HomeMy WebLinkAbout060724-A3R2 - General - Contract - Civilian Division, LLCCSC No. 60724-A3R2
THIRD AMENDMENT AND SECOND RENEWAL OF CITY SECRETARY
CONTRACT NO. 60724, A NON-EXCLUSIVE MOWING AND GROUNDS
MAINTENANCE SERVICES AGREEMENT FOR CITYWIDE GROUNDS
MAINTENANCE BETWEEN THE CITY OF FORT WORTH AND CIVILIAN
DIVISION, LLC
This THIRD AMENDMENT AND SECOND RENEWAL OF CITY SECRETARY
CONTRACT NUMBER 60724 ("Third Amendment and Second Renewal") is made and
entered into by and between the CITY OF FORT WORTH ("City"), a home-rule municipal
corporation of the State of Texas, acting by and through its duly authorized Assistant City
Manager, and CIVILIAN DIVISION, LLC ("Contractor"), a Texas corporation, 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. 60724
("Agreement");
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 amendment ("First Amendment"), effective
beginning on September 18, 2024; the Amendment to the Agreement added on-call maintenance
in Exhibit B-1;
WHEREAS, the parties exercised the first renewal term ("First Renewal"), effective
beginning on December 1, 2024; the Amendment to the Agreement updated the billing address
for City Hall;
WHEREAS, the parties desire to exercise the second one-year renewal term ("Second
Renewal Term"), effective beginning on December 1, 2025, and ending on November 30, 2026;
WHEREAS, the Agreement provides far 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 accardance with the terms of the Agreement and this Third
Amendment and Second Renewal; 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 renew and amend the Agreement as follows:
I.
The City and Contractor hereby agree to renew the Agreement for the Second Renewal
Term, effective beginning on December l, 2025, and expiring on November 30, 2026 ("Third
Amendment and Second Renewal").
OFFICIAL RECORD
Third Amendment and Second Renewal of CSC 60724 CITY SECRETARY page 1 of 5
FT. WORTH, TX
II.
Exhibit B of the Agreement is hereby amended to revise the pricing schedule for the
specific locations set forth below. All other locations in Exhibit B remain unaffected by this
Third Amendment and Second Renewal.
Original Origina114 Days
Miles Unit Cost
0.2
0.1
$
130.00
$
80.00
Origina121
Days Unit
Cost
$
135.00
$
85.00
Added New
Miles Miles
0.2 0.4
0.3 0.4
New 14 New 21
Days Unit Days Unit
Cost Cost
$ $
255.00 260.00
$ $
260.00 270.00
III.
Contractor will provide on-call mowing and grounds maintenance services in accordance
with the terms of this Agreement and Exhibit B-1, which is attached hereto and incorporated
herein for all purposes. All provisions related to on-call mowing and grounds maintenance
services in the Agreement, including, but not limited to, the non-exclusivity of the on-call
mowing projects, remain in full force and effect.
IV.
1. All other terms and conditions of the Agreement remain in full force and effect
except as specifically set forth in this Third Amendment and Second Renewal.
2. All terms of this Third Amendment and Second Renewal that are capitalized but
not defined herein have the meanings assigned to them in the Agreement.
Third Amendment and Second Renewal of CSC 60724 Page 2 of 5
IN WITNESS W REOF, the City and Contractor have executed this Third
Amendment and Second Renewal to be effective on December 1, 2025.
CITY OF FORT W TH
ba.vca. 8r.cv�c�Guiv ff
BV� D =f3�r�hdofl - . ���13�'42C�I;
J
Dana Burghdoff
Assistant City Manager
CIVILIAN DIVISION, LLC
By, CGtI'�!J r�!l1J��1.5T
Curtis Kinsey
Owner
Recommended by:
��
Dave Lewis, Director
Park & Recreation Department
9.�rr�x�t,,�
J oel M cK n i Kh l(J an 5, I076 08:05'79 6Tj
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: 2023-1094764
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.
