Loading...
HomeMy WebLinkAboutContract 57473 CSC No.57473 FORT WORTH. 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 Service, LLC ("Vendor"), a state registered company 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.Ground maintenance services("Services"),which are set forth in more detail in Exhibit"A,"attached hereto and incorporated herein for all purposes. 2. Term. The initial term of this Agreement is for one(1)year(s),beginning on the date that this Agreement is executed by the City's Assistant City Manager("Effective 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 four(4)one-year renewal option(s) (each a"Renewal Term"). 3. Comgensatiom 3.1 Total compensation under this Agreement will not exceed one hundred eighty thousand four hundred ninety Dollars and zero cents($184,490.00). 3.2 City will pay Vendor in accordance with the Prompt Payment Act(Chapter 2251 of the Texas Government Code)and provisions of this Agreement,including Exhibit"B," which is attached hereto and incorporated herein for all purposes. 3.3 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-alrpronriation 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. OFFICIAL RECORD Vendor Services Agreement CITY SECRETARY MA(November 30,2021) FT.WORTH, TX 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 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 ofthis 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 cvent, 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. b. 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 ss an independent contractor as to all rights and privileges and work performed under this Agreement,and Vendor Services Agreement Page 2 of 12 v.1.4(November 30.2021) 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, 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,or contractors. 8. Liability and Indemncation. 8.1 LL48ILITY- VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY, INCLUDING, INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND ALL PERSONS, OF ANY XLVD OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENTACT(S)OR OMISSIONS),MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, REPRESENTAMIES, 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, REPRESENTATIVES, SERVANTS,AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY RIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S RUSEVESSAND ANY RESULTING LOST PROFITS)AND PERSONAL INJURY,INCLUDING,BUT NOT LIMITED TO,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, REPRSSNTATIVES, SERVANTS,EMPLOYEES, CONTRACTORS,OR S UB CONTRA CTOR& 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 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 Services Agreement Page 3 of 12 v.l.4(November 30,2021 y 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 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 sate 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 documentation with equally suitable,compatible,and functionally equivalent non-infringing software and 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 lave, 9. Assignment and Subcontracting. 9.1 & meat. 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(he 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 purruaiit to tlais AgreeiuctiL 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. Vendor Services A&wxment Page d of 12 v.L4(November 39.2021 Y (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 Employers' liability $100,000- Bodily Injury by accident;each accident/occurrence $I00,000- Bodily Injury by disease; each employee $500,000- Bodily Injury by disease;policy limit (d) Professional Liability(Errors&Omissions): ❑ Applicable❑NIA $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 most be sent to the City in accordance with the notice provision of this Agreement. (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-VTi 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. Vendor services Agreement Page 5 of 12 v.1.4(November 30,2021) (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 Re ulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, 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 confm-nation 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. Leans Landscape Service,LLC Ann.Assistant City Manager Mireya Lopez, 200 Texas Street 1912 FM West 1187 Fort Worth,TX 76102-6314 Crowley,TX 76036 Facsimile: (817)392-8654 Facsimile_ With copy to Fort Worth City Attorney's Office at �1 r L-4T-e,~7, 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. Vendor Services Agreement Page G of 12 ❑,1.4(November 30.2021) 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 1 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 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. Severabilfiv. 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 Majeure. 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. Headiness not ControWng. 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 Exhibits A,B,and C. 22. Amendments 1 Modifications 1 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 Vendor SerOm Agreeanent Page 7 of 12 v.1.4(November 30,2021) 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(1-9). Upon request by City, Vendor will provide City with copies of all 1-9 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. Ownershio 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 AuthorLq. 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 Com2anv 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 Boycott 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" Vendor Services Agreement Page 8 of 12 v.a A(November 30.2021) 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 BoLc2tt ftg Energy Com anies. Vendor acknowledges that, in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.S. 13, § 2, 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 2.274 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 Aizainst Firearm and Ammunition Industries.Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Cade,as added by Acts 2021,87th Leg.,R.S.,S.S. 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 Sianatures.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 Aureement. 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 f lloxs) Vendor Scr+nces AgreemenI Page 9 of l2 v 1.4(November 30,2021) IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples. City: Vendor:Leo"'-5 SGrx 4S. By. Dana Burghdoff(Apr 25,20 9:21 PDT By: Name: Dana Burghdoff Name: Title: Assistant City Manager Title: P-A at"G[C3 " Date: Date: FOR CITY OF FORT WORTH INTERNAL PROCESSES: Approval Recommended: Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration chrisfooher Harder of this contract,including ensuring all By: Christopher H a rder(Apr 21,2022 07:56 CDT) performance and reporting requirements. Name. Chris Harder Title: Water Director By: Approved as to Form and.Legality: Name: Shatabya Bergland Title: Contract Compliance Specialist wy, By. DB lack(Apr22,202217:00CDT) City Secretary: Name: Doug Black Title: Assistant City Attorney 9annc- e-S ��&Iildklgl By: Jannette S.Goodal I(Api25,202215:14CDT) Contract Authorization: Name: 7annene Goodall M&C: 22-0199 Title: City Secretary OR Form 1295:NIA o° °00 � a. °Vo = o ddd d� �'�a00� EXA`�obK, OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX Vendor Services Agreement Page 10 of tZ v.1.4(November 30,2021) EXHIBIT A SCOPE OF SERVICES 1. Vendor will provide year round ground maintenance to include all necessary labor,material,and equipment needed for the Water Department on an"as needed"basis. 2. Following the award,additional services of the same general category that could have been encompassed in the award of this Agreement,and that are not already on the Agreement,may be added based on the discount bid and price sheet provided with the bid. 3. Unit prices will include all costs associated with the specified work,including but not limited to handling,delivery,fuel charges,fees and certifications fees.NO ADDITIONAL 4. CHARGES WILL BE ACCEPTED OR PAID BY THE CITY. 5. Any specifications that have been omitted from this scope of service that are clearly necessary or in conformance will be considered a requirement although not directly specified or called for in the scope of services. 6. See the next additional pages for remainder of Exhibit A. Vendor Smim Agreement Page 11 of 12 v.1.4(November 30,2021) 6.D CONTRACTOR RESPONSIBILITIES 6.1 Provide the City with year round ground maintenance for the City of Fort Worth Water Department. 6.2 Equipment 6.2.1 Contractor shall have available all necessary equipment and materials upon arrival at a job site or prove that Contractor has access to ail equipment necessary to perform all work outlined in this Agreement. failure to do so is cause for rejection of a bid and/or breach of contract. 6.2.1.1 All equipment shall be in good repair at all times and be operated by responsible employees. 6.2.1.2 Contractor shall maintain sharp blades on all mowing equipment to cleanly cut,not tear, the blades of grass. 6.2.1.3 Contractor shall not store equipment on property owned by the City. Contractor shall remove all equipment from each Project Area immediately after completing the mowing and grounds maintenance. 6.3 Contact 6.3.1 Contractor shall email each day's completions that are ready for inspection to the Contract Administrator. This will be accomplished the first regular work day after the maintenance is completed. 