Contract - Yellowstone Landscape - 8/10/2017 CITY OF ROUND ROCK AGREEMENT FOR
PURCHASE OF GROUNDS MAINTENANCE SERVICES WITH
YELLOWSTONE LANDSCAPE
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS AGREEMENT for grounds maintenance services on City of Round Rock's
medians, rights-of-ways, parks and greenbelts on City properties, and for related goo`s and
services (referred toein as the "Agreement"), is made and entered into on this the day
of the month of 017 by and between the CITY OF ROUND ROCK, a Texas home-rule
municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299
(referred to herein as the "City"), and YELLOWSTONE LANDSCAPE, whose offices are
located at 10892 Shadow Wood Drive, Houston, TX 77043 (referred to herein as the "Services
Provider").
RECITALS:
WHEREAS, City desires to purchase grounds maintenance services, and City desires to
procure same from Services Provider; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and
services, and City has selected the bid submitted by Services Provider; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Services Provider
whereby City is obligated to buy specified services and Services Provider is obligated to sell
same. The Agreement includes the following: (a) City's Invitation for Bid, designated
00381746tss2
Solicitation Number 17-012, Class/Item: 988-361988-75 dated April 2017 ("IFB"); (b) Services
Provider's Response to IFB; (c) contract award; and (d) any exhibits, addenda, and/or
amendments thereto. Any inconsistencies or conflicts in the contract documents shall be
resolved by giving preference in the following order:
(1) This Agreement;
(2) Services Provider's Response to 1FB;
(3) City's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock,Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
2.01 EFFECTIVE DATE, TERM,ALLOWABLE RENEWALS,PRICES FIRM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein,or is terminated or extended as provided herein.
B. The term of this Agreement shall be for sixty(60) months from the effective date
hereof.
C. Prices shall be firm for the duration of this Agreement. No separate line item
charges shall be permitted for invoicing purposes, including but not limited to equipment rental,
demurrage, costs associated with obtaining permits, or any other extraneous charges.
D. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
2
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Services Provider to supply the services as outlined in the IFB; and
Response to IFB submitted by Services Provider, all as specified in Exhibit "A." The intent of
these documents is to formulate an Agreement listing the responsibilities of both parties as
outlined in the IFB and as offered by Services Provider in its Response to the IFB.
The services which are the subject matter of this Agreement are described in Exhibit "A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4.01 ITEMS AWARDED;AND SCOPE OF WORK
Items Awarded. All bid items in Exhibit"A"are awarded to Services Provider.
Scope of Work: For purposes of this Agreement, City has issued documents delineating the
required services (specifically IFB 17-012, Class/Item: 988-36/988-75 dated April 2017).
Services Provider has issued its response agreeing to provide all such required services in all
specified particulars. All such referenced documents are included in Exhibit "A" attached hereto
and made a part hereof for all purposes. When taken together with the appended exhibits, this
Agreement shall evidence the entire understanding and agreement between the parties and shall
supersede any prior proposals, correspondence or discussions.
Services Provider shall satisfactorily provide all services described under the attached
exhibits within the contract term specified in Section 2.01. Services Provider's undertakings shall
be limited to performing services for City and/or advising City concerning those matters on
which Services Provider has been specifically engaged. Services Provider shall perform its
services in accordance with this Agreement, in accordance with the appended exhibits, in
accordance with due care, and in accordance with prevailing industry standards for comparable
services.
5.01 COSTS
A. In consideration for the grounds maintenance services to be performed by Services
Provider, City agrees to pay Services Provider the amounts set forth in pages nineteen (19) and
twenty(20) ("Bid Form")of the attached Exhibit"A."
B. The City shall be authorized to pay the Services Provider an amount not-to-exceed
Five Hundred Thirty-Four Thousand Eight Hundred Thirty and 24/100 Dollars
($534,830.24)per year for the term of this Agreement.
3
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Naive and address of Services Provider;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governinental functions and services, including but not limited to purchasing fitnctions, is
granted under Government Code, Title 7, Chapter 791, interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 271.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful service
provider(s) and the City. Such agreement shall be conclusively inferred for the services provider
from lack of exception to this clause in the service provider's response. However, all parties
hereby expressly agree that the City is not an agent of, partner to, or representative of those
outside agencies or entities and that the City is not obligated or liable for any action or debts that
may arise out of such independently-negotiated"piggyback"procurements.
8.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Services Provider a written notice of termination at the end of its then current fiscal year.
9.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Services Provider will be made within thirty (30) days of the day on which City receives the
performance, supplies, materials, equipment, and/or deliverables, or within thirty(30) days of the
day on which the performance of services was complete, or within thirty(30) days of the day on
which City receives a correct invoice for the performance and/or deliverables or services,
4
whichever is later. Services Provider may charge interest on an overdue payment at the "rate in
effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance
with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not
apply to payments made by City in the event:
A. There is a bona fide dispute between City and Services Provider, a contractor,
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Services Provider and a subcontractor or
between a subcontractor and its supplier about the goods delivered or the service
performed that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on the
purchase order or the Agreement or other such contractual agreement.
10.01 GRATUITIES AND BRIBES
City may, by written notice to Services Provider, cancel this Agreement without liability
to Services Provider if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or
representatives to any City officer, employee or elected representative with respect to the
performance of this Agreement. In addition, Services Provider may be subject to penalties stated
in Title 8 of the Texas Penal Code.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Services Provider's charges.
12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS
If Services Provider cannot provide the goods as specified, City reserves the right and
option to obtain the products from another supplier or suppliers.
