Loading...
HomeMy WebLinkAboutContract 57260-A3 (2)CSC No. 57260-A3 THIRD AMENDMENT TO FORT WORTH CITY SECRETARY CONTRACT NO. 57260 BETWEEN CITY OF FORT WORTH AND L.A.T.E. LLC Third Amendment to Fort Worth City Secretary Contract No. 57260 is made between the City of Fort Worth ("Fort Worth" or "City"), a home -rule municipal corporation, and L.A.T.E LLC ("Vendor"). City and Vendor shall be referred to as a Party and collectively as the Parties. WHEREAS, City and Vendor entered into an Agreement identified as Fort Worth City Secretary Contract No. 57260 ("Agreement") with the third renewal term from March 17, 2025 to March 16, 2026; and WHEREAS, the Parties agree to amend the Exhibit A Scope of Services to update and include additional mowing zone; and WHEREAS, the Parties agree to amend the Exhibit B Price Schedule to update and include additional mowing zone; NOW THEREFORE, the Parties, acting herein through their duly authorized representatives, agree to the following terms, which amend the Agreement as follows: I. AMENDMENTS The following term is hereby amended to replace any conflicting term in the Agreement and shall be binding and enforceable as if it were originally included therein: Exhibit A, of the Agreement is deleted and replaced with the attached Exhibit A Exhibit B, of the Agreement is deleted and replaced with the attached Exhibit B II. ALL OTHER TERMS SHALL REMAIN THE SAME All other terms, provisions, conditions, covenants and recitals of the Agreement not expressly amended herein shall remain in full force and effect. III. ELECTRONIC SIGNATURE This Amendment may be executed in multiple counterparts, each of which shall be an original and all of which shall constitute one and the same instrument. A facsimile copy or computer image, such as a PDF or tiff image, or a signature, shall be treated as and shall have the same effect as an original. A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC OFFICIAL RECORD CITY SECRETARY Page 1 of 18 FT. WORTH, TX [SIGNATURE PAGE FOLLOWS] [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] Page 2 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC Executed effective as of the date signed by the Assistant City Manager below. FORT WORTH: City of Fort Worth V00, WAA - By: Valerie Washinp-ton (May 15, 2025 09:20 CDT) Name: Valerie Washington Title: Assistant City Manager Date: n9/1 �/9nar; Approval Recommended: By: ) . Name: Roger Venables Title: Aviation Director ' o ..... d Fg dV0=4 Attest: ova � 8 *� aaa TEXPS 4 �bnnooa 44 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Name: Katya Flores Title: Sr. Contract Compliance Specialist Apprav a e a1�Xaa By: Candace Paaliara (Mav 15'-�025 07:42 CDT) Name: Candace Pagliara Title: Assistant City Attorney Contract Authorization: By: M&C: N/A Name: Jannette Goodall Date Approved: N/A Title: City Secretary L.A.T_E. LLC •�I By. 1 , Na>Tne:`Ceslie Hartman Title: Owner Form 1295 Certification No.: N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 3 of 18 A4 to Fort Worth City Secretan• Contma No. 57250 ClF'W and Agreement L.A.T.L. LLC EXHIBIT A Scope of Services 041CAIIA01IR1619394100ZyAATA[Ill *1 FLOWERBEDS / PUSH MOWING AND LARGE MOWING 1. EQUIPMENT 1.1. Contractor shall have available all equipment and material upon arrival at job site or have access to all equipment necessary to perform all work outlined in this Agreement. 1.2. Bidders should be able to demonstrate adequate backup equipment or plan to allow for breakdowns. 1.3. All equipment shall always be in good repair and be operated by a responsible employee. 2. FLOWER BED MAINTENANCE 2.1. The Contractor is responsible for maintaining the planting beds at Meacham Airport. The Contractor will be required to perform maintenance bi-weekly from February through September. Total square footage of flower beds is estimated at 13,298 square feet. 2.2 Contractor shall: 2.2.1 Cleanup to include removal of all trash, leaves, weeds and apply weed killer application 2.2.2 Remove all weeds/unwanted grasses from concrete and crushed stone surfaces and ornamental and ground cover beds. 2.2.3 Mulch replacement up to two times per year (as requested). 2.2.4 Trim plants as needed. 2.2.5 Recommend plant replacement as needed. 2.2.6 After the contractor completes work each week, the project area shall be broom - cleaned, removed trash, and weed -free. 2.2.7 The contractor shall not trim with a power trimmer or use mechanical tools that will damage the drip irrigation. 