Loading...
HomeMy WebLinkAboutContract 57241 City Secretary Contract No. 57241 FORTWORTH,, "*11 VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH("City"),a Texas home rule municipal corporation,acting by and through its duly authorized Assistant City Manager, and Leon's Landscape Services, LLC ("Vendor"), a Texas for-profit corporation,and acting by and through its duly authorized representative,each individually referred to as a"party"and collectively referred to as the "parties." 1. Scope of Services. Contractor hereby agrees to provide the City with alleyway maintenance services for the purpose of enhancing the appearance of City neighborhoods, minimizing criminal activity and reducing illegal dumping issues.("Services"), which are set forth in more detail in Exhibit"A," attached hereto and incorporated herein for all purposes. 2. Term. This Agreement begins on April 1st, 2022 ("Effective Date") and expires on September 30th, 2022 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). City will have the option,in its sole discretion,to renew this Agreement under the same terms and conditions,for up to 4 one-year renewal option(s)(each a"Renewal Term"). 3. Compensation. City will pay Vendor in accordance with the provisions of this Agreement, including Exhibit `B," which is attached hereto and incorporated herein for all purposes. Total compensation under this Agreement will not exceed $293,400.00($293,400.00 for each renewal term,if exercised). Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. Termination. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder,City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever,except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon OFFICIAL RECORD Vendor Services Agreement CITY SECRETARY FT.WORTH, TX termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts.Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement.In the event that any conflicts of interest arise after the Effective Date of this Agreement,Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information.Vendor,for itself and its officers,agents and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act.In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor.It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access.Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised,in which event, Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Right to Audit. Vendor agrees that City will,until the expiration of three (3)years after final payment under this Agreement,or the final conclusion of any audit commenced during the said three years,have access to and the right to examine at reasonable times any directly pertinent books,documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasonable advance notice of intended audits. 7. Independent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City,its officers,agents,servants and employees,and Vendor,its officers,agents, Vendor Services Agreement Page 2 of 31 employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City.Vendor will be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers,agents, servants,employees,contractors,or contractors. 8. Liability and Indemnification. 8.1 LIABILITY- VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION- VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS,SERVANTSAND EMPLOYEES,FROMAND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED,FOR EITHER PROPERTYDAMAGE OR LOSS(INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCL UDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR,ITS OFFICERS, AGENTS,SERVANTS,EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay will not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor will have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however,Vendor will fully participate and cooperate with City in defense of such claim or action.City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or Vendor Services Agreement Page 3 of 31 restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted,Vendor will, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible,and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or (d)if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 9. Assignment and Subcontracting. 9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract,the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000- Each Occurrence $2,000,000- Aggregate (b) Automobile Liability: $1,000,000- Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Services under this Agreement. "Any vehicle"will be any vehicle owned,hired and non-owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Vendor Services Agreement Page 4 of 31 Employers' liability $100,000- Bodily Injury by accident;each accident/occurrence $100,000- Bodily Injury by disease; each employee $500,000- Bodily Injury by disease;policy limit (d) Professional Liability(Errors&Omissions): ❑ Applicable ❑N/A $1,000,000- Each Claim Limit $1,000,000- Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be claims-made,and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees,officers,officials,agents,and volunteers in respect to the contracted services. (b) The workers' compensation policy must include a Waiver of Subrogation (Right of Recovery)in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage must be provided to City.Ten (10) days' notice will be acceptable in the event of non-payment of premium.Notice must be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas.All insurers must have a minimum rating of A-VII in the current A.M.Best Key Rating Guide,or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management.If the rating is below that required,written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws,Ordinances,Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, Vendor Services Agreement Page 5 of 31 ordinances,rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances,rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors,subcontractors,and successors in interest,as part of the consideration herein,agrees that in the performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission,or(3)received by the other party by United States Mail,registered,return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth Leon's Landscape Services,LLC Attn: Assistant City Manager Mireya Lopez, Office Manager 200 Texas Street 1912 FM 1187 Fort Worth,TX 76102-6314 Crowley TX 76036 Facsimile: (817) 392-8654 Facsimile:None With copy to Fort Worth City Attorney's Office at same address 14. Solicitation of Employees. Neither City nor Vendor will, during the term of this Agreement and additionally for a period of one year after its termination,solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing,this provision will not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law/Venue. This Agreement will be construed in accordance with the laws of the State of Texas. If any action,whether real or asserted,at law or in equity,is brought pursuant to this Vendor Services Agreement Page 6 of 31 Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable,the validity, legality and enforceability of the remaining provisions will not in any way be affected or impaired. 19. Force Maieure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement,but will not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems;restraints or prohibitions by any court,board,department,commission,or agency of the United States or of any States;civil disturbances;other national or regional emergencies;or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected(collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance,as soon as reasonably possible after the occurrence of the Force Majeure Event,with the reasonableness of such notice to be determined by the City in its sole discretion.The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only,will not be deemed a part of this Agreement,and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement or the Exhibits. 