HomeMy WebLinkAbout062844-A3R1 - General - Contract - NTSM LLC dba Perfect Finish LandscapingCSC No. 62844-A3R1
THIRD AMENDMENT AND FIRST RENEWAL OF CITY SECRETARY CONTRACT
NO. 62844, A NON-EXCLUSIVE MOWING AND GROUNDS MAINTENANCE
SERVICES AGREEMENT FOR CITYWIDE GROUNDS MAINTENANCE BETWEEN
THE CITY OF FORT WORTH AND NTSM LLC DBA PERFECT FINISH
LANDSCAPING.
This THIRD AMENDMENT AND FIRST RENEWAL OF CITY SECRETARY
CONTRACT NUMBER 62844 ("Third Amendment and First 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
NTSM LLC DBA PERFECT FINISH LANDSCAPING ("Contractor"), a Texas limited
liability company acting by and through its duly authorized representative.
WHEREAS, the City and Contractor entered into a non-exclusive mowing and grounds
maintenance services agreement, City Secretary Contract Number 62844 ("Agreement") on
February 10, 2025;
WHEREAS, the Agreement provides 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 February 27, 2025; the Amendment to the Agreement increased the contract
amounts based on M&C 25-0153;
WHEREAS, the parties exercised the second amendment ("Second Amendment"),
effective beginning on August 26, 2025; the Amendment to the Agreement increased the contract
amount with the addition of Aviation funding;
WHEREAS, the parties desire to exercise the first one-year renewal term ("First Renewal
Term"), effective beginning on February 10, 2026;
WHEREAS, the Contractor desires to provide certain on-call mowing and grounds
maintenance seroices for the City in accordance with the terms of the Agreement and this Third
Amendment and First Renewal; and
NOW, THEREFORE, in consideration of the mutual covenants and promises set forth
herein and other good and valuable considerations, 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 First Renewal Term,
effective beginning on February 10, 2026, and expiring on February 9, 2027 ("Third Amendment
and First Renewal").
�FFICIAL RECORD
CITY SECRETARY
Third Amendment and First Renewal of CSC 62844 FT. VIIORTH, TX
1 of 4
II.
Contractor will provide on-call mowing and grounds maintenance services in accordance
with the terms of the 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.
III.
Exhibit B of the Agreement is hereby amended to revise the scope for the specific
locations set forth below. All other locations in Exhibit B remain unaffected by this Third
Amendment and First Renewal.
Inventory Address Original Original Original Original
Type Mile 7 Days 14 Days 21 Days
Unit Unit Unit Cost
Cost Cost
SD - TD 6000 MC CART 3.4 $1,156 $1,156 $1,445
AVE
SD - TD 3600 HULEN 3.2 $1,088 $1,088 $1,360
ST
SD - TD 4700 0.6
WESTCREEK
DR
SW-ROW 2200 S MAIN 02
ST
SW-ROW 4615 Granbury 0.5
Rd
Added New New 7 New 14 New 21
Mile Mile Days Days Days
Unit Unit Unit
cost Cost Cost
0.2 3.6 $1,216 $1,216 $1,505
0.2 3.5 $294.00 $294.00 $345.00
$204.00 $204.00 $255.00 02 0.8 $268.00 $268.00 $327.50
$26.00 $26.00 $32.50
$65.00 $65.00 $81.25
02 0.4 $86.00 $86.00 $92.50
3.2 3.7 $1,ll0 $1,110 $1,110
IV.
1. All other terms and conditions of the Agreement remain in full farce and effect
except as specifically set forth in this Third Amendment and First Renewal.
2. All terms of this Third Amendment and First Renewal that are capitalized but not
defined herein have the meanings assigned to them in the Agreement.
Third Amendment and First Renewal of CSC 62844
2 of 4
IN WITNESS WHEREOF, the City and Contractor have executed this Third
Amendment and First Renewal to be effective on February 10, 2026.
