HomeMy WebLinkAboutContract 60728-A2Second Amendment of CSC 60728 Page 1 of 9
SECOND AMENDMENT OF CITY SECRETARY CONTRACT NO. 60728, A NON-
EXCLUSIVE MOWING AND GROUNDS MAINTENANCE SERVICES AGREEMENT
FOR CITYWIDE GROUNDS MAINTENANCE BETWEEN THE CITY OF FORT
WORTH AND .
This SECOND AMENDMENT OF CITY SECRETARY CONTRACT NUMBER
60728 Second Amendment the CITY OF FORT
WORTH -rule municipal corporation of the State of Texas, acting by and
through its duly authorized Assistant City Manager, and LANDSCAPE SERVICES,
LLC. , a Texas limited liability company, acting by and through its duly
authorized representative.
WHEREAS, the City and Contractor previously entered into a non-exclusive mowing
and grounds maintenance services agreement, the same being City Secretary Contract No. 60728
WHEREAS, the Agreement provided for a primary term of one year, with five (5)
subsequent one-year renewal options;
WHEREAS, the parties exercised the first one-Renewal
4, and ending on November 30, 2025; The
amendment to the agreement included updates to Exhibit A, Exhibit B and to update the Scope
of Work, Definitions, and Pricing;
WHEREAS, the Agreement provides for on-call mowing and grounds maintenance
services on either an individual or recurring basis at pricing equivalent to comparable areas;
WHEREAS, the Contractor desires to provide certain on-call mowing and grounds
maintenance services for the City in accordance with the terms of the Agreement and this Second
Amendment;
WHEREAS, the parties also desire to amend portions of Exhibit A, and Exhibit B to
update the Scope of Work, Definitions and Pricing; and
NOW, THEREFORE, in consideration of the mutual covenants and promises set forth
herein and other good and valuable consideration, the sufficiency of which is hereby
acknowledged, the City and Contractor agree to amend the Agreement as follows:
I.
Exhibit A, Section 3.1.20 is hereby deleted in its entirety and replaced with:
RIGHT-OF-WAY - Any street, roadway, alley, sidewalk or other property upon which the
public has the right to travel by foot or by vehicle. A minimum of 10 feet of mowing from the
curb is required unless otherwise stated on the mow map.
Second Amendment of CSC 60728 Page 2 of 9
II.
Exhibit A is hereby amended to include the following after 3.1.25:
3.1.26 PARKWAY - The area of public right-of-way is located between the curb or edge
of pavement and the property line.
III.
Exhibit A is hereby amended to include the following after 24.1:
25.0 Right-of-Way: Alley
25.1 The work covered by these specifications consists of alley
maintenance services at various citywide alleys as required
by established maintenance schedule. Vendor shall be
responsible for removing all litter/trash regardless if it is
deemed "illegal dumping", mowing all areas, grading and
tree removal. Litter/trash includes, but is not limited to,
plastic, cans, tires, building materials, bottles, cardboard,
rags, limbs and branches, rocks, and other similar solid
materials and foreign debris which are not intended to be
present as part of the landscape.
25.1.1 Vendor shall mow and trim all turf areas up to four (4) cycles
per year, as determined by the City.
25.2 It shall be the responsibility of the Vendor to determine the
existence of, to verify locations, elevations, and dimensions of
adjacent and/or conflicting utilities in order that adjustments can be
made to provide adequate clearances. The Vendor shall preserve
and protect public utilities at all times. Any damage to utilities
resulting from the Vendor's work shall be restored at the Vendor's
expense. Should the Vendor fail to repair utilities to a condition
suitable to the City, the City may repair and invoice the Vendor for
all costs associated with the repairs.
25.3 ALLEY MAINTENANCE
25.3.1 Clearing Alley - This service applies to alleys that have
dense vegetation and debris. The Vendor is responsible for
removing all trash/litter/debris regardless if it is deemed "illegal
dumping", all trees less than or equal to two (2) inches, per
Diameter at Breast Height (DBH), stumps, bushes and shrubs.