22. Amendments/Modifications/Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes,be deemed an original,but all such counterparts will together constitute one and the same instrument. 24. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's option, Vendor will either(a) use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 25. Immigration Nationality Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City,Vendor will provide City with copies of all I-9 Vendor Services Agreement Page 7 of 31 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services.VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS.City,upon written notice to Vendor,will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers,procedures,guides, and documentation that are created,published,displayed,or produced in conjunction with the services provided under this Agreement(collectively,"Work Product"). Further,City will be the sole and exclusive owner of all copyright,patent,trademark,trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first).Each copyrightable aspect of the Work Product will be considered a"work-made- for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product,or any part thereof,is not considered a"work-made-for-hire"within the meaning of the Copyright Act of 1976, as amended,Vendor hereby expressly assigns to City all exclusive right,title and interest in and to the Work Product,and all copies thereof,and in and to the copyright,patent,trademark,trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim,lien for balance due,or rights of retention thereto on the part of City. 27. Signature Authority. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order,resolution,ordinance or other authorization of the entity. This Agreement and any amendment hereto,may be executed by any authorized representative of Vendor.Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Company Name or Ownership. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records.The president of Vendor or authorized official must sign the letter.A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 29. No Bovcott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1)does not boycott Israel;and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel" and "company"has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement,Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the Agreement. 30. Prohibition on Boycotting Energy Companies.Vendor acknowledges that in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, Vendor Services Agreement Page 8 of 31 the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full- time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and(2)will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies;and(2)will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination Against Firearm and Ammunition Industries.Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code,as added by Acts 2021, 87th Leg.,R.S., S.B. 19, § 1,the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement,by signing this Agreement,Vendor certifies that Vendor's signature provides written verification to the City that Vendor:(1)does not have a practice,policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature.For these purposes,"electronic signature"means electronically scanned and transmitted versions (e.g.via pdf file or facsimile transmission)of an original signature,or signatures electronically inserted via software such as Adobe Sign. 33. Entirety of Agreement. This Agreement contains the entire understanding and agreement between City and Vendor,their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. (signature page follows) Vendor Services Agreement Page 9 of 31 IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples. CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person 5:; , C4 — responsible for the monitoring and administration of By: this contract,including ensuring all performance and Name: Fernando Costa reporting requirements. Title: Assistant City Manager Eric UOdi ka By: EricVodicka(Mar 14,2022 08:55 CDT) APPROVAL RECOMMENDED: Name: Eric J.Vodicka Title: Management Analyst I By: APPROVED AS TO FORM AND LEGALITY: Name: Victor Turner Title: Neighborhood Services Director By. ATTEST: Name: Taylor C. Paris Title: Assistant City Attorney 7�bIbIG��G cS` C7000��GG CONTRACT AUTHORIZATION: By: Jannette S.Goodall(Mar 14,2022 11:20 CDT) M&C: 21-0887 Name: Jannette Goodall 4dav���� Aar FORT�a� Form 1295: 1000606992 Title: City Secretary ,�O°k0--0* ° , ar.° �v° 0 ° o�aa 41 ��! °OOO000°°°° 'a VENDOR: a>Z��EXA`�obA4X Leon's Landscape Services,LLC dw By: Victor&Mireya Lopez(Mar 14,2022 08:54 CDT) Name: Mireya Lopez Title: Owner OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX Vendor Services Agreement Page 10 of 31 City Secretary Contract No. Click or tap here to enter text. EXHIBIT A SCOPE OF SERVICES 1.1 The work covered by these specifications consists of specific alley maintenance services at specified alleys(See Attachment 2)as required by established maintenance schedule.Vendor shall be responsible for removing all litter/trash regardless if it is deemed"illegal dumping",mowing all areas, grading and tree removal. Litter/trash includes,but is not limited to,plastic,cans,tires,building materials, bottles,cardboard,rags,limbs and branches,rocks,and other similar solid materials and foreign debris which are not intended to be present as part of the landscape. 1.1.1 Vendor shall mow and trim all turf areas up to four(4)cycles per year,as determined by the City. 1.2 It shall be the responsibility of the Vendor to determine the existence of,to verify locations, elevations,and dimensions of adjacent and/or conflicting utilities in order that adjustments can be made to provide adequate clearances. The Vendor shall preserve and protect public utilities at all times.Any damage to utilities resulting from the Vendor's work shall be restored at the Vendor's expense. Should the Vendor fail to repair utilities to a condition suitable to the City,the City may repair and invoice the Vendor for all costs associated with the repairs. 1.3 ALLEY MAINTENANCE 1.3.1 Clearing Alley-This service applies to alleys that have dense vegetation and debris. The Vendor is responsible for removing all trash/litter/debris regardless if it is deemed"illegal dumping",all trees less than or equal to two (2)inches,per Diameter at Breast Height(DBH), stumps,bushes and shrubs. Services shall also include mowing all grasses and weeds to a height not more than three (3)inches. The height of all mowed turf shall not be less than one (1)inch.All stumps,roots,etc, shall be removed from the existing ground surface.The Vendor shall trim all trees and bushes outside the fence lines that overhang into the alley to a height of ten(10)feet above the ground back to the fence line.ALL TRIMMINGS SHALL BE REMOVED FROM THE ALLEYWAY WITHIN 24 HOURS after cleaning of alley. The unit price shall be full compensation for all labor,material,equipment,tools,and incidentals necessary to complete all work.No additional charges will be accepted or paid by the City. The Vendor must complete all clearing work within stipulated days stated in work order.If the Vendor fails to complete work within stipulated days, another contract will be requested to complete the remaining work. 1.3.1.1 Equipment can only be brought to the site the day the Vendor begins work and can only be left on site if the crews are coming back the next day.Upon completion of work the equipment must be removed from site. 1.3.1.2 If for any reason the work order cannot be completed, e.g., due to rain or wet grounds, the Vendor must contact the Contract Administrator. 