Loading...
HomeMy WebLinkAbout060724-A3R2 - General - Contract - Civilian Division, LLCCSC No. 60724-A3R2 THIRD AMENDMENT AND SECOND RENEWAL OF CITY SECRETARY CONTRACT NO. 60724, A NON-EXCLUSIVE MOWING AND GROUNDS MAINTENANCE SERVICES AGREEMENT FOR CITYWIDE GROUNDS MAINTENANCE BETWEEN THE CITY OF FORT WORTH AND CIVILIAN DIVISION, LLC This THIRD AMENDMENT AND SECOND RENEWAL OF CITY SECRETARY CONTRACT NUMBER 60724 ("Third Amendment and Second Renewal") is made and entered into by and between the CITY OF FORT WORTH ("City"), a home-rule municipal corporation of the State of Texas, acting by and through its duly authorized Assistant City Manager, and CIVILIAN DIVISION, LLC ("Contractor"), a Texas corporation, acting by and through its duly authorized representative. WHEREAS, the City and Contractor previously entered into a non-exclusive mowing and grounds maintenance services agreement, the same being City Secretary Contract No. 60724 ("Agreement"); WHEREAS, the Agreement provided for a primary term of one year, with five (5) subsequent one-year renewal options; WHEREAS, the parties exercised the first amendment ("First Amendment"), effective beginning on September 18, 2024; the Amendment to the Agreement added on-call maintenance in Exhibit B-1; WHEREAS, the parties exercised the first renewal term ("First Renewal"), effective beginning on December 1, 2024; the Amendment to the Agreement updated the billing address for City Hall; WHEREAS, the parties desire to exercise the second one-year renewal term ("Second Renewal Term"), effective beginning on December 1, 2025, and ending on November 30, 2026; WHEREAS, the Agreement provides far on-call mowing and grounds maintenance services on either an individual or recurring basis at pricing equivalent to comparable areas; WHEREAS, the Contractor desires to provide certain on-call mowing and grounds maintenance services for the City in accardance with the terms of the Agreement and this Third Amendment and Second Renewal; and NOW, THEREFORE, in consideration of the mutual covenants and promises set forth herein and other good and valuable consideration, the sufficiency of which is hereby acknowledged, the City and Contractor agree to renew and amend the Agreement as follows: I. The City and Contractor hereby agree to renew the Agreement for the Second Renewal Term, effective beginning on December l, 2025, and expiring on November 30, 2026 ("Third Amendment and Second Renewal"). OFFICIAL RECORD Third Amendment and Second Renewal of CSC 60724 CITY SECRETARY page 1 of 5 FT. WORTH, TX II. Exhibit B of the Agreement is hereby amended to revise the pricing schedule for the specific locations set forth below. All other locations in Exhibit B remain unaffected by this Third Amendment and Second Renewal. Original Origina114 Days Miles Unit Cost 0.2 0.1 $ 130.00 $ 80.00 Origina121 Days Unit Cost $ 135.00 $ 85.00 Added New Miles Miles 0.2 0.4 0.3 0.4 New 14 New 21 Days Unit Days Unit Cost Cost $ $ 255.00 260.00 $ $ 260.00 270.00 III. Contractor will provide on-call mowing and grounds maintenance services in accordance with the terms of this Agreement and Exhibit B-1, which is attached hereto and incorporated herein for all purposes. All provisions related to on-call mowing and grounds maintenance services in the Agreement, including, but not limited to, the non-exclusivity of the on-call mowing projects, remain in full force and effect. IV. 1. All other terms and conditions of the Agreement remain in full force and effect except as specifically set forth in this Third Amendment and Second Renewal. 