6.3.2 Contractor shall designate at least one (1) person as Point of Contact with office phone or cell phone number and entail for accessibility. Contractors Point of Contact shall respond to calls, voicemails and emails within one(1)hour during normal business hours_The person designated for this purpose shall be identified in the bid submittals. Notification of any changes in contact numbers or personnel shalt be in writing, and emailed to Water department contact person for each location. 6.4 Schedule 6A.1 The City reserves the right to delay or eliminate any cycle, as weather conditions and available funding may dictate.The Contractor shall mow, trim and edge all turf areas every 14,21, or 28 days per the specifications stated within this bid. 6.4.2 The Contractor shall provide a proposed schedule of cycle dates upon notice of award. The schedule will be updated at the time of renewal. After award notification, the Water Department will provide the Contractor with a work order or purchase order for the current month's approved landscaping cycles, by the 25th day of the previous month. 6.4.2.1 No additional work shall be paid by the City,which is outside the scope of this Agreement without first obtaining an approved work order or purchase order from the City of Fort Worth. 21-0203 Water Grounds Maintenance Page 13 of 38 7.0 DEFINITIONS 7.1 Call Back: When a Contractor is requested to return to a Project Area to correct Incomplete Work. 7.2 Chemical Trimming: Shall refer to the use of an herbicide (such as Roundup and/or an approved equal containing a pre-emergent such as Surf LAN or an approved equal)as an alternative to the physical removal or cutting of plant material from areas to be trimmed. Herbicide application must be in compliance with the State of Texas structural pest control board laws and regulations or the Texas Department of Agriculture laws and regulations. The contractor must have a copy of their pesticide license on file with the contract administrator prior to the use of any herbicide. Chemical trimming will not be acceptable for the edging of curbs or concrete sidewalks or trails. Chemical edging of asphalt sidewalks and gravel areas is allowed; however, edged/treated area shall never extend farther than 4" past the edge of the asphalt sidewalk, and all dead grass/weeds must be removed_All gravel areas are to be weed and grass free and sprayed on a monthly basis. NOTE: Chemicals used for herbicide treatment shall be on the Texas Commission on Environmental Quality(TCEQ)approved product list, such as Reward, Habitat and verified by City staff. Herbicide applications must be performed in compliance with state laws and licensing regulations. 7.3 Clumped Grass Cuttings: Any accumulation of cut grass that, on the day of mowing, exceeds six(6)inches in height. These clumps are typically found in areas where mowing equipment has turned, reversing directions. '_4 Contract Manager: The duly authorized representative of the Water Department,who shall monitor the Contractor's performance. 7.5 Cycle: Each time period in the mowing schedule is defined by a beginning and ending date, during which ail prescribed maintenance activities for each Project Area shall be completed. 7.6 Damage to City Facilities: Contractor shall use reasonable care to avoid damage to buildings, equipment, light pole bases, discharge lines, and etc. on City property. 7.6.1 This includes, but not limited to, irrigation heads, i.e. the Contractor must access the area to be mowed prior to starting and make necessary adjustments not to cut or damage irrigation heads. 7.6.2 If the Contractor's failure to use reasonable care causes damage to any of this property,the Contractor shall replace or repair the damage at no expense to the City. 7.6.3 if the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. 7.7 Edging: Edging of sidewalks,driveways and curbs,where applicable, shall be accomplished so that grass and weeds do not extend over the edge of the walks, drives or curbs. All concrete sidewalks, curbs,walking paths and steps must be mechanically edged exposing concrete surface. 7.8 Fence Lines. All weeds and grass in fence lines shall be removed and kept weed and grass free, When applicable and if adjacent to private property:the exterior fence lines will be kept weed, grass and brush free for at feast 12 inches outside the fence line. The Contractor will remove all tree limbs or other vegetation growing through the fence. 21-0203 Water Grounds Maintenance Page 14 of 38 7.8.1 The Contractor must contact the contract administrator and receive approval prior to proceeding with any chemical application_ 7.8.2 The base of the fence line may be treated chemically, using Roundup or an approved substitute, and ail tree and shrub limns, sprouts or branches will be cut back to the fence line. 7.9 Inclement Weather:Any rainy/wet weather, or when the condition of the soil is such that the rutting of property will Occur and cutting of grass cannot be accomplished safely or in a manner that will not rut up or cause any damage to the turf. T.10 Incomplete Work: The failure of Contractor to perform the Services in accordance with this Agreement. 7.11 Maintenance Schedule: The time periods established by the City for the mowing season within which ail prescribed maintenance activities for each area shall be completed. 7.12 Mowing Height:The setting of mowing equipment to cut grass to a height of three (3) inches.The Contract Administrator may make changes in the height requirements. Mowing below the heights stated above may result in liquidated damages when turf is damaged, e.g., scalping occurs. Repeated damage to tun`may result in agreement termination. 7.13 Mowing Map: A geographical map or images showing designated areas where mowing should occur for each Pro}ect Area. 7.14 Moving Season: Typically refers to the time period beginning in March and ending when terminated by the Contract Administrator. Usually, the season will end the latter part of November or after the first hard freeze.The time periods established by the City for the mowing season within which all prescribed maintenance activities for each area shall be com pieced. 7.15 Drone Action Days: The period from May 'Est through October 31st(Ozone Season)of each year when ozone levels are critical.These days are determined by the Texas Natural Resource Conservation Commission and are announced via television, radio, and Texas Department of Transportation (TX DOT) highway information boards. 7.16 Planting Bed Maintenance:All planting beds shall be maintained weed and grass free. in addition, Contractor will remove all trash and litter.All planting beds shall be treated during the month of Auqust for grub worms. 7.16.1 Contractor will supply plants for the Spring and Fall seasons, if requested by the City, The plants need to be well rooted in 4-inch pots. They shall be planted on 12- inch centers unless the Water Department requests other arrangements. T16.2 All planter Beds and tree circles will be weeded by hand for complete removal. All planter bens in high traffic areas will be rafted through once per quarter to remove debris and promote an attractive appearance. 7.17 Project Area: The specific geographic area(s)of the City designated to receive specific grounds maintenance services. 7A 8 Pruning: Minimal pruning shall be done only to enhance natural growth. Ornamental trees, shrubs,and hushes shall not be trimmed or pruned until after they have finished flowering. All hedges shall he pruned monthly to maintain an attractive, uniform appearance.All cuts shall be flush and clean, leaving no stubs or tearing of bark. Contractor shall prune shrubbery to maintain proper size in relationship to adjacent plantings and intended funcfion_ Prune trees as required,subject to 12 foot height limit. Remove lower limbs when 21-0203 Water Grounds Maintenance Page 15 of 38 prior to proceeding with the maintenance of other areas.All Trash and Litter shall be disposed of by the Contractor at an off--site location procured by the Contractor at his/her sole expense. 8.3 Any areas that have been mowed must have Trash and litter removed the same day the mowing occurs and mowed grass shall be blown or swept off of all curbs,gutters, sidewalks, trails, and other hard surfaces. 8.4 Contractor shall report any illegal dumping, no later than the next business day after its discovery,to the Contract Manager. 8.5 All grass shall be cut at the proper Mowing Height. The Contract Manager may make changes in the Mowing Height requirements. Mowing below the proper Mowing Heights may resoIt in scalping. The City may terminate this Agreement for Contractor's failure to mow at the proper Mowing Height. Contractor shall pay all costs to repair damage caused by improper Mowing Heights, 8.6 Upon completion, a mowed Project Area shall be free of Clumped Grass Clippings, windrows, and tireltrack ruts from equipment. Turf shall be cut in a manner as to not scalp turf or leave areas of uncut grass, but to leave a crisp manicured finished appearance. 8.7 Removal of cut grass from turf areas will not be required, unless otherwise specified by the Contract Manager. Care shall be taken to prevent discharge of grass clippings onto any surface, such as streets, curbs, gutters, parking lots, sidewalks, concrete pads, creeks, lakes, ponds, or adjacent properties. 8.8 Any materials discharged shall be removed prior to leaving the Project Area. 8.9 All structures,trees, poles,tables,signs,fences, and shrub beds, are to be trimmed closely, where applicable.All trimming must be completed on the same day as all mowing operations. Special care shall be taken when trimming around trees, as to not inflict damage to the bark of trees. 8.10 Trim guards should be used on line trimmers when working around trees and ornamental shrubs. All trimming shall be accomplished maintaining the required Mowing Height. 