1.3.2 Cleaning Alley-This service applies to alleys that have been previously cleared of dense vegetation and debris. The Vendor is responsible for maintaining the alleyway. The Vendor is responsible for removing all trash/litter/debris regardless if it is deemed"illegal dumping",all trees less than or equal to two(2)inches,per Diameter at Breast Height(DBH), stumps,bushes and shrubs. Services shall also include mowing all grasses and weeds to a height not more than three (3)inches.The height of all mowed turf shall not be less than one (1)inch.All stumps,roots,etc.,shall be removed from the existing ground surface.The Vendor shall trim all trees and bushes outside the fence lines that overhang into the alley to a Vendor Services Agreement Page 11 of 31 height of ten(10)feet above the ground back to the fence line.ALL TRIMMINGS SHALL BE REMOVED FROM THE ALLEYWAY WITHIN 24 HOURS after cleaning of alley. The unit price shall be full compensation for all labor,material,equipment,tools,and incidentals necessary to complete all work.No additional charges will be accepted or paid by the City.The Vendor must complete all clearing work within stipulated days stated in work order. 1.3.3 Grading-The Vendor is responsible for scraping and finishing of all earthwork by blading, bulldozing,or other methods approved by the City.Alleyway shall be free of holes,ditches and other abrupt changes in elevations and irregularities of contour to prevent ponding of water and to provide drainage as directed by the City. The unit price shall be full compensation for all labor,material, equipment,tools, and incidentals necessary to complete all work.No additional charges will be accepted or paid by the City. 1.3.4 Graded Crushed Stones-The stones will be used to fill low areas as directed by the City. The fill material shall be graded crushed stone.For specifications governing this item,follow standard specifications for"Flexible Base". 1.3.5 Tree Removal-The Vendor shall remove all existing trees that are greater than or equal to two (2)inches,per DBH.All stumps,roots,etc, shall be removed from the existing ground surface.ALL TRIMMINGS SHALL BE REMOVED FROM THE ALLEYWAY WITHIN 24 HOURS after cleaning of alley.Bidder shall submit a per tree unit price for this item. 1.4 PUBLIC NOTIFICATION 1.4.1 Prior to beginning maintenance on any alley,the Vendor shall prepare and hand deliver a notice/flyer of the pending maintenance to the front door of each residence or business that will be impacted by the work. The notice/flyer will be in English on one side and Spanish on the other side.All notices/flyers shall be approved by the City prior to being distributed. 1.4.2 The notice/flyer shall be hand delivered/posted three(3)calendar days prior to beginning any work activity along each street. The Vendor will not be allowed to begin maintenance on any alley until the notice/flyer is delivered to all residents of the affected area. 1.4.3 All work involved with the notification flyer shall be included in the unit price.No additional compensation will be made. 1.5 WORK NEAR HIGH VOLTAGE LINES 1.5.1 A warning sign not less than five (5)inches by seven(7)inches,painted yellow with black letters that are legible at twelve(12)feet shall be placed inside and outside vehicles such as cranes,derricks, power shovels,drilling rigs,pile drivers,hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX(6) FEET OF HIGH VOLTAGE LINES." 1.5.2 Equipment that may be operated within ten(10)feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm,except back hoes or dippers, and insulator links on the lift hood connections. 1.5.3 When necessary to work within six(6)feet of high voltage electric lines,notification shall be given to the TXU Electric(TXU)/Oncor. TXU/Oncor will erect temporary mechanical barriers,de- Vendor Services Agreement energize the line,or raise or lower the line. The work done by the power company shall not be at the expense of the City. The Vendor shall maintain an accurate log of all such calls to TXU/Oncor and shall record action taken in each case. 1.5.3.1 The Vendor is required to make arrangements with TXU/Oncor for the temporary relocation or rising of high voltage lines at the Vendor's sole cost and expense. 1.6 MATERIAL STORAGE 1.6.1 Material shall not be stored on private property unless the Vendor has obtained written permission from property owner.The Vendor shall comply with present zoning requirements of the City in the use of vacant property for storage purposes. 1.7 LITTER REMOVAL,MOWING AND TRIMMING 1.7.1 VENDOR SHALL REMOVE ALL TRASH AND LITTER REGARDLESS IF IT IS DEEMED "ILLEGAL DUMPING"FROM THE ENTIRE AREA PRIOR TO INITIATING ANY MOWING OF THE TURF AREA.Failure to remove litter/trash prior to mowing will result in the Vendor being required to return to site and remove all new litter/trash as well as all mowed litter/trash.Any papers,cans,or bottles cut or broken during maintenance operations shall be completely removed from the site immediately prior to proceeding with the maintenance of other areas.All trash and litter shall be disposed of by the Vendor at an off- site location procured by the Vendor at his/her sole expense. 1.7.2 Trees and shrubs will be trimmed along the fence line ten(10)feet high and there will be no overhanging branches or vines in the alley less than ten(10)feet above the ground. Pruning will be done in accordance with the latest revision of the American National Standards Institute(ANSI)A300 standard,which by reference is hereby made a part of these specifications.All cuts shall be made so as to preserve the health and aesthetic value of the tree. 1.7.3 To prevent"tear downs", splits,and peeling,the three(3)cut pruning method should be used on limbs that are larger than two inches. 1.7.4 All dead,diseased and storm damaged branches shall be removed. 1.8 Vendor shall use reasonable care to avoid damaging buildings,equipment and vegetation on City and private property. If the Vendor's failure to use reasonable care causes damage to any property,the Vendor shall replace or repair the damage at no expense to the City. If the Vendor fails or refuses to make such repair or replacement,the cost may be deducted from the contract price. 1.9 REMOVAL OF GRASS CLIPPINGS 1.9.1 Removal of cut grass from turf areas will not be required,unless otherwise specified by the Contract Administrator. Cut grass and debris that falls or it thrown by equipment upon the pavement, streets,curb,gutter, sidewalks,or adjacent properties through the action of the crew shall be removed prior to leaving the project area. 1.9.2 THE PROCESS OF BLOWING GRASS CLIPPING AND OTHER DEBRIS INTO THE ADJOINING STREET OR ROADWAY WILL NOT BE PERMITTED.Mowing should be accomplished by discharging grass away from the street,parking lot or other roadways,i.e.towards the Vendor Services Agreement center portion of the median or park. Should grass clippings be deposited onto the sidewalk,gutter or roadway,they must be swept and removed or blown back onto the grass in the median,traffic divider or park. Gutters, sidewalks and roadways must provide a clean surface or the appearance of being swept. This is in accordance with City Code: 12.5-302,paragraph A: "Any thing that is not storm water that goes into storm drain is an illicit discharge." Blowing of grass clippings into creeks,lakes or ponds is also prohibited. 1.10 BARRICADES 1.10.1 The Vendor shall protect construction by providing barricades and warning signs at the end of each alley. 2.0 HAZARDOUS CONDITIONS 2.1 The Vendor is required to notify the Contract Administrator immediately of any hazardous conditions and/or damage to City property. 