Loading...
HomeMy WebLinkAbout059853-A2 - General - Contract - The F.A. Bartlett Tree Expert CompanyCSC No. Fort Worth City Secretary Contract No. 59853-A2 The F.A. Bartlett Tree Expert Company Page 1 of 6 SECOND AMENDMENT OF CITY SECRETARY CONTRACT NO. 59853 This SECOND AMENDMENT OF CITY SECRETARY CONTRACT NO. 59853 (“Second Amendment”) 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 representative, and THE F.A. BARTLETT TREE EXPERT COMPANY (“Vendor”), a Connecticut corporation, acting by and through its duly authorized representative. The City and Vendor are herein referred to individually as a “Party” and collectively referred to as the “Parties.” WHEREAS, on July 27, 2023, the City and Vendor entered into City Secretary Contract No. 59853 (the “Agreement”) for Vendor to provide tree removal and pruning services; WHEREAS, the Agreement provides for an initial term of one year and four (4) one- year renewal options; WHEREAS, on May 6, 2025, the parties exercised the First Amendment and Second Renewal to amend the Agreement to clarify the total compensation and to renew the Agreement for one year effective July 27, 2025 through July 26, 2026; WHEREAS, City and Vendor now wish to amend the Agreement for a second time to include additional services to be provided by Vendor without changing maximum payment under this Agreement. NOW THEREFORE, the Parties, acting herein by and through their duly authorized representatives, agree to the following terms, which amend the Agreement as follows: 1.Exhibit A-1, “Scope of Services,” is attached to this Second Amendment and incorporated herein by reference for all purposes as if it had been originally set forth in the Agreement. 2.All other terms, provisions, conditions, covenants and recitals of the Agreement not expressly amended herein shall remain in full force and effect. Total payment made under the Agreement shall not exceed Two Million Two Hundred Fifteen Thousand One Hundred Seventy-One Dollars ($2,215,171.00). [signature page follows] CSC No. FortWorth City Secretary Contract No.59853-A2 The F.A. Bartlett Tree Expert Company Page 2 of 6 ACCEPTEDANDAGREED: CITY OF FORT WORTH: Dana Burghdoff By:Dana Burghdoff (Nov 10, 2025 14:13:34 CST) Name: Dana Burghdoff Title: Assistant City Manager APPROVAL RECOMMENDED: By: Name: Dave Lewis Title: Park & Recreation Director ATTEST: By: Name: Jannette S. Goodall Title: City Secretary 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: HannahJohnson Hannah Johnson (Nov 6, 2025 16:01:43 CST) Name: Craig Fox Title: CityForester APPROVED AS TO FORM AND LEGALITY: By: Name: Hye Won Kim Title: Assistant City Attorney CONTRACTAUTHORIZATION: M&C: 23-0454 / June 3rd, 2023 Form 1295:2023-1016066 VENDOR: THE F.A. BARTLETT TREE EXPERT COMPANY By: Name: Matthew Farin Title: Executive Vice President Date:11/03/2025 CSC No. Fort Worth City Secretary Contract No. 59853-A2 The F.A. Bartlett Tree Expert Company Page 3 of 6 Exhibit “A-1” SCOPE OF SERVICES 1. SCOPE OF WORK 1.1. Vendor shall perform, on a weekly and as-needed basis, interior ornamental tree maintenance services for the inventory of trees onsite at 100 Energy Way ("Services"). The inventory of trees onsite at 100 Energy Way consists of four (4) Tropical Foliage, 32" Pot Ficus Alii. and four (4) Tropical Foliage, 32" Pot Ficus Benjamina. 1.1.1. Vendor shall inspect the soil moisture levels of onsite trees and replenish as necessary. 1.1.2. Vendor shall inspect the soil and foliage of onsite trees for insect pests, diseases and other such infestations. 1.1.3. For all onsite trees, Vendor shall maintain the trimming and cleaning of all foliage, removal of debris from soil surface and addition of soil as needed. 1.1.4. For all onsite trees, Vendor shall perform rotation of trees, as necessary, relative to any predominant light source in order to maintain attractive shape. 1.1.5. Vendor shall provide maintenance of proper growing medium nutrient levels for all onsite trees. 1.1.6. For all onsite trees, Vendor shall clean decorative containers, as necessary and shall clean and wipe tree foliage, where necessary, to enhance the appearance and promote the health of the plants. 1.1.7. Vendor shall treat onsite trees for pests and disease, as needed. 1.1.8. All travel expenses related to providing services. 1.1.9. Quarterly visits by a seasoned quality control person to assess the services being provided by Vendor. 