8A 1 trimming can be reduced by chemical edging,with prior written approval of the Contract Manager. 8.12 Chemical trimming will not be acceptable for the edging of curbs or concrete sidewalks or trails. Chemical edging of asphalt sidewalks and gravel areas is allowed; however, edged/treated area shall never extend farther than 4" past the edge of the asphalt sidewalk, and all dead grass/weeds must be removed. All gravel areas are to be weed and grass free and sprayed on a monthly basis. 8A3 All vegetation in cracks, seams, and joints of paved areas such as sidewalks, medians, curbs, gutters (two (2)feet out from the curb), and driveways shall be cut down to the pavement surface during the completion of each mowing Cycle, where applicable. 8.14 Dead grass should be removed after any herbicide application. 8.15 Herbicide application must be in compliance with the State of Texas Structural Pest Control Board Laws and Regulations or the Texas Department of Agricuiture taws and Regulations. Contractor,or his/her representative, must have a copy of their pesticide license on file with the Water Department Prior to the use of any herbicide. 21-0203 Water Grounds Maintenance Page 17 of 38 obstructing vehicular or pedestrian clearances. Contractor shall prune groundcover plantings as required to restrain perimeter growth to within planting bed areas where adjacent to walks and curbs. Tip prune selected branches of low growing shrub or groundcover masses to maintain even over-all heights and promote fullness. 7.19 Safety: The Water Department will provide mandatory safety awareness training.The Contractor awarded this bid and any personnel that will be working on the various locations will be required to attend this safety awareness training annually. 7.20 Security Procedures: The Contractor must provide the contract administrator with a list of the names for each employee who will be working at the various locations.When the Contractor and employees arrive at the various locations to work,they must possess a valid government ID. When applicable, the Contractor will stop at the entrance to the facility and check in with security personnel upon arrival to get clearance to enter the facility. 7.21 Trash, Litter, Discharge and Details: Contractor shall remove a trash and litter from entire area prior to initiating any mowing of the turf area. Failure to remove litter prior to mowing will result in the Contractor being required to return to site and remove ail litter.All limbs and branches 4 inches or smaller in diameter, rocks, and other similar solid material are to be removed by Contractor_The Contractor shall properly dispose of all trash, liter, discharge and debris at a non-City of Fort Worth location. 7.21.1 Care shalt be taken to prevent; 7.21,1.1 Discharge of grass clippings onto any paved surface, e.g. streets, curbs, gutters, parking lots, sidewalks, concrete pads and/or adjacent properties. 7.21.1.2 Edging of sidewalks and curbs 7.21.1.2A Ensure grass and weeds do not extend over the edge of the walks or curbs more than 'l.inches. Concrete sidewalks shall be edged on both sides. T21.1.2.2 All vegetation in cracks, seams and joints of paved areas such as sidewalks, curbs and entryways shall be removed during each mowing cycle. 7.22 Trimming: Shall refer to the cutting or removal of all plant adjacent to any structure such as fence line, pole,guvwire, sign, guardrail sidewalk and curb where weeds or grasses tend to grow.All structures, trees, poles, signs, etc. in mowing area are to be closely trimmed. Trim guards should be used on line trimmers when working around trees.Any area that cannot be mowed by mowing equipment will be weeded with weed-eaters. 7.23 Weed Removal: All sprayed gravel areas are to have grass and weeds removed within 21- days and properly disposed of at a non-City of Fort Worth location. 8.9 Grounds Maintenance &1 Contractor shall remove Trash and Litter, mow, edge, and trim ever during the Mowing Season, as specified in the Work Order, 8.2 Contractor shalt remove all Trash and Litter from the entire Project Area, prior to initiating any mowing. Failure to remove Trash and litter prior to mowing will result in the Contractor being required to return to the site and remove all new Trash and litter, as well as all Trash and litter that was mowed over_Any paper, cans, or bottles (cut or broken)found during maintenance operations shall be completely removed from the Project Area immediately 21-0243 Water Grounds Maintenance Page 16 of 38 $.16 Contractor wil€receive Mowing Maps and Work Orders outlining Non-Mow Areas. Contractor shall be responsible for informing Contractor's agents and employees of Non- Mow Areas. Contractor shall be responsible for damages to Non-Mow Areas caused by Contractor's agents or employees, 8.17 Contractor shall use reasonable care to avoid damaging buildings, equipment(including but not limited to irrigation heads and valve boxes), or vegetation on City or any other public or private property. 8.'18 The Contractor shall assess the Project Area to be mowed, prior to starting, and make necessary adjustments to mowing methods in order to avoid cutting or damaging irrigation heads. 8.19 If the Contractor's failure to use reasonable care causes damage to any property, the Contractor shall replace or repair the damage, within 72 hours of notification, at no expense to the City. if the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost,which may be deducted from payments made to the Contractor. 8.24 Contractors are not to use any motorized equipment between 6 A.M.and 10 A.M. on Ozone Action Days, unless the equipment uses propane, diesel, or compressed natural gas as a fuel source, or meets California Air Resources Board (CARE) revision#2 standards_ 8.21 BLOWING OF GRASS/DEBRIS 8.21.1 Chapter 12.5, Section 12.5-302, subsection (a)of the City Code provides that a person commits an offense if the person introduces or causes to be introduced into the MS4 (Municipal Separate Storm Sewer System) any discharge that is not composed entirely of storm water. Contractor shall not blow grass clippings and other debris into creeks, lakes, ponds, or the adjoining street or roadway, or against fence lines. Mowing should be accomplished by discharging grass away from streets, parking lots,or other roadways. Any grass clippings deposited onto the sidewalk,fence line, gutter, or roadway, must be removed. Sidewalks,gutters. and roadways must be clean or have the appearance of being swept. 8.22 EDGING 8.22.t Edging of sidewalks, driveways, and curbs, shall be accomplished so that grass and weeds neither extend over the edge of the walks, trails, drives, or curbs more than Ya inch, nor cut back from the edge of walks,trails, drives,or curbs more than 114 inch. All concrete sidewalks,trails, curbs, walking paths, and steps must be mechanically edged, exposing the concrete surface. The Contractor may use a disc edger on a mower or similar device to edge the median as long as the produced edge meets the standard set forth in this section.All materials dislodged by edging shall be removed from the site or blown Back onto grass areas. as to leave a clean appearance. Concrete sidewalks shall he edged on both sides. 8.23 TREES AND SHRUBS 8.23A No pruning of any tree shall be permitted, unless specified otherwise in this Agreement. B rake n Iimbs or tree debris, along with any trash or litter,shall be removed from Ornamental flower and planting beds,as well as from the entire Project Area during each mowing Cycle. Mulch rings shall be reshaped prior to leaving a Project Area when dislodged by mowing equipment. Failure to replace 21-0203 Water Grounds Maintenance Page 18 of 38 damaged trees shall be considered a breach of this Agreement and the Contractor shall be assessed for damages. Slight or moderate damages to trees will result in assessment of damages. 8.24 ASSESSMENT OF DAMAGES FOR DAMAGE TO TREES 8.24.1 The Contractor will check trees in the Project Area before work begins and report any damage to trees to the Contract Manager_ 8.24.2 The Contract Manager will conduct random checks of the trees during the Term of the Agreement. 8.24.3 A check of all trees may be made by the City prior to the end of the Term or Renewal Term. City Forester; Contract Manager, and Contractor shall attend the inspection. 8.24.4 Damages shall be documented by memo to the City Forester with a copy to the contract file and the Contractor. 8.24.5 The Contractor may have the option of replacement or payment for severely damaged trees at a location to be designated by the Water Department. Replacement shall be made on caliper inch per caliper inch basis, with a minimum size replacement free of 2 inch in caliper_The Contractor shall be responsible for the planting, watering, mulching, and maintenance of replacement trees for a period not less than two years. 