Second Amendment of CSC 60728 Page 3 of 9
Services shall also include mowing all grasses and weeds to a
height not more than three (3) inches. The height of all mowed turf
shall not be less than one (1) inch. All stumps, roots, etc., shall be
removed from the existing ground surface. The Vendor shall trim
all trees and bushes outside the fence lines that overhang into the
alley to a height of ten (10) feet above the ground back to the fence
line. ALL TRIMMINGS SHALL BE REMOVED FROM THE
ALLEYWAY WITHIN 24 HOURS after cleaning
of alley. The unit price shall be full compensation for all labor,
material, equipment, tools, and incidentals necessary to complete
all work. No additional charges will be accepted or paid by the
City. The Vendor must complete all clearing work within stipulated
days stated in work order. If the Vendor fails to complete work
within stipulated days, another contract will be requested to
complete the remaining work.
25.3.1.1 Equipment can only be brought to the site the day the
Vendor begins work and can only be left on site if the crews are
coming back the next day. Upon completion of work the equipment
must be removed from site.
25.3.1.2 If for any reason the work order cannot be completed,
e.g., due to rain or wet grounds, the Vendor must contact the
Contract Administrator.
25.3.2 Cleaning Alley - This service applies to alleys that have
been previously cleared of dense vegetation and debris. The
Vendor is responsible for maintaining the alleyway. The Vendor is
responsible for removing all trash/litter/debris regardless if it is
deemed "illegal dumping", all trees less than or equal to two (2)
inches, per Diameter at Breast Height (DBH), stumps, bushes and
shrubs. Services shall also include mowing all grasses and weeds to
a height not more than three (3) inches. The height of all mowed
turf shall not be less than one (1) inch. All stumps, roots, etc., shall
be removed from the existing ground surface. The Vendor shall
trim all trees and bushes outside the fence lines that overhang into
the alley to a height of ten (10) feet above the ground back to the
fence line. ALL TRIMMINGS SHALL BE REMOVED FROM
THE ALLEYWAY WITHIN 24 HOURS after cleaning of alley.
The unit price shall be full compensation for all labor, material,
equipment, tools, and incidentals necessary to complete all work.
No additional charges will be accepted or paid by the City. The
Vendor must complete all clearing work within stipulated days
stated in work order.
Second Amendment of CSC 60728 Page 4 of 9
25.3.3 Grading - The Vendor is responsible for scraping and
finishing of all earthwork by blading, bulldozing, or other
methods approved by the City. Alleyway shall be free of holes,
ditches and other abrupt changes in elevations and irregularities of
contour to prevent ponding of water and to provide drainage as
directed by the City. The unit price shall be full compensation for
all labor, material, equipment, tools, and incidentals necessary to
complete all work. No additional charges will be accepted or paid
by the City.
25.3.4 Graded Crushed Stones - The stones will be used to fill low
areas as directed by the City. The fill material shall be graded
crushed stone. For specifications governing this item, follow
standard specifications for "Flexible Base".
25.3.5 Tree Removal - The Vendor shall remove all existing trees
that are greater than or equal to two (2) inches, per DBH. All
stumps, roots, etc., shall be removed from the existing ground
surface. ALL TRIMMINGS SHALL BE REMOVED FROM THE
ALLEYWAY WITHIN 24 HOURS after cleaning of alley. Bidder
shall submit a per tree unit price for this item.
25.4 PUBLIC NOTIFICATION
25.4.1 Prior to beginning maintenance on any alley, the Vendor
shall prepare and hand deliver a notice/flyer of the pending
maintenance to the front door of each residence or business that
will be impacted by the work. The notice/flyer will be in English
on one side and Spanish on the other side. All notices/flyers shall
be approved by the City prior to being distributed.
25.4.2 The notice/flyer shall be hand delivered/ posted three (3)
calendar days prior to beginning any work activity along each
street. The Vendor will not be allowed to begin maintenance on
any alley until the notice/flyer is delivered to all residents of the
affected area.
25.4.3 All work involved with the notification flyer shall be
included in the unit price. No additional compensation will be
made.