13.01 INSURANCE
Services Provider shall meet all insurance requirements set forth by in the "Insurance
Requirements"documents on the City's website at:
https://www.roundrocktexas.gov/wp-content/uploads/201.4/12/corr insurance 07.20112.pd
5
14.01 CITY'S REPRESENTATIVES
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Mike Ackerman
Transportation Superintendent
212 Commerce Cove
Round Rock,Texas 78664
512-341-3304
mackerman(a-?roundrocktexas.goes
Randy Gordon
Parks Manager
301 West Bagdad, Suite 250
Round Rock, Texas 78664
512-341-3340
rgordon@roundrocktexas.gov
15.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
16.01 DEFAULT
If Services Provider abandons or defaults under this Agreement and is a cause of City
purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the
difference in cost, if any, and that it will not be considered in the re-advertisement of the service
and that it may not be considered in future bids for the same type of work unless the scope of
work is significantly changed.
Services Provider shall be declared in default of this Agreement if it does any of the
following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
6
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
17.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Services
Provider.
B. In the event of any default by Services Provider, City has the right to terminate
this Agreement for cause,upon ten(10) days' written notice to Services Provider.
C. Services Provider has the right to terminate this Agreement only for cause, that
being in the event of a material and substantial breach by City, or by mutual agreement to
terminate evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Services Provider,
Services Provider shall discontinue all services in connection with the performance of this
Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such
orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice
of termination, Services Provider shall submit a statement showing in detail the goods and/or
services satisfactorily performed under this Agreement to the date of termination. City shall then
pay Services Provider that portion of the charges, if undisputed. The parties agree that Services
Provider is not entitled to compensation for services it would have performed under the
remaining term of the Agreement except as provided herein.
18.01 INDEMNIFICATION
Services Provider shall defend (at the option of City), indemnify, and hold City, its
successors, assigns, officers, employees and elected officials harmless from and against all suits,
actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any
and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of
Services Provider, or Services Provider's agents, employees or subcontractors, in the
performance of Services Provider's obligations under this Agreement, no matter how, or to
whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or
Services Provider (including, but not limited to the right to seek contribution) against any third
party who may be liable for an indemnified claim.
7
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Services Provider, its agents, employees and subcontractors shall use best efforts
to comply with all applicable federal and state laws, the Charter and Ordinances of the City of
Round Rock, as amended, and with all applicable rules and regulations promulgated by local,
state and national boards,bureaus and agencies.
B. Services Provider acknowledges and understands that City has adopted a Storm
Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139
through 14-152 of the City's Code of Ordinances, to manage the quality of the discharges from
its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the
requirements of the Texas Commission on Environmental Quality (TCEQ) and the Texas
Pollutant Discharge Elimination System (TPDES). The Services Provider agrees to perform all
operations on City-owned facilities in compliance with the City's Illicit Discharge Ordinance to
minimize the release of pollutants into the MS4. The Services Provider agrees to comply with of
the City's stormwater control measures, good housekeeping practices and any facility specific
stormwater management operating procedures specific to a certain City facility. In addition, the
Services Provider agrees to comply with any applicable TCEQ Total Maximum Daily Load
(TMDL)Requirements and/or I-Plan requirements.
20.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States snail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Services Provider:
Yellowstone Landscape
10892 Shadow Wood Drive
Houston, Texas 77043
S
Notice to City:
Laurie Hadley, City Manager Stephan L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock,TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Services Provider.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Services Provider and City. This Agreement may only be amended or supplemented by mutual
agreement of the parties hereto in writing, duly authorized by action of the City Manager or City
Council.
24.01 DISPUTE RESOLUTION
City and Services Provider hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute.
25.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
9
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Services Provider represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Services Provider understands and agrees that time is of the
essence and that any failure of Services Provider to fulfill obligations for each portion of this
Agreement within the agreed timeframes will constitute a material breach of this Agreement.
Services Provider shall be fully responsible for its delays or for failures to use best efforts in
accordance with the terms of this Agreement. Where damage is caused to City due to Services
Provider's failure to perform in these circumstances, City may pursue any remedy available
without waiver of any of City's additional legal rights or remedies.
Force Majeure. Neither City nor Services Provider shall be deemed in violation of this
Agreement if it is prevented from performing any of its obligations hereunder by reasons for
which it is not responsible as defined herein. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures on the following page.]
10
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of Round Rock,Texas Yellow on Landscape
By: Vh .......
Printed Nam � 1- Printedame: "
.. ..._4, .. _ ....�......�.............. ..
Title: Title:"°~ O P
Date Signed: •[U • Date Signed:
Attest:
By: sme� .1 vivk
Sara L. White, City Clerk
For City, A.ppMved as to F m:
By`
StephanL Sheets, City Attorney
11
r
ROUND ROCK TEXAS
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.g y
INVITATION FOR BID
GROUNDS MAINTENANCE SERVICES
Solicitation Nov 17-012
APRIL 2017
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item:988-36/988-75
April 2017
CITY OF ROUND ROCK
INVITATION FOR BID
GROUNDS MAINTENANCE SERVIVCES
PART
GENERAL
1. PURPOSE: The City of Round Rock,herein after"the City"seeks quotes to establish a multiple year
contract from a qualified person, firm or corporation, herein after "Respondent" experienced in
grounds maintenance services to provide full,turnkey services inclusive of necessary equipment and
labor to maintain City's medians, right-of-way's, parks and greenbelts on City properties, herein after
"Services".
2. BACKGROUND: Vendor shall provide Services to include, but not be limited to,mowing,edging and
trimming, raking, removing and disposing of litter as needed within the specified time period(s)
through the term of the contract. City of Round Rock —Transportation and Parks and Recreation
properties shall be clearly identified within this solicitation and herein referred to as"quadrant areas".
NOTE: Quadrant areas are identified beginning on pages 21 through pages 25.