2. All terms of this Third Amendment and Second Renewal that are capitalized but not defined herein have the meanings assigned to them in the Agreement. Third Amendment and Second Renewal of CSC 60724 Page 2 of 5 IN WITNESS W REOF, the City and Contractor have executed this Third Amendment and Second Renewal to be effective on December 1, 2025. CITY OF FORT W TH ba.vca. 8r.cv�c�Guiv ff BV� D =f3�r�hdofl - . ���13�'42C�I; J Dana Burghdoff Assistant City Manager CIVILIAN DIVISION, LLC By, CGtI'�!J r�!l1J��1.5T Curtis Kinsey Owner Recommended by: �� Dave Lewis, Director Park & Recreation Department 9.�rr�x�t,,� J oel M cK n i Kh l(J an 5, I076 08:05'79 6Tj Joel W. McKnight, Assistant Director Park & Recreation Department APPROVED AS TO FORM AND LEGALITY: ���� Hye Won Kim Assistant City Attorney ATTEST: �,��� � �� : � Jannette S. Goodall City Secretary M&C: 23-1044 (December 12, 2023) Form 1295: 2023-1094764 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. G� � Christopher Swindle Sr. Contract Compliance Specialist OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Third Amendment and Second Renewal of CSC 60724 Page 3 of 5 EXHIBIT B-1 ON-CALL MOWING AND GROUNDS MAINTENANCE SERVICES Inventory Type ND -TD Address New 14 UOM Days Unit cost 1.7 $ Acre 136.00 0.3 $ Mi 180.00 0.4 $ Mi 240.00 0.3 $ Mi 180.00 0.1 $ Mi 60.00 0.2 $ Mi 120.00 0.1 $ Mi 60.00 0.5 $ Mi 307.00 0.4 $ Mi 375.00 0.1 N/A Mi 0.1 N/A Mi 0.2 N�A Mi 0.2 N�A Mi 0.2 N�A Mi 0.2 N�A Mi 0.2 N�A Mi 0.2 N�A Mi 0.2 N�A Mi 0.2 N�A Mi New 21 New 28 Days Unit Days Unit Cost Cost � N/A 136.00 � N/A 180.00 � N/A 240.00 � N/A 180.00 � N/A 60.00 � N/A 120.00 � N/A 60.00 $ $ 307.00 312.00 � N/A 475.00 N/A � 125.00 N/A � 125.00 N/A � 3301 WESTPORT PKWY NWD - TD 5450 W J BOAZ RD ND -TD W HERITAGE TRACE PKWY & BOULDER OAK BLVD ND -TD 5053 ENDICOTT AVE 1►1�i�I1�lYE ED-TD ED-TD ND - TD ND - TD NWD - TD - Roundabout NWD - TD - Spraying NWD - TD - Roundabout ND-TD- Roundabout ND-TD- Spraying ND-TD- Roundabout ND-TD- Roundabout NWD - TD - Roundabout ND-TD- Spraying ND-TD- Spraying 1351 E NORTHSIDE DR 1783 S BEACH ST 3300 E VICKERY BLVD 704 HERITAGE TRACE PKWY 10751 SAGINAW BLVD `E:�IZ17�[i];7��:� 1 1; 5252 N BEACH ST 1800 E NORTHSIDE DR 9601CALAVERASRD 105 E BONDS RANCH RD 13598 ALTA VISTA RD 2203 BASSWOOD BLVD 4649 CROMWELL MARINE CREEK RD 200 E BONDS RANCH RD 3945 FOSSIL CREEK BLVD 125.00 N/A � 125.00 N/A � 125.00 N/A � 125.00 N/A � 125.00 N/A � 125.00 N/A � 125.00 N/A � 125.00 Third Amendment and Second Renewal of CSC 60724 Page 4 of 5 ED-TD- Roundabout ND-TD- Spraying ND-TD- Spraying ND-TD- Spraying ND-TD- Spraying CD-TD- Spraying 8077 RANDOL MILL RD 7950 N RIVERSIDE DR 9355 HARMON RD 1 •: .::u�► :1 9044 HARMON RD 250 S HENDERSON ST 0.2 Mi 0.2 Mi 0.2 Mi 0.2 Mi 0.2 Mi 0.2 Mi N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A $ 125.00 $ 125.00 $ 125.00 $ 125.00 $ 125.00 $ 125.00 Third Amendment and Second Renewal of CSC 60724 Page 5 of 5 12/21/25, 9:56AM ACITY COUNCIL AGEND Create New From This M&C DATE: 12/12/2023 REFERENCE N O.. M&C Review **M&C 23- LOG NAME: 1044 13PITB 24-0001 CONTRACT MOWING SERVICES LSJ PARD F�1RT�'�'URTH -�� CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Execution of Purchase Agreement with Civilian Division, LLC d/b/a GI Mow, BrightView Landscape Services, Inc., L.A.T.E. LLC d/b/a Superior Landcare, Lawn Patrol Service Inc., Leon's Landscape Services, LLC, SRH Landscapes, LLC, Prestige Worldwide Services LLC, WCD Enterprises, LLC, and Presbyterian Night Shelter of Tarrant County, Inc. for Contract Mowing Services in an Annual Amount Up to $7,900,000.00 and Authorize Five (5) One-Year Renewal Options for the Park and Recreation Department RECOMMENDATION: It is recommended that the City Council authorize execution of a purchase agreement with Civilian Division, LLC d/b/a GI Mow, BrightView Landscape Services, Inc., L.A.T.E. LLC d/b/a Superior Landcare, Lawn Patrol Service Inc., Leon's Landscape Services, LLC, SRH Landscapes, LLC, Prestige Worldwide Services LLC, WCD Enterprises, LLC, and the Presbyterian Night Shelter of Tarrant County, Inc. for contract