2.2.8 The Contractor must contact the contract administrator and receive approval for post - emergent and pre -emergent herbicide treatment before allowing the Contractor to proceed with the application. Post -emergent and pre -emergent herbicides must not kill/destroy desirable vegetation. The Contractor will be responsible for replacing any destroyed vegetation at no additional cost to the City. 2.2.9 Blowing grass clippings and other debris into the adjoining street or roadway will not be permitted. Gutters, sidewalks, and roadways must provide a clean surface or the appearance of being swept. This is in accordance with City Code 12.5-302, paragraph A: "Anything that is not stormwater that goes into a storm drain is an illicit discharge." The Page 4 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC Contractor shall always preserve and protect public utilities during flower bed maintenance. Any damage to property or utilities resulting from the Contractor's work shall be restored at the Contractor's expense. 2.2.10 The flower bed maintenance will be for an estimated 16 cycles per year. 3. DEFINITIONS 3.1 FLOWER BED MAINTENANCE PROJECT AREA shall refer to specific geographic area(s) of the City designated to receive specified maintenance services. 3.2 FLOWER BED MAINTENANCE SCHEDULE shall mean the time periods established by the City for the maintenance season within which all prescribed maintenance activities for each area shall be completed. Contractors shall perform the work bi-weekly, from February through September. 3.3 CONTRACT ADMINISTRATOR shall mean the duly authorized representative of the Aviation who shall monitor the Contractor's performance within the regions he/she is assigned. 3.4 INCLEMENT WEATHER shall mean rainy/wet weather or when the condition of the soil in flower bed is such that maintenance cannot be accomplished satisfactorily. 3.5 OZONE ACTION DAYS shall refer to the period from May 1st 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 TX DOT highway information boards. Contractors are not to use any motorized equipment between the hours of 6 a.m. and 10 a.m. on these 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. 3.6 TRIMMING shall refer to the cutting or removal of all plant life adjacent to any fence line, pole, guy wire, sign, guard rail sidewalk, and curb. Contractor will use reasonable care to avoid damaging any City or private property, especially fences, mailboxes, etc., in rights -of -way. If the Contractor' s failure to use reasonable care causes damage to any property, the Contractor shall replace or repair the damage 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 the Contractor' s payment. Debris that falls or is thrown by equipment upon the pavement, streets, curbs and gutters, sidewalks, driveways, or adjacent properties through the action of the work crew shall be removed before leaving the project area. 3.7 HAZARDOUS CONDITIONS -The Contractor is required to notify the Contract Administrator immediately of any hazardous conditions and/or damage to city property. 3.8 SUPERVISION OF WORK CREW - Contractor shall provide supervision of all work crews while performing work under this Agreement. On -site supervision is not required, but providing constant communication equipment enables the work crew to communicate Page 5 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC with a project supervisor. Each work crew shall have a designated person on the work site who has the authority to respond to inquiries about work details or priorities. 3.9 PROTECTION OF FENCES, TREES, PLANTS, AND SOIL ON PRIVATE PROPERTY All property along and adjacent to the Contractor' s operations, including fences, lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to the start of work. No direct payment will be made for this item, and it shall be considered incidental to this Agreement. 3.10 REPORTING COMPLETED WORK AREAS —Contractor will notify the Contract Administrator when the flower bed maintenance has been completed. This will be accomplished by email. Notifications will be made the next day following the completion of the maintenance. 4. FLOWER BED MAINTENANCE SCHEDULE 4.1 NOTE: FAILURE TO MEET THE CONTRACT REQUIREMENTS ON MORE THAN ONE OCCASION WITHIN THE PRESCRIBED MAINTENANCE SCHEDULE MAY RESULT IN THE TERMINATION OF THE AGREEMENT. 4.2 The Contract Administrator can cancel scheduled flower bed maintenance cycles bi- weekly. The cancellation will be based on need, prevailing weather conditions, and available funds. 4.3 The Contractor will be notified of any cancellations. The City reserves the right to perform flower bed maintenance during canceled cycles. 4.4 Contractor shall secure all permits and licenses imposed by laws and ordinances, pay all charges, and give all notices where necessary. 