Second Amendment of CSC 60728 Page 5 of 9
25.5 WORK NEAR HIGH VOLTAGE LINES
25.5.1 A warning sign not less than five (5) inches by seven (7)
inches, painted yellow with black letters that are legible at twelve
(12) feet shall be placed inside and outside vehicles such as cranes,
derricks, power shovels, drilling rigs, pile drivers, hoisting
equipment or similar apparatus. The warning sign shall read as
follows: "WARNING - UNLAWFUL TO OPERATE THIS
EQUIPMENT WITHIN SIX (6) FEET OF HIGH VOLTAGE
LINES."
25.5.2 Equipment that may be operated within ten (10) feet of high
voltage lines shall have an insulating cage-type of guard about the
boom or arm, except back hoes or dippers, and insulator links on
the lift hood connections.
25.5.3 When necessary to work within six (6) feet of high voltage
electric lines, notification shall be given to the TXU Electric
(TXU)/Oncor. TXU/Oncor will erect temporary mechanical
barriers, de-energize the line, or raise or lower the line. The work
done by the power company shall not be at the expense of the City.
The Vendor shall maintain an accurate log of all such calls to
TXU/Oncor and shall record action taken in each case.
25.5.3.1 The Vendor is required to make arrangements with
TXU/Oncor for the temporary relocation or rising of high voltage
lines at the Vendor's
sole cost and expense.
25.6 MATERIAL STORAGE
25.6.1 Material shall not be stored on private property unless the
Vendor has obtained written permission from property owner.
The Vendor shall comply with present zoning requirements of the
City in the use of vacant property for storage purposes.
25.7 LITTER REMOVAL, MOWING AND TRIMMING
25.7.1 VENDOR SHALL REMOVE ALL TRASH AND
LITTER REGARDLESS IF IT IS DEEMED "ILLEGAL
DUMPING" FROM THE ENTIRE AREA PRIOR TO
Second Amendment of CSC 60728 Page 6 of 9
INITIATING ANY MOWING OF
THE TURF AREA. Failure to remove litter/trash prior to mowing
will result in the Vendor being required to return to site and remove
all new litter/trash as well as all mowed litter/trash. Any papers,
cans, or bottles cut or broken during maintenance operations shall
be completely removed from the site immediately prior to
proceeding with the maintenance of other areas. All trash and litter
shall be disposed of by the Vendor at an off- site location procured
by the Vendor at his/her sole expense.
25.7.2 Trees and shrubs will be trimmed along the fence line ten
(10) feet high and there will be no overhanging branches or vines
in the alley less than ten (10) feet above the ground. Pruning will
be done in accordance with the latest revision of the American
National Standards Institute (ANSI) A300 standard, which by
reference is hereby made a part of these specifications. All cuts
shall be made so as to preserve the health and aesthetic value of
the tree.
25.7.3 To prevent "tear downs", splits, and peeling, the three (3)
cut pruning method should be used on limbs that are larger than
two inches.
25.7.4 All dead, diseased and storm damaged branches shall be removed.
25.8 Vendor shall use reasonable care to avoid damaging
buildings, equipment and vegetation on City and private property.
If the Vendor's failure to use reasonable care causes damage to any
property, the Vendor shall replace or repair the damage at no
expense to the City. If the Vendor fails or refuses to make such
repair or replacement, the cost may be deducted from the contract
price.
25.9 REMOVAL OF GRASS CLIPPINGS
25.9.1 Removal of cut grass from turf areas will not be
required, unless otherwise specified by the Contract
Administrator. Cut grass and debris that falls or it thrown by
equipment upon the pavement, streets, curb, gutter, sidewalks,
or adjacent properties through the action of the crew shall be
removed prior to leaving the project area.
