HomeMy WebLinkAboutContract 60249-A1CSC No. 60249-A1
FIRST AMENDMENT TO
FORT WORTH CITY SECRETARY CONTRACT NO. 60249
BETWEEN CITY OF FORT WORTH AND LAWN PATROL SERVICE, INC.
This first Amendment to Fort Worth City Secretary Contract No. 60249 ("Amendment")
is made between the City of Fort Worth ("City"), a Texas home -rule municipal corporation, and
Lawn Patrol Service, Inc. ("Vendor"), individually referred to as "party" and collectively as
"parties."
WHEREAS, City and Vendor entered into an Agreement identified as Fort Worth City
Secretary Contract No. 60249 beginning October 11, 2023 ("Agreement");
WHEREAS, the current term expires on February 28, 2026, unless terminated earlier in
accordance with the Agreement; and
WHEREAS, it is the collective desire of the parties to amend Exhibit B of the Agreement
to add Vendor's Price Increase Letter.
NOW THEREFORE, known by all these present, the parties, acting herein by and
through their duly authorized representatives, agree to the following terms, which amend the
Agreement as follows:
I.
AMENDMENT
The Agreement is hereby amended by adding Vendor's Price Increase letter to Exhibit B
of the Agreement.
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.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
First Amendment to Fort Worth City Secretary Contract No. 60249 Page t of 4
[SIGNATURE PAGE FOLLOWS]
[REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK]
First Amendment to Fort Worth City Secretary Contract No. 60249 Page 2 of 4
Executed effective as of the date signed by the Assistant City Manager below.
CITY:
City of Fort Worth
By: 0
Name: I corn
Title: Assistant City Manager
Date: 08/18/2025
Approval Recommended:
By: dw fiGt i''d e-r
Name: cIONPA NW&I (hug 18, 202513:48:28 CDT)
Title: Water Director
ann
oa
Attest: ;_e Q''
Pv= ^=4
PP?r o, oo*�o
aanbpnEXASo'd
By:
Name: rnnette S. Goodall
Title: City Secretary
VENDOR:
Lawn Patrol Service, Inc.
By.
1 ��
Name:
Anthony Conley
Title:
Date: (b - S' ZD 7-5-
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: Shatabya Be land (Aug 14, 202510:32:20 CDT)
Name: Shatabya Easley
Title: Sr. Contract Compliance Specialist
Approved as to Form and Legality:
.AhL2t.JL2 wk'u a cncac�
By:
Name: Amarna Muhammad
Title: Assistant City Attorney
Contract Authorization:
M&C: 23-0569
Date Approved: 6/7/2023
Form 1295 Certificate No.: 2023-1031096
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
First Amendment to Fort Worth City Secretary Contract No. 60249 Page 3 of 4
EXHIBIT B
See next page.
First Amendment to Fort Worth City Secretary Contract No. 60249 Page 4 of 4
Lawn Patrol Service, Inc.
P.O. Box 330895
Fort Worth, TX 76163
April 1, 2025
City of Fort Worth
Ref: 13P ITB 23-0054 Grounds Maintenance Services AW Water
We are requesting a 5% increase per cycle for this contract due to the
rise of labor and fuel price. In 2024, the labor cost per hour was $16.86
In 2025, the price has increase to $18.14 per hour. Fuel cost in 2024
was $2.73 per gallon, in 2025 we are currently paying $2.89 per gallon.
Should you have any question, please feel free to contact our office.
Cordially,
Tony Conley
Lawn Patrol Service, Inc.
Phone 817.423.2273 Fax 817.293.4769 www.lawnpatrolservice.com
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 06/27/23 M&C FILE NUMBER: M&C 23-0569
LOG NAME: 13P ITB 23-0054 GROUNDS MAINTENANCE SERVICES AW WATER
SUBJECT
(ALL) Authorize Execution of Agreements with BrightView Landscape Services, Inc., Civilian Division LLC dba GI -Mow, Lawn Patrol Service, Inc.,
and Sports Field Holdings dba Sports Field Solutions for Grounds Maintenance Services for the Water Department in a Combined Annual Amount
Up to $750,000.00 for the Initial Term, and Authorize Four One -Year Renewals in an Amount Up to $900,000.00 for the First Renewal,
$1,080,000.00 for the Second Renewal, $1,296,000.00 for the Third Renewal, and $1,555,200.00 for the Fourth Renewal
RECOMMENDATION:
It is recommended that the City Council authorize execution of agreements with BrightView Landscape Services, Inc„ Civilian Division LLC dba
Gl-Mow, Lawn Patrol Service, Inc., and Sports Field Holdings dba Sports Field Solutions for grounds maintenance services for the
Water Department in a combined annual amount up to $750,000.00 for the initial term, and authorize four one-year renewals in an amount up
to $900,000.00 for the first renewal, $1,080,000.00 for the second renewal, $1,296,000A0 for the third renewal, and $1,555,200.00 for the fourth
renewal.