8.24.6 Any tree that does not survive the two year established period shall be compensated for by the Contractor to the Water Department at a rate of$200.00 per caliper inch. 8.24.7 Damages shall be assessed at a rate of:$100.04 for each instance of slight damage to the tree(s),this is damage that may heal, examples include, but are not limited to, scaling of the trunk into the cambial layer'/2'to 2" in width, but less than 113 trunk circumference, or breaking of limbs less than 2"in diameter, or limbs less than 113 trunk caliper, whichever is less;$300.00 for each instance of moderate damage to the trees), which in the opinion of the City Forester contribute to the poor health and reduced longevity of the tree, examples include, but are not limited to, scaling of the trunk into the cambial layer greater than 2" but less than 1/3 of the trunk circumference, or breaking of limbs more than 2" in diameter but less than 1/3 caliper. Severe damage or removal of trees is subject to the payment of damages in the amount of$200.00 per diameter inch of trees removed or damaged for trees less than 30", $400.00 per diameter inch of trees greater than 34". Severe damage or removal shall include, but is not limited to,scarring of the trunk to the cambia( layer greater than 113 trunk circumference, uprooting or causing a tree to lean, damage to a scaffolding branch greater than 113 trunk caliper. Branches shall he measured at the point of attachment or at the lateral to which the branch would be pruned back according to the ANSI standards.Trees greater than 6" in caliper shall be measured using diameter at breast height(DBH). in addition to any penalties or damages assessed by the Water Department, trees severely damaged or removed shall also be subject to fines and penalties of the Tree Conservation Ordinance of the Fort Worth Zoning Code. Trees that must be removed due to damage caused by the Contractor shall be removed by the Forestry Section Tree Removal Contractor at the Mowing Contractor's expense. 8.24.8 Failure to replace or pay for damaged trees shall result in a breach of contract and the Contractor will be automatically assessed damages. Damages as described herein shall be deducted from payments otherwise due to the Contractor. 21-0203 Water Grounds Maintenance Page 19 of 38 8.25 PONDS, LAKES, AND CREEK 8.25.1 The Contractor will Use care when mowing or edging around lakes, ponds, and creeks. Grass must be directed away from water, but does not have to be caught or removed from the area. 8.25.2 The Contractor shall pay to the City the costs incurred by the City to remove grass from ponds, lakes and creeks, including City staff time_The City may deduct these costs from payments to the Contractor. 8.26 FENCES 8.26.1 The Contractor will use care when mowing or edging around fences. This inctudes metal, wood or other material fence. Grass must be directed away from fence, but does not have to be caught or removed from the Project Area. The Contractor will check fences in the Project Area before contract work begins.Any damage Contractor discovers shall be documented and reported to the Contract Manager by the Contractor. 8.26.2 The Contract Manager will conduct random checks of the fences during the contract period. 8.26.3 Damages shall be documented by memo to the Contract Manager with a copy to the contract file and the Contractor. 8.26.4 The Contractor may have the option of replacement or payment for severely damaged fences as determined in cooperation with Risk Management,Contract Manager and the fence owner. 8.27 HAZARDOUS CONDITIONS The Contractor is required to notify the Contract Manager immediately of any hazardous conditions and/or damage to City property. 8.28 CONCURRENT CONTRACTS In the event that any one Contractor is awarded contracts for mowing more than one Project Area,the Contractor shall proceed with work simultaneously in all areas awarded. R-29 SUPERVISJON OF WORK CREW Contractor 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. 8.30 LANDSCAPING SERVICE LOCATIONS 8.30.1 Vendor shall provide atl necessary labor, material, and equipment to provide landscaping services for the Water Department locations at 8.30.2 Water Centralized Laboratory(WCL) 2600 SE Loop 820 Fort Worth, Texas 76140 21-0203 Water Grounds Maintenance Page 20 of 38 8.30.3 Rolling Hills Water Treatment Plant(RHWTP) 2500 SE Loop 820 Fort Worth, Texas 76140 8.30.4 South Holly Water Treatment Plant(SHWTP) 1500 111 h Avenue Fort Worth, Texas 76102 8.30.5 SCADA Building 1511 111h Avenue Fort Worth, Texas 76102 8.31 Landscaping Services shall include: 8.31.1 Bed Maintenance- 8.31.1.1 Shrub trimming WCL-bi-annual RHWTP- bi-annual SHWTP-bi-annual SCADA.-bi-annual 8.31.1.2 Weed removal by hand All locations—monthly 8.31.1.3 Trash and debris clean-up All locations—monthly 8.31.2 Fertilizer&Weed Control Application 8.31.2.1 Lawn Pre-emergent All locations- bi-annual (January, October) U 1.2.2 Bed Pre-emergent WGL- bi-annual(January, October) RHWTP- bi-annual (January, October) SHWTP- bi-annual (January, October) SCADA- bi-annual (January, October) 8.31.2.3 Lawn Fertilizer All locations- bi-annual (March, June) 8.31.2.4 Lawn Post-emergent All locations- bi-annual (April,June) 8.31.2.5 Bed Fertilizer WCL-bi-annual(April, July) RHWTP_ bi-annual (April, July) SHWTP- bi-annual (April, July) SCADA- bi-annual (April, July) The Vendor shall include the number of bags used during each application 8,31.2.6 Mulch All locations—annually 21-0203 Water Grounds Maintenance Page 21 of 38 8.31.2.7 Fire ant application All locations—annually 8.31.2.8 Replacement of perennials in lieu of annual flowers in the event the flowers do not survive and deadheading of rose shrubs at all locations on an as needed basis. 8.32 Damages 8.32.1 Vender shall be responsible for any and all damages incurred while providing landscaping services, i.e., sprinklers and lighting. 8.33 POINT OF CONTACT 8.33.1 For accessibility, the Contractor shall designate at least one (1) person as Point of Contact with a current office phone number or cell phone number and an E-mail address. 8.33.2 The Contractor's Point of Contact shall respond to calls, voicemails, and E-mails within one(1)hour during normal business hours. 8.33.3 The person designated as the Point of Contact shall be identified in the bid submittals. 8.33.4 Notification of any changes in contactor's contact number or personnel shall be emailed to the Contract Manager within 3 lousiness days of the change 8.34 MEETfNGS 8.34.1 Contactor will attend mandatory informational meetings scheduled by Contract Manager to support City of Fort Worth mowing initiatives. 9.0 LAWS. REGULATIONS AND ORDINANCES 9.1 The Vendor shall be responsible for meeting all Federal- laws, ordinances and regulations; State: laws, ordinance and regulations: County: laws, ordinances and regulations; and City: laws, ordinances, and regulations for safety of people, environment, and property. This includes, but is not limited to, all Federal, State, County, and City Agencies, Administrations and Commissions such as the Environmental Protection Agency fEPA), Occupational Safety and Health Administration (OSHA), and the Texas Commission on Environmental Quality (TCEQ). In the event any law, regulation or ordinance becomes effective after the start of this Agreement,the Vendor is required to comply with new policy.Any mandates requiring the City to comply with new guidelines will also require the Vendor to comply. 10.0 INVOICING REQUIREMENTS 10.1 The City of Fort Worth has begun implementing an automated invoicing system. 10.2 The Contractor shall send invoices electronically to our centralized Accounts Payable department invoice email address: ssWplierinyoicest§fortworthtexas.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. 21-0203 Water Grounds Maintenance Page 22 of 38 10.3 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, Inc._123456_FW013-0000001234) 10.4 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; • Applicable City Department business unit#(i.e. F1N013) 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. 10.5 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 su lierinvoices fortworthtexas. ov. 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 Accounts Pa able00ortworthtexas-q❑v. 10.6 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. 10.7 If electronic invoicing is not possible, you may send your paper invoice to City of Fort Worth Attu- FMS Central Accounts Payable 200 Texas Street Port Worth,Texas, 75102 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 Accounts Pa able a fortworthtexas. ov. 10.8 Contractor shall not include Federal,State of City sales tax in its invoices. City shall furnish a tax exemption}certificate upon Vendors request. 21-0203 Water Grounds Maintenance Page 23 of 38 11.0 UNIT PRICE ADJUSTMENT 11.1 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. 11.2 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. 11.3 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. 11.4 Prices bid shall remain firm for each one-year term of the Agreement and sha11 include all associated freight and delivery costs. 11.5 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. 11.6 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 rates). 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. 11.7 Goads and/or services shall not be suspended by the Vendor without a 30 day prior written notice to the City. 12.0 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 D to this solicitation, and Furnish certificates of insurance along with copies of policy declaration pages and policy endorsements as evidence thereof. 13.0 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. 14.0 SUBCONTRACTING- No subcontracting of the work under this contract will be allowed without written permission from the City. 15.0 HAZARDOUS CONDITIONS 15.1 The Vendor is required to notify the City immediately of any hazardous conditions and/or damage to any property. 15.2 Hazardous materials shall be handled Wth 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 shalt contact City of Fart Worth Code Compliance at 817-392-1234. 16.0 CONTRACT ADMINISTRATION AND TERMINATION 16.1 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 21-0203 Water Grounds Maintenance Page 24 of 38 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. 