mowing services in an annual amount up to $7,900,000.00 and authorize five (5) one-year renewal options for the Park and Recreation Department. DISCUSSION: The Park and Recreation Department approached the Purchasing Division to establish an annual agreement for contract mowing services for City owned lots, parks, facilities, rights of way, traffic dividers, and police stations. In order to procure these services, Purchasing Staff issued Invitation to Bid (ITB) No. 24-0001. The ITB consisted of detailed specifications listing the locations, frequency and quality of the mowing services to be performed. The bid was advertised in the Fort Worth Star-Telegram on October 18, 2023, October 25, 2023, November 1, 2023, and November 8, 2023. The City received 16 bids. Of the 16 bids, 5 were deemed nonresponsive for various reasons. An evaluation panel consisting of representatives from the Code Compliance 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. Bidders WCD Enterprises, LLC BrightView Landscape Services, Inc. Leon's Landscape Services, LLC SRH Landscapes, LLC Lawn Patrol Service Inc. Presbyterian Night Shelter of Tarrant County, Inc Prestige Worldwide Services LLC L.A.T.E. LLC d/b/a Superior Landcare Civilian Division, LLC d/b/a GI Mow Evaluation a b c d Total 14 10 11 35 71 17 13 13 0 42 14 11 11 0 35 1814140 46 18 11 15 0 44 16 13 13 0 41 15 13 10 0 38 13 10 10 0 33 18 13 13 0 44 apps.cfwnet.org/cou ncil_packet/mc_review.asp? I D=31669&cou ncildate=12/12/2023 1/3 12/21/25, 9:56AM Best Value Criteria: M&C Review a) Contractor's References and Experience working with government/similar size organization b) Availability of resources to provide services (personnel and equipment) c) Ability to meet the City's needs d) Cost of service PaceSetter Enterprises, LLC and Faustino Castillo III did not score at least 50\°/o or more of the total available points for technical criteria, and were, therefore, deemed not responsive. After evaluation, the panel concluded that Civilian Division, LLC d/b/a GI Mow, BrightView Landscape Services, Inc., L.A.T.E. LLC d/b/a Superior Landcare, Lawn Patrol Service Inc., Leon's Landscape Services, LLC, SRH Landscapes, LLC, Prestige Worldwide Services LLC, WCD Enterprises, LLC, and the Presbyterian Night Shelter of Tarrant County, Inc. presented the best value for the City. Therefore, the panel recommends that Council authorize agreements with Civilian Division, LLC d/b/a GI Mow, BrightView Landscape Services, Inc., L.A.T.E. LLC d/b/a Superior Landcare, Lawn Patrol Service Inc., Leon's Landscape Services, LLC, SRH Landscapes, LLC, Prestige Worldwide Services LLC, WCD Enterprises, LLC, and the Presbyterian Night Shelter of Tarrant County, Inc. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendor responses met bid specifications. Funding is budgeted the Park & Recreation Department's General Fund, Other Contractual Services account within the Police Department's General Fund, Code Compliance Department's General Fund, Other Contractual Services account within the Property Management Department's General Fund and Other Contractual Services account within the Environmental Services Department's Environmental Protection Fund as appropriated. The maximum amount allowed under this agreement will be $7,900,000.00; however, the actual amount used will be based on the need of the department and available budget. DIVERSITYAND INCLUSION (DVIN): Awaiver 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 September 30, 2024. RENEWAL OPTIONS: The contract may be renewed for up to five (5) one-year terms at the City's option. This action does not require specific City Council approval provided that 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 upon approval of the recommendation, funds are available in the current operating budget, as previously