DISCUSSION:
The Water Department approached the Purchasing Division for assistance with securing an agreement for grounds maintenance services at
Water Department facilities throughout the City of Fort Worth. Purchasing issued an Invitation to Bid (ITB) that consisted of specifications including
the equipment needed to perform services, the detailed grounds maintenance services to be performed, the required licenses to perform chemical
application services, and the procedures the vendor must follow to verify the services are completed. The ITB was advertised in the Fort Worth
Star -Telegram on April 5, 2023, April 12, 2023, April 19, 2023, April 26, 2023, and May 3, 2023. The City received 6 responses. However, upon
evaluation, one bidder, 2 Brother's Landscaping, LLC did not meet the minimum requirements for their bid response to be evaluated.
An evaluation panel consisting of representatives from the Water and Park and Recreation Departments reviewed and scored the submittals using
Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below.
Bidder
BrightView Landscape Services, Inc.
Civilian Division LLC dba GI -Mow
Lawn Patrol Service, Inc.
Evaluation Factors
a b c d Total score
24.00 21.00 3.25 0.00 48.25
20.25 18.75 3.00 18.37 60.37
20.25 20.25 2.75 2.55 45.80
(Sports Field Holdings dba Sports Field Solutions 17.25 17.25 2.75 18.98 56,23
(SRH Landscapes LLC 22.50121.75 2.75 35.00 82.00
Best Value Criteria:
a. Contractor's experience and references
b. Contractor's availability of equipment and personnel to perform services
C. Contractor's time to respond to service requests
d. Cost of service
After evaluation, the panel concluded that BrightView Landscape Services, Inc., Civilian Division LLC dba GI -Mow, Lawn Patrol Service, Inc.,
Sports Field Holdings dba Sports Field Solutions, and SRH Landscapes LLC presented the best value. When SRH Landscapes LLC was notified
of the award recommendation, they declined to move forward. Therefore, the panel recommends that Council authorize agreements with
BrightView Landscape Services, Inc., Civilian Division LLC dba GI -Mow, Lawn Patrol Service, Inc., and Sports Field Holdings dba Sports Field
Solutions. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendors' bids met
specifications.
Due to inflation and supply chain concerns, staff recommends the total compensation for each annual renewal term be increased by 20% to ensure
the City is able to meet demand. The total compensation for the initial term of the contracts shall be an amount up to $750,000.00, $900,000.00 for
the first renewal, $1,080,000.00 for the second renewal, $1,296,000.00 for the third renewal, and $1,555,200.00 for the fourth renewal.
Funding is budgeted in the Water and Wastewater Departments rollup within the Water & Sewer Fund.
DVIN-BE: 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 goods or services is from sources where subcontracting or supplier opportunities are negligible.
AGREEMENT TERMS: Upon City Council approval, this agreement shall begin upon execution and expire on February 28, 2024 to align with the
mowing season.
RENEWAL TERMS: This agreement may be renewed for four additional, one-year terms. This action does not require specific City Council
approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term.
ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by
relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated.
FISCAL INFORMATION 1 CERTIFICATION:
The Director of Finance certifies that upon approval of the recommendation, funds are available in the current operating budget, as previously
appropriated, in the Water & Sewer Fund. Prior to an expenditure being incurred, the Water Department has the responsibility to validate the
availability of funds.
Submitted for Citv Manaaer's Office bv: Reginald Zeno 8517
Dana Burghdoff 8018
Oriainatina Business Unit Head: Reginald Zeno 8517
Christopher Harder 5020
Additional Information Contact: Jo Ann Gunn 8525
Alyssa Wilkerson 8357