16.2 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 probiem(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. 163 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. '16.4 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_ 17.0 RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT 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 CFIR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency. 18.0 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT 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 Us S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). 19.0 DEBARMENT AND SUSPENSION Per Executive Orders 12549 and 12689, a contract award(see 2 CPR 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 1989 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, 21-0203 Water Grounds Maintenance Page 25 of 38 EXHIBIT B PAYMENT SCHEDULE See next page. Vendor Services Agreement Page 12 of 12 v.).4(November 30,2021) EDIT S PAYMENT SCHEDULE Plant Operations CCWW Meters(CCWW Meter W District) Number Location Description of services Cycle Number of Cost per Cycle Total per Location Cycles 1 Senbrook East VVW meter 6WO 5W Mow and weedeat all areas within red 14 pay 18 Loop 920.south serv_Rd use well lines on map.Remove all Trash and _ road access to site Mapsco 88k debris 2 Benbrook NW 8350 Ben brook Blvd Mow and weedeat 10'around outside 14 Day 18 ! iJ perimerterof fence line.Remove weeds and spray interior fence area [j r 1 twice yearly V 3 Blue Mound 1209 Cantrell Sansam Mow inside fenced area 14 Day 1$ Rd Look for green gate just past Texas Tire Connection.Proceed North up drive toward northeast corner. 4 Bridges 23421 McCart Ave Crowley Mow and weedeat from MCCart to 50' 14 Day 18 TX east of east fence line of station.Maw from tree line south of station to edge of park.Remove weeds and spray drive and interior fence rock area twice _ yearly � �s � �• � �,.t 5 Crowley Southwest 10000 Hemphill Maw and weedeat 5O'around outside 14 Day 18 St Crowley TX Go to the end of perimeter fence Ifne and 1V south of Hemphlli an go thru gate of the left south fence Iine.Remove weeds and on culdesac spray interior rock area twice yearly 6 Rosemary Ridge V4W 10525 McCart Mow and weedeat 10'around outside 14 Day 18 LJ Ave Crowley TX perimeter offence line.Spray interior fence area twice yearly. F, 0c), � �^ 7 Saginaw East 90s S Blue Mound Rd. Maw GO'x60'around the meter 14 Day 18 V Located east of Blue Mound Rd in G � the creek bottom 8 Saginaw North 7500 N STue Bound Mow 60'x6O'around the meter 14 Day 18 Rd Approx Address located just south of small bridge and west of Blue Mound &Lazy Spur intersect on Gt yr (_1 9 Saginaw SE 859 Longhorn Rd Mow an 50'x5O around meter 14 Day 18 10 Saginaw SW 303 Longhorn Rd Mow an 50'X50 around meter 14 Day 18 y_ 0 _ 6 11 Summer Creek W W 10000 McCart Mow and 50'wide and 20'north of 14 Day t8 Ave Crowley TX north manhole to 20'south of south manhole.Remove weeds and spray interior fence area twice yearly fiv 0 �6C� 12 White Settlement N.Waste water mow inside fenced area and weedeat 14 Day 18 meter 8791 shoreview Dr Mapsco around all fences and structures . 06 59k GC 13 whfte Settlement N.W.waste water Mow weedeat around structures and 14 Day 18 meter 300 Jim Wright Frwy.Mapsco manholes 0 A , 1 72 D L1 (� 14 white Settlement West Waste Mow 40'from back of station and 4CY 14 Day 18 Water Mapsco 582 from road in front of station weedeat around all manholes and structures 15 White Settlement E Waste Water Mow interior of fenced area and 14 Day Meter Mapsco 59V weedeat all structures manhole and !j r 1 d fence Lf V ) Grand Total r.� Plant Operations CCWW Meters(CCWW Meter E District) Number Location Description of services cycle Number of Cost per Cycle Total per Location C cies 1 Big Fossil 2121 Minnis Dr Mow and weed eat 15'perimeter 14 Day 18 around outside offence.Remove weeds and spray interior of fence twice U (� yearly U 2 Burleson North Waste Water Meter maw inside fenced area and weedeat 14 Day 18 13902 Stone Rd Mapsco 119x around all fences and structures G 3 CFW,VC TO RC TO RA W W meter mow 10'around fence and spray fence 14 Day 18 ry 4301 W Division St twice yearlyrJ 4 Iron Horse 5900 NE Loop 820 this Mow,inside fence and[seep trimmed 14 Day 18 meter is located on the iron Horse around exterior fence Golf Course approx SO yds south of �J NE 920 5 Kennedale Waste Water 6801 Oak Mow and weedeat from fence to road. 14 ON 18 Crest Dr Weedeat 2'perimeter around exterior of fence.Remove weeds and spray interior of fence twice yearly rl b 0 6 Richland Hills East 9347 Edge Point Mow and weedeat around all interior 14 Day 18 t� Tr. structures and fence.Maw and weedeat edge from fence to street 610 7 Richland Hills South 6800 Midway dhow a 25'to the meter 300;from 14 Day 18 (� Rd.approx adress 6900Midway lid Midway Rd.Mow an area of 6D'x 50' South side of Airport Frwy.Look for around the meter. gates on the South side of Midway (} just east of Big rossil Creek 7 2_ [J 8 Riverside approx address 700 Mow Inside fenced area. 14 Day 18 disposal Rd Mapsco 64x.The fence area is located In Gateway Park the site is long the top of the levy which surrounds the athletic fields tl 9 Walker Branch 9100 trinity Blvd includes a 25'wide path to the meter 14 Day 18 Entrance to meter is located east of .2 miles from Trinity Blvd.Maw an area _ the TXI entra nee on the northside of 60'x60'around meter. Trinity Blvd $1-1-5, , 10 Watuga Parl ide 5301 Watauga Rd �Weedeat inside fence area and 2' 14 Day 18 around outsied perimeter offence j r� 4 Grand Total I Plant Operations CCW Meters(CCW District 2) Number Location Description of services cycle Number of cost per Cycle Total per Location Iles 1 Haslet 3 3111 E Bonds Ranch Rd Maw inside the fence and 6'swath 21 Day 11 around and the outside.Mow between fence and road.Weedeat around all structures driveand fences l' 2 Haslet 321600 Westport Pkwy Mow and weed eat around all 21 Day 11 r structures and fences.Pick up all trash + and debris G 3 Haslet#F4 Water Meter 1988 Keller Mow and Weedeat around all fences, 21 Day 11 �� Hicks Rd @Harmon Rd structures,tree and drive S ❑. 4 Hurst 1 water meter 951 Hurst Blvd Mow and weedeat around all fences, 21 Day 11 structures Remove weeds spray interior fence area twice yearly 0 G [.J F 5 Keller3 2250 Katy Rd Mow inside the fence and 6`swath 21 Day 11 around and the outside.Remove all trash and debris.Keep ali gravel area grass and weed free. �] 6 North lake Meter 134DO Raceway Dr Mow inside fence and 6'swath around 21 Day 11 outside.Weedeat around all structures �^� C7 and fences So 7 North Richland Hills 1,7700 Airport Mow and weedeat a 40'x40'area 21 Day U Fwy Aprox_.4 miles east of Handley around meter vault and remove all Edervilfe Rd and West of Airport trash and debris Fwy South Service rd. 8 Saginaw 1&)0 Longhorn Rd Approx Mow 30'x30'around meter 21 Day 21 V h3 address 950 Longhord rd 0 U Grand Tots] Attachment I - Ground Maintenance Price Sheet Plant Operations CCW Meters(CCW District 1) Plumber Location Description of services Cycle Number of Cast per Cycle Total per Location Iles 1 Burteson/Bethesda Water Meter Maw and weedeat from road to fence. 21 Day 11 800 5W Huien 5t Mapsco.118A-N Gravel in fence area.Weedeat and use weed control.Keep gravel areas free of grass and weeds.Remove all trash and debris . 2 Crowley 2 Water Meter 1959 Mow and weedeat from road to fence. 21 Day 11 7" Longhorn trail Remove all weeds and spray with herbicioetwice a Year 3 Dafworthington Gardens meter Mow and weedeat a 40k40'area 21 Day 11 7955 Lancaster Ave around metervau It:from road to fence. Remove all trash and debris. + 4 DFW Meter,200 Minters Chapel Rd Maw and weedeat a 70'00'area 21 Day 11 around meter and within fenced area C: mow a 10'road to meter site from ■J Minters Chapel Rd Iz2- -5 Edged iff Village Water meter Mow and weedeat 25'25'area 21 Day 11 r� Mapsco 90y 6205 Crawley Rd V i) 6 Forest Hill Water Meter 3917 Mow and Weedeat around all fences, 21 Day 11 �y Horton Rd structures lir C 7 Grand Prairie Meter 14000 Trinity Mow I-O'swath acts{de of fence and 21 Day 11 Blvd.approx address 13952 Trinity down each side of drive blvd.located between Days inn and Post Oak Apartments go through t yellow gate and head south to k 5 G m (� eter a Kennedale Water Meter 5944 Maw and Weedeat from road to fence. 21 Iray 11 Everman Kennedale Rd Remove ail weeds and spray with - �[ D herbicide twice a year 9 Westover Htlis Water meter,5500 Weedeat around[vault and equipment 21 Day 11 I'S Westover Ct Mapsco 75e r 0 10 White Settlement meter#3 300 alta Mow from road to fence and 10'north 21 Day 11 Mere Dr 76127 and 10'west of station fence fine. Weedeat drive,interior and exterior fence line.Mow and weedeat interior and all structures.Clean trash and 3 debris OD l J Grand Total L� Plant Operations-Water Distribution Northwest 1 Cantrell 5ansom Pump Station-1600 Mowand weedeat inside fenced area. 14 Day 18 Cantrell Sansom Rd Mowa 4"swath around outside of fence.Mow from the north fence to the road and weedeat around all y structures. } , goo. 2 Crumb Elevated-13001 U.S.Highway Mow,weedeat around aif fence and 14 Day 18 structures.Mow from fence to roads on the west and north sides.Weedeat and spray all rocky drainage areas. `� o U 3 Harmon Tank-10.500 Harmon Rd Maw inside fence.Trimledge all fence 14 Day 1$ lines,concrete parking lot,driveway, sidewalk and structu res,th e fence line will be free of all vines,trees and b ush es-Sh rubb ery wit I be maintained at a height at 6'-Planting beds should be free of weeds and outlaw growth. Mow from fence to street to include drainage ditch. �s 0 L) (j U 4 7enkin Heights Pump Station-6111 Mow inside fence.Mow to road on 14 Day 18 V 5hadydell Dr north and west,maintain all hedges and shrubbery.Keep fence line clear of all trees,bushes,weeds,etc. 10 ; 5 Lago Vista Pump Station-4750 Bonds Remove weeds and outlaw growth and 14 Day 18 Ranch Rd spray twice yearly inside Fenced area. Mow and weedeat from the east fence to road.Keep gravel grass and weed free. 6 Link Crest PRV-12100,1-30 @ Mow and weedeat all areas within the 14 Day 18 Unkcrest Dr. red lines.Remove all trash and debris from area.Keep any gravel areas free from grass and weeds. ❑• s 7 Morning Star PRV-Comer of Weed eat and weed control for the 14 Day 18 Morning Mist Trail&Indigo Sky Dr. interior of fence line. off FM-1325 in the Morning Star !