3.0 SUPERVISION OF WORK CREW 3.1 Vendor shall provide supervision of all work crews while performing work under this Agreement. On-site supervision is not required as long as communication equipment is provided which enables the work crew to communicate with a project supervisor at all times. Each work crew shall have a designated person on the work site that has the authority to respond to inquiries about work details or priorities. 4.0 STREET USE PERMIT 4.3 The Vendor will not remove any regulatory sign,instructional sign, street name sign,or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required maintenance,the Vendor shall contact the Transportation and Public Works Department, Signs and Markings Division at phone number(817)392- 7738,to remove the sign. In the case of regulatory signs, the Vendor must replace the permanent sign with temporary sign meeting the requirement of the above reference manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications,the permanent sign shall not be left in place until the temporary sign requirements are met. When work is completed to the extent that the permanent sign can be re-installed,the Vendor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. 5.0 INSPECTION AND ACCEPTANCE 5.1 Contract Administrator will be responsible for making inspections,monitoring the Vendor's activities and ensuring the work is performed in accordance with the Agreement specifications.The Contract Administrator shall record,process and submit all pertinent information to the Agreement file for determination of termination of Agreement or for non-renewal. Copies of documents related to inadequate performance will be submitted to the Purchasing Department. 5.1.1 In the event the Vendor fails to perform according to the terms of this Agreement,the Department head or his/her designee will notify the Vendor,in writing,of its failures. 5.1.2 The City reserves the right to terminate this Agreement,or any part hereof,for its sole Vendor Services Agreement convenience. In the event of such termination,the Vendor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers to cease work. Payment to the Vendor will be based on actual quantities of work performed and accepted by the City. 6.5 ALL VENDORS MUST HAVE THE TECHNOLOGICAL CAPABILITY TO USE THE CITY'S ELECTRONIC WORK ORDER SYSTEM.The City will utilize electronic work orders. Vendors will be required to have high-speed access to the Internet in order to receive Work Orders and submit proof of compliance with Work Orders,including photographs of completed work.Minimum specifications required for electronic Work Orders are: 6.5.1 Digital cameras or phone with a camera,capable of at least 12 mega-pixel with image resolution of 1280 x 1224 that adds date stamp on the face of the picture. 6.5.2 WIRELESS READY-The ability to accept Work Orders and send completed Work Orders from a mobile wireless device,laptop,or other similar equipment. 6.5.2.1 Work Orders will be provided to Vendor(s)electronically via the Internet,and the City will receive completed Work Orders from the Vendor,with all required documentation,in the same manner. 6.5.2.2 The City reserves the right to accept or deny completed Work Orders that are submitted by any other means. 6.5.3 CELL PHONE REQUIREMENTS-Vendor must have an Android or iPhone cellular telephone. 6.5.3.1 All cellular telephones used for contracted mowing must have: 6.5.3.1.1 An active internet and data plan able to support up to 10 gigabytes of data per month; 6.5.3.1.2 An Android 8 or IOs 11,or better,operating system; 6.5.3.1.3 A camera that can take pictures at 12 megapixels and up; and 6.5.3.1.4 A storage capacity of 128 gigabytes or more. 6.5.4 Training—Vendor must attend mandatory training as scheduled by Contract Manager for the electronic Work Order system. 7.0 MAINTENANCE SCHEDULE AND LIQUIDATED DAMAGES 7.1.1 Failure on the part of the Vendor to maintain the required schedule or meet contract specifications may result in liquidated damages. If the Vendor fails to complete work within stipulated days,another contract will be requested to complete the remaining work. 7.1.2 FAILURE TO MEET THE CONTRACT REQUIREMENTS ON MORE THAN ONE OCCASION WITHIN THE PRESCRIBED SCHEDULE MAY RESULT IN THE TERMINATION OF THE AGREEMENT AND DEMAND UPON THE VENDOR'S BONDING COMPANY TO COMPLETE THE AGREEMENT. Vendor Services Agreement Vendor Services Agreement City Secretary Contract No.Click or tap here to enter text. EXHIBIT B PAYMENT SCHEDULE Line Details Line: 1 Description: Qty Unit Unit Price Total Alley Clearance,one time service,per the attached specifications 14,286 LF $0.35 5000.01 Line:3 Description: Qty Unit Unit Price Total Alley Clearance,one time grading service,per the attached specifications 0.00 CY $155.00 $0 Line:4 Description: Qty Unit Unit Price Total Alley Cleaning,4 cycles,per the attached 205946 LF $0.35 $288,324.25 specifications Total Bid Amount: $293,324.26 1.0 INVOICING REQUIREMENTS 1.1 The City of Fort Worth has begun implementing an automated invoicing system. 1.2 The Contractor shall send invoices electronically to our centralized Accounts Payable department invoice email address: supplierinvoices(cfortworthtexas.gov. This email address is not monitored so please do not send correspondence to this email address. The sole purpose of the supplier invoices email address is to receipt and process supplier invoices. 1.3 Please include the following on the subject line of your e-mail: vendor name,invoice number, and PO number, separated by an underscore (ex: Example,lnc._123456 FW013-0000001234) 1.4 To ensure the system can successfully process your invoice in an expedient manner,please adhere to the following requirements: • All invoices must be either a PDF or TIFF format. • Image quality must be at least 300 DPI(dots per inch). • Invoices must be sent as an attachment(i.e.no invoice in the body of the email). • One invoice per attachment(includes PDFs).Multiple attachments per email is acceptable but each invoice must be a separate attachment. • Please do not send handwritten invoices or invoices that contain handwritten notes. • Dot matrix invoice format is not accepted. • The invoice must contain the following information: • Supplier Name and Address; • Remit to Supplier Name and Address, if different; Vendor Services Agreement Page 17 of 31 • Applicable City Department business unit#(i.e.FW013) • Complete City of Fort Worth PO number(i.e.the PO number must contain all preceding zeros); • Invoice number; • Invoice date; and • Invoices should be submitted after delivery of the goods or services. 1.5 To prevent invoice processing delays,please do not send invoices by mail and email and please do not send the same invoice more than once by email to supplierinvoicesgfortworthtexas.gov. To check on the status of an invoice,please contact the City Department ordering the goods/services or the Central Accounts Payable Department by email at: ZZ FIN AccountsPayablegfortworthtexas.gov. 1.6 If you are unable to send your invoice as outlined above at this time,please send your invoice to our centralized Accounts Payable department instead of directly to the individual city department. This will allow the city staff to digitize the invoice for faster processing. 1.7 If electronic invoicing is not possible,you may send your paper invoice to: City of Fort Worth Attn: FMS Central Accounts Payable 200 Texas Street Fort Worth,Texas,76102 The City's goal is to receive 100%of invoices electronically so that all supplier payments are processed efficiently. To achieve this goal,we need the Contractor's support. If Contractor has any questions,please contact the Accounts Payable team at(817) 392-2451 or by email to ZZ FIN AccountsPayable(cfortworthtexas.gov. 1.8 Contractor shall not include Federal, State of City sales tax in its invoices. City shall furnish a tax exemption certificate upon Vendor's request. 