2. DELIVERY OF SERVICE 2.1. Services shall be performed at Future City Hall, 100 Energy Way Fort Worth, TX 76102, unless otherwise specified by the Department Contract Manager or Designee. 2.2. Vendor shall perform Services within two weeks of a request for Services by the Department Contract Manager or Designee. 2.3. Vendor shall submit an invoice for each Service date to the City's centralized Accounts Payable Department invoice email address: supplierinvoices@fortworthtexas.gov after services are rendered. 2.4. Vendor shall perform Services during working hours from 8:00 a.m. through 5:00 p.m., Monday through Friday, unless otherwise requested by the Department Contract Manager CSC No. Fort Worth City Secretary Contract No. 59853-A2 The F.A. Bartlett Tree Expert Company Page 4 of 6 or Designee. 2.5. Parking shall be at the Loading Dock or Front Visitor Lot depending on availability. 2.6. Vendor shall not perform Services on City observed holidays: 2.6.1. New Year's Day 2.6.2. Martin Luther King, Jr. Day 2.6.3. Memorial Day 2.6.4. Juneteenth 2.6.5. Independence Day 2.6.6. Labor Day 2.6.7. Thanksgiving Day 2.6.8. Day after Thanksgiving 2.6.9. Christmas Day 3. VENDOR RESPONIBILITIES 3.1. The Vendor shall, during all periods of contract performance, provide competent supervision of Vendor's employees to assure complete and satisfactory fulfillment of the work and the terms of this Contract. The Vendor or a capable, fully authorized representative must be immediately available during all work activities to receive any and all special instructions from the requesting Department's Designee. 3.2. The City shall have the right to require that the Vendor dismiss from the premises covered by this contract any employees of the Vendor whose conduct is improper, inappropriate, or offensive and such employees shall not be re-employed on the subject premises by Vendor without written consent of the City. 3.3. The Vendor must be thoroughly familiar with all prevailing safety measures pertinent to its operations. This shall include, but not necessarily be limited to Environmental Health Agency (EPA) regulations, Fort Worth City Ordinances, and Occupational Safety and Health Agency (OSHA) regulations. In addition, the Vendor shall be wholly responsible for instructing its employees in these safety measures and seeing that they are fully complied with in every respect. 3.4. Vendor's employees shall wear an identification badge or uniform shirt with Vendor's logo at all times while performing work under this agreement. 3.5. Vendor shall not leave spilled water on the floor. Wet floors must be dried promptly. A wet floor sign must be placed in the area if Vendor needs to retrieve materials for cleaning/drying from another part of building or their vehicle. Vendor shall be responsible for any injury caused by water left on the floor. 3.6. Vendor shall provide its own ladder. Ladder safety training must be provided by Vendor to all employees providing services totheCity ofFort Worth. Periodicsafety training must be part of Vendor's employee training program. 3.7. Vendor shall be wholly responsible for and shall promptly correct or restore all defective CSC No. Fort Worth City Secretary Contract No. 59853-A2 The F.A. Bartlett Tree Expert Company Page 5 of 6 work or damages to any job site caused by its activities. 3.7.1. Restoration and correction shall be to the complete satisfaction of the City. This shall apply to any part of a building, its appurtenances, the adjacent grounds, or other tangible damage incurred in the performance of the Agreement. Failure by the Vendor to proceed promptly with corrective actions may be cause for cancellation of this Agreement with amount(s) necessary to correct defective work and/or damage being withheld from payments due or to become due to Vendor. 3.8. The Vendor shall keep the premises free at all times from accumulation of waste materials or rubbish. Vendor shall transport water in such a manner as to prevent spillage and shall leave the area as clean and as free of spills, spots, stains, etc., as before the work was undertaken. Vendor shall be responsible for disposing/hauling of all trash, unused material, etc. in accordance with all Local, State, and/or Federal guidelines. Vendor shall be responsible for any damage to building caused by spillage of water and/or plant treatment chemicals. 