5. TURF MANAGEMENT/ MOWING 5.1 The Contractor is responsible for maintaining the sod at Meacham Airport in accordance with the three established zones. The Contractor will be required to perform maintenance on an as -needed basis, determined by the City, to eliminate weeds and other forms of unwanted vegetation growing in the grass areas. Only pre -established grass species are allowable for sodding purposes when replacing dead, or missing, patches of grass. 5.2 The Contractor is responsible for maintaining the sod in such a manner to create a uniform appearance of the pre -established grass through the specified zones. 5.3 The Contractor must contact the contract administrator and receive approval for post - emergent and preemergent herbicide treatment prior to allowing the Contractor to proceed with the application. The use of post -emergent and pre -emergent herbicides must not kill/destroy desirable vegetation. The Contractor will be responsible for replacing any vegetation that is destroyed at no additional cost to the City. 5.4 Square footage for the established zones in Exhibit A Scope of Service's is estimated to be: Page 6 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC 5.4.1 Zone 16 Flower beds — 13,298 ft sq 5.4.2 Zone 16 Push only mowing—19,221 ft sq 5.4.3 Zone 16A Ride mowing—13,846 ft sq (Rider and zero turn mowers allowed) 5.5 Push Mowing ONLY in Zone 16, no zero turns or large mowers; riding mowers are allowed in Zone 16-A only. 5.6 The work covered by these specifications consists of specific grounds maintenance services at Meacham Airport within each project area as required by the established maintenance schedule. Contractor shall be responsible for removing all trash and litter, mowing all areas, edging, and trimming all turf along the pavement, including expansion cracks extending two feet onto the pavement, curbs, and around or on signs, posts, guard rails, sidewalks, other obstacles and keeping shrub and flower beds weed free, clearing vegetation from in and under all fence lines, and removing all grass clippings from hard surfaces. Litter/trash includes, but is not limited to, plastic, cans, tires, bottles, cardboard, rags, limbs and branches, rocks, and other similar solid materials and foreign debris that are not intended to be present as part of the landscape. Contractor will apply herbicide to cracks and expansion joints to curtail weed growth in solid surface areas upon department request. 6.0 DEFINITIONS GROUNDS MAINTENANCE PROJECT AREA shall refer to the specific geographic area(s) of Meacham Airport that is designated to receive specified grounds maintenance services. 6.1 MAINTENANCE SCHEDULE shall mean the time periods established by the City for the mowing season within which all prescribed maintenance activities for each area shall be completed. CONTRACTOR SHALL BEGIN THE WEEKLY MOWING CYCLE ON MONDAYS. THE CONTRACTOR WILL MAINTAIN THIS SCHEDULE THROUGHOUT THE MOWING SEASON. THE SECOND MOWING CYCLE WORK ORDER WILL NOT BE ISSUED UNTILTHE WRITTEN SCHEDULE IS RECEIVED. IF CONTRACTOR EXPECTS TO VARY FROM THE SCHEDULE, THE CONTRACTOR SHALL NOTIFY THE CONTRACT ADMINISTRATOR OF THE ADVANCE VARIATION AND SPECIFY AN ALTERNATE COMPLETION SCHEDULE. NOTE: THE CONTRACTOR WILL BE PAID ONLY FOR WORK ACTUALLY ACCOMPLISHED DURING THE ESTABLISHED MOWING CYCLE UNLESS, DUE TO WEATHER OR OTHER VALID REASON, THE CONTRACT ADMINISTRATOR HAS GRANTED AN EXTENSION TO THE SCHEDULED MOWING CYCLE. 6.2 CONCURRENT shall refer to all mowing, trimming, and litter removal on any given item being completed on the same day. Should a given area be too large to complete in a single day, any areas that have been mowed must be trimmed and litter removed on the same day the mowing occurs. Page 7 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC 6.3 CONTRACT ADMINISTRATOR shall mean the duly authorized representative of the Aviation Department who shall monitor the contractor's performance within the regions he/she is assigned. 6.4 INCLEMENT WEATHER shall mean rainy/wet weather or when the condition of the soil is such that the rutting of the property will occur and cutting of grass cannot be accomplished safely, or satisfactorily that is in a manner that will not rut up or cause any damage to the turf. 6.5 OZONE ACTION DAYS shall refer to the period from May 1st 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 announced via television, radio, and TX DOT highway information boards. 6.5.1 Contractors are not to use motorized equipment between 6 a.m. and 10 a.m. on these 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. 