} _ addition.Ma sco 760-D 00 8 Narthside Pump Station control valve Mow weedeat inside fence and keep 14 Day 18 1700 Block of NW 27th @ McKinney weed free.Mow 3'swath around e�a�i: Ave outside of fence. V 4 NW Tank&Resrvoir-3216 Axle Ave I Mow inside the fence line.Mow from 14 Day 18 the fence to the streets on the west, north and east sides.Trim both sides of the fence.all planting beds wit(he free of all weeds and outlaw growth.The shrubbery on the west side of the pump station will be maintained at 81 The fence will be free of all vines,trees and bushes.Remove all trash and debis within area. l j 1 ESQ 10 Old Northside Pump Station-271D Mow and weedeat from street to 14 Day 18 Rosen Ave fence,inside fence area and 4'outside back fence in alley mow and weedeat. Remove all trash and debris with in area. V 11 Sendera Ranch Pump Station-14391 Allow and weed eat around all 14 Day 18 John Day Rd structures,equipment,fences,drives, and wall.Keep drainage area free of outlaw growth.Mow 5'perimeter around outside of fence.Call for directions to site.Close gates after passing through because of livestock. CA , 12 Stagecoach Pump Station-8606 Mow,weed eat fence lines and around 14 Day 18 West Frwy all structures and vaults.Mow from road to fence.Maintain hedges at back fence Tine keeping hedges trimmed to fence. b 13 Westland Pump Station-700 Basset Mow and weedeat around all 14 Day 18 Locke Dr. stfuctures,manholes,vauts and _ U r fences. 1 3 14 Westside Pump Station-3731 Camp Mow and weedeat a round afl 14 Day 18 Bowie structures,drive and seidewalks between Watonga and northeast property fine,trim and maintain all e d clean area of trash and ` d a debris.bris. ZS Willow Elevated-2249 Avondale Mow,weedeat around ail fences and 14 Day 18 ' Haslet Rd structures.Mow from north fence to road and spray rviky drainage area. � 7 . 16 Westside V Elevated Tank Mow and weedeat around all 14 Day 18 structures and fences.4'swath around exterior of fence.Spray herbicide on any rocky areas.Gates are to be closed as soon as passed through. Grand Total } Plant Operations-Water Distribution East "dstr Description of services Cycle Number of Cost per Cycle Total per Location cles Maw,weedeat around all fences, 14 pay 18 uctures,and trees.Mow from east fence to road.Spray 18"wide swath aloe north fence. 00 r { J 2 Eastside Pump Station-2511 Ave B Mow,weedeat,edge around all 14 Day 38 fences,drive,trees and structures.Pick up all trash and debris. CO L 3 Eastwood Elevated-42005trong Ave Mow and trim inside fence area.Mow 14 Day 18 and trim outside of fence to curb on the north,south and east sides of property.TOm around all structures fence lines.Pickup all trash and debris. C. r 4 Fleetwood Pump Station-15201 FAA Mow inside fence,weedeat around all 14 Day 18 Blvd trees and structures.Mow outside of east fence from FAA to northeast corner of property.Mow from South fence to FAA and maintain bushes and trees.Keep shrubs at northeast comer of pump bulding maintained to S'and all planting beds clear of outlaw S Meadvwhrook Tank-4601 Bridge growth. Mow inside fence area.Weedeat a 14 Day 18 Street fence,trees,and structures.Mow from south fence to street and 4'swath on east fence from street to neighboring fence to the north.Trim hedges from fence line and to the top of fence. - 6 North Beach Street Res.-4650 Ray Mow inside fence area and weedeat 14 Day 1$ White Rd. around fence and all structures.Mow from south fence to road.Remove all trash and debris. r. L 7 Randal Mill Pump Station&Res.- Mow 4'swath on both sides of the 14 Day 18 6401 Bride&St road from Bridge St.to gote.Mow ell within the red lined area.Mow and weedeat around ail structures,fences, �"] and curbs. ■ s CEO 8 TimbeOne Elevated Tank-4720 Mow and trim fenced area.Mow and 14 Day 18 Trueland or. trim exterior from curb to fence an the east and south property line. Grand Total ❑�Cj� Plant Operations North Sewer Lift Station Districts#1 Number Location Description of services Cycle Number Cost per Cycle Total per Location of Cycles 1 Casino Beach 7551 Surfside Dr Mow,weedeat,edge around all fences, drive,rees and structures 14 I8 f t7t. 2 Mow inside fence area and spray rock Meadow Lakes 4691 Homelands Way area twice yearly.Mow outside fence 14 18 See aerial • �?�(i i' �� � .. rim d i 3 Mow from the fence to he road on the Eagle Ranch 6692 Robertson Rd south side.Mow one swath around 14 18 outside of fence. Cxs �:r, �• G:J 4 Mow from brick wail to the road.Mow between retaining wall and the road Sunset Cove 8500 Lake Country Dr north of the station.Cut back and 14 18 maintain the trees and bushes so none overhang the street. r• 5 Y Lake Country#2 7903 Skylark Dr Mow and weedeat area 12'x 27'and 14 18 do not destroy the crepe Mytles 6 Mow from the road to back of green Lake Country#4 9033 Crosswind Dr prower boxes and from the fence to 14 18 the tree line. L 7 e Lake Country#5 8420 Crosswind❑r Mow inside hedges and maintain 14 18 hedges - C;~. 8 Lake Country#119401 Boat Club Rd Keep area dear of weeds- 14 18 Z 9 Mow inside of fence and 6'swath Lake Country 47 13 9331 aster Crave vv areound fence.Enter through Legends 14 1$ apartment complex CI L `;- 10 Mow inside of fence.Mow from Dosier Creek 9241 Boat Club Rd fenceto road on the north side.Mow 14 18 one swath outside of fence and mow adjoining property to the west. r U z1 Mow 20'around fence where possible, this area includes between west fence Glen Mills 9091 N Saginaw Blvd to drive and one swath to the north for 14 18 remainder of drive.Spray twice yearly inside fe[e �13 Grand Total 4�j Plant Operations North Sewer Lift Station Districts#2 Number location Description of services Cycle Number Cost per Cycle Total per Location of Cycles 1 Mow&weedeat around all fences, Hunters Crossroads#113050 Avondale obstacles and strutures and concrete Farms❑r edges.Mow 10'perimeter around Z4 18 exteriorof fen ceJ [ I 2 -� Mow 1U Swath on bother sides of dirt Hunters Crossroads#2 12850 IN road and a 10'swath around station Saginaw Blvd,Bus Hwy 287 14 18 perimeter fence and weedeat.Spray interior rock area twice yearly Haslet Heights 3S00 Avondale Hasslet Weed eat S'perimeter around exterior Rd, fence.Remove weeds and spray 14 18 interior rock area twice yearly. f 1 �' 4 Mow&weedeat around all fences, Spring Ranch 12909 Rocking Horse Dr obstacles and strut ures.5pray interior 14 18 fenced area twice yearly with pesticide and remove weeks. G Sendera Ranch 13200 Sendera Ranch Mow between fences and road,and Btvd one swath outside of fence.Spray with 14 18 weed control twice yearly on rock area 6 Mow and weedeat inside fence.Mow Intel 114500!North Freeway 4'around outside perimeter and along 14 18 each side of drive to service road 7 1 0{} �. � � i 7 5 + Intel 2 3200 Afliance Gateway Frwy Mow inside o€fence and one swath 14 18 around outside of fence r, 6 6 6- Mow inside fence and spray rock area Shields 14050 Park Vista twice yearly.Mow from west fence to 14 1$ street and one swath around fence F C �o. Grand Total �, Plant Operations South Sewer Lift Station Districts#1 Number Location Description of services Lyle Number Cast per Cycle Total per Location of Cycles 1 Castle Circle 9191 Heron Dr Mow inside fence from north fence to 14 18 road. Mow&weedeat 20'east of east fence 2 Live Oak 731 Verrma Trail N line and 10`south of south fence line. 14 18 Remove weeds and spray interior rock area twice yearly. j 1 06 Mow V swath around station and from 3 Western Hills 2717 Glenrock Dr station to street.Weed eat use weed 14 18 control inside fenced area. C} o� 4 Lake Worth 6200 Cahoba Dr Mow 20'around outside of fence and 14 18 C from north fence to the road. Mow&weedeat 5'perimeter around C• is S Waterside 3912 Watercourse Dr exterior fence.Remove weeds and 14 18 spray interior rocke area twice yearly. R `[ } Mow&weedeat 20'perimeter around EVa.tana 11200Jerry Dunn Pkwy. exterior fe nce.Remove weeds and 14 18 spray interior rock area twice yearly �} Grand Total 6� � �� Plant Operations South Sewer Lift Station Districts#2 1 Green Way 1000 Nixon St Mow from outside of west fence to 14 18 street and one swath around fence zt Gt Mow 5'on either side of dirt road and around the outside perimeter of lift Richardson 5lough 7990 Old Granbury station fence.Weedeat between the 2 Z Rd fences on the west side of station. 14 18 Mow the interior of the fenced area and weedeat fence line and all strtures within. CJL Mow from road to fence,edge driveway and weedeat any structures. Keep hedges maintained around 3 Summers Creek 9890 W.Cleburne Rd exterior and interiro of LS fence.Mow 14 i8 I0'around exteriro fledges.Use week control around itedorfence ans structures monthly. 06 Maw 5'on either side of drive.5'east of East Drive.IV north of north LS fence.10'west of west LS and all are ad 4 Rosemary Ridge 10400 McCartAve between.Weed eat edges of drive and 14 18 around exterior LS fence and light pole. Spray week control around interior fence and structures and gravela area of Ls monthly. �. 