Second Amendment of CSC 60728 Page 7 of 9
25.9.2 THE PROCESS OF BLOWING GRASS CLIPPING
AND OTHER DEBRIS INTO THE ADJOINING STREET
OR ROADWAY WILL NOT BE PERMITTED. Mowing
should be accomplished by discharging grass away from the
street, parking lot or other roadways, i.e. towards the center
portion of the median or park. Should grass clippings be
deposited onto the sidewalk, gutter or roadway, they must
be swept and removed or blown back onto the grass in the
median, traffic divider or park. Gutters, sidewalks and
roadways must provide a clean surface or the appearance of
being swept. This is in accordance with City Code: 12.5-
302, paragraph A: "Anything that is not storm water that
goes into storm drain is an illicit discharge." Blowing of
grass clippings into creeks, lakes or ponds is also prohibited.
25.10 BARRICADES
25.10.1 The Vendor shall protect construction by providing
barricades and warning signs at the end of each alley.
25.11 HAZARDOUS CONDITIONS
25.12 The Vendor is required to notify the Contract Administrator immediately
of any hazardous conditions and/or damage to City property
IV.
1. All other terms and conditions of the Agreement remain in full force and effect
except as specifically set forth in this Second Amendment.
2. All terms of this Second Amendment that are capitalized but not defined herein
have the meanings assigned to them in the Agreement.
Second Amendment of CSC 60728 Page 8 of 9
IN WITNESS WHEREOF,the City and Contractor have executed this Second
Amendment to be effective on October 1, 2025.
CITY OF FORT WORTH L
By: By:
Dana Burghdoff Mireya Duarte Lopez
Assistant City Manager Owner
Recommended by:
Dave Lewis, Director
Park & Recreation Department
Joel W. McKnight, Assistant Director
Park & Recreation Department
APPROVED AS TO FORM AND LEGALITY:
______________________________
Hye Won Kim
Assistant City Attorney
ATTEST:
______________________________
Jannette S. Goodall
City Secretary
M&C: 23-1044 (December 12, 2023)
Form 1295: 2023-1094432
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.
Christopher Swindle
Sr. Contract Compliance Specialist
Second Amendment of CSC 60728 Page 9 of 9
EXHIBIT B-1
ON-CALL MOWING & LITTER SERVICES
Line Description Unit of Measure -
UOM Unit Price per Linear Foot
1 Clearing Alley LF $0.4106
2 Cleaning Alley LF $0.4106
3 Grading CY $181.8226
9/22/25, 3:45 PM
CITY COUNCIL AGENDA
Create New From This M8�C
DATE: 12/12/2023 REFERENCE
N O..
M&C Review
**M&C 23- LOG NAME:
1044
13PITB 24-0001
CONTRACT MOWING
SERVICES LSJ PARD
F��T��o�7��
-��-
CODE: P TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize Execution of Purchase Agreement with Civilian Division, LLC d/b/a GI
Mow, BrightView Landscape Services, Inc., L.A.T.E. LLC d/b/a Superior Landcare, Lawn
Patrol Service Inc., Leon's Landscape Services, LLC, SRH Landscapes, LLC, Prestige
Worldwide Services LLC, WCD Enterprises, LLC, and Presbyterian Night Shelter of
Tarrant County, Inc. for Contract Mowing Services in an Annual Amount Up to
$7,900,000.00 and Authorize Five (5) One-Year Renewal Options for the Park and
Recreation Department
RECOMMENDATION:
It is recommended that the City Council authorize execution of a purchase agreement with Civilian
Division, LLC d/b/a GI Mow, BrightView Landscape Services, Inc., L.A.T.E. LLC d/b/a Superior
Landcare, Lawn Patrol Service Inc., Leon's Landscape Services, LLC, SRH Landscapes, LLC,
Prestige Worldwide Services LLC, WCD Enterprises, LLC, and the Presbyterian Night Shelter of
Tarrant County, Inc. for contract mowing services in an annual amount up to $7,900,000.00
and authorize five (5) one-year renewal options for the Park and Recreation Department.
DISCUSSION:
The Park and Recreation Department approached the Purchasing Division to establish an annual
agreement for contract mowing services for City owned lots, parks, facilities, rights of way, traffic
dividers, and police stations.