6.6 TRASH AND LITTER shall mean any debris within the grounds maintenance project area including, but not limited to, furniture, appliances, tires, construction material, paper, plastic, cans, bottles (including broken glass), cardboard, rags, limbs and branches, rocks, and other similar solid materials and foreign debris which is not intended to be present as part of the landscape. 6.7 TRIMMING shall refer to the cutting or removing of all plant life adjacent to or within any fence line, pole, guy wire, sign, guard rail, sidewalk, curb, and ditch. Ditches will need to be trimmed regardless of existing conditions within the ditch by any equipment necessary. 6.8 MOWING HEIGHT shall refer to the setting of mowing equipment to cut grass to a height of two (2) inches for all project areas unless requested otherwise by the Contract Administrator 6.9 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 OR HIS/HER REPRESENTATIVE MUST HAVE A COPY OF THEIR PESTICIDE LICENSE ON FILE WITH THE AVIATION DEPARTMENT BEFORE THE USE OF ANY HERBICIDE. NOTE: CHEMICALTRIMMING WILL NOT BE ACCEPTABLE ALTERNATIVE TO THE PHYSICAL REMOVAL OR CUTTING OF PLANT MATERIAL FROM AREAS TO BE TRIMMED. 6.10 EDGING will be around all hard surfaces, i.e., parking lots and walkways. Page 8 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC 6.11 MOWING HEIGHT shall refer to the setting of mowing equipment to cut grass to a height of two (2) inches for all project areas. 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 turf may result in contract termination. LITTER REMOVAL, MOWING, AND TRIMMING 7.1 Contractor shall remove ALL litter, mow, edge, and trim all assigned turf areas on every cycle. CONTRACTOR SHALL REMOVE ALL TRASH AND LITTER FROM THE ENTIRE AREA BEFORE INITIATING ANY MOWING OF THE TURF AREA. Failure to remove litter before mowing will result in the Contractor being required to return to the site and remove all new litter and mowed litter. Any papers, cans, or bottles cut or broken during maintenance operations shall be removed entirely from the site immediately before proceeding with the maintenance of other areas. The Contractor shall dispose of all trash and litter at an off -site location procured by the Contractor at his/her sole expense. 7.2 Contractor shall use reasonable care to avoid damaging buildings, equipment, and vegetation on City and private property. Mowers must have chute deflectors or guards to prevent rocks and debris from damaging public and private property. This includes, but is not limited to, irrigation heads, fences, mailboxes, etc. The Contractor must assess the area to be mowed before starting and make necessary adjustments not to cut or damage irrigation heads. Contractors use a push mower in designated areas, avoiding damage to structures and turf grasses. If the Contractor's failure to use reasonable care causes damage to any property, the Contractor shall replace or repair the damage 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 the contract price. 7.3 Contractor shall maintain sharp blades on all mowing equipment to cleanly cut, not tear, the blades of grass. All grass shall be cut at a height of two (2) inches. Upon completion, a mowed area shall be free of clumped grass cuttings, tire tracks, and ruts from equipment. Turf shall be cut so as not to scalp turf or leave areas of uncut grass. Care shall be taken to prevent discharge of grass clippings onto any paved surface such as streets, curbs and gutters, parking lots, sidewalks, concrete pads, creeks, lakes or ponds, and/or adjacent properties. Any material so discharged shall be removed before leaving the project area. The Contractor shall dispose of all trash and litter at an off -site location procured by the Contractor at her/his sole cost and expense. 7.4 All structures, trees, poles, tables, signs, fences, and shrub beds are to be trimmed closely, where applicable. Special care shall be given to trimming around trees so as not to damage their bark. Trim guards should be used as online trimmers when working around trees and ornamental shrubs. All trimming shall be accomplished while Page 9 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC maintaining the required 2" cutting height depending on the project area and cycle frequency. ALLTRIMMING MUST BE ACCOMPLISHED CONCURRENTLY WITH MOWING OPERATIONS. 7.5 All vegetation in cracks, seams, and joints of paved areas such as sidewalks, 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. The use of herbicides to control such growth may be permitted with the prior written approval of the Contract Administrator and in accordance with all applicable State laws and regulations. 