appropriated, in the General Fund and the Environmental Protection Fund. Prior to an expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. BQN\\ TO � Fund Department ID FROM Fund Department ID Account Project Program Activity Budget Reference # Amount ID , Year � (Chartfield 2) , Account Project Program Activity Budget Reference # Amount ID � � Year (Chartfield 2) apps.cfwnet.org/council_packet/mc_review.asp?ID=31669&councildate=12/12/2023 2/3 12/21/25, 9:56AM Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS M&C Review Reginald Zeno (8517) Jesica McEachern (5804) Reginald Zeno (8517) Richard Zavala (5711) Jo Ann Gunn (8525) La'Kita Slack-Johnson (8314) 1295 Brightview.pdf (CFW Internal) 13PIT6 24-0001 CONTRACT MOVING SERVICES LSJ PARD.docx (CFW Internal) 24-0001 Form 1295 GI Mow.pdf (CFW Internal) 24-001 1295 Form PNS UpSpire.pdf (CFW Internal) 24 0001 Form1295 Leon.pdf (CFW Internal) BrightviewSAMs.pdf (CFW Internal) FID Table.xlsx (CFW Internal) Form 1295 - Sianed L.A.T.E..pdf (CFW Internal) Form 1295 Certificate 101130713.pdf (CFW Internal) Form 1295 Certificate SRH.pdf (CFW Internal) Form 1295 Signed.pdf (CFW Internal) GIMowSAMs.pdf (CFW Internal) LATESAMs.pdf (CFW Internal) LawnPatrolSAMs.pdf (CFW Internal) LeonSAMs.pdf (CFW Internal) MWBE Waiver-24-0001.pdf (CFW Internal) PresbvterianSAMs.pdf (CFW Internal) PrestigeSAMs.pdf (CFW Internal) SRHSAMs.pdf (CFW Internal) WCD 1295 Form.pdf (CFW Internal) WCDSAMs.pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=31669&councildate=12/12/2023 3/3 CERTIF��ATE OF INTERESTED PARTiES Complete Nos. 1- 4 antl 6 if there are interested parties. Cornplete Nos. 1, 2, 3, 5, and 6 if there are na interesied parties. 1 Name of business entity filing form, and the city, state and country of the business entity's pface of 6usiness. PreStige Woridwide 5erv9ces LLC White 5ettlement , TX United States 2 Name of governmentai entity or state agency that is a party to the cantract far whlch the form is being fited. City of Fort Wotth �oRnn 1295 1 af 1 OF�ICE USE ONI�Y CERTIFICATI�N OF FILING Certificate fVumber: 2�23-1094764 Date Filed: �7.l15I2023 Date Acknowledged: � Provide the identification number used by the governmentai entity or state agency tn track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 24-0041 Contract Mowing Services Nature of interest � Name af Interested Pa Git 5tate, Cvuntr iace of business aheok a iicabla �Y Y� Y �p ) S Pp ? Cantroiling In#ermediary City of Fort Worth 5 Check only if ti�ere is NO I�terested Party. ❑ 8 IINSWQRN DEGLAI2ATlON My narne is �4��-+'� My address is .�� 5 � IJ �' V1, c,�� �-� I�C'.v �C,J' G s� (street} Fort Worth, TX Unit�d 5tates X , and my date of birth is �`�� . �. k�s'. , �a� �Nvr�-�'�,� , � , �� �d � , (1s� . (ciry} (state) (zip code� {country) f declare under penalry of perjury that the foregoing is true and correct. �� � ��� ,` Executed in [Gi-��'�Cr�+�- County, State Of �xc�.S,_ ____, on the _�c�__day of �Vd� , 2a__G-3 . (month} (year} � �r � � Signature of authorized agent of contracting business entiry (Declarant} Forms provided py Texas Ethics commissi4n www.ethics,state.tx.us Version V3.5.1.Of381ab6 F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: CIVILIAN DIVISION, LLC Subject of the Agreement: THIRD AMENDMENTAND SECOND RENEWAL OF CITY SECRETARY CONTRACT N0. 60724, A NON-EXCLUSIVE MOWING AND GROUNDS MAINTENANCE SERVICES AGREEMENT FOR CITYWIDE GROUNDS MAINTENANCE BETWEEN THE CITY OF FORT WORTH AND CIVILIAN DIVISION, LLC 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 ❑ 60724-A3R2 If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes ❑ No 0 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. Effective Date: 12/1/2025 Expiration Date: 11/30/2026 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. N/A *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.