as follows: Bidder must receive and least 50\°/o or more of the total
available points for technical criteria. Purchasing staff recommends awarding to SPSD, Inc. and SRH
http://apps.cfwnet.org/council�acket/mc review.asp?ID=30072&councildate=6/28/2022 9/15/2025
M&C Review
Page 2 of 3
Landscapes LLC as the primary awardee of 90\% and to SRH Landscapes, LLC as the secondary
awardee of 10\% for Property Management and Park and Recreation Departments and four annual
renewal options for the same amount. No guarantee was made that a specific amount of these
services will be purchased.
FUNDING: The maximum annual amount allowed under this agreement will be
$302,000.00, however, the actual amount used will be based on the need of the department and the
available budget. The annual department allocation for this agreement is:
� Department Name �� Estimated Annual Amount �� Account Name
�Property Management �� $302,000.00��General Fund
The funding will be split between the vendors as follows:
�Vendor ��Amount �
�SPSD, Inc ��$271,800.00 �
�SRH Landscapes LLC ��$30,200.00 �
Funding is budgeted in the Other Contractual Services account of the Property
Management DepartmenYs General Fund.
BUSINESS EQUITY - A waiver of the goal for the 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, the agreement will begin upon execution and
will end one year from that date.
RENEWAL OPTIONS: This agreement may be renewed for up to (4) four one-year terms at the City's
option. 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/CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as
previously appropriated, in the General Fund to support the approval of the above
recommendation and award of the agreement. Prior to any expenditure being incurred, the Property
Management Department has the responsibility to validate the availability of funds.
BQN\\
TO
� Fund Department � Account Project
' ID ID
FROM
Fund � Department Account Project
ID ID
Submitted for Citv Manaqer's Office bv:
Program Activity I Budget I Reference # Amount
Year (Chartfield 2)
Program Activity Budget Reference #� Amount
Year (Chartfield 2)
Reggie Zeno (8517)
Dana Burghdoff (8018)
Oriainatinp Department Head:
Anthony Rousseau (8338)
Steve Cooke (5134)
http://apps.cfwnet.org/council�acket/mc review.asp?ID=30072&councildate=6/28/2022 9/15/2025
M&C Review
Additional Information Contact:
Cynthia Garcia (8525)
Ashley Kadva (2047)
ATTACHMENTS
13P 22-0083 FUTURE CITY HALL GROUNDS MAINT ADK PMD.docx
22-0083 Irriqation Mowinq Landscape Purchasinq Goal-
Waiver Form DVIN 2021 Siqned 3.7.22 GV.pdf (CFW Internal)
FID TABLE Irriqation.Mow.Landscape.xlsx (CFW Internal)
ITB 22-0083 1295 Form.pdf (CFW Internal)
SAMs-SPSD-Inc.pdf (CFW Internal)
SAMs-SRH-Landscapes-LLC.pdf (CFW Internal)
SPSD 1295.pdf (CFW Internal)
(Public)
Page 3 of 3
http://apps.cfwnet.org/council�acket/mc review.asp?ID=30072&councildate=6/28/2022 9/15/2025