2.0 UNIT PRICE ADJUSTMENT 2.1 The unit prices may be adjusted for increases or decreases in Vendor's cost during the renewal period but before the effective date of the renewal upon written request from the Vendor. 2.2 The Vendor must submit its price adjustment request,in writing,at least 60 days before the renewal effective period. The Vendor shall provide written proof of cost increases with price adjustment request. 2.3 If the City concludes that the rate increase being requested is exorbitant,the City reserves the right to adjust the rate request,or reject the rate request in its entirety and allow the contract to expire at the end of the contract term. If the City elects not to exercise the renewal option,the Purchasing Division will issue a new solicitation. 2.4 Prices bid shall remain firm for each one-year term of the Agreement and shall include all associated freight and delivery costs. 2.5 Prices offered shall be used for bid analysis and for Agreement pricing. In cases of errors in extensions or totals,the unit prices offered will govern. Vendor Services Agreement Page 18 of 31 2.6 Upon expiration of the Agreement term the successful bidder,agrees to hold over under the terms and conditions of this Agreement for a reasonable period of time to allow the city to re-bid an agreement,not to exceed ninety(90)days.Vendor will be reimbursed for this service at the prior agreement rate(s).Vendor shall remain obligated to the City under all clauses of this Agreement that expressly or by their nature extends beyond and survives the expiration or termination of this Agreement. 2.7 Goods and/or services shall not be suspended by the Vendor without a 30 day prior written notice to the City. 3.0 INSURANCE REQUIREMENTS-The Contractor shall carry insurance in the types and amounts for the duration of this contract as listed in the draft service agreement,Attachment_to this solicitation,and furnish certificates of insurance along with copies of policy declaration pages and policy endorsements as evidence thereof. 4.0 PERFORMANCE-Failure of the City to insist in any one or more instances upon performance of any of the terms and conditions of this Agreement shall not be construed as a waiver or relinquishment of the future performance of any terms and conditions,but the Vendor's obligation with respect to such performance shall continue in full force and effect. 5.0 SUBCONTRACTING-No subcontracting of the work under this contract will be allowed without written permission from the City. 6.0 HAZARDOUS CONDITIONS 7.1 The Vendor is required to notify the City immediately of any hazardous conditions and/or damage to any property. 7.2 Hazardous materials shall be handled with care and workers shall wear Personal Protective Equipment(PPE)while handling hazardous material. If there are questions regarding how to dispose of materials,the Contractor shall contact City of Fort Worth Code Compliance at 817-392-1234. 8.0 CONTRACT ADMINISTRATION AND TERMINATION 8.1 Contract administration will be performed by the City Department. In the event the Vendor fails to perform according to the terms of the agreement,The Department head or his/her designee will notify the Vendor,in writing,of its failures.A meeting may be arranged to discuss the Vendor's deficiencies.A written cure notice may be prepared giving the Vendor 14 calendar days to cure any deficiency. 8.2 In the event the Vendor continues with unsatisfactory performance,the department will promptly notify the Purchasing Manager who will take appropriate action to cure the performance problem(s),which could include cancellation,termination for convenience or default. If the agreement is terminated for default,the Vendor may be held liable for excess cost and/or liquidated damages. 8.3 The Vendor will be paid only those sums due and owing under the agreement for services satisfactorily rendered, subject to offset for damages and other amounts which are,or which may become,due and owing to the City. Vendor Services Agreement Page 19 of 31 8.4 The City reserves the right to terminate this agreement,or any part hereof,for its sole convenience. In the event of such termination,the Vendor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subVendors to cease work. Subject to the terms of this agreement,the Vendor shall be paid a percentage of the agreement price reflecting the percentage of the work performed prior to the notice of termination,plus reasonable charges the Vendor can demonstrate to the satisfaction of the City using its standard record keeping system,have resulted from the termination.However,in no event shall the total of all amounts paid to the Vendor exceed the agreement price.The Vendor shall not be reimbursed for any profits which may have been anticipated,but which have not been earned up to the date of termination. 9.0 RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT 9.1 If the Federal award meets the definition of"funding eCFR-Code of Federal Regulations agreement" under 37 CFR§401.2(a)and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties,assignment or performance of experimental,developmental,or research work under that"funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to In Made by Nonprofit Organizations and Small Business Firms Under Government Grants,Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 10.0 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT 10.1 Vendor shall comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended(33 U.S.C. 1251-1387).Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). 11.0 DEBARMENT AND SUSPENSION 11.1 Per Executive Orders 12549 and 12689,a contract award(see 2 CFR 180.220)shall not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM),in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1969 Comp.,p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended,or otherwise excluded by agencies,as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor Services Agreement Page 20 of 31 EXHIBIT C Alley List-Contract 1 (357 Alleys) SI.No. Alley_ID Block Btn_Street Btn_Stre_1 Length(LF) Mapsco CD Contract Wo 1 2006 700 Lincoln Ave Gould Ave 577.53 62K 2 1 1W4 2 2007 800 Gould Ave Denver Ave 576.05 62P 2 1 1W4 3 2008 900 Denver Ave Lagonda Ave 574.64 62P 2 1 1W4 4 2009 1700 Park St NW 16th St 866.31 62N 2 1 1W4 5 2010 1700 Park St NW 16th St 888.53 62N 2 1 1W4 6 2011 1700 Park St NW 16th St 729.98 62N 2 1 1W4 7 2012 1350 Belmont Ave Grand Ave 677.02 62N 2 1 1W4 8 2013 404 Clinton Ave Lee Ave 227.23 62K 2 1 1W4 9 2014 500 Lee Ave Circle Park Blvd 265.13 62K 2 1 1W4 10 2015 600 Circle Park Lincoln Ave 269.91 62K 2 1 1W4 Blvd 11 2016 400 Clinton Ave Lee Ave 580.39 62K 2 1 1W4 12 2017 500 Lee Ave Circle Park Blvd 580.60 62K 2 1 1W4 13 2018 600 Circle Park Lincoln Ave 581.00 62P 2 1 1W4 Blvd 14 2019 700 Lincoln Ave Gould Ave 581.05 62P 2 1 1W4 15 2020 800 Gould Ave Denver Ave 581.48 62P 2 1 1W4 16 2021 900 Denver Ave Lagonda Ave 579.29 62P 2 1 1W4 17 2022 1600 NW 16th St NW 15th St 877.18 62P 2 1 1W4 18 2023 1600 NW 16th St NW 15th St 897.92 62P 2 1 1W4 19 2024 1600 NW 16th St NW 15th St 894.29 62N 2 1 1W4 20 2025 1300 Belmont Ave Grand Ave 618.18 62N 2 1 1W4 21 2026 200 Ellis Ave N Houston St 267.03 62L 2 1 1W4 22 2028 400 Clinton Ave Lee Ave 599.04 62P 2 1 1W4 23 2029 500 Lee Ave Circle Park Blvd 599.97 62P 2 1 1W4 24 2030 600 Circle Park Lincoln Ave 592.64 62P 2 1 1W4 Blvd 25 2031 700 Lincoln Ave Gould Ave 578.92 62P 2 1 1W4 26 2032 800 Gould Ave Denver Ave 583.82 62P 2 1 1W4 27 2033 900 Denver Ave Lagonda Ave 566.72 62P 2 1 1W4 28 2034 1500 NW 15h St NW 14th St 644.49 62P 2 1 1W4 29 2035 1100 Harrington Homan Ave 493.39 62P 2 1 1W4 Ave 30 2036 1214 Homan Ave Grand Ave 612.89 62P 2 1 1W4 31 2037 1200 Homan Ave Grand Ave 536.78 62P 2 1 1W4 32 2038 200 Ellis Ave N Houston St 573.91 62Q 2 1 1W4 33 2039 300 N HoustonSt Clinton Ave 565.32 62Q 2 1 1W4 34 2040 400 Clinton Ave Lee Ave 566.08 62Q 2 1 1W4 35 2041 500 Lee Ave Circle