CITY OF FORT WO TH
bavca, scu��Gc��
BV, IJenaHuyhdoYi(bb�6 10�11�59C51J
�
Dana Burghdoff
Assistant City Manager
NTSM LLC DBA PERFECT
FINISH LANDSCAPING
hlwcu C�Da.C'Q
Y�
Glenn Marcus O'Dell
COO
Recommended:
��
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: 4p44��°q
,�aoF FORt�aa
p �'° � ��'pAd
y�,��� .�-�s�- °a�o o=a
�
Jannette S. Goodall P��d �� nEXASoa�
City Secretary
M&C: 25-0153 (February 25, 2025)
Form 1295: 2025-1255653
Contract Compliance Manager
By signing, I acknowledge that I am the person
responsible for monitoring and administration
of this contract including ensuring all performance
and reporting requirements.
� ��
Christopher Swindle
Sr. Contract Compliance Specialist
QFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Third Amendment and First Renewal of CSC 62844
3 of 4
EXHIBIT B-1
ON-CALL MOWING AND GROUNDS MAINTENANCE SERVICES
Inventory
Type
SW - ROW
SW - ROW
SW - ROW
SW - ROW
SW - ROW
SW - ROW
SW - ROW
SW - ROW
SW - ROW
SW - ROW
SW - ROW
NE - ROW
NE - ROW
NE - ROW
NE - ROW
SW - ROW
WD-TD
ND-TD
ND - City
Facility
(Mowing/PB)
ND - City
Facility
(Irrigation)
Address
1333 BURTON HILL RD
3972 W SPURGEON ST
7701 CAMP BOWIE WEST BLVD
8920 CAMP BOWIE WEST BLVD
7000 W VICKERY BLVD
1690 SHARONDALE ST
2099 W BIDDISON ST
3495 WEST FWY
3920 BRYANT IRVIN RD
10082 WATERCRESS DR
3933 W VICKERY BLVD
8850 BLUE MOUND RD
13145 AVONDALE FARMS DR
15135 ENDEAVOR PKWY
W BONDS RANCH RD &
SWIFTCURRENT TRL
4374 WHITE SETTLEMENT RD
3808 W VICKERY BLVD
13145 AVONDALE FARMS DR
8375 BLUE MOUND RD (BETSY
PRICE CC)
8375 BLUE MOUND RD (BETSY
PRICE CC)
New
Miles
0.1
0.1
0.1
0.1
0.8
0.15
0.7
0.2
0.1
0.2
0.15
0.1
0.7
0.5
0.5
New 7
Days
Unit
cost
$30.00
$30.00
$30.00
$30.00
$223.00
$45.00
$210.00
$30.00
$30.00
$60.00
$34.50
$30.00
$210.00
$150.00
$150.00
New 14
Days
Unit
cost
$30.00
$30.00
$30.00
$30.00
$223.00
$45.00
$210.00
$60.00
$30.00
$60.00
$34.50
$30.00
$210.00
$150.00
$150.00
0.4 $120.00 $120.00
0.1 $34.00 $34.00
0.5 $150.00 $150.00
4.6 $215.00 $215.00
Acre
4.6 N/A N/A
Acre
New 21
Days
Unit
Cost
N/A
N/A
N/A
N/A
$226.25
$45.00
$210.00
$60.00
$30.00
$60.00
$34.50
$30.00
$210.00
$150.00
$150.00
New 28
Days
Unit Cost
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
$120.00 N/A
$42.50 N/A
$150.00 N/A
N/A
N/A $100.00
Third Amendment and First Renewal of CSC 62844
4 of 4
2/15/26, 4:35 PM
ACITY COUNCIL AGEND
Create New From This M&C
DATE:
CODE:
2/25/2025 REFERENCE
NO..