3. ATTACHMENTS: Attachment A through G,are herein made part of this invitation for bid:
3.1 Attachment A: Bid Sheet
3.2 Attachment B: Parks and Recreation Mowing Maps—Posted to City website
3.3 Attachment C: Respondent's Questionnaire
3.4 Attachment D: Respondent's Reference Sheet
3.5 Attachment E: Addendum Acknowledgement Form
3.6 Attachment F: Notice to Proceed—"Example"
3.7 Attachment G: Work Summary—"Example"
4. CLARIFICATION: For questions or clarification of specifications, you may contact:
Mike Schurwon,CPPB,CTPM
Purchasing Department
City of Round Rock
E-mail: mschurwonCub-roundrocktexas.rtov
The individual listed above may be contacted by e-mail for clarification of the specifications only. No
authority is intended or implied that specifications may be amended or alterations accepted prior to
solicitation opening without written approval of the City of Round Rock through the Purchasing
Department.
5. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The
Respondent shall:
5.1. Be firms, corporations, individuals or partnerships normally engaged in providing grounds
maintenance services as specified herein and have adequate organization, facilities,
equipment, financial capability, and personnel to ensure prompt and efficient service to the
City;
Page 2 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
5.2. Provide all labor, supplies and materials required to satisfactorily perform the services as
specified herein and own or acquire at no cost to the City all mowing equipment and tools
respondent deems necessary to provide grounds maintenance services. The City shall not be
responsible for any Respondent's mowing equipment, tools, or materials lost or damaged
during the performance of the services specified herein;
5.3. Be domiciled in or have a home office inside the United States. Respondents domiciled outside
the United States,or not having a home office inside the United States will not be included for
consideration in this procurement process;
6. SUBCONTRACTORS: The Vendor shall be fully responsible to the City for all acts and omissions
of the Subcontractors just as the Vendor is responsible for the Vendor's own acts and omissions. The
Vendor shall:
6.1. Require that all deliverables to be provided by the Subcontractor be provided in strict
accordance with the provisions, specifications and terms of the Agreement;
6.2. Require that all Subcontractors obtain and maintain, throughout the term of their agreement,
primary insurance in the type and amounts specified for the Vendor,with the City being named
as an additional insured; and
6.3. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the
Contractor is required to indemnify the City.
6.4. Awarded Contractor is required to submit a list of all subcontractors for approval by the City
prior to use of any subcontractors.
7. SAFETY: The City reserves the right to remove any employee from City property for violation of
federal, state, and local health, safety and environmental laws, ordinances, rules and regulations.
The Respondent shall:
7.1. Ensure that all employees comply with all Occupational Safety and Health Administration
(OSHA), State and City safety and occupational health standards and other applicable federal,
state,and local health,safety,and environmental laws ordinances, rules and regulations in the
performance of these services;
7.2. Be held responsible for the safety of their employees and unsafe acts or conditions that may
cause injury or damage to any persons or property within and around the work site. In case of
conflict, the most stringent safety requirement shall govern;
7.3. Indemnify and hold the City harmless from and against all claims, demands, suits, actions,
judgments,fines penalties and liability of every kind arising from the breach of the Successful
Respondents'obligations under this paragraph.
8. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all
incidental costs,labor,overhead charges,travel,payroll expenses,freight,equipment acquisition and
maintenance,demurrage,fuel surcharges,delivery charges,costs associated with obtaining permits,
insurance, bonds and risk management. No separate line item charges shall be permitted for either
response or invoice purposes.
9. PRICE INCREASE: Contract prices for grounds maintenance services shall remain firm throughout
the initial twelve (12) month term of the contract. A price increase to the agreement may be
considered at renewal time each year and shall be equal to the consumer price index for that year,
but at no time can the increase be greater than 25%of the contract price.
Page 3 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
9.1. Consumer Price Index (CPI): Price adjustments will be made in accordance with the
percentage change in the U.S. Department of Labor Consumer Price Index (CPI-U) for all
Urban Consumers. The price adjustment rate will be determined by comparing the percentage
difference between the CPI in effect for the base year six-month average (January through
June OR July through December); and each (January through June OR July through
December six month average)thereafter. The percentage difference between those two CPI
issues will be the price adjustment rate. No retroactive contract price adjustments will be
allowed. The Consumer Price Index(CPI)is found at the Bureau of Labor Statistics,Consumer
Price Index website: http://www.bis,gov/cpi/
9.2. Procedure to Request Increase:
9.2.1. Mail the written price increase request with the rate detail comparison and
comprehensive calculation to the designated City Contract Specialist a minimum of 45
days prior to each renewal period. The detailed written calculation will be verified and
confirmed. All written requests for increases must include the City of Round Rock
contract number, solicitation reference information and contact information for the
authorized representative requesting the increase. Price increase requests shall be
sent by mail to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock,TX 79664-5299
9.2.2. Upon receipt of the request,the City reserves the right to: either accept the escalation
and make change to the purchase order within 30 days of the request; negotiate with
the Vendor or cancel the agreement or purchase order if an agreement cannot be
reached on the value of the increase.
10. AGREEMENT TERM: The terms of the awarded agreement shall be as follows:
10.1 The term of the Agreement shall begin from date of award and shall remain in full force for sixty
(60) months.
10.2 The City reserves the right to review the awarded respondents' performance anytime during
the contract term.
10.3 If the awarded respondent fails to perform its duties in a reasonable and competent manner,
the City shall give written notice to the respondent of the deficiencies and the respondent shall
have thirty (30) days to correct such deficiencies. If the respondent fails to correct the
deficiencies with the thirty (30) days, the City may terminate the agreement by giving the
respondent written notice of termination and the reason for the termination.
11. ACCEPTANCE: Acceptance inspection should not take more than five(5)working days. The vendor
will be notified within this time frame if the services provided is not in full compliance with the project
scope. If any service is canceled for non-acceptance, the needed equipment or service may be
purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling.
12. GROUNDS MAINTENANCE DEFINITIONS:
12.1 Vegetation shall refer to plant life and/or material.
12.2 Quadrant shall refer to geographic area(s)of the City designated to receive specified grounds
maintenance services. This area includes medians, rights-of-way drainage/retentions and
parks.