3.9. Regulations - Vendor shall comply with all applicable Federal, State, and local laws, ordinances, rules, and regulations pertaining to the performance of the work specified herein even if they come into effect after the start of this agreement. All mandates requiring the City to comply with new guidelines will also require the City Vendors to comply. 3.10. Water access is on the Lobby Level. Access shall be made available by building security. 3.11. Vendor shall provide a large water container with rubber wheels. PROPOSAL FOR TREE CARE SERVICES Soil Care and Fertilization: Soil Care Program Implement Bartlett’s Soil Care Program to address soil and nutritional needs of the following landscape plant. • 8 Ficuses located at the inside of the Fort Worth City Hall lobby This program is custom designed for your landscape based on an inspection of your plants and a soil analysis test. The program will consist of nutrient treatments, pH adjustments, organic components and other soil treatments as needed. 1: Fall - Macronutrient treatment, Micronutrient treatment, sulfur - Cost: $495 2: Late Winter - Macronutrient treatment, Micronutrient treatment - Cost: $495 3: Late Spring - DryPhite Granular, Macronutrient treatment, Micronutrient treatment, sulfur - Cost: $495 4: Late Summer - DryPhite Granular, Macronutrient treatment, Micronutrient treatment, sulfur - Cost: $495 CSC No. Fort Worth City Secretary Contract No. 59853-A2 The F.A. Bartlett Tree Expert Company Page 6 of 6 • Each treatment will be billed as completed. Pest Management: Monitor Treatment Inspect 8 Ficuses located at the inside of the Fort Worth City Hall lobby for insect and mite pests, diseases and cultural problems that could impact plant health. Treat designated plants that are under 20 feet in height as needed to suppress pest damage and promote plant health. Provide treatment recommendations for pests and cultural problems on specific plants that exceed height specifications. Provide 6 treatments at 650.00 per treatment. Landscape: Landscaping Install a water management zone to provide irrigation to the containers. Stated price is the total for the entire program and includes monthly watering 12 times over the entire contract/program. Each water application treatment will be billed monthly. Annual Amount: $2,700.00 M&C Review Page 1 of 3 http://apps.cfwnet.org/council_packet/mc_review.asp?ID=31082&councildate=6/13/2023 10/23/2025 HEARING: CITY COUNCIL AGENDA Official site of the City of Fort Worth, Texas Create New From This M&C REFERENCE **M&C 23- 13P ITB 23-0046 TREE DATE:6/13/2023 NO.:0454 LOG NAME:REMOVAL SERVICES MC PARD CODE:P TYPE:CONSENT PUBLIC NO SUBJECT:(ALL) Authorize Non-Exclusive Purchase Agreements with the Paysage Group LLC dba Smith Lawn & Tree, Shawnee Mission Tree Service, Inc. dba Arbor Masters and the F.A. Bartlett Tree Expert Company to Provide Tree Removal and Pruning Services for City Departments in a Combined Annual Amount Up to $2,215,171.00 RECOMMENDATION: It is recommended that the City Council authorize non-exclusive purchase agreements with The Paysage Group LLC dba Smith Lawn & Tree, Shawnee Mission Tree Service, Inc. dba Arbor Masters and The F.A. Bartlett Tree Expert Company to provide tree removal and pruning services for City departments in a combined annual amount up to $2,215,171.00 for the initial term and authorize four one-year renewal options for the same amount. DISCUSSION: The Park and Recreation, Water and Transportation & Public Works departments approached the Purchasing Division to finalize an annual agreement to provide hazardous tree removal, pruning, and disposal services throughout the City of Fort Worth (City). This agreement will also cover emergency storm response services. In order to procure these services, staff issued an Invitation to Bid (ITB) No. 23-0046. The ITB consisted of detailed specifications of services to be performed by the vendors, and minimum requirements that the vendor must comply with. This bid was advertised in the Fort Worth Star-Telegram on March 22, 2023, March 29, 2023, April 5, 2023 and April 12, 2023. The City received five (5) responses. An evaluation panel, consisting of representatives from the Park and Recreation and Transportation & Public Works 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 Evaluation Criteria a b c d Total Score Rank The Paysage Group LLC dba Smith Lawn & Tree 24.00 15.50 12.00 34.35 85.85 1 Shawnee Mission Tree Service,Inc.dba Arbor Masters 15.75 13.50 8.25 35.00 72.50 2 The F.A. Bartlett Tree Expert Company 15.75 13.50 8.25 0.00 37.50 3 GI-Mow 6.75 4.50 3.38 X Bidder did not meet technical points; therefore, 4 M&C Review Page 2 of 3 http://apps.cfwnet.org/council_packet/mc_review.asp?ID=31082&councildate=6/13/2023 10/23/2025 costwas not evaluated. LaTour Tree Service 10.50 5.50 4.13 X Bidder did not meet technical points; therefore, cost was not evaluated. 