G� �
Christopher Swindle
Sr. Contract Compliance Specialist
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Third Amendment and Second Renewal of CSC 60724 Page 3 of 5
EXHIBIT B-1
ON-CALL MOWING AND GROUNDS MAINTENANCE SERVICES
Inventory
Type
ND -TD
Address
New 14
UOM Days
Unit cost
1.7 $
Acre 136.00
0.3 $
Mi 180.00
0.4 $
Mi 240.00
0.3 $
Mi 180.00
0.1 $
Mi 60.00
0.2 $
Mi 120.00
0.1 $
Mi 60.00
0.5 $
Mi 307.00
0.4 $
Mi 375.00
0.1 N/A
Mi
0.1 N/A
Mi
0.2 N�A
Mi
0.2 N�A
Mi
0.2 N�A
Mi
0.2 N�A
Mi
0.2 N�A
Mi
0.2 N�A
Mi
0.2 N�A
Mi
0.2 N�A
Mi
New 21 New 28
Days Unit Days Unit
Cost Cost
� N/A
136.00
� N/A
180.00
� N/A
240.00
� N/A
180.00
� N/A
60.00
� N/A
120.00
� N/A
60.00
$ $
307.00 312.00
� N/A
475.00
N/A �
125.00
N/A �
125.00
N/A �
3301 WESTPORT PKWY
NWD - TD 5450 W J BOAZ RD
ND -TD W HERITAGE TRACE PKWY &
BOULDER OAK BLVD
ND -TD 5053 ENDICOTT AVE
1►1�i�I1�lYE
ED-TD
ED-TD
ND - TD
ND - TD
NWD - TD -
Roundabout
NWD - TD -
Spraying
NWD - TD -
Roundabout
ND-TD-
Roundabout
ND-TD-
Spraying
ND-TD-
Roundabout
ND-TD-
Roundabout
NWD - TD -
Roundabout
ND-TD-
Spraying
ND-TD-
Spraying
1351 E NORTHSIDE DR
1783 S BEACH ST
3300 E VICKERY BLVD
704 HERITAGE TRACE PKWY
10751 SAGINAW BLVD
`E:�IZ17�[i];7��:� 1 1;
5252 N BEACH ST
1800 E NORTHSIDE DR
9601CALAVERASRD
105 E BONDS RANCH RD
13598 ALTA VISTA RD
2203 BASSWOOD BLVD
4649 CROMWELL MARINE CREEK
RD
200 E BONDS RANCH RD
3945 FOSSIL CREEK BLVD
125.00
N/A �
125.00
N/A �
125.00
N/A �
125.00
N/A �
125.00
N/A �
125.00
N/A �
125.00
N/A �
125.00
Third Amendment and Second Renewal of CSC 60724 Page 4 of 5
ED-TD-
Roundabout
ND-TD-
Spraying
ND-TD-
Spraying
ND-TD-
Spraying
ND-TD-
Spraying
CD-TD-
Spraying
8077 RANDOL MILL RD
7950 N RIVERSIDE DR
9355 HARMON RD
1 •: .::u�► :1
9044 HARMON RD
250 S HENDERSON ST
0.2
Mi
0.2
Mi
0.2
Mi
0.2
Mi
0.2
Mi
0.2
Mi
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
$
125.00
$
125.00
$
125.00
$
125.00
$
125.00
$
125.00
Third Amendment and Second Renewal of CSC 60724 Page 5 of 5
12/21/25, 9:56AM
ACITY COUNCIL AGEND
Create New From This M&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�1RT�'�'URTH
-��
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/cou ncil_packet/mc_review.asp? I D=31669&cou ncildate=12/12/2023 1/3
12/21/25, 9:56AM
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\°/o 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): Awaiver 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
ID
FROM
Fund Department
ID
Account Project Program Activity Budget Reference # Amount
ID , Year � (Chartfield 2) ,
Account Project Program Activity Budget Reference # Amount
ID � � Year (Chartfield 2)
apps.cfwnet.org/council_packet/mc_review.asp?ID=31669&councildate=12/12/2023 2/3
12/21/25, 9:56AM
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
M&C Review
Reginald Zeno (8517)
Jesica McEachern (5804)
Reginald Zeno (8517)
Richard Zavala (5711)
Jo Ann Gunn (8525)
La'Kita Slack-Johnson (8314)
1295 Brightview.pdf (CFW Internal)
13PIT6 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 - Sianed 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
CERTIF��ATE OF INTERESTED PARTiES
Complete Nos. 1- 4 antl 6 if there are interested parties.
Cornplete Nos. 1, 2, 3, 5, and 6 if there are na interesied parties.
1 Name of business entity filing form, and the city, state and country of the business entity's pface
of 6usiness.
PreStige Woridwide 5erv9ces LLC
White 5ettlement , TX United States
2 Name of governmentai entity or state agency that is a party to the cantract far whlch the form is
being fited.
City of Fort Wotth
�oRnn 1295
1 af 1
OF�ICE USE ONI�Y
CERTIFICATI�N OF FILING
Certificate fVumber:
2�23-1094764
Date Filed:
�7.l15I2023
Date Acknowledged:
� Provide the identification number used by the governmentai entity or state agency tn track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
24-0041
Contract Mowing Services
Nature of interest
� Name af Interested Pa Git 5tate, Cvuntr iace of business aheok a iicabla
�Y Y� Y �p ) S Pp ?
Cantroiling In#ermediary
City of Fort Worth
5 Check only if ti�ere is NO I�terested Party. ❑
8 IINSWQRN DEGLAI2ATlON
My narne is �4��-+'�
My address is .�� 5 �
IJ �' V1, c,�� �-�
I�C'.v �C,J' G s�
(street}
Fort Worth, TX Unit�d 5tates X
, and my date of birth is �`�� .
�.
k�s'. , �a� �Nvr�-�'�,� , � , �� �d � , (1s� .
(ciry} (state) (zip code� {country)
f declare under penalry of perjury that the foregoing is true and correct.
�� � ��� ,`
Executed in [Gi-��'�Cr�+�- County, State Of �xc�.S,_ ____, on the _�c�__day of �Vd� , 2a__G-3 .
(month} (year}
� �r � �
Signature of authorized agent of contracting business entiry
(Declarant}
Forms provided py Texas Ethics commissi4n www.ethics,state.tx.us Version V3.5.1.Of381ab6
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: CIVILIAN DIVISION, LLC
Subject of the Agreement: THIRD AMENDMENTAND SECOND RENEWAL OF CITY SECRETARY
CONTRACT N0. 60724, A NON-EXCLUSIVE MOWING AND GROUNDS
MAINTENANCE SERVICES AGREEMENT FOR CITYWIDE GROUNDS
MAINTENANCE BETWEEN THE CITY OF FORT WORTH AND CIVILIAN DIVISION, LLC
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 ❑ 60724-A3R2
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes ❑ No 0
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: 12/1/2025 Expiration Date: 11/30/2026
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.
Proj ect Number: If applicable. N/A
*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 processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.