Page4of31
Exhiit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
12.3 Maintenance Schedule shall mean the time periods established for the service.
12.4 Maintenance Cycle shall refer to each time period in the maintenance schedule for the
service year. A beginning and ending date, in which all prescribed maintenance activities for
each quadrant shall be completed,define each time period.
12.5 A typical cycle for:
12.5.1 Medians and right of ways is 14 calendar days.
12.5.2 Parks and greenbelts is 14 calendar days.
12.6 Inspector shall mean the City's authorized designee, who shall monitor the Contractor's
progress within the Quadrant Area he is assigned. The inspector shall have no duty to
inspect, but may inspect at his discretion.
12.7 Inclement Weather shall mean wet or rainy weather when the condition of the soil is such
that the rutting of property will not allow cutting of grass to be accomplished satisfactorily.
This determination shall be made at the sole discretion of the City
12.8 Production Rate-Shall refer to the acreage to be maintained per day. The production rate
shall be calculated in the following manner:
ACREAGE IDENTIFIED TO BE MAINTAINED
QUADRANT AREA ACREAGE:NUMBER OF DAYS IN CYCLE= DAILY PRODUCTION
RATE GOAL.
12.9 Trash and Litter - Shall mean any debris within the Quadrant Area such as paper, cans,
bottles, limbs four (4") inches diameter or smaller, trash bags, rocks, etc., which is not
intended to be present as part of the landscape. The Quadrant Area includes streets,
sidewalks, curbs, catch basins, gutters, hillsides, ditches, etc. Removal of debris shall
require sweeping or blowing off of hard surfaces such as sidewalks and concrete noses of
medians.
12.10 Litter Removal Cycle-Shall mean the removal of trash and litter from the assigned Quadrant
Areas as determined by the City's Inspector. The issuance of a work order for litter removal
only does not require mowing,trimming, edging, etc.
12.11 Trimming-Shall refer to the cutting or removal of vegetation immediately adjacent to or under
Quadrant Area structures, poles, trees, signs,fences, planting beds, etc. Trimming maybe
accomplished by manual or chemical means. Also, includes removal of vegetation from
expansion joints and any other cracks in curbs, sidewalks (both sides), driveways and any
other concrete surface within the median or rights of way.
12.12 Chemical Trimming shall refer to the use of herbicide (such as Roundup and/or approved
equal containing a pre-emergent such as Oust or an approved equal)as an alternative to the
physical removal or cutting of plant material from areas to be trimmed.
12.13 Edging - Shall refer to the vertical removal of any and all plant material, which encroaches
over or onto sidewalks(both sides),curbs,steps, driveways, and pavements. Edge cut shall
remove vegetation from concrete surfaces.
12.14 Scalping- Shall refer to any action resulting in the mowing of any turf area below a two (2")
inch height down to and including the soil.
12.15 Shrub/Flower Beds - Shall mean any purposefully planted domestic, ornamental plant
growth.
12.16 Mulch Areas or Tree Wells - Shall refer to those areas adjacent to trees, shrub beds, and
other purposefully planted landscape areas in which all plant growth is removed and a
Pa e 5 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item:988-36/988-75
April 2017
protective covering of organic substances is placed to prevent evaporation of moisture,
control weed growth, prevent mechanical damage to landscape and for aesthetic reasons.
12.17 Work Record Summary-Shall mean a written record detailing times and locations of when
the contractor and employees were on the job site completing work per contract
specifications.
12.18 Median- Shall mean the center island of the listed streets from curb line to curb line plus all
traffic triangles,where they exist,on sides of the intersections.This includes curb gutterjoints
where the curb meets the roadway and concrete paved areas from end of grass to the curb.
12.19 Rights of Way- Shall mean the area extending from the right or left of the center line of the
road bed or paved surface to the nearest property line; that includes but is not limited to
curbs, sidewalks, walkways, drainage ditches, burrow ditches and any other areas owned,
dedicated, used or reserved for public use.
12.20 Detention Pond - Storage of storm runoff for a controlled release during or immediately
following a storm.
12.20.1 Off-site detention - A detention pond located outside the boundary of the area it
serves.
12.20.2 On-site detention - A detention pond which is located within the specific site or
subdivision it serves.
12.20.3 On-stream detention-The temporary storage of storm runoff behind embankments
or dams located in a channel.
12.20.4 Regional detention - Detention facilities provided to control excess runoff based on
a watershed-wide hydrologic analysis.
12.21 Drainage Channel-A channel built with unvarying cross section and constant bottom slope.
12.22 Park—Shall mean the area extending from property line to property line;that includes all
recreational amenities(playgrounds, sport courts,etc), curbs, sidewalks, drainage swales,
etc.within the boundary of the park. Grounds maintenance services for a park typically
include the entire area of the park within the property line.
12.23 Greenbelt—Shall mean a linear park,typically along a creek or utility corridor,that includes
a trail, recreational amenities,curbs, drainage features, etc. Grounds maintenance
services for a greenbelt typically include areas left in a natural, non-maintained state to
provide wildlife habitat.
Pa e6of31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
PART II
SPECIFICATIONS
1. SCOPE: The City of Round Rock requests grounds maintenance services to be provided on the
City's medians, right-of-way's, parks and greenbelt areas. Services shall include all labor and goods
needed to mow,edge,trim,remove and dispose of litter in the specified time to maintain and establish
a good appearance to City grounds that discourages dumping and undesirable activities. The City
of Round Rock's goal is to maintain and establish a respectable appearance to all City quadrant
areas. A listing of the quadrant areas to be maintained are outlined on pages 21 —25. Please refer
to "corresponding Mapsco numbers" on pages 21 - 25, which are hereby made a part of this
solicitation.
2. SERVICE REQUIREMENTS: The successful Respondent shall:
2.1. Obtain and provide all supervision,scheduling, labor,equipment,services,fuel,oil,incidentals,
permits, notifications and related items necessary to complete the work as required by the
specification.