P TYPE:
M&C Review
**M&C 25- LOG NAME:
0153
F�1RT�'�'URTH
-��
13P RFP 25-0005 GROUNDS
MAINTENANCE KQ PARD
PUBLIC
CONSENT HEARING: NO
SUBJECT: (ALL) Authorize Execution of Non-Exclusive Agreements with Identified Vendors for
Grounds Maintenance Services in an Annual Amount Up to $6,570,000.00 for the Initial
Term and Authorize Five One-Year Renewal Options for Up to $6,898,500.00 for Renewal
1, $7,243,425.00 for Renewal 2, $7,605,596.25 for Renewal 3, $7,985,876.06 for
Renewal 4, and $8,385,169.86 for Renewal 5 for the Park & Recreation, Police, and
Property Management Departments
RECOMMENDATION:
It is recommended that the City Council authorize non-exclusive agreements with BrightView
Landscape Services, Inc., Incircle Management, Inc., Lawn Patrol Service, Inc., SRH Landscapes,
LLC, Civilian Division, LLC dba GI Mow, Scott Landscape Maintenance, Inc., Perfect Finish
Landscaping, LLC, Reeder Industries, Inc. dba Reeder Landscape, Presbyterian Night Shelter of
Tarrant County, Inc. for grounds maintenance services in an annual amount up to $6,570,000.00 for
the initial term and authorize five one-year renewal options for up to $6,898,500.00 for renewal 1,
$7,243,425.00 for renewal 2, $7,605,596.25 for renewal 3, and $7,985,876.06 for renewal 4, and
$8,385,169.86 for renewal 5 for the Park & Recreation, Police and Property
Management Departments.
DISCUSSION:
The Park & Recreation Department approached the Purchasing Division to establish an annual
agreement for grounds maintenance services including but not limited to mowing, trimming, and litter
pick up for City-owned lots, parks, facilities, rights of way, and traffic dividers for the Park &
Recreation, Police, and Property Management Departments. Purchasing Staff issued Request for
Proposal (RFP) No. 25-0005. The RFP consisted of detailed specifications listing the locations,
frequency, and quality of the grounds maintenance services to be performed.
The RFP was advertised in the Fort Worth Star-Telegram on October 23, 2024, October 30, 2024,
November 6, 2024, November 13, 2024, and November 20, 2024. The City received 17 bids.
Abescape Group, LLC, Lawn Escapades and General Contracting, Leon's Landscape Services, LLC
and Prestige Worldwide Services, LLC were deemed non-responsive by the Diversity and Inclusion
Department/Business Equity Division for failure to comply with the established Business Equity Goal.
The remaining 13 responses were evaluated by an evaluation panel consisting of representatives from
the Park & Recreation, Diversity and Inclusion, and Code Compliance Departments reviewed and
scored the submissions using Best Value criteria.
After evaluation, Bea-Son Tractor Mowing dba BST Mowing was deemed non-responsive and
eliminated from the evaluation process as the firm did not meet 50\% of the technical points necessary
to move forward to cost evaluation. Once the technical evaluation was completed, Purchasing staff
allocated points associated with pricing to each vendor. The individual scores were averaged for each
of the criteria and the final scores are listed in the table below:
Proposer � a
�
�
Total Score
apps.cfwnet.org/cou ncil_packet/mc_review.asp? I D=33017&cou ncildate=2/25/2025 1/5
2/15/26, 4:35 PM
BrightView 26.40 17.60 13.
Landscape
Services Inc.
Incircle 22 g0 15.20 11.
Management,
Inc.
Lawn Patrol 25.80 17.20 13.
Service, Inc.
SRH 24.60 17.20 12.
Landscapes,
LLC
Civilian 24.60 16.00 11.
Division, LLC
dba GI Mow
Scott
M&C Review
50 20.29
40 25.23
50 16.49
30 15.46
70 10.17
Landscape 24.00 16.80 11.10
Maintenance,
Inc.
Perfect Finish 20.40 11.60 8.10
Landscaping,
LLC
Reeder
Industries, Inc. 15.00 13.20 9.90
dba Reeder
Landscape
Presbyterian
Night Shelter 21.00 14.40 10.
of Tarrant
County, Inc.
L. A. T. E. LLC 18.00 12.80 9.
Royce Lawn & 14.40 10.00 9.
Landscaping,
LLC
WCD 18.00 11.60 7.
Enterprises
LLC
Best Value Criteria:
a) Ability to Meet the City's Needs
b) Qualifications and Experience
c) Approach to PerForm Services
apps.cfwnet.org/cou ncil_packet/mc_review.asp? I D=33017&cou ncildate=2/25/2025
50
30
30
20
7.19
17.46
14.96
7.04
9.87
10.30
2.70
77.79
74.63
72.99
69.56
62.47
59.09
57.56
53.06
52.94
49.97
44.00
39.50
2/5
2/15/26, 4:35 PM
CI� COSt
M&C Review
After evaluation, the panel concluded that BrightView Landscape Services, Inc., Incircle Management,
Inc., Lawn Patrol Service, Inc., SRH Landscapes, LLC, Civilian Division, LLC dba GI Mow, Scott
Landscape Maintenance, Inc., Perfect Finish Landscaping, LLC, Reeder Industries, Inc. dba Reeder
Landscape, and Presbyterian Night Shelter of Tarrant County, Inc. presented the best value for the
City. Therefore, the panel recommends that Council authorize non-exclusive agreements to these
identified vendors. No guarantee was made that a specific amount of services would be purchased.