Park Blvd 570.30 62P 2 1 1W4 Vendor Services Agreement Page 21 of 31 SI.No. Alley_ID Block Btn_Street Btn_Stre_i Length(LF) Mapsco C Contract WO 36 2042 600 Circle Park Lincoln Ave 566.03 62P 2 1 1W4 Blvd 37 2043 700 Lincoln Ave Gould Ave 564.99 62P 2 1 1W4 38 2044 900 Denver Ave Lagonda Ave 577.89 62P 2 1 1W4 39 2045 1000 Lagonda Ave Harrington Ave 646.48 62P 2 1 1W4 40 2046 1400 NW 14th St W Central Ave 797.60 62P 2 1 1W4 41 2047 1400 NW 14th St W Central Ave 960.08 62P 2 1 1W4 42 2049 300 N Houston St Clinton Ave 568.60 62Q 2 1 1W4 43 2050 400 Clinton Ave Lee Ave 407.71 62Q 2 1 1W4 44 2051 500 Lee Ave Circle Park Blvd 571.09 62Q 2 1 1W4 45 2052 600 Circle Park Lincoln Ave 570.94 62P 2 1 1W4 Blvd 46 2053 700 Lincoln Ave Gould Ave 569.12 62P 2 1 1W4 47 2054 800 Goulda Ave Denver Ave 568.64 62P 2 1 1W4 48 2055 900 Denver Ave Lagonda Ave 568.54 62P 2 1 1W4 49 2056 1000 Lagonda Ave Harrington Ave 569.25 62P 2 1 1W4 50 2057 1300 W Central W Northside Dr 715.18 62P 2 1 1W4 Ave 51 2067 300 N Jones St N Calhoun St 700.20 62Q 2 1 1W4 52 2068 200 N Calhoun St N Commerce St 650.45 62Q 2 1 1W4 53 2069 100 N Commerce N Main St 595.32 62Q 2 1 1W4 St 54 2075 3200 McKinley Ave Roosevelt Ave 595.63 62A 2 1 1W2 55 2076 3200 Roosevelt Prairie Ave 604.06 62A 2 1 1W2 Ave 56 2077 3200 Prairie Ave Loving Ave 602.20 62A 2 1 1W2 57 2080 3200 Rosen Ave McKinley Ave 351.57 61D 2 1 1W2 58 2081 3100 Hanna Ave Rosen Ave 609.81 61D 2 1 1W2 59 2082 3100 Rosen Ave McKinley Ave 608.96 61D 2 1 1W2 60 2083 3100 McKinley Ave Roosevelt Ave 610.21 62A 2 1 1W2 61 2084 3100 Roosevelt Prairie Ave 609.43 62A 2 1 1W2 Ave _ 62 2085 3100 Prairie Ave Loving Ave 609.80 62A 2 1 1W2 63 2089 3000 Hanna Ave Rosen Ave 525.92 61D 2 1 1W2 64 2090 3000 Rosen Ave McKinley Ave 527.97 61D 2 1 1W2 65 2093 3000 Prairie Ave Loving Ave 524.13 62A 2 1 1W2 66 2096 2950 Hanna Ave Rosen Ave 502.60 61D 2 1 1W2 67 2097 2950 Rosen Ave McKinley Ave 511.31 61D 2 1 1W2 68 2098 2950 McKinley Ave Roosevelt Ave 515.47 62A 2 1 1W2 69 2103 2900 Hanna Ave Rosen Ave 500.47 61D 2 1 1W2 70 2104 2900 Rosen Ave McKinley Ave 500.24 61D 2 1 1W2 71 2105 2900 McKinley Ave Roosevelt Ave 502.09 62A 2 1 1W2 Vendor Services Agreement Page 22 of 31 SI.No. Alley_ID Block Btn_Street Btn_Stre_I Length(LF) Mapsco CD Contract WO 72 2114 2800 Hanna Ave Rosen Ave 364.54 61D 2 1 1W2 73 2115 2800 Rosen Ave McKinley Ave 344.91 61D 2 1 1W2 74 2116 2800 McKinley Ave Roosevelt Ave 337.84 62A 2 1 1W2 75 2119 2800 Loving Ave Columbus Ave 382.20 62A 2 1 1W2 76 2120 2800 Columbus Chestnut Ave 463.57 62A 2 1 1W2 Ave 77 2121 2800 Chestnut Ave Pearl Ave 534.69 62A 2 1 1W2 78 2124 2700 Hanna Ave Rosen Ave 470.88 61H 2 1 1W2 79 2125 2700 Rosen Ave McKinley Ave 601.31 61H 2 1 1W2 80 2126 2700 McKinley Ave Roosevelt Ave 604.91 62E 2 1 1W2 81 2127 2700 Roosevelt Prairie Ave 602.37 62E 2 1 1W2 Ave 82 2128 2700 Priarie Ave Loving Ave 589.76 62E 2 1 1W2 83 2129 2700 Loving Ave Columbus Ave 550.08 62E 2 1 1W2 84 2130 2700 Columbus Chestnut Ave 470.58 62E 2 1 1W2 Ave 85 2131 2700 Chestnut Ave Pearl Ave 402.73 62E 2 1 1W2 86 2132 1100 Pearl Ave Market Ave 333.78 62E 2 1 1W3 87 2134 2600 Hanna Ave Rosen Ave 453.81 61H 2 1 1W2 88 2135 2600 Rosen Ave McKinley Ave 606.20 61H 2 1 1W2 89 2137 2600 Roosevelt Prairie Ave 608.74 62E 2 1 1W2 Ave 90 2138 2600 Priarie Ave Loving Ave 608.83 62E 2 1 1W2 91 2139 2600 Loving Ave Columbus Ave 610.75 62E 2 1 1W2 92 2140 2600 Columbus Chestnut Ave 609.09 62E 2 1 1W2 Ave 93 2141 2600 Chestnut Ave Pearl Ave 602.55 62E 2 1 1W2 94 2142 1100 Pearl Ave Market Ave 599.93 62E 2 1 1W3 95 2143 2500 Rosen Ave McKinley Ave 154.12 61H 2 1 1W2 96 2144 2500 McKinley Ave Roosevelt Ave 487.89 62E 2 1 1W2 97 2147 2500 Priarie Ave Loving Ave 612.58 62E 2 1 1W2 98 2148 2500 Loving Ave Columbus Ave 609.63 62E 2 1 1W2 99 2149 2500 Columbus Chestnut Ave 607.69 62E 2 1 1W2 Ave 100 2150 2500 Chestnut Ave Pearl Ave 594.94 62E 2 1 1W2 101 2151 1100 Pearl Ave Market Ave 595.36 62E 2 1 1W3 102 2152 1000 Market Ave Gould Ave 597.81 62E 2 1 1W3 103 2153 2500 Azle Ave NW 25th St 933.56 61H 2 1 1W2 104 2154 2500 Azle Ave NW 25th St 613.42 61H 2 1 1W2 105 2155 2400 Hanna Ave Rosen Ave 607.75 61H 2 1 1W2 106 2156 2400 Rosen Ave McKinley Ave 605.48 61H 2 1 1W2 107 2157 2400 McKinley Ave Roosevelt Ave 609.34 62E 2 1 1W2 Vendor Services Agreement Page 23 of 31 SI.No. Alley_ID Block Btn_Street Btn_Stre_i Length(LF) Mapsco C Contract WO 108 2158 2400 1 Roosevelt Prairie Ave 596.00 62E 2 1 1W2 Ave 109 2159 2400 Priarie Ave Loving Ave 609.75 62E 2 1 1W2 110 2160 2400 Loving Ave Columbus Ave 604.10 62E 2 1 1W2 111 2161 2400 Columbus Chestnut Ave 617.23 62E 2 1 1W2 _ Ave I 112 2162 2400 Chestnut Ave Pearl Ave 598.05 62E 2 1 1W2 113 2163 1100 Pearl Ave Market Ave 590.61 I 62E 2 1 1W3 114 2164 1000 Market Ave Gould Ave 595.61 62E �� 2 1 1W3 115 2165 2300 Hanna Ave Rosen Ave 611.75 61H 2 1 1W2 116 2166 2300 Rosen Ave McKinley Ave 611.98 61H 2 1 1W2 117 2167 2300 McKinley Ave Roosevelt Ave 613.07 62J 2 1 1W2 118 2168 2300 Roosevelt Prairie Ave 611.80 62J 2 1 1W2 Ave 119 2169 2300 Priarie Ave Loving Ave 610.23 62J 2 1 1W2 120 2170 2300 Loving Ave Columbus Ave 611.25 62J 2 1 1W2 121 2171 2300 Columbus Chestnut Ave 613.52 62J 2 1 1W2 Ave 122 2172 2300 Chestnut Ave Pearl Ave 604.53 621 2 1 1W2 123 2173 1100 Pearl Ave Market Ave 602.45 62J 2 1 1W3 124 2174 1000 Market Ave Gould Ave 605.30 62J 2 1 1W3 125 2175 2200 McKinley Ave Roosevelt Ave 608.86 62J 2 1 1W2 126 2176 2200 Roosevelt Prairie Ave 609.57 62J 2 1 1W2 Ave 127 2177 2200 Priarie Ave Loving Ave 611.04 62J 2 1 1W2 128 2178 2200 Loving Ave Columbus Ave 606.67 62J 2 1 1W2 129 2179 2200 Columbus Chestnut Ave 606.43 62J 2 1 1W2 Ave 130 2180 2200 Chestnut Ave Pearl Ave 602.06 62J 2 1 1W2 131 2181 1100 Pearl Ave Market Ave 598.35 62J 2 1 1W3 132 2182 1000 Market Ave Gould Ave 607.79 62J 2 1 1W3 133 2183 2100 McKinley Ave Roosevelt Ave 489.52 62J 2 1 1W2 134 2184 2100 Roosevelt Prairie Ave 557.75 62J 2 1 1W2 Ave 135 2185 2100 Priarie Ave Loving Ave 554.62 62J 2 1 1W2 136 2186 2100 Loving Ave Columbus Ave 558.40 62J 2 1 1W2 137 2187 2100 Columbus Chestnut Ave 558.27 62J 2 1 1W2 Ave 138 2188 2100 Chestnut Ave Pearl Ave 553.23 62J 2 1 1W2 139 2189 1100 Pearl Ave Market Ave 547.02 62J 2 1 1W3 140 2190 1000 Market Ave Gould Ave 547.78 62J 2 1 1W3 141 2209 701 Refugio Ave Prospect Ave 598.56 62B 2 1 1W3 142 2210 600 Prospect Ave Lee Ave 605.66 62B 2 1 1W3 Vendor Services Agreement Page 24 of 31 SI.No. Alley_ID Block Btn_Street Btn_Stre_i Length(LF) Mapsco CD Contract WO 143 2211 501 Lee Ave Ross Ave 597.49 62B 2 1 1W3 144 2212 401 Ross Ave Clinton Ave 549.37 62B 2 1 1W3 145 2213 201 N Houston St Ellis Ave 554.51 62B 2 1 1W3 146 2214 101 Ellis Ave N Main St 563.16 62B 2 1 1W3 147 2215 0 Lincoln Ave Refugio Ave 496.81 62B 2 1 1W3 148 2216 700 Refugio Ave Prospect Ave 659.60 62B 2 1 1W3 149 2217 600 Prospect Ave Lee Ave 648.81 62B 2 1 1W3 150 2218 500 Lee Ave Ross Ave 648.52 62B 2 1 1W3 151 2219 400 Ross Ave Clinton Ave 647.66 62B 2 1 1W3 152 2220 300 Clinton Ave N Houston St 646.65 62B 2 1 1W3 153 2221 200 N Houston St Ellis Ave 648.56 62B 2 1 1W3 154 2222 100 Ellis Ave N Main St 651.08 62B 2 1 1W3 155 2223 800 Lincoln Ave Refugio Ave 598.74 62B 2 1 1W3 156 2224 700 Refugio Ave Prospect Ave 597.53 62B 2 1 1W3 157 2225 600 Prospect Ave Lee Ave 597.84 62B 2 1 1W3 158 2226 500 Lee Ave Ross Ave 599.52 62B 2 1 1W3 159 2227 400 Ross Ave Clinton Ave 604.37 62B 2 1 1W3 160 2228 300 Clinton Ave N Houston St 600.77 62B 2 1 1W3 161 2229 200 N Houston St Ellis Ave 598.17 62B 2 1 1W3 162 2230 100 Ellis Ave N Main St 595.14 62B 2 1 1W3 163 2231 700 Refugio Ave Prospect Ave 597.31 62B 2 1 1W3 164 2232 600 Prospect Ave Lee Ave 592.16 62B 2 1 1W3 165 2233 500 Lee Ave Ross Ave 593.53 62B 2 1 1W3 166 2234 400 Ross Ave Clinton Ave 595.59 62B 2 1 1W3 167 2235 300 Clinton Ave N Houston St 597.14 62B 2 1 1W3 168 2236 200 N Houston St Ellis Ave 597.74 62B 