0 J � cm &C Rocky Creek 10716 Taleton Way 5 [Between Worht Creek Pkwy and Texan Mow and weed eat 20'perimeter 14 18 Rider Dr."turn right onto gravel road around exterior fence.Ove weeds and approx 3/4 miley spry interior rock area twice yearly. , U 6 Moiser Valley 3120 house Anderson Rd Mow and trim 5'around exterior of 14 18 fence,from fence to road on the west side.Mow and trim inside fence area. Grand Total Plant Operations-Water Distribution Southwest 1 Alta Mesa Pump Station&Tank- Mow all areas within red lined area. 14 Day 18 4328Aita Mesa Blvd Weedeat all fence lines,structures, vaults and drive.Keep all paas thru growth on fence line trimmed even with fence and maintained. I 33o fJ 2 Armstrong Elevated Tank-7160Trail Mow&weedeat interior fence area. 14 Day 1$ J 0 —�� Lake Dr. M0W 4'perimeter around fence.Mow from south if drive,mow 4'north of drive. 3 Catmont Elevated Tank-650D Mow inside of fenced area and from 14 Day 1S C L Calmont Ave. Calmont Ave to fence.Mow 4'swath around outside of fence.Weedeat around all vaults,structures and -� ences. r"a Station-1401 Old Mow and weedeat from street to 14 Day 18 / 1 fence. ion&Reservoir- Mow and weedeat inside and outside 14 Day 1g Ave. of fence and around structures and fence fines and trees between Blackmore and Libbey and also between Bryant IMn and Littiepage. Spray weed control in gravel area around transformers.Gather ali trash and debris from entire area. _ 6 Edwards Ranch Pump Statian-32 11 Mow and weedeat around all 14 Day 1$ ; L Overton Park W. structures within fence.Maintain hedges next to building.Mow and weedeat 10'north of north fence line Past hedges.Mow and weedeat from Bellaire Dr.north to fence line and Overton Park east to creek. 7 McCart Pump Station-8800 McCart Mow and weedeat around all 14 Day Ave. structures,vaults and fence line.Moue from street and fence,mow 5' perimeteraround0utsideoffence. 3, 4 Trim and rnaintain hedge;., �� 8 Russom Ranch Pump Station-5301 Mow from street to fence.Mow inside 14 pay 18 V� Woodway Dr. fenced area and weedeat drive, sidewalk and vaults.Keep fence line clean of growth.Remove all debris and trash. i j C)C C7 9 5eminary Hill Elevated Tank-2700 W. Mow inside fenced area.Weedeat 14 Day 18 Gambrell fence fine and ail structures and drive. _ 10 $outhside Pump Station-3750 Mow from streets to fence.5'swat h 14 Day 18 Gordon Ave. outside east fence by tracks.Mow interior of fence area and weedeat around a]I structures,vaults,drive and side walk.Remove all debris and trash. _ e— 11 Sun Country Elevated Tank-580D Mow and weedeat around ail 14 Day 18 '75 -t 3 i 5❑ Stewart Feltz Rd. structures,vaults,and fence line.Mow 5'swath and weedeat outside of est drive fence and south fence. Cat -t/2 5. !1 2 l 2 5 12 Vantana Pump Station-2100 Chapin Mow,weedeat,edge around all 14 Day 1$ School Rd fences,drive,trees and structures. 13 Walsh Ranch Pump Station-8000 E.I-Mow interior of fence line and 14 Day 18 20 at Aledo Rd weedeat around all structures, manholes and interior/exterior fences. Maw 4'around perimeter of fence. j0_ UCH <A 01 Grand Total --�r]C Field Operations Number Location Description of services cycle Numberof Cast per Cycles �' Cycle Total per Location Mow and weedeat areound al 1 Field Operations Yard 16fl8 bu lid ings,structures,and trees.Edge 11th Ave around all drives,sidewalks,and curbs. day 34 Red Area r � off] :} CJ hard Reid Operations e Pip Yard 1608 Mow and weedeat-Maintain weed. f 2 11th Ave Spraying permittted in pipe yard.Green 21 Day 11 Area. �1 �5r�' 1 f1�.��•, Mow ans weedeat around all fences 3 Hemphill ARV 11820 Herriphill St and structures.Remove any trash and 21 pay 11 debris.Yellow Area Rolling Creek Run PRV 2100 Mow and weedeat 3'around concrete 4 rolling Creek Run structure-Remove any trash and debris. 21 Day 11 Yellow area ej(1 C)CZ0 5 Steinburg Water Easement 1916 Mow and weedeat,remove any trash 21 Day 11 Ll C¢_a Steinburg Lane and debris-Maw 30'easement 6 Field Operations Landscaping Trim and amaintain all Crepe Myrtles, 16DS 11th Ave Trees and Scrubs.Blue Area 120 Day 2 �1 Ground Totat Field Operations Sewer Easemant East District Number Location Description of services Cycle Number of Cost per—cycle Total per Location Cycles All Sewer Easements will be kept 1 M-503&257 Lake Arlington 5701 mowed and trimmed as contract Martin St specifications and aerial photos. 60 Day 4 71,197.39 SQ FT :SPeOrcations wer Easements will he kept 2 Walker Branch Easement ed and trimmed as contract Precinct Line Rd and aerial photos. 60 pay 4 951,064.13 SQ FT All Sewer Easements will be kept 3 M-367 John T White Easement mowed and trimmed as contract specifications and aerial photos. 6o pay 4 25,048.505Q FT M-3388&M-2808 Easement, Alf Sewar Easements will be kept 4 EUion Reeder 6101 Eitiott Reeder mowed and trimmed as contract Rd specifications and aerial photos. fi0 Day 4 963,011.63SQ FT All Sewer Easements will be kept 5 M-3388 M-280B,E.Ist4901 E Ist mowed and trimmed as contract Street speeiflcations and aerial photos_ 60 pay 4 853,136,38 SQ Fr All Sewer Easements will be kept 6 M-338&M-280,Trinity Shrd 7900 mowed and trimmed as contract 60 Trinity Blvd. specifications and aerial photos. pay 4 854,737.13 5Q FT All Sewer Easements will be kept 7 M-304 Easement 6B35 Manhattan mowed and trimmed as contract Blve specifications and aerial photos. 60 0ay 4 40,001,17 SQ FT All Sewer Easements will be kept 8 M-292AR Clay Court Easement mowed and trimmed as contract s 8937 Waterchase Circle specifications and aerial photos. 60 pay 4 26,222,60 SQ Fr Ail Sewer Easements will he kept 5 M-292&M-39-S F2samont4nI mowed and trirnined ds conrract Beach St specifications and aerial photos.Red 60 pay 4 Area 196,993.855Q FT All Sewer Easements will be kept 10 M-253AR Easement 8101 Randol mowed and trimmed as contract Mill Rd speclficatians and aerial photos. 60 Day 4 31,701.725Q FT All Sewer Easements will be kept 11 M-238&M-339 Easement 1600 mowed and trimmed as contract Cooks Ln and 7933 Ederviil Rd specifications and aerial photos. 60 Day 4 73,581.20 SQ FT l Ground Total Plant Operations Water De Properties Number Location Description of services Cycle Number of Cost per Cycle Total per Location cycles 1 315 Winscott mow and weedeataround fences 21 pay 11 structures and obstacles within the red r� line [? 2 8317 Bangor Lot mow open area behind bangoraddress 21 Day 11 weedeat all perimeter fences and around trees keep channel area free of weeds mow 10'to either side of access OCI [j road r r 3 Jenkin Heights Tower Site SSOO boat mow and weedeat around all fences 21 Day 11 Club Rd structures fence to street C, C� 4 Lake cCountry Well site#2 76a4 Mow and wedeat around atl structures 21 Day 11 Regents Ct equipment drive trees and fences, remove all trash and debris 5 Material Storage 75M Trailridge Dr mow 20'to north of bundling and 21 Day 11 transformer headed west to the street mckv 15'to the east of the transformers goining south to the street and 1, 0 everything between (� 6 4Za0 avenue G mow and weed eat around all fences 21 nay 11 trees and sidewalk within red lines. Remove all trash and debris 7 711418701 Crosswinds Drive mow inside fence area maintain 23 pay 11 shrubbery(outside of Fence)that is not en private property.Growth will be 00 limited Ya height of#cote +,�tJ �✓1 (� +.� Grand Total ,- Plant Operations Reclaim Meters Number Location Description of services Cycle Number of Cost per Cycle Total per location Cycles 1 Bear Creek Reclaim Meter Meter maw and weedeat 20'perimeter 21 Day 11 focated 300'N of HWY 1.83 N. around meter fence and remove any Service and E entrance to Sear weeds within fence Creek PKWY,Euless TX t /1 0 2 DFW Reclaim Meter14500 Highway maw and weedeat20'perimeter 21 Day 21 i1 193 Euless Tx 300'W of Amon around fenced meter Carter Blvd on H WY 183 N service rd 3 TEP Barnett Reciaim Meter 12320 mow and weedeat 10'perimeter 21 Day 11 Calloway Cemetery Rd around outside meter fence remove any weeds and brush within the rr� perimeter C9� V 4 Texas star Reclaim Meter 12D87 maw and weedea 20'perimeter around 21 Day 11 Mosier valley Rd Euless TX meter meter fence and remove any weeds located across from Strata Materials within fence f O ry entrance iri O LI tJ Grand Total Plant Operations Raw Water Conduit Number Location Description of services Cyde Number of Cost per Cycle Total per Location Iles 1 Raw Water Conduit 1,629 Mow from home owners fence west to 21 Day 11 Rockwood Park Or street mow 6'south of south vault and 6'north of north vault t, rA i n _ o 2 Raw Water Cori 2,721 Mow from home owners fence .It to 21 Day 11 Rockwood park Or street mow 6'south of south vault and 6'north of north vault 3 Raw Water Conduit 3,4241 Mow and weedeat from East to West 21 Day Si poinsetta Dr fence lines and from street to back of � ii Property 1V G7 L 4 Raw Water Conduit 4,725 Mow from Churchill along creek to 21 Day I1 Churchhiil Rd White Oak Ln.maw lot across from 725 Churchill from street,east to east fence line and north and south of creek.Mow and weedeat along creek sides and fencelines TRaw er conduiF 5,4750 White mownorthfromWhitOktofenceat 21Oay north of property and along side of Greek.Weedeat around ail structures manholes and bridge and fences and alongside creek L . - 6 Raw water conduit 925 Tray Ct Mow and Weedeat around all fences 21 Day 11 CI treesstructures Grand Total f Alan'Operations Number Plant Landscaping Luptivrr 6e�criptiart oFserrr[es ryclr Number of Cost Per Lyle Total per Locaflon Iles BediNaintenanee Bi-annual 2 ShrubTrimming•biannual Fertilizer&Weed Control Application Lawn Pre-ern argent-bi-ann ual llama ry,October) Bed Pr"thergent hi-annual(January,October), Lawn