5 Best Value Criteria: a. Bidder's ability of resources to provide services (equipment and personnel); b. Bidder’s years in business, references and additional qualifications/certifications; c. Bidder's ability to meet the City's needs; and d. Cost of service. GI-Mow and LaTour Tree Service did not score at least 50\% or more of the total available points for technical criteria; therefore, both were deemed non-responsive. After evaluation, the panel concluded that The Paysage Group LLC dba Smith Lawn & Tree, Shawnee Mission Tree Service, Inc. dba Arbor Masters and The F.A. Bartlett Tree Expert Company presented the best value to the City. Therefore, the panel recommends awarding non-exclusive agreements to The Paysage Group LLC dba Smith Lawn & Tree, Shawnee Mission Tree Service, Inc. dba Arbor Masters and The F.A. Bartlett Tree Expert Company. Under these non-exclusive agreements the departments will request services in the order of lowest unit prices, availability and vendor's proximity to the designated work site. No guarantee was made that a specific amount of these services will be purchased. Staff certifies that the recommended vendors' bids meet specifications. FUNDING: The maximum allowed under this agreement would be $2,215,171.00; however, the actual amount used will be based on the need of the department and available budget. The annual departments allocation for this agreement is: Department Estimated Annual Amount Account Name Park & Recreation $ 1,585,990.00 Other Contractual Services Water $ 385,129.00 Other Contractual Services Transportation & Public Works $ 244,052.00 Other Contractual Services Total $ 2,215,171.00 Funding is budgeted in the Other Contractual Services account within the Park and Recreation Department rollup within the General Fund, Water Department rollup within the Water & Sewer Fund, Transportation & Public Works Department rollup within the Stormwater Utility Fund and 4 various projects within the General Capital Projects 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. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. AGREEMENT TERMS: Upon City Council approval, this agreement shall begin upon execution and shall expire one year from that date. RENEWAL OPTIONS: The City shall have four one-year options to renew the Agreement. 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. M&C Review Page 3 of 3 http://apps.cfwnet.org/council_packet/mc_review.asp?ID=31082&councildate=6/13/2023 10/23/2025 FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating and capital budget, as previously appropriated, in the General Fund, Water & Sewer Fund, Stormwater Utility Fund and General Capital Projects Fund to support the approval of the above recommendation and award of the agreement. Prior to an expenditure being made, the participating departments have the responsibility to validate the availability of funds. BQN\\ TO Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount FROM Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount Submitted for City Manager's Office by: Reginald Zeno (8517) Jesica McEachern (5804) Originating Department Head: Reginald Zeno (8517) Dave Lewis (5717) Additional Information Contact: Jo Ann Gunn (8525) Maria Canoura (2526) ATTACHMENTS 13P ITB 23-0046 TREE REMOVAL SERVICES MC PARD.docx (CFW Internal) DVIN-Tree_Removal_Services_ITB_Approved_Waiver.pdf (CFW Internal) Form 1295 - FA Barlett Tree Expert Company.pdf (CFW Internal) Form 1295 - SMTS dba Arbor Masters.pdf (CFW Internal) Form 1295-TPG dba Smith Lawn & Tree.pdf (CFW Internal) FW020 - Final FID TABLE - ITB 23-0046.xlsx (CFW Internal) FW060 - Final FID TABLE - ITB 23-0046.xlsx (CFW Internal) FW080 - Final FID TABLE - ITB 23-0046_R1.xlsx (CFW Internal) SAMs Report SMT dba Arbor Masters EntityInfo-20230502-010245.pdf (CFW Internal) SAMs Report The F.A. Bartlett Tree Expert Company - not found.pdf (CFW Internal) SAMs Report TPG dba Smith Lawn & Tree - not found.pdf (CFW Internal) 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