2.2. Furnish all tools, hard hats, safety vests, rubber boots, gloves, transportation to and from the
work area, and all other safety materials or devices necessary to perform the work in a safe
and orderly manner.
2.3. Have an on-site supervisor at the site any time work is performed.
2.4. Protect all existing and newly installed work, materials, equipment, improvements, utilities,
structures,and vegetation. Any property or incidentals damaged shall be repaired or replaced
by the successful Respondent to the satisfaction of the City.
2.5. Work shall be performed on a schedule defined by the City to the specifications defined herein.
2.6. All work shall be performed in a professional workmanlike manner.
2.7. All supporting documentation specified herein shall be submitted with invoice prior to the City
processing payment.
3. CITY RESPONSIBILITY: City will:
3.1. Appoint a City designated representative.
3.2. Monitor and inspect the ground maintenance at designated sites.
3.3. Coordinate all work and scheduling with the successful Respondent.
4. EQUIPMENT: Prior to start of Services, all equipment may be examined and approved by City. The
City reserves the right to randomly inspect all equipment at any time during the term of the agreement
or any extension period.
4.1. Insufficient and/or inadequate equipment as determined by the City is cause for rejection of
any and all proposals.
4.2. Recommended minimum equipment for one (1)quadrant area is:
4.2.1. Two (2)out-front rotary mowers;
4.2.2. Two(2)gas powered blowers;
4.2.3. Four(4)gas powered string trimmers;
4.2.4. Two (2)gas powered edger's; and,
4.2.5. One(1)trailer to transport mowers and equipment
Pae 7 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
4.3. All medians shall be mowed with an out-front type mower. No tractors, brush hogs, 580-D or
similar type equipment shall be used on this project.
4.4. All mowers shall be equipped with either safety chains or the manufacturer's safety device to
prevent mower thrown objects.
4.5. Chain shall be a minimum of 5/16 inches in size and links spaced side by side around the
mower's front, sides, and rear.
4.6. Maximum cutting widths for rigid frame rotary mowers shall be 108 inches.
4.7. Hinged, batwing and brush hog drag mowers shall only be used with written approval from the
City.
4.8. All mowing equipment must be equipped with turf-type tires.Cleated or ribbed tractor tires shall
be"prohibited".
4.9. All mowers shall be kept in good operating condition and shall be maintained to provide a
clean, sharp cut of vegetation at all times.
5. SCHEDULING: Upon issuance of a Work Authorization,successful Respondent shall begin work and
proceed with all reasonable dispatch to completion maintaining the established Daily Production Rate
Goal (defined below). The successful Respondent will be required to maintain all quadrant areas
assigned in the time allotted for each. Work started within a quadrant area shall be completed in
consecutive days, per the schedule in the work authorization.
5.1. Start date for grounds maintenance services will be coordinated between the City
Transportation Superintendent and Contractor upon award of a contract.
5.2. Maintenance Cycles specified herein shall mean the time period between services.
Maintenance Cycle shall be identified with a beginning and ending date,in which all prescribed
maintenance activities for each quadrant area shall be completed. A typical maintenance cycle
for Quadrant areas shall range from is 14 calendar days with in the mowing season.
5.3. The Daily Production Rate Goal shall refer to the average acreage the City seeks to maintain
per day. The Daily Production Rate Goal shall be calculated in the following manner:
QUADRANT AREA ACREAGE _ NUMBER OF DAYS IN CYCLE = DAILY PRODUCTION
RATE GOAL
5.4. Failure on the part of the successful Respondent to maintain the established maintenance
cycle set forth within the Work Authorization shall be sufficient reason for default and the City
will contract with another service provider(s)to complete immediate services. The successful
Respondent shall have forty-eight(48) hours of written notice to resolve any non-compliance.
If others complete the work, any additional cost caused by a higher bid price will be deducted
from the original successful Respondent's next payment, if any.
5.5. The City reserves the right to modify the maintenance cycles and quadrant areas at any time
pursuant to the specifications contained herein. This determination will be made by the City
and communicated to the successful Respondent in writing via e-mail or fax. Modification can
include cancelling a maintenance cycle or quadrant area.
5.6. Cancellations of a work authorization may be based upon need or inclement weather
conditions or other mitigating circumstance to be determined by the City. This determination
will be made by the City and communicated to the successful Respondent in writing via e-mail
or fax.
6. GROUNDS MAINTENANCE: Upon receipt of work authorization, all quadrant areas shall be
maintained as follows:
Pa e 8 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
6.1. Trimming shall mean the cutting or removal of all plant material immediately adjacent to or
under quadrant area structures, poles, trees, signs, and fences. All structures, trees, poles,
signs,fences and shrub beds shall be trimmed flush with the object.
6.1.1. Special care shall be given to trimming around small trees as not to inflict damage to
the bark of the trees.
6.1.2. All trimming shall be accomplished maintaining the required 2 - 2-1/2 inch cutting
height.
6.1.3. All trimming shall be accomplished concurrently with mowing operations.
6.1.4. Trimming shall also include removal of all plant material from expansion joints and any
other cracks in curbs, sidewalks (both sides), driveways and any other pavement
surface within park property, media or rights of way.
6.1.5. Trimming shall leave no vegetation overhanging onto concrete; and shall result in a six
(6)inch bank around obstacles.
6.1.6. Chemical Trimming shall refer to the use of herbicide as an alternative to the physical
removal or cutting of plant material from areas to be trimmed.
6.1.6.1. Band of chemical application shall not exceed six (6) inches from target
structure of chemical treatment.
6.1.6.2. Written approval of herbicide use shall be obtained from the City prior to
application.
6.1.6.3. Chemical application shall be in compliance with label directions and the
Texas Structural Pest Control Board (SPCB) and Texas Department of
Agriculture (TDA)rules and regulations.