fertilizer-b"nnual;March,rune], Lawn Past-emergent-biannual(April,June) = Rolling Hills landscaping 2500 SE Bed Fertilizer-biannual{April,July} Loop 920 Bed Maintenance Monthly 12 Weed remoyai by hand-Monthly Trash and debris clean-u p-Manth3 Mulch and fire ant R licatitln-annuals Annuals 1 Replament offlewers At needed 1 Replacement of perennials in lteu of annual flowers in the event the flowers do not survive and deadheading of rose shruhsat all locations on an as needed basis. Bed K%intenance Bi-annual Z f Shrub Trimming-biannual Bed Maintenance Monthly 12 Weed removal by hand-Month* 2 South Holly Lansrapirlg 150011th Trash and debris clean-up-Monthly Ave' Mulch and ire arttRpplicadon-annuals Annualy 1 Replament of flowers As needed 1 Replacement of perennials in Aeu of annual flowers in the event the flowers do not survive and deadheading of rose shrubs at all nrcationsan an as needed basis_ Bed Mafrrcenance Bi-annual 2 { shrub Trimming-bi-annual 11 Bed Mairrf.PJinnce Monthly 12 Weed removal by hand-Monthly 3 Scada Landscaping 151111th Ave Trash and debris dean-up-Monthly Mulch and fire 2ntApplication-annuals Annua;y 1 Reptamert offfowers As needed 1 Replacement of perennials in lieu of annual flowers in the event ! the flowers do not survive and deadheading of rase shrubs at all locations on an as needed basis, Bed Maintenance ei-annual 2 Shrub Trim ming-biannual Fertilizer&Weed Control Application 4 Bed Maintenance Monthly 12 4 Water Centerarred Laboratory 2500 Weed removal by hand-Monthly Trasfi and debris dean-vp-Monthly SE Loop 820 Fort Worth,7X 76140 Mulch a no fire ant Applirailon-annua AnnualV 1 Rep lament Cyr flowers Asneeded 1 Replacement of perennials in lieu of annual flowers in the event the flowers do not survhm and deadheading of rose shrubs at all locations on an as needed basis. } Brand Total / Field Operations Sewer Easernant West District Number Location Description of services Cycle Number of Lost per p Cycle Total per Caption Cycles All Sewer Easements will be kept 1 M-226R Old Hemphill702 mowed and trimmed as contract Edgecliff Rd specifications and aerial photos. 60 Day 73,681.20 SQ FT All Sewer Easements will be kept 2 M 257&M23 Easement 3800 mowed and trimmed as contract Shelby Rd specifications and aerial photos. 60 Day 4 99,358.69 SQ FT All Sewer Easements will be kept 3 M-279A Easement 4500 Angle mowed and trimmed as contract Ave specifications and aerial photos. 60 pay 4 44,284.28 SQ FT All Sewer Easements will be kept 4 M-279&M-331 Easement S381 mowed and trimmed as contract Kingsknowe PXWy specifications and aerial photos. 60 Day 4 64,607.90 SQ FT All Sewer Easements will be kept 5 M-365 Easement 6250 Bowman mowed and trimmed as contract Roberts Rd specifications and aerial photos_ 50 Day 4 56,990.46SQ FT Ail Sewer Easements will be kept 6 M-419 Easement 7450 couch mowed and trimmed as contract Branch Rd specifications and aerial photos. 60 Day 4 54 068.20 SQ FT All Sewer Easements will be kept 7 M IS24 Easement 9901 Crowley mowed and trimmed as contract RD specifications and aerial photos. 60 Day 4 65;547,46 sQ FfAll Sewer wNl he kept8Walsh Ranch#1 12200 Old mowed a as contractWeather Rd specificatrial photos. 60 Day 492a F-fAil Sewer will be kept 9 Walsh Ranch#2 151 Walsh Dr mowed and trimmed as contract specifications and aerial photos. 60 Day 4 64,842.63 SQ FT All Sewer Easements will be kept 10 M-308 Campus Easement mowed and trimmed as contract specifications and aerial photos. 60 Day 4 51,141.605Q FT All Sewer Easements will be kept 11 M-402C Easement 5501 Haltom RC mowed and trimmed as contract specifications and aerial photos. 60 Day a 201,225.b0 SQ,FT Ground Total SeCu" ILake Worth bamlWater Treatment Plants Hrmber P XM— i7esaripeivnvfsereioaz Cycle Mamberor Cert 1 Saks Ward'Mara �� TWal perrncee6on Bement Offece7601 Mow and weedaat around all aces,swaures,fen end dos Cshoha pr, +'+mp within cite red rnedarea. 14 Day 18 2 lake W"Clam-6100 rintclty Rd. MPw ail areas within red linen and fw svvetWtemp,"m and weed eat to edges a![tip Rap 28M UM.Weedeataround altso-vaures,equipmenywaps,V%n!%and fences indu fMV,,�Wn rmar y 1 waters edge when posmbfe.Keep alt access reads free nfgrats and breed%and nmw 4— along both sides of acp roads-C*NiNSCARP or SCALP QFr MAR S4Alt Any dartpges to 1e Hayed bye nn`actvrWObea[mndacmrser�per,se- 3 lake wnrth ram Brush Control-6im A r areas+xYhin red Imes will he keno dean of Narchery Rd. P+�b+vsh,aces and anYarrdawgmrrth,7CFLq 60 per, 3 aPK-.d herhiddes anty to be rsod and rill have m be approved by city staff-Anv damabes to Levee caused by mAlvactor will be as matactan axp.s.. • NoPY Water Treatmenr Plant Noah Noffy AM1e�rr Shop-&ash, ,An vegetatian[leaning Along F.n 5nday 3 North HPRy fence gne ataunt DO the McWr Servirn parking tote appr➢An,aeefy SSS Ilnear fee,dearing 3,Sr off of the Fence fine and 2O Toot CO vimmirg bra nohes and overgrowth back vwofrhe ernes view.5eq P4=m number 3,5aaj net. SoLah Hnry Gnoster Rd,-Moth,B1m6,and Ve,"AC n Ctearing Nang Ferric• Swth Hvlfy fence Ilne epp➢s,-T,of Renh Holly IS appmh,,,SW,785 linear leer,clearing 17 off OF the fenv Pee and 26 foot hlo trltnmbeg bra"Jues and overgrowth Lark Cor of the Camera view,see pray'.nwnhcr3,Sec fomh2, pe'm1 er n!SCADA-8rysh,limb,and Vegetati"Clearing Along F"C The perimegr fancy Ilne behind the SCADs,building Ir apprvximaxely SS4 linear feet,cl a ft 10'Gethe fvnre Ann and 20 foot hlut Pimming Lranchn and overgrowth pack-t of the rameta view.see Picture number 3,SeodnnP B. old KNiM hvp/Cemmunlotlons fitd6.-Br=h.Lfmb,and V"Mtle n Gearing Along Fend The fence Pne behind the old Radio 5hv➢ICvnnnuniUtaum hu7ding k appro>,imatelY 2g5 Linear ieec dndng 20-Off the fence I➢ee and 20 trice high trimming branch-and oyergrpWth hart Uo➢TMecamrl uleyr,1ee*0"e number 3,5etSPn#a- 5 V imp Creek7rbanmemPrant Village Geekmgwing needed: so day g begBnning ar the North Gate mooing Southward m dy the dutWl a mtal of 700o linear lees needs mowing an the Put:rde Pf the force and 10'dlf of Thu retort:Sec phone number 1, secrioh}. On the vet Ade of the advert near the➢ytfaR,Me h/Lush r_Qg 10,.r Y from the right &de of the diuerc and apprmfmatety SS fineaF het boor the vorcaR bask to the north,See Piave numeet 11 5eedon 21 On the south side of the vutfali lVIRMWng the lence f eamnnd m the mrrrer of the fence appmhlmately,W*Fnear feet remove bnushybush 14r on the wtslde of the fence-see piemm number t,Se Sion 3. Ore She Hort;tt side of roe facility near/around the tdephone Pole ono de of the tunes remove brush/bgAm la'frnrn the Fence and aPPMi—pttF 15 linear feet 5eepi2ure nam6er 2, telenhpne yes Gt+nd T➢rat Grand Total for all locations $ . City of Fart Worth, Texas Mayor and Council Communication DATE: 03/29/22 M&C FILE NUMBER: M&C 22-0198 LOG NAME: 13P21-0203 WATER GROUNDS MAINTENANCE CC WATER _SUBJECT (ALL)Authorize Execution of an Agreement for Grounds Maintenance with Leons Landscape Service, LLC in an Annual Amount Up to $184,490.00 for the initial Term and Authorize Four One-Year Renewal Options for the Same Amount for the Water Department RECOMMENDATION: It is recommended that the City Council authorize execution of an agreement for grounds maintenance with Leans Landscape Service, LLC in an annual amount up to$184,490.00 for the initial term and authorize four one-year renewal options for the same amount for the Water Department, DISCUSSION: The Water Department approached the Purchasing Division to finalize an agreement for grounds maintenance services for their department at locations throughout the City of Fort Worth(City)on an"as-needed"basis.To procure these services,Purchasing issued an Invitation to Bid(ITB} No_21-0203 describing the types of services the department needs to maintain the properties. The ITB was advertised in the Fort Worth Star-Telegram on October 13,2021, October 20,2021 and October 27.2021.The City received a sole bid.The bid was evaluated on a best value criteria including pricing,contractor's qualification,experience, references and the availability of their resouces.The evaluation panel comprised of City staff reviewed the response and recommends awarding to Leans Landscape Services,LLC because their bid provided the Best value offer and meets the City's needs for grounds maintenance at the specified Water Department locations Funding is budgeted in the Other Contractual Services account of the Water&Wastewater Department roilup within the Water&Sewer Operating Fund. AGREEMENT TERMS-Upon City Council approval,this agreement shall begin upon execution and expire one year from that date. RENEWAL TERMS:The contract may be renewed for up to four successive one-year term at the City's option.This action does not require specific City Council approval provide that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. ADMINISTRAT)VE 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. BUSINESS EQUITY:A waiver of the goal for Business Equity subcontracting requirement is approved by the DViN-BE,in accordance with the Business Equity Ordinance, because the purchase of guuds ur services is from sources where subcontracting or supplier opportunities are negligible. FISCAL LUE BRIAT19N 1 CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation,funds are available in the current operating budget,as previously appropriated,in the Water&Sewer Fund. Prior to any expenditure being incurred,the Water Department has the responsibility to validate the avaiiabitity of funds. Stih_mMed for Qjy Manager's Office by: Reginald Zeno 8517 Plana Burghdoff 8018 Originating Business Unit Head: Anthony Rousseau 8338 Christopher Harder 5020 Additional InformatjQrt Contact: Cynthia Garcia 8525 Jeff Cope 8313