7.6 WEEDING: All planting beds, hedgerows, fence lines, parking lots, and gravel areas shall be maintained weed and grass- free. Chemical weeding using Roundup or an approved substitute is acceptable, but it must be closely coordinated with the Contract Administrator before application. Herbicides are not allowed at the base of trees and fence lines, and they are discouraged under tree drip lines from June to August. Guards online trimmers are recommended, as the Contractor is responsible for replacing any extensively damaged trees. 7.7 FENCE LINES: All weeds and grass in fence lines shall be removed at the beginning of the season, and fence lines will be kept weed and grass free throughout the season. Interior fence lines will be kept weed and grass free at all times, and exterior fence lines will be kept weed and grass free for at least 12 inches outside the fence line. When an Aviation Department perimeter fence is adjacent to private property, all weeds, grass, and brush will be kept trimmed back to the fence line, and the fence line may be cleared when accessible for 12 inches on the outside of the fence line. The Contractor will remove all weeds, grass, tree limbs or other vegetation growing through the fence. The base of the fence line may not be treated chemically, using Roundup substitute, and all tree and shrub limbs, sprouts, or branches will be cut back flush with the fence line. Chemical edging will not be used. 7.8 REMOVAL OF GRASS CLIPPINGS. The removal of cut grass from turf areas will not be required unless otherwise specified by the Contract Administrator. Cut grass and debris that falls or is thrown by equipment upon the pavement, streets, curbs and gutters, sidewalks, driveways, or adjacent properties through the action of the work crew shall be removed before leaving the project area. 7.9 The Contractor shall always preserve and protect public utilities during maintenance. Any damage to utilities resulting from the Contractor' s work shall be restored at the contractor's expense. 7.10 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, trails, drives, or curbs more than % inch, nor will they be cut back from the edge of walks, trails, drives or curbs more than % inch. All concrete sidewalks, trails, curbs, walking paths, and steps must be mechanically edged, exposing concrete surfaces. The Contractor may use a disc edger on a mower or similar device to edge medians as long as the produced edge meets the Page 10 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC above standard. All material dislodged by edging shall be removed from the site or blown back onto grass areas to leave a clean appearance. Concrete sidewalks shall be edged on both sides. 8. TREES AND SHRUBS - NO PRUNING OF ANY TREE SHALL BE PERMITTED UNLESS SPECIFIED OTHERWISE IN THESE SPECIFICATIONS OR REQUESTED BY THE CITY. Trash and litter shall be removed from ornamental flower and planting beds during each mowing cycle. Mulch rings shall be reshaped before leaving the project site when dislodged by mowing equipment. Severe damage to trees will result in replacement or compensation of trees by the Contractor. Failure to replace damaged trees shall be considered a breach of contract and Contractor shall be assessed for damages. Slight or moderate damages to trees will result in assessment of damages. 8.1 ASSESSMENT OF DAMAGES TO TREES DURING GROUNDS MAINTENANCE OPERATIONS: 8.0.1 The Contractor will check trees in the contract area before contract work begins; any damage will be noted and reported to the Contract Administrator. 8.0.2 The Contract Administrator will conduct random checks of the trees during the contract period. 8.0.3 At the end of the contract period, all trees may be checked. The Contract Administrator and Contractor will attend the inspection. 8.0.4 Damages shall be documented by memo with a copy to the contract file and the Contractor. 8.0.5 Contractors may have the option of replacing or paying for severely damaged trees at a location designated by the Aviation Department. Replacement shall be made on a caliper inch per caliper inch basis with a minimum size of replacement tree of 2" in caliper. The Contractor shall be responsible for planting, watering, mulching and maintaining replacement trees for under two years. The Contractor shall compensate for any tree that does not survive the 2- year established period of the Aviation Department at a rate of $200.00 per caliper. 8.0.6 Damages shall be assessed at a rate of $100.00 for each instance of slight damage to tree(s); this is damage that may heal. Examples include but are not limited to scaling of the trunk into the cambial layer %" to 2" in width but less than 1/3 trunk circumference or breaking of limbs less than 2" in diameter or limbs less than 1/3 trunk caliper whichever is less; $ 300.00 for each instance of moderate damage to tree(s) which in the opinion of the City Forester contribute to the poor health and reduced longevity of the tree examples would include but are not limited to scaling of the trunk into the cambial layer greater than 2" but less than 1/3 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 a penalty of $200.00 per diameter inch of trees removed or damaged for trees less than 30" and $400.00 per diameter inch of trees greater than 30". Page 11 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC Severe damage or removal shall include but is not limited to scaring the trunk to the cambial layer greater than 1/3 the trunk circumference, uprooting or causing a tree to lean, and damage to a scaffolding branch greater than 1/3 of the trunk caliper. Branches shall be measured at the point of attachment or at the lateral to which the branch would be pruned back according to 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 Aviation 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. 8.0.7 Failure to replace or pay for damaged trees shall result in a breach of contract, and the Contractor will be automatically assessed for damages. Damages described herein shall be deducted from payments otherwise due to the Contractor. 8.2 STORM DAMAGE: IN THE EVENT OF STORM DAMAGE, PRUNING WILL BE NECESSARY TO REMOVE DAMAGED AND BROKEN LIMBS. ANY TREES BLOWN OVER OR DOWNED DURING A STORM (UPTO 4 CALIPER INCHES IN DIAMETER) WILL BE REMOVED. All plant material (up to 4 caliper inches in diameter) resulting from trimming and pruning, normal deadfall, or storm/wind damage shall be removed from Aviation Department property and properly disposed of by the Contractor each time the Contractor performs maintenance at the site. 8.3 CREEKS AND DRAINAGE AREAS: All creeks and drainage areas at Aviation Department sites will be cleaned, and all brush, grass, trees, and other plant materials will be maintained at a height of approximately four (4) inches. Chemical treatment will not be allowed in creeks and drainage areas unless approved in writing by the Contract Administrator or the Superintendent of Plant Maintenance. Drainage areas will need to be trimmed, regardless of existing conditions within the ditch, by any equipment necessary. Standing water will not be considered an acceptable justification for not mowing. 8.4 COMPLETION OF WORK: The Contractor must complete the work within a minimum 3 continuous days, or less, once the work begins. Work is to begin on Mondays. Equipment can only be brought to the site the day the contractor starts work and can only be left on site if the crews are coming back the next day. Upon completion of work the equipment must be removed from site until the next cycle unless written permission is provided by the Contract Administrator. If for any reason the grounds maintenance cannot be completed, e.g., due to rain or wet grounds, the Contractor must contact the Contract Administrator. 8.5 SECURITY PROCEDURES: On all Aviation Department properties, all Contractor personnel must have a valid picture ID with photo, or a valid Driver's License with photo, on their person or readily available in their vehicle on site. When applicable, the Contractor will Page 12 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC stop at the entrance to the facility and check in with security personnel upon arrival to get clearance to enter the facility. HAZARDOUS CONDITIONS -The Contractor is required to notify the Contract Administrator immediately of any hazardous conditions and/or damage to city property. 8.6 HARD SURFACE MEDIANS end caps or traffic islands within or adjacent to the contracted area, which are not specifically identified in these specifications, shall be deemed to be a part of the contracted area. 8.7 CONCURRENT CONTRACTS - In the event that any one Contractor is awarded contracts for mowing more than one project area, he/she shall proceed with work simultaneously in all areas awarded. 8.8 SUPERVISION OF WORK CREW - Contractor shall provide supervision of all work crews while performing work under this contract. 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 and ability to respond to inquiries about work details or priorities. 8.9 STREET USE PERMIT— The Contractor must obtain a "Street Use Permit" prior to starting work. Contact Chuck McLure at (817) 392-7219. 8.9.1 The Contractor shall be responsible for providing traffic control during the construction of this project is consistent with the provisions outlined in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Street and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways"' codified as Article 6701d Vernon' s Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. 8.9.2 The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required maintenance, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division at phone number (817)392-7738, to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with temporary sign meeting the requirement of the above reference manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall not be left in place until the temporary sign requirements are met. When work is completed to the extent that the permanent sign can be re -installed, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. INSPECTION AND ACCEPTANCE Page 13 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC 9.0 Contract Administrator will be responsible for making inspections, monitoring the Contractor's activities and ensuring the work is performed in accordance with the Agreement specifications. The Contract Administrator shall record, process and submit all pertinent information to the Agreement file for determination of termination of Agreement or for non -renewal. Copies of documents related to inadequate performance will be submitted to the Purchasing Department. 9.0.1 In the event the Contractor fails to perform according to the terms of this Agreement, the Department head or his/her designee will notify the Contractor, in writing, of its failures. A meeting may be arranged to discuss the Contractor' s deficiencies. A written cure notice will be prepared giving the Contractor ten (10) calendar days to cure any deficiency. 9.0.2 In the event the Contractor continues with unsatisfactory performance, the Contract Administrator will promptly notify the Purchasing Manager or his/her designee who will take appropriate action to cure the performance problem(s), which could include cancellation, termination for convenience or default. 9.1.3 The City reserves the right to terminate this Agreement, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Payment to the Contractor will be based on actual quantities of work performed and accepted by the City. 9.1 A work order will consist of a written document specifying type of work, contractor name, project area, maintenance cycle, beginning and ending date, and comments. A work order is issued on the beginning date of each mowing cycle. The contractor shall not begin work on the project area until a work order is received. The work order shall be considered complete when all work in the project area has been inspected and approved by the Contract Administrator. Both the Contract Administrator and Contractor indicating agreement with the information shown on the work order including any comments noted by the Contract Administrator will then sign the work order. The completed work order sheets shall be attached to the monthly invoices verifying work performed. It is mandatory that all work orders be signed after completion of each cycle before a new work order may be issued. Failure to obtain a work order prior to beginning a maintenance cycle can result in non-payment for work performed. 9.2 Contractor must notify Airport Operations for access to locked manual gates and of each day's completion for inspection to secure gates on the property. 9.3 Contractor is responsible for providing photographic evidence of all Project Areas completed for each mow cycle. Photographs must be time and date stamped. 10. CONTACT - Contractor shall, e-mail, or fax in each day's completions that are ready for inspection to the Contract Administrator. This will be accomplished no later than the first regular workday after the maintenance is completed. Failure to submit completion reports or contact the assigned Contract Administrator on the next regular workday after work is Page 14 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC completed on an area can result in liquidated damages and may lead to termination of the contract. 11. MAINTENANCE SCHEDULE AND LIQUIDATED DAMAGES - Failure of the Contractor to maintain the required maintenance schedule or meet contract specifications may result in liquidated damages. Assessment may be as much as two hundred fifty dollars ($250.00) per day in liquidated damages for incomplete work in the project area until all work is completed (liquidated damages will not exceed the total dollars for the incomplete project location per cycle). NOTE: FAILURE TO MEET THE CONTRACT REQUIREMENTS ON MORE THAN ONE OCCASION WITHIN THE PRESCRIBED MAINTENANCE SCHEDULE MAY RESULT IN THE TERMINATION OF THE CONTRACT AND DEMAND UPON THE CONTRACTOR'S BONDING COMPANY TO COMPLETE THE CONTRACT. 12. DELIVERIES AND PERFORMANCE NOTE: THE CONTRACT ADMINISTRATOR HAS THE AUTHORITY TO CANCEL SCHEDULED MOWING CYCLES ON A WEEK -TO -WEEK BASIS. THE CANCELLATION WILL BE BASED ON NEED, PREVAILING WEATHER CONDITIONS, AND AVAILABLE FUNDING. THE CONTRACTOR WILL BE NOTIFIED OF ANY CANCELLATIONS. THE CITY RESERVESTHE RIGHT TO PERFORM GROUND MAINTENANCE OPERATIONS DURING CANCELED CYCLES. THE CONTRACT ADMINISTRATOR MAY CHANGE THE FREQUENCY OF GROUNDS MAINTENANCE CYCLES. CONTRACTORS MAY BE REQUIRED TO RETURN TO MAINTAIN SPECIFIC LOCATIONS DURING CANCELLED CYCLES OR AFTER REGULAR SEASON MOWING HAS ENDED. ANY SUCH CALLBACK WORK SHALL BEGIN WITHIN TWO (2) WORKING DAYS OF THE REQUEST TO PERFORM WORK AND SHALL BE COMPLETED IN A TIMELY MANNER. 13. ON -CALL MOWING - To keep the quality of mowing in the City of Fort Worth at a sufficient level, and to address the failure of mowing contractors to perform adequately, the City will have areas needing complete or spot mowing on an individual or reoccurring basis. To provide mowing contractors with additional work, the City will allow selected contractors to take on these extra projects. 13.1 The City may request the Contractor to mow on -call areas at pricing equivalent to comparable areas in the Contractor's awarded contract or prices submitted by the Contractor in the bid solicitation. 13.2 The Contract Manager will approve the contractor's submitted price for the job before work begins. 13.3 The Contract Manager must approve pricing exceeding the Contractor's comparable Project Areas or solicitation pricing. 13.4 Contractor has the right to decline or accept On -Call Mowing work. 13.5 In the event the Contractor accepts the On -Call Mowing work, the Contractor will be issued a Work Order for the On -Call area identifying the work to be performed, the number of times performance is required, and the agreed- upon price. Page 15 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC 13.6 No one contractor isgranted exclusive rights to On -Call Mowing projects or hasfirst rights of reFusal in the event senviceisrequested amain. 13.7 Contractors can natfaiIto perform ontheir currenby contracted maw CycletoperForrn On -Call Mowing projects. 13.8 Should a scheduling conflict arise between the On -Call project an d a previously contracted mow area the contractor must notify the Contract Manager immediately and dedin ethe On - Call project. C Wi r4-W er kVm a-dp v El lei p:du Fk"-A- sv Flcwa-W*x ?ar4 7B Pwhl-err=y arG 16PAM% ^, Page 16 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC 10 �N -s This is the section that needs to be added Page 17 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC EXHIBIT B Price Schedule 9500 Feather Grass Lane �s_-Ok.- Superior .� Ste 76177 Fort Worth, TX 1 Landcare Call I Text: 817-438-8393 Maintenance Agreement Date Submitted: Address: 201 American Concourse Submitted to: Meacham Airport Fort Worth, TX 76106 Phone: Email: Work Performed: �✓ Same or (circle one) 201 American Concourse Prefered Payment: ❑ Check L Card Ll Auto -Sill on date: Fort Worth, TX 76106 CC 4 CvV Exp Service lian JIFeb Imar Apr May Jun I Jul jAugjSep I Oct NovjDecj Unit Cost I Total Mowing 1 1 2 4 5 5 4 4 5 2 2 2 $131 $4,847 Weed Eating 1 1 2 4 5 5 4 4 5 2 2 2 INC Edging 1 1 2 4 5 5 4 4 5 2 2 2 INC Blow (CleanUp) 1 1 2 4 5 5 4 4 5 2 2 2 INC Bed Detail 1 1 2 4 5 5 4 4 5 2 2 2 $330 $7,920 Hedge Trimming 1 1 1 1 1 1 1 1 1 1 1 1 INC Spot Weed Control 1 1 1 1 1 1 1 1 1 1 1 1 $177.50 $2,130 Pre/Post Emergent 1 1 1 INC Fertilization 1 1 1 1 1 1 INC Mulch 1 1 $5,525.00 NII Sod $9.50 NII Supervisor Inspection 1 1 2 4 5 5 4 4 5 2 2 2 INC Total Cuts 37 Subtotal: $14,897.00 Subtotal Divided by 12 months: $1,241.42 Payment: Customer agrees to pay Superior Landcare 12 monthly payments of $1,241.42 (plus sales tax) on or before the 15th day of each month after receipt and approval of Superior Landcare invoice for services rendered. Duration of Agreement The term of this agreement shall commence on the _ day of 20 and shall continue in full and effect until the _ day of .20 . This agreement may not be terminated without a 15 day notice from either party. If customer chooses to terminate agreement, they choose to pay all amounts for services rendered through the date of termination. Failure to pay will result in legal action including but not limited to a mechanics Iein. Superior Landcare Representative: Date 20 Customer: Date 20 Page 18 of 18 A4 to Fort Worth City Secretary Contract No. 57260 CFW and Agreement L.A.T.E. LLC