6.1.6.4. Treated weeds that are left after kill by chemical application shall be removed
from area.
6.2. Edging shall mean the vertical removal of any and all plant material which encroaches over or
onto sidewalks (both sides), curbs,steps, driveways,and pavements.
6.2.1. Edging cut shall remove vegetation from pavement services and result in a visible
separation of turf from pavement.
6.2.2. Sidewalks, curbs, and steps shall be mechanically edged to a one(1") inch depth and
1/4 inch width where they exist exposing the pavement surface.
6.2.3. The initial edging shall be completed by the end of first cycle.
6.2.4. All edges shall be maintained through the duration of contract.
6.2.5. Edging and maintenance of edges shall use a vertical cut approach.
6.2.6. All material dislodged by edging shall be removed from site.
6.2.7. Sidewalks shall be edged on both sides.
6.2.8. Chemical Edging shall refer to the use of herbicide as an alternative to the physical
removal or cutting of plant material from areas to be edged.
6.2.8.1. Written approval of herbicide use shall be obtained from the City prior to
application.
6.2.8.2. Chemical application shall be in compliance with label directions and the
Texas Structural Pest Control Board (SPCB) and Texas Department of
Agriculture(TDA) rules and regulations
Pa e 9 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
6.2.8.3. Chemical treatments shall be growth regulators;however,herbicides can be
used in nose cones and pavement areas only.
7. MOWING:
7.1. Upon receipt of work authorization,all grass shall be cut at a height 2-2-1/2 inches.Quadrant
areas shall be completely mowed to the boundaries identified on the attachments and be field
verified by City staff at the initial commencement of Services within 24 hours of start of mowing
of said area.
7.2. No scalping shall occur. Scalping shall mean any action resulting in the mowing of any turf
area below a two-inch (2") height down to and including the soil.
7.3. Contractor is responsible for taking special care when mowing all park land and linkage areas.
Under no circumstances shall the awarded Contractor mow down or over any large patches of
wildflowers in any of the designated park land area or linkage areas.
7.4. Care shall be taken to prevent discharge of grass clippings onto paved surfaces such as
streets, parking lots, sidewalks, driveways, or onto adjacent properties. Any material so
discharged shall be removed immediately prior to proceeding with mowing of other areas.
7.5. Successful Respondent shall use extreme care when mowing against fences, property lines,
and other obstacles. Damage sustained to a homeowner's property as a result of services
shall be the responsibility of the successful Respondent. Where there is a fence line, the
successful Respondent shall mow and trim to fence line. All ditches shall be maintained.
Slopes and bottoms of ditches shall be trimmed or mowed at a height of 2—2-1/2". If an area
is maintained by a homeowner, the successful Respondent shall not mow that area.
7.6. Upon completion, a mowed area shall be free of clumped grass and tire tracks or ruts from the
mowing equipment.
8. REMOVAL OF GRASS CLIPPINGS: Removal of cut grass from the Quadrant areas where growth
occurred shall not be required unless grass is clumped. However, cut grass and debris which falls
or is thrown upon the pavement, streets, sidewalks, driveways, or adjacent properties through the
action of mowing or the action of the work crew, shall be removed from the area prior to the exit of
the work crew from the work site.
9. TRASH LITTER AND DEBRIS REMOVAL: Shall mean any rubbish within the Quadrant area such
as paper,cans, bottles, limbs four(4")inches diameter or smaller, trash bags and rocks,which is not
intended to be present as part of the landscape. For this function, Quadrant areas shall include
streets, sidewalks, curbs, catch basins, gutters, hillsides and ditches. For items larger than 4",
successful Respondent shall contact the City's designee to make City aware and coordinate removal.
9.1. Removal of debris shall require sweeping or blowing off of hard surfaces such as sidewalks
and concrete noses of medians.
9.2. Successful Respondent shall remove all trash and litter from the Quadrant areas prior to
initiating any mowing of the turf areas.
9.3. All trash and litter removed shall be disposed of by successful Respondent legally at an off-site
location.
9.4. No litter or debris shall be visible in finished Quadrant area after services are performed.
10. FERTILIZERS: No fertilizers are required within this scope of work.
11. DAMAGE: The Respondent shall be responsible for damage to the City's equipment or property,the
workplace and its contents by its work, negligence in work,its personnel and equipment. The Vendor
Page 10 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
shall be responsible and liable for the safety; injury and health of its working personnel while its
employees are performing service work.
11.1. The successful Respondent shall inspect all trees, adjacent properties, structures and utilities
for existing damages prior to conducting any work activity in the assigned quadrant areas.
Observed tree damage or damage to properties, structures and utilities shall be documented
to the City prior to beginning any Services. Quadrant areas may be checked for damage by
the City prior to commencement of Services, and randomly during the Agreement term at the
option of the City. Repair or replacement of trees, properties, structures and utilities shall be
reported to the City and at repaired/replaced at the expense of the successful Respondent.
11.2. Successful Respondent shall, at his own expense, carefully protect all trees, properties,
structures and utilities within quadrant areas so that there shall be no damage or utilities service
loss.
12. WORK CREW: Only qualified, trained, competent and reliable personnel shall perform Services.
12.1. The City shall have the right to request the immediate removal from its premises of any crew
member or subcontractor crew member if they are not in compliance with this specification.
12.2. Each work crew shall have a designated Supervisor attending the work site with the authority
to direct Service and respond to crew inquiries about Service details or priorities.
12.3. Work crews shall not take individual rest breaks or lunch breaks in City park land or linkage
areas while performing grounds maintenance services.
13. SAFETY OF WORK CREW: Due to the high visibility of work crews from the roadways, safety of
the work crews shall include but not be limited to the following:
13.1. Successful respondent's crew shall wear and display proper warning devices (safety vest,
flashers,strobe lights and warning signs) in order to ensure both employee and public safety.