2 1 1W3 169 2237 100 Ellis Ave N Main St 601.21 62C 2 1 1W3 170 2238 700 Refugio Ave Prospect Ave 394.91 62B 2 1 1W3 171 2239 600 Prospect Ave Lee Ave 394.39 62B 2 1 1W3 172 2240 600 Prospect Ave Lee Ave 354.43 62B 2 1 1W3 173 2241 500 Lee Ave Ross Ave 798.01 62B 2 1 1W3 174 2242 400 Ross Ave Clinton Ave �� 794.44 62B 2 1 1W3 175 2250 500 Lee Ave Ross Ave 516.39 I 62F 2 1 1W3 176 2253 900 Gould Ave Lincoln Ave 598.80 62F 2 1 1W3 177 2254 800 Lincoln Ave Refugio Ave 590.30 62F 2 1 1W3 178 2255 700 Refugio Ave Prospect Ave 588.15 62F 2 1 1W3 179 2256 800 Prospect Ave Lee Ave 599.77 62F 2 1 1W3 180 2257 500 Lee Ave Ross Ave 596.98 62F 2 1 1W3 181 2258 400 Ross Ave Clinton Ave 598.08 62F 2 1 1W3 182 2259 300 Ross Ave Clinton Ave 595.64 62F 2 1 1W3 Vendor Services Agreement Page 25 of 31 SI.No. Alley_ID Block Btn_Street Btn_Stre_i Length(LF) Mapsco CD Contract WO 183 2260 900 Gould Ave Lincoln Ave 599.86 62F 2 1 1W3 184 2261 800 Lincoln Ave Refugio Ave 597.46 62F 2 1 1W3 185 2262 700 Refugio Ave Prospect Ave 599.69 62F 2 1 1W3 186 2263 800 Prospect Ave Lee Ave 600.47 62F 2 1 1W3 187 2264 500 Lee Ave Ross Ave 599.60 62F 2 1 1W3 188 2265 400 Ross Ave Clinton Ave 600.30 62F 2 1 1W3 189 2270 900 Gould Ave Lincoln Ave 602.06 62K 2 1 1W3 190 2271 800 Lincoln Ave Refugio Ave 604.77 62K 2 1 1W3 191 2272 700 Refugio Ave Prospect Ave 603.33 62K 2 1 1W3 192 2273 800 Prospect Ave Lee Ave 603.96 62K 2 1 1W3 193 2274 500 Lee Ave Ross Ave 603.54 62K 2 1 1W3 194 2275 400 Ross Ave Clinton Ave 605.42 62K 2 1 1W3 195 2276 300 Ross Ave Clinton Ave 602.10 62K 2 1 1W3 196 2277 200 N Houston St Ellis Ave 603.88 62K 2 1 1W3 197 2278 900 Gould Ave Lincoln Ave 604.90 62K 2 1 1W3 198 2279 800 Lincoln Ave Refugio Ave 606.61 62K 2 1 1W3 199 2280 700 Refugio Ave Prospect Ave 605.44 62K 2 1 1W3 200 2281 800 Prospect Ave Lee Ave 606.54 62K 2 1 1W3 201 2282 500 Lee Ave Ross Ave 607.53 62K 2 1 1W3 202 2283 400 Ross Ave Clinton Ave 607.13 62K 2 1 1W3 203 2284 300 Ross Ave Clinton Ave 605.56 62K 2 1 1W3 204 2285 200 N Houston St Ellis Ave 591.59 62K 2 1 1W3 205 2286 900 Gould Ave Lincoln Ave 546.83 62K 2 1 1W3 206 2288 800 Prospect Ave Lee Ave 552.37 62K 2 1 1W3 207 2289 500 Lee Ave Ross Ave 548.14 62K 2 1 1W3 208 2290 400 Ross Ave Clinton Ave 550.17 62K 2 1 1W3 209 2291 300 Ross Ave Clinton Ave 551.48 62K 2 1 1W3 210 2292 200 N Houston St Ellis Ave 546.83 62K 2 1 1W3 211 2294 500 Lee Ave Ross Ave 547.83 62K 2 1 1W3 212 2295 400 Ross Ave Clinton Ave 550.87 62K 2 1 1W3 213 2296 300 Ross Ave Clinton Ave 550.27 62K 2 1 1W3 214 2301 2700 NW 28th St NW 27th St 319.70 47X 2 1 1W1 215 2302 2600 NW 27th St Azle Ave 601.23 I 47X 2 1 1W1 216 2304 2700 NW 28th St NW 27th St 600.08 47X 2 1 1W1 217 2305 2800 NW Loraine NW 28th St 599.76 47Y 2 1 1W1 St 218 2306 2900 NW 29th St NW Loraine St 602.86 47Y 2 1 1W1 219 2307 3000 NW 30th St NW 29th St 600.43 47Y 2 1 1W1 220 2308 3100 NW 31st St NW 230th St 605.86 47Y 2 1 1W1 221 2309 2300 NW 24th St NW 23rd St 587.62 61B 2 1 1W1 Vendor Services Agreement Page 26 of 31 SI.No. Alley_ID Block Btn_Street Btn-Stre Ija Length(LF) Mapsco CD Contract Wo 222 2310 2400 NW 25th St NW 24th St 593.57 61B 2 1 1W1 223 2311 2500 NW 26th St NW 25th St 594.43 47X 2 1 1W1 224 2312 2550 Azle Ave NW 26th St 596.15 47X 2 1 1W1 225 2313 2600 NW 27th St Azle Ave 595.56 47Y 2 1 1W1 226 2314 2700 NW 28th St NW 27th St 597.54 47Y 2 1 1W1 227 2315 2800 NW Loraine NW 28th St 597.77 47Y 2 1 1W1 St 228 2316 2900 NW 29th St NW Loraine St 595.80 47Y 2 1 1W1 229 2317 3000 NW 30th St NW 29th St 599.72 47Y 2 1 1W1 230 2318 3100 NW 31st St NW 230th St 599.16 47Y 2 1 1W1 231 2320 2300 NW 24th St NW 23rd St 599.68 61B 2 1 1W1 232 2321 2400 NW 25th St NW 24th St 602.81 61B 2 1 1W1 233 2322 2500 NW 26th St NW 25th St 601.57 61C 2 1 1W1 234 2323 2550 Azle Ave NW 26th St 599.98 47Y 2 1 1W1 235 2324 2600 NW 27th St Azle Ave 304.81 47Y 2 1 1W1 236 2325 2700 NW 28th St NW 27th St 597.82 47Y 2 1 1W1 237 2326 2800 NW Loraine NW 28th St 598.97 47Y 2 1 1W1 St 238 2327 2900 NW 29th St NW Loraine St 603.65 47Y 2 1 1W1 239 2328 3000 NW 30th St NW 29th St 599.65 47Y 2 1 1W1 240 2329 3100 NW 31st St NW 230th St 610.20 47Y 2 1 1W1 241 2330 3200 NW 32nd St NW 31st St 609.83 47Y 2 1 1W1 242 2331 3300 Nw 33rd St NW 32nd St 608.53 47Y 2 1 1W1 243 2332 2500 NW 26th St NW 25th St 597.51 61C 2 1 1W1 244 2333 2550 Azle Ave NW 26th St 599.23 61C 2 1 1W1 245 2334 2600 NW 27th St Azle Ave 596.43 61C 2 1 1W1 246 2335 2700 NW 28th St NW 27th St 600.97 47Y 2 1 1W1 247 2336 2800 NW Loraine NW 28th St 600.13 47Y 2 1 1W1 St 248 2337 2900 NW 29th St NW Loraine St 607.01 47Y 2 1 1W1 249 2338 3000 NW 30th St NW 29th St 607.38 47Y 2 1 1W1 250 2339 3100 NW 31st St NW 230th St 602.28 47Y 2 1 1W1 251 2340 3200 NW 32nd St NW 31st St 402.16 47Y 2 1 1W1 252 2341 2300 NW 24th St NW 23rd St 598.52 61C 2 1 1W1 253 2342 2400 NW 25th St NW 24th St 600.19 61C 2 1 1W1 254 2345 2300 NW 24th St NW 23rd St 594.08 61C 2 1 1W1 255 2346 2400 NW 25th St NW 24th St 597.44 61C 2 1 1W1 256 2347 2500 NW 26th St NW 25th St 595.01 61C 2 1 1W1 257 2349 2600 NW 27th St Azle Ave 599.98 61C 2 1 1W1 258 2350 2700 NW 28th St NW 27th St 608.31 61C 2 1 1W1 Vendor Services Agreement Page 27 of 31 SI.No. Alley_ID Block Btn_Street Btn_Stre_i Length(LF) Mapsco C Contract WO 259 2351 2800 NW Loraine NW 28th St 614.11 61C 2 1 1W1 St 260 2352 2900 NW 29th St NW Loraine St 611.10 47Y 2 1 1W1 261 2353 3000 NW 30th St NW 29th St 610.24 47Y 2 1 1W1 262 2357 2100 NW 21st St NW 20th St 596.26 61C 2 1 1W1 263 2358 2200 NW 22nd St NW 21st St 593.59 61C 2 1 1W1 264 2359 2250 NW 23rd St NW 22nd St 591.41 61C 2 1 1W1 265 2360 2300 NW 24th St NW 23rd St 597.94 61C 2 1 1W1 266 2361 2400 NW 25th St NW 24th St 606.57 61C 2 1 1W1 267 2362 2500 NW 26th St NW 25th St 603.96 61C 2 1 1W1 268 2363 2550 Azle Ave NW 26th St 601.26 61C 2 1 1W1 269 2365 2700 NW 28th St NW 27th St 610.81 61C 2 1 1W1 270 2366 2800 NW Loraine NW 28th St 611.37 61C 2 1 1W1 St 271 2367 2900 NW 29th St NW Loraine St 607.87 61C 2 1 1W1 272 2368 3000 NW 30th St NW 29th St 608.32 61D 2 1 1W1 273 2371 2050 NW 20th St NW 19th St 592.30 61G 2 1 1W1 274 2372 2100 NW 21st St NW 20th St 594.63 61G 2 1 1W1 275 2373 2200 NW 22nd St NW 21st St 596.62 61G 2 1 1W1 276 2374 2250 NW 23rd St NW 22nd St 604.08 61C 2 1 1W1 277 2375 2300 NW 24th St NW 23rd St 600.11 61C 2 1 1W1 278 2376 2400 NW 25th St NW 24th St 606.90 61C 2 1 1W1 279 2377 2500 NW 26th St NW 25th St 609.16 61C 2 1 1W1 280 2378 2550 Azle Ave NW 26th St 607.92 61C 2 1 1W1 281 2379 2600 NW 27th St Azle Ave 611.33 61C 2 1 1W1 282 2380 2700 NW 28th St NW 27th St 611.04 61C 2 1 1W1 283 2381 2800 NW Loraine NW 28th St 608.83 61D 2 1 1W1 St 284 2382 2900 NW 29th St NW Loraine St 608.35 61D 2 1 1W1 285 2383 3000 NW 30th St NW 29th St 611.13 61D 2 1 1W1 286 2384 3100 NW 31st St NW 30th St 616.21 61D 2 1 1W1 287 2388 2050 NW 20th St NW 19th St 599.40 61G 2 1 1W1 288 2389 2100 NW 21st St NW 20th St 602.28 61G 2 1 1W1 289 2390 2200 NW 22nd St NW 21st St 601.23 61G 2 1 1W1 290 2391 2250 NW 23rd St NW 22nd St 604.05 61G 2 1 1W1 291 2392 2300 NW 24th St NW 23rd St 606.48 61C 2 1 1W1 292 2393 2400 NW 25th St NW 24th St 613.40 61C 2 1 1W1 293 2394 2500 NW 26th St NW 25th St 560.12 61C 2 1 1W1 294 2395 2550 Azle Ave NW 26th St 554.18 61C 2 1 1W1 295 2396 2600 NW 27th St Azle Ave 550.95 61D 2 1 1W1 296 2397 2700 NW 28th St NW 27th St 547.49 61D 2 1 1W1 Vendor Services Agreement Page 28 of 31 SI.No. Alley_ID Block Btn_Street Btn_Stre_i Length(LF) Mapsco C Contract WO 297 2398 2800 NW Loraine NW 28th St 550.82 61D 2 1 1W1 St 298 2399 2900 NW 29th St NW Loraine St 579.35 61D 2 1 1W1 299 2400 3000 NW 30th St NW 29th St 603.50 61D 2 1 1W1 300 2401 3100 NW 31st St NW 30th St 604.06 61D 2 1 1W1 301 2405 2050 NW 20th St NW 19th St 554.87 61G 2 1 1W1 302 2406 2100 NW 21st St NW 20th St 554.57 61G 2 1 1W1 303 2407 2200 NW 22nd St NW 21st St 555.54 61G 2 1 1W1 304 2408 2250 NW 23rd St NW 22nd St 556.84 61G 2 1 1W1 305 2409 2300 NW 24th St NW 23rd St 554.23 61G 2 1 1W1 306 2410 2400 NW 25th St NW 24th St 547.24 61G 2 1 1W1 307 2411 2500 NW 26th St NW 25th St 598.26 61H 2 1 1W1 308 2412 2550 Azle Ave NW 26th St 608.31 61D 2 1 1W1 309 2413 2600 NW 27th St Azle Ave 608.99 61D 2 1 1W1 310 2414 2700 NW 28th St Nw 27th St 609.65 61D 2 1 1W1 311 2415 2800 NW Loraine NW 28th St 609.51 61D 2 1 1W1 St 312 2416 2900 NW 29th St NW Loraine St 576.83 61D 2 1 1W1 313 2417 3000 NW 30th St NW 29th St 553.06 61D 2 1 1W1 314 2423 2400 NW 25th St NW 24th St 613.68 61H 2 1 1W1 315 2424 2500 NW 26th St NW 25th St 611.34 61H 2 1 1W1 316 2425 2550 Azle Ave NW 26th St 610.26 61H 2 1 1W1 317 2426 2600 NW 27th St Azle Ave 610.05 61D 2 1 1W1 318 2427 2700 NW 28th St Nw 27th St 608.89 61D 2 1 1W1 319 2428 2800 NW Loraine NW 28th St 609.45 61D 2 1 1W1 St 320 2429 2900 NW 29th St NW Loraine St 531.73 61D 2 1 1W1 321 2431 2400 NW 25th St NW 24th St 587.62 61H 2 1 1W1 322 2432 2500 NW 26th St NW 25th St 595.93 61H 2 1 1W1 323 2433 2550 Azle Ave NW 26th St 415.02 61H 2 1 1W1 324 2434 2600 NW 27th St Azle Ave 593.78 61H 2 1 1W1 325 2435 2700 NW 28th St NW 27th St 550.83 61H 2 1 1W1 326 2436 2800 NW Loraine NW 28th St 212.53 61D 2 1 1W1 St 327 2437 2400 NW 25th St NW 24th St 596.40 61H 2 1 1W2 328 2438 2500 NW 26th St NW 25th St 591.15 61H 2 1 1W2 329 2439 2600 Azle Ave NW 26th St 624.19 61H 2 1 1W2 330 2441 2300 NW 24th St NW 23rd St 603.42 61H 2 1 1W2 331 2442 2300 NW 24th St NW 23rd St 352.08 61H 2 1 1W2 332 2443 2400 NW 25th St NW 24th St 609.22 61H 2 1 1W2 333 2444 2500 NW 26th St NW 25th St 308.81 61H 2 1 1W2 Vendor Services Agreement Page 29 of 31 SI.No. Alley_ID Block Btn_Street Btn_Stre_i Length(LF) Mapsco C Contract WO 334 2457 200 N Commerce N Calhoun St 602.06 62L 2 1 1W4 St 335 2458 300 N Calhoun St N Jones St 594.06 62L 2 1 1W4 336 2459 400 N Jones St N Grove St 464.88 62L 2 1 1W4 337 2546 300 Clinton Ave N Houston St 489.50 48X 2 1 1W3 338 2547 200 N Houston St Ellis Ave 493.30 48X 2 1 1W3 339 2548 100 Ellis Ave N Main St 493.22 48X 2 1 1W3 340 2549 400 Ross Ave Clinton Ave 503.00 48X 2 1 1W3 341 2550 300 Clinton Ave N Houston St 500.23 48X 2 1 1W3 342 2551 200 N Houston St Ellis Ave 498.63 48X 2 1 1W3 343 2552 100 Ellis Ave N Main St 501.06 48X 2 1 1W3 344 2554 400 Ross Ave Clinton Ave 452.08 48X 2 1 1W3 345 2555 300 Clinton Ave N Houston St 457.60 48X 2 1 1W3 346 2556 200 N Houston St Ellis Ave 452.55 48X 2 1 1W3 347 2557 100 Ellis Ave N Main St 449.64 48X 2 1 1W3 348 2559 300 Clinton Ave N Houston St 569.86 48X 2 1 1W3 349 2560 200 N Houston St Ellis Ave 568.95 48X 2 1 1W3 350 2561 100 Ellis Ave N Main St 570.87 48X 2 1 1W3 351 2563 300 Clinton Ave N Houston St 596.94 48X 2 1 1W3 352 2564 200 N Houston St Ellis Ave 598.66 48X 2 1 1W3 353 2565 100 Ellis Ave N Main St 593.18 48X 2 1 1W3 354 2566 3700 Roosevelt Prairie Ave 454.50 48W 2 1 1W1 Ave 355 2567 3500 NW 35th St NW 34th St 615.76 47Z 2 1 1W1 356 2568 3300 NW 34th St NW 33rd St 607.54 47Z 2 1 1W1 357 2750 3600 NW 35th St Kenya Ct 671.50 47Z 2 1 1W1 Total 205945.89 357 Vendor Services Agreement Page 30 of 31 EXHIBIT D Contract 1 (357 Alleys) Contract 1 Alleyway Maintenance Map MUSTANG DR LONGHORN RD lA1 D _ 2 DUCATION DR e t - 1 � 3 7� 3 Cl H � Q ! m U Cl x ❑ % x J �z O TERMINAL RD � w > JASPER ST NE 38TH ST P� 9� NW 38TH ST NE 37TH ST 0 NW 3 ST NE 36TH ST v Z NW ST F YEARY ST �2 ` ��T\�O 9`F -j NW ST O n CROWLEY ST ,�� \, ST I m z U n w w C T \� I 4 w = cc U U w a •�� \N�v S T I r z z c w p w > z � � 1n G z z v Q J m w w GLADE ST may ` ` H ST Q J Q ¢ v NE 287H ST u) , z P \ �\ y F ST r w _.j I Q ' A 6TH ST n ¢ \ Li 1I a Uj U) O q ¢ NE 23RD ST C, CkS � v $OR N ST LL z G } LL -p + O y�Y NW 20TH ST C L O tc+ O OP � N \\\ 4. N 5 cil m 11% O AMP Alleyways A - z - .l NORTH D R DR Vendor Services Agreement Page 31 of 31 3/14/22,8:34 AM M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FOT Wow Create New From This M&C DATE: 11/30/2021 REFERENCE M&C 21- LOG NAME: 13P21-0096 ALLEYWAY NO.: 0887 MAINTENANCE CC NSD CODE: P TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT: (ALL) Authorize Non-Exclusive Agreements with Lawn Patrol Service, Inc. and Leon's Landscaping for Alleyway Maintenance in a Combined Annual Amount Up to $1,670,000.00 and Authorize Four Annual Renewals Options for the Same Amount for the Neighborhood Services Department RECOMMENDATION: It is recommended that the City Council authorize non-exclusive agreements with Lawn Patrol Service, Inc., and Leon's Landscaping for alleyway maintenance in a combined annual amount up to $1,670,000.00 and authorize four annual renewals options for the same amount for the Neighborhood Services Department. DISCUSSION: The Neighborhood Services Department (NSD) requested that Purchasing issue an Invitation to Bid (ITB) for Agreements to procure alleyway maintenance services. These Agreements will provide cleanup, grading and grounds maintenance of City alleys. These services will enhance the appearance of City neighborhoods, minimize criminal activity and reduce illegal dumping issues. The ITB consisted of detailed specifications listing the frequency, quality and type of cleanup and grounds maintenance to be performed at the alley locations. The specifications required the vendors to remove debris and rubbish from alleys before providing grounds maintenance. The ITB was advertised in the Fort Worth Star-Telegram on June 23, 2021, June 30, 2021, July 7, 2021, July 14, 2021, and July 21, 2021. The City received three bids. Bids were evaluated on Best Value criteria including cost, the Contractor's qualifications, experience, references, availability of resources to provided services and their approach to perform services. Staff from Park and Recreation and NSD evaluated the bids submitted and recommends awarding a one- year agreement to Lawn Patrol Service, Inc. and Leon's Landscaping along with four one-year options to renew. No guarantee was made that a specific amount of these services will be purchased. BUSINESS EQUITY: A waiver of the goal for M/WBE subcontracting requirements is approved by the Diversity and Inclusion Department, in accordance with Ordinance No. 225165-10-2021 (the Business Equity Ordinance), because the application of 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, each agreement shall begin upon execution and expire one year from that date. RENEWAL OPTIONS - Each agreement may be renewed for four (4) additional one-year renewal periods. 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 funds are available in the current operating and capital budget, apps.cfwnet.org/council_packet/mc_review.asp?ID=29435&councildate=11/30/2021 1/2 3/14/22,8:34 AM M&C Review as previously appropriated, in the General Fund and the General Capital Projects Fund for the Alleyway Maintenence project to support the approval of the above recommendation and award of the agreements. Prior to any expenditure being incurred, the Neighborhood Services Department has the responsibility to validate the availability of funds. BQN\\ TO Fund Department Account ProjectFO rogram Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID I ID I I Year (Chartfield 2) Submitted for City Manager's Office by_ Jay Chapa (5804) Fernando Costa (6122) Originating Department Head: Reginald Zeno (8517) g� g—p Victor Turner (8187) Additional Information Contact: Cynthia Garcia (8525) Cristina Camarillo (8355) ATTACHMENTS 13P21-0096 ALLEYWAY MAINTENANCE CC NSD funds availability.docx (CFW Internal) 13P21-0096 ALLEYWAY MAINTENANCE CC NSD Updated FID table.xlsx (CFW Internal) AMP FID Table.xlsx (CFW Internal) FORM1295 bid21 0096.pdf (CFW Internal) SAM Lawn Patrol 11.1.pdf (CFW Internal) SAM Leons 11.1.pdf (CFW Internal) Signed Purchasing Goal-Waiver Form 21-0096 WIN 3-18-2021.pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=29435&councildate=11/30/2021 2/2