Staff certifies that the recommended vendor responses met bid specifications.
A 1295 form is not required for that BrightView Landscape Service, Inc. as they are a publicly traded
company.
Funding is budgeted in the General Operating & Maintenance category in the General Fund for the
Park & Recreation, Police and Property Management Departments. The maximum amount allowed
under these agreements will be $6,570,000.00 with a 5\% increase for each renewal period to allow for
price increases on labor and materials, and inventory change on City owned properties; however, the
actual amount used will be based on the need of the department and available budget.
BUSINESS EQUITY: The Business Equity Division placed a 5.2\% business equity goal on this
solicitation/contract.
Brightview Landscapes LLC., will be exceeding the goal at 6\%, meeting the City's Business Equity
Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division.
GIMOW, submitted a Prime Waiver Form, which is in accordance with the City's Business Equity
Ordinance. Prime Company, Inc., will be self-performing the entire scope of the contract.
Incircle Management Inc., will be exceeding the goal at 10\%, meeting the City's Business Equity
Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division.
Lawn Patrol Service Inc., will be exceeding the goal at 100\% as a Business Equity Prime and self-
performing the scope of the services, meeting the City's Business Equity Ordinance. Any changes
in subcontractors will be reviewed by the Business Equity Division.
NTSM dba Perfect Finish Landscaping, submitted a Prime Waiver Form, which is in accordance with
the City's Business Equity Ordinance. Prime Company, Inc., will be self-performing the entire scope
of the contract.
Presbyterian Night Shelter, submitted a Prime Waiver Form, which is in accordance with the City's
Business Equity Ordinance. Prime Company, Inc., will be self-performing the entire scope of the
contract.
Reeder Industries Inc., submitted a Prime Waiver Form, which is in accordance with the City's
Business Equity Ordinance. Prime Company, Inc., will be self-performing the entire scope of the
contract.
Scott Landscape Maintenance Inc., has greed/committed to utilize 5.2\% business equity
subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance.
Any changes in subcontractors will be reviewed by the Business Equity Division.
SRH Landscapes LLC., will be exceeding the goal at 25\%, meeting the City's Business Equity
Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division.
AGREEMENT TERMS: Upon City Council approval, these non-exclusive agreements shall begin upon
execution and expire one year from that date.
RENEWAL OPTIONS: The non-exclusive contracts may be renewed for up to five (5) one-year terms
at the City's option for up to $6,898,500.00 for renewal 1, $7,243,425.00 for renewal 2, $7,605,596.25
for renewal 3, $7,985,876.06 for renewal 4, and $8,385,169.86 for renewal 5. 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, nor does this action guarantee a cost increase to
contractors.
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 funds are available in the current operating budget, as
previously appropriated, in the General Fund to support the approval of the above
recommendation and award of the contracts. Prior to any expenditure being incurred, the Property
apps.cfwnet.org/council_packet/mc_review.asp?ID=33017&councildate=2/25/2025 3/5
2/15/26, 4:35 PM M&C Review
Management, Police and Park and Recreation 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 I Reference # Amount
ID ID Year (Chartfield 2)
Submitted for City Manaqer's Office by: Reginald Zeno (8517)
Jesica McEachern (5804)
Originating Department Head:
Additional Information Contact:
Reginald Zeno (8517)
Richard Zavala (5711)
Brandy Hazel (8087)
Karen Quintero (8321)
ATTACHMENTS
1295 Form - 25-0005 - SRH.pdf (CFW Internal)
1295 Form - 25-0005 Gi-Mow.pdf (CFW Internal)
1295 Form - 25-0005 InCircle.pdf (CFW Internal)
1295 Form - 25-0005 Perfect Finish.pdf (CFW Internal)
1295 Form - 25-0005 Presbvterian.pdf (CFW Internal)
1295 Form - 25-0005 Reeder.pdf (CFW Internal)
1295 Form - 25-0005 Scott.pdf (CFW Internal)
1295 Form - Lawn Patrol.pdf (CFW Internal)
13P RFP 25-0005 GROUNDS MAINTENANCE Fid table.xlsx (CFW Internal)
13P RFP 25-0005 GROUNDS MAINTENANCE KQ PARD funds avail.docx (CFW Internal)
25-0005 (RFP Ground Maintenance- Formallv Landscapina Services) Compliance Memo.pdf (CFW Internal)
SAM.gov - Brightview 1.9.25.pdf (CFW Internal)
SAM.aov - GI Mow - No Results 1.9.25.pdf (CFW Internal)
SAM.aov - Incircle 1.9.25.pdf (CFW Internal)
SAM.aov - Lawn Patrol - No results 1.9.25.pdf (CFW Internal)
SAM.aov - Perfect Finish - No Results 1.9.25.pdf (CFW Internal)
SAM.gov - Presbyterian 1.9.25.pdf (CFW Internal)
SAM.aov - Reeder 1.9.25.pdf (CFW Internal)
SAM.aov - Scott - No Results 1.9.25.pdf (CFW Internal)
SAM.aov - SRH - No Results 1.9.25.pdf (CFW Internal)
SOS - Briahtview 1.9.25.pdf (CFW Internal)
SOS - GI Mow 1.9.25.pdf (CFW Internal)
SOS - Incircle 1.9.25.pdf (CFW Internal)
SOS - Lawn Patrol 1.9.25.pdf (CFW Internal)
apps.cfwnet.org/council_packet/mc_review.asp?ID=33017&councildate=2/25/2025 4/5
2/15/26, 4:35 PM
SOS - Perfect Finish 1.9.25.pdf (CFW Internal)
SOS - Presbvterian 1.9.25.pdf (CFW Internal)
SOS - Reeder 1.9.25.pdf (CFW Internal)
SOS - Scotts 1.9.25.pdf (CFW Internal)
SOS - SRH 1.9.25.pdf (CFW Internal)
M&C Review
apps.cfwnet.org/council_packet/mc_review.asp?ID=33017&councildate=2/25/2025 5/5
CERTIFICATE OF INTERESTED PARTIES
Complete Nos. 1- 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
1 Name of business entiry filing form, and the city, state and country of the business entity's place
of business.
NTSM, LLC
Denton, TX United States
2 Name of governmental entity or state agency that is a party to the contract for which the form is
6eing filed.
The Ciry of Fort Worth
FORnn 1295
1 of 1
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2025-1255653
Date Filed:
01/09/2025
Date Acknowledged:
g Provide the identification numtrer used by the govemmental entity or state agency to track or identiiy the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
R FP25-0005
mowing, landscape maintenance, litter control
4 Nature ofinterest
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Intermediary
m
5 Check only if there is NO Interested Parry. ❑
X
6 UNSWORN DECLARATION
My name is _:'��'<'�;%� r` c���, , and my date of birth is ,.
My address is ���6 � l �� ���, �tc.. ' P�� � �P��-ia�, , ; �.t,' , . -$=�
(street) {ciiy) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
F�cecuted in f��('=") Counry, State of / L`,il�-�7 . on the ��� { day of ` , 20 _
(month) (year)
Forms provided by Texas Ethics Commission
Signature of authorized agent of contracting business entiry
(Declarant)
www.ethics.state.bc.us Version V4.1.O.5dd2ace�
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: NTSM LLC DBA PERFECT FINISH LANDSCAPING
Subject of the Agreement: THIRD AMENDMENT AND FIRST RENEWAL OF CITY SECRETARY
CONTRACT NO. 62844, A NON-EXCLUSIVE MOWING AND GROUNDS MAINTENANCE
SERVICES AGREEMENT FOR CITYWIDE GROUNDS MAINTENANCE BETWEEN
THE CITY OF FORT WORTH AND NTSM LLC DBA PERFECT FINISH LANDSCAPING
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 ❑ 62844-A3R1
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: 2/10/2026 Expiration Date: 2/9/2027
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.