Crew shall dress and remain dressed in a presentable fashion. Inappropriate dress includes,
but is not limited to, bare chest(no shirt), shorts while trimming or edging, and absence of, or
proper use of safety clothing and devices.
13.2. The successful respondent shall be responsible for furnishing all signs and traffic controls as
required by law, and make adjustments as required by City.
13.3. All signs shall be mounted on their own stands and be mounted not less than three feet(3 ft.)
from the bottom of the sign to the natural ground line. Each sign shall have two brightly colored
safety flags attached to it. It will not be permissible to hang or lean these signs. The signs
shall be erected in such a manner that they shall not obstruct the traveling public view of the
normal roadway signing.
14. VEHICLE IDENTIFICATION AND PARKING: Successful respondent vehicles shall be licensed for
travel on public roads, and shall have the name of the successful Respondent clearly displayed on
each side of the vehicle.
14.1. Vehicles shall park in areas that do not create potentially hazardous traffic situations.
15. COMMUNICATION: The successful Respondent shall provide communication equipment as
necessary to perform the Services. This may include 2-way radios, pagers, cellular phones,
telephone answering devices,e-mail and fax machine.
15.1. The successful Respondent shall respond to communication requests from the City within
twenty four(24) hours during the normal working hours of 7:30 a.m.to 5:00 p.m.
15.2. The successful Respondent shall make contact with the City, at a time mutually agreed upon
by the City and the successful Respondent. This contact is for the purpose of discussing areas
Page 1 I of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
to be maintained, Successful Respondent's work schedule for the day, areas to be inspected
for approval, and Work Authorizations that need to be signed. Failure to contact the City's
authorized designee, or designee, per the agreed upon schedule may constitute a
breach of Contract and termination of Agreement.
16. LIQUIDATED DAMAGES: Failure of the successful Respondent to perform as specified herein may
result in a$250 assessment per incident per day to be applied and may also result in the termination
of the agreement by the City.
17. WORK AUTHORIZATION INSPECTION OF WORK AND WORK RECORD SUMMARY:
17.1. A Work Authorization shall be issued from the City as notification to begin Services in a
designated quadrant area. The Work Authorization shall;
17.2. Be issued before work is to begin in the specified quadrant area and shall follow the schedule
of maintenance cycles as closely as possible.
17.3. Consist of a written list of quadrant area's designated for Services.
17.4. Be considered complete when all work has been inspected and approved by the City and has
been signed by the City. Such information shall consist of grounds maintenance locations,
acreage/mileage "actually" maintained, and the acceptability of the maintenance activities
performed,date of completion.
17.5. The City shall make inspections or re-inspections to ensure the Services performed are
completed per specification and in accordance with prescribed time schedules. Written
approval of inspection shall accompany the completed Work Authorization and is required for
payment. Upon determination of any violation of the specifications and/or terms of the
agreement,the City shall proceed with appropriate action.
17.6. Work Record Summary shall mean a written record detailing the times and locations of when
the successful Respondent and employees were on the job site performing Services A Work
Record Summary shall accompany all Invoices and Work Authorizations detailing dates,times,
and locations of when work was completed per Contract specifications. Invoices without the
supporting Work Authorization and Work Record Summary shall not be approved for payment.
18. SERVICE REQUIREMENTS: Services shall be performed at:
City of Round Rock Locations—Designated herein per the City quadrants outlined on
pages 21 through 25.
19. POINT OF CONTACT/DESIGNATED REPRESENTATIVE:
19.1. Respondent's Point of Contact: In order to maintain consistent standards of quality work
performed across the City, the City shall be provided with a designated and identified point of
contact upon award of the contract to include contact information. The City's designated
representative shall be notified by the Respondent immediately should the point of contact
change.
The City's designated representative shall be:
Mike Ackerman
Transportation Superintendent
City of Round Rock—Transportation Services
Page 12 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
20. WORKFORCE: Successful Respondent shall:
20.1. Ensure Respondent's employees perform the services in a timely, professional and efficient
manner;
20.2. Ensure Respondent's employees, while working on City property, wear a company uniform
that clearly identifies them as the Respondent's employee;
20.3. Employ all personnel for work in accordance with the requirements set forth by the United
States Department of Labor. The City reserves the right to verify citizenship or right to work in
the United States.
21. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of
any minimum or maximum purchase is made or implied. The City will only order the services needed
to satisfy requirements within budgetary constraints,which may be more or less than indicated.
22. PERMITS: The Successful Respondent shall obtain all necessary permits, licenses, and/or
certificates required by federal, state and local laws, ordinances, rules or regulations for the
completion of the services as specified herein.
Page 13 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
PART III
SCHEDULE AND RESPONSE INSTRUCTIONS
1. SCHEDULE OF EVENTS: It is the City's intention to comply with the following solicitation timeline:
EVENT DATES
Solicitation released April 24, 2017
Pre-Bid Conference May 2, 2017 @ 11:00 a.m.
Deadline for submission of questions May 8, 2017 @ 5:00 PM, CST
City responses to questions or addendums May 10,2017 @ 5:00 PM, CST
Deadline for submission of responses May 16,2017 @ 3:00 PM, CST
All questions regarding the solicitation shall be submitted in writing by May 8, 2017, at 5:00 p.m.,
CST on the due date noted above to: Mike Schurwon, CPPB, CTPM, Purchasing Department at:
mschurwon(a)roundrocktexas.gov
A copy of all the questions submitted and the City's response to the questions shall be posted on the
City's webpage by May 10, 2017, at 5:00 p.m. in the form of an addendum at:
https://www.roundrocktexas.gov/departments/purchasing/purchasing-active-solicitations/
NOTE: The City reserves the right to modify these dates. Notice of date change will be posted to
the City's website.
2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website for
any updates pertaining to the solicitation described herein at:
https://www.roundrocktexas.gov/departments/purchasing/purchasing-active-solicitations/
Various updates may include addendums, notifications, and any other pertinent information
necessary for the submission of a correct and accurate response. The City will not be held
responsible for any further communication beyond updating the website.