In order to procure these services, Purchasing Staff issued Invitation to Bid (ITB) No. 24-0001. The
ITB consisted of detailed specifications listing the locations, frequency and quality of the mowing
services to be performed. The bid was advertised in the Fort Worth Star-Telegram on October
18, 2023, October 25, 2023, November 1, 2023, and November 8, 2023. The City received 16 bids. Of
the 16 bids, 5 were deemed nonresponsive for various reasons.
An evaluation panel consisting of representatives from the Code Compliance and Park and Recreation
Departments reviewed and scored the submittals using Best Value criteria. The individual scores were
averaged for each of the criteria and the final scores are listed in the table below.
Bidders
WCD Enterprises, LLC
BrightView Landscape Services, Inc.
Leon's Landscape Services, LLC
SRH Landscapes, LLC
Lawn Patrol Service Inc.
Presbyterian Night Shelter of Tarrant County, Inc
Prestige Worldwide Services LLC
L.A.T.E. LLC d/b/a Superior Landcare
Civilian Division, LLC d/b/a GI Mow
Evaluation
a b c d Total
14 10 11 35 71
17 13 13 0 42
14 11 11 0 35
1814140 46
18 11 15 0 44
16 13 13 0 41
15 13 10 0 38
13 10 10 0 33
18 13 13 0 44
apps.cfwnet.org/council_packet/mc_review.asp?ID=31669&councildate=12/12/2023 1 /3
9/22/25, 3:45 PM
Best Value Criteria:
M&C Review
a) Contractor's References and Experience working with government/similar size organization
b) Availability of resources to provide services (personnel and equipment)
c) Ability to meet the City's needs
d) Cost of service
PaceSetter Enterprises, LLC and Faustino Castillo III did not score at least 50\% or more of the total
available points for technical criteria, and were, therefore, deemed not responsive.
After evaluation, the panel concluded that Civilian Division, LLC d/b/a GI Mow, BrightView Landscape
Services, Inc., L.A.T.E. LLC d/b/a Superior Landcare, Lawn Patrol Service Inc., Leon's Landscape
Services, LLC, SRH Landscapes, LLC, Prestige Worldwide Services LLC, WCD Enterprises, LLC, and
the Presbyterian Night Shelter of Tarrant County, Inc. presented the best value for the City. Therefore,
the panel recommends that Council authorize agreements with Civilian Division, LLC d/b/a GI Mow,
BrightView Landscape Services, Inc., L.A.T.E. LLC d/b/a Superior Landcare, Lawn Patrol Service Inc.,
Leon's Landscape Services, LLC, SRH Landscapes, LLC, Prestige Worldwide Services LLC, WCD
Enterprises, LLC, and the Presbyterian Night Shelter of Tarrant County, Inc. No guarantee was made
that a specific amount of services would be purchased. Staff certifies that the recommended vendor
responses met bid specifications.
Funding is budgeted the Park & Recreation Department's General Fund, Other Contractual Services
account within the Police Department's General Fund, Code Compliance Department's General Fund,
Other Contractual Services account within the Property Management Department's General Fund and
Other Contractual Services account within the Environmental Services Department's Environmental
Protection Fund as appropriated. The maximum amount allowed under this agreement will be
$7,900,000.00; however, the actual amount used will be based on the need of the department and
available budget.
DIVERSITYAND INCLUSION (DVIN): 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 September 30, 2024.
RENEWAL OPTIONS: The contract may be renewed for up to five (5) one-year terms at the City's
option. This action does not require specific City Council approval provided that City Council has
appropriated sufficient funds to satisfy the City's obligations during the renewal term.
ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by
the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not
require specific City Council approval as long as sufficient funds have been appropriated.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that upon approval of the recommendation, funds are available in the
current operating budget, as previously appropriated, in the General Fund and the Environmental
Protection Fund. Prior to an expenditure being incurred, the participating departments have the
responsibility to validate the availability of funds.
BQN\\
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID � � Year_ (Chartfield 2)
apps.cfwnet.org/council_packet/mc_review.asp?ID=31669&councildate=12/12/2023 2/3
9/22/25, 3:45 PM
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
M&C Review
Reginald Zeno (8517)
Jesica McEachern (5804)
Reginald Zeno (8517)
Richard Zavala (5711)
Jo Ann Gunn (8525)
La'Kita Slack-Johnson (8314)
ATTACHMENTS
1295 Brightview.pdf (CFW Internal)
13PITB 24-0001 CONTRACT MOVING SERVICES LSJ PARD.docx (CFW Internal)
24-0001 Form 1295 GI Mow.pdf (CFW Internal)
24-001 1295 Form PNS UpSpire.pdf (CFW Internal)
24 0001 Form1295 Leon.pdf (CFW Internal)
BrightviewSAMs.pdf (CFW Internal)
FID Table.xlsx (CFW Internal)
Form 1295 - Signed L.A.T.E..pdf (CFW Internal)
Form 1295 Certificate 101130713.pdf (CFW Internal)
Form 1295 Certificate SRH.pdf (CFW Internal)
Form 1295 Signed.pdf (CFW Internal)
GIMowSAMs.pdf (CFW Internal)
LATESAMs.pdf (CFW Internal)
LawnPatrolSAMs.pdf (CFW Internal)
LeonSAMs.pdf (CFW Internal)
MWBE Waiver-24-0001.pdf (CFW Internal)
PresbvterianSAMs.pdf (CFW Internal)
PrestigeSAMs.pdf (CFW Internal)
SRHSAMs.pdf (CFW Internal)
WCD 1295 Form.pdf (CFW Internal)
WCDSAMs.pdf (CFW Internal)
apps.cfwnet.org/council_packet/mc_review.asp?ID=31669&councildate=12/12/2023 3/3
CERTIFICATE OF INTERESTED PARTIES FORnn 1295
1of1
Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number:
of business.
2023-1094432
Leon's Landscape Services, LLC.
Burleson, TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 11/14/2023
being filed.
City of Fort Worth Date Acknowledged:
g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
24-0001
Contract Mowing Service
4 Nature ofinterest
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Interrnediary
Lopez, Mireya Burleson, TX United States X
Lopez, Victor Burleson, TX United States X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is �\ _� C"a � j� (%Z , and my date of birth is �
My add ress is ��� � � , ��'_Y �C �O c )�'. �T� L` � , � t1'(� � �h 1�1 , �, � O �.� � , -�:
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in _�>\� �� 5 p 9"� County, State of �, �.�CG1 S , on the�day of �, 20 �,�,� .
(month) (year)
��_._- --�_ -�
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.Of381ab6
City Secretary’s Office
Contract Routing & Transmittal Slip
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.
Contractor’s Name:
Subject of the Agreement:
M&C Approved by the Council? *Yes No
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes No
If so, provide the original contract number and the amendment number.
Is the Contract “Permanent”? *Yes No
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential?*Yes No If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Expiration Date:
If different from the approval date. If applicable.
Is a 1295 Form required?* Yes No
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number:If applicable.
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes No
Contracts need to be routed for CSO processing in the following order:
(Approver)
Jannette S. Goodall (Signer)
Allison Tidwell (Form Filler)
Permanent Contracts
Advanced Funding Agreements
Architect Service
Community Facilities
Completion Agreement
Construction Agreement
Credit Agreement/ Impact Fees
Crossing Agreement
Design Procurement
Development Agreement
Drainage Improvements
Economic Development
Engineering Services
Escrow Agreement
Interlocal Agreements
Lake Worth Sale
Maintenance Agreement/Storm Water
Parks/Improvement
Parks/Other Amenities
Parks/Play Equipment
Project Development
Property/Purchase (Property owned by the City)
Property/Sales (Property owned by the City)
Property/Transfers (Property owned by the City)
Public Art
Sanitary Sewer Main Replacements
Sanitary Sewer Rehabilitations
Settlements (Employees Only)
Streets/Maintenance
Streets/Redevelopment
Streets/Repairs
Streets/Traffic Signals
Structural Demolition (City owned properties)
Utility Relocation
Water Reclamation Facility
Water/Emergency Repair
Water/Interceptor
Water/Main Repairs
Water/Main Replacement
Water/Sanitary Sewer Rehabilitation
Water/Sewer Service
Water/Storage Tank