3. PRE-BID MEETING /SITE VISIT AND INSPECTION: A pre-bid solicitation meeting/site visit, and
inspection will be conducted to fully acquaint respondents with the facilities, difficulties and/or
restrictions inherent in the services specified. The pre-solicitation meeting/site visit will be conducted
on the date specified in the schedule of events(Part III, Section 1).
3.1. Attendance at the pre-bid solicitation meeting/site visit,and inspection is optional Respondents
shall sign-in at the pre-bid solicitation meeting/site visit, and inspection to document their
attendance. For site visits, please contact Mike Ackerman, Transportation Superintendent,
via telephone at(512)341-3304 or email at: mackerman(cr)roundrocktexas.gov
NOTE: All prospective bidder(s) are highly encouraged to attend the pre-bid solicitation
meeting on Tuesday, May 2,2017 @ 11:00 a.m. at:
City of Round Rock
City Hall—Council Chamber, 1st Floor
221 E. Main Street
Round Rock,Texas 78664
3.2. Respondents will be responsible for their own transportation for the site visit tour.
Pae 14 of
Exhibit "A"
t
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
3.3. Respondents are strongly encouraged to bring a copy of the solicitation document with them
to the pre-solicitation meeting/site visit.
3.4. It is the responsibility of the Respondent to examine each facility and determine quantity,
amounts, take precise measurements, determine material requirements, equipment
requirements, labor requirements and other solicitation related details during said inspections
and site visit.
4. RESPONSE DUE DATE: Signed and sealed responses are due at or before May 16, 2017, at 3:00
p.m., on the due date noted in Part 111, Section 1. Mail or hand deliver sealed responses to:
City of Round Rock
Attn: Mike Schurwon,CPPB, CTPM
Purchasing Department
221 E. Main Street
1''Floor Receptionist Desk
Round Rock,Texas 78664-5299
4.1. Sealed responses shall be clearly marked on the outside of packaging with the Company name,
Solicitation number(IFB No. 17-012),title(Grounds Maintenance Services), and due date and
time.
4.2. Facsimile or electronically transmitted responses are not acceptable.
4.3. Responses cannot be altered or amended after opening.
4.4. No response can be withdrawn after opening without written approval from the City for an
acceptable reason.
4.5. The City will not be bound by any oral statement or offer made contrary to the written
specifications.
4.6. Samples and/or copies shall be provided at the Respondent's expense, and shall become the
property of the City.
5. BEST VALUE EVALUATION CRITERIA: The City reserves the right to reject any or all responses,
or to accept any response deemed most advantageous,or to waive any irregularities or informalities
in the response received that best serves the interest and at the sole discretion of the City. All
solicitations received may be evaluated based on the best value for the City. In determining best
value, the City may consider:
5.1. Purchase price;
5.2. Reputation of respondent and of respondent's goods and services;
5.3. Quality of the bidder's goods and services;
5.4. The extent to which the goods and services meet the City's needs;
5.5. Bidder's past performance with the City;
5.6. The total long-term cost to the City to acquire the bidder's goods or services; and
5.7. Any relevant criteria specifically listed in the solicitation.
Respondents may be contacted for clarification of bid and/or to discuss details of the services they
are proposing. This may include a presentation and/or the request for additional material/information
to clarify.
Paie 1:of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
6. AWARD: The City may choose not to award an Agreement. Split awards between vendors may be
made at the sole discretion of the City. The City reserves the right to enter into an agreement or a
purchase order with a single award,split awards,or use any combination that best serves the interest
and at the sole discretion of the City.
Award announcement will be made upon City Council approval of staff recommendation and
executed agreement. Award announcement will appear on the City's website at:
https•//www roundrocktexas gov/departments/purchasing/purchasing-closed-solicitations/
7. POST AWARD MEETING: The City and Successful Respondent(s)may have a post award meeting
to discuss, but not be limited to the following:
7.1. The method to provide a smooth and orderly transition of services performed from the current
contractor;
7.2. Provide City contact(s)information for implementation of agreement;
7.3. Identify specific milestones, goals and strategies to meet objectives.
8. NON-APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues
only. It is understood and agreed the City shall have the right to terminate the Agreement at the end
of any City fiscal year if the governing body of the City does not appropriate funds sufficient to
purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in
question. The City may affect such termination by giving Vendor a written notice of termination at the
end of its then current fiscal year.
9. INTERLOCAL COOPERATIVE CONTRACTING (PIGGYBACK): Other governmental entities may
be extended the opportunity to purchase off the City's agreements,with the consent and agreement of
the awarded Vendor(s)and the City. Such consent and agreement shall be conclusively inferred from
lack of exception to this clause in a Respondent's submittal. However, all parties indicate their
understanding and hereby expressly agree that the City is not an agent of, partner to,or representative
of those outside agencies or entities and that the City is not obligated or liable for any action or debts
that may arise out of such independently-negotiated"piggyback"procurements.
PART IV
RESPONSE REQUIREMENTS
The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every
requirement specified in the solicitation. This list is only a tool to assist participating Respondents in
compiling their final responses. Respondents are encouraged to carefully read the entire solicitation.
Respondents shall submit one(1)evident signed"Original"and five(5)copies of the response requirements
including any required attachments and one(1)electronic copy of IFB response on flash drive.The samples
and/or copies shall be provided at the Respondent's expense, and shall become the property of the City.
This invitation for bid (IFB) does not commit the City to contract for any supply or service. Respondents
are advised that the City will not pay for any administrative costs incurred in response preparation to this
IFB; all costs associated with responding to this IFB will be solely at the interested parties' expense. Not
responding to this IFB does not preclude participation in any future IFB.
For your bid to be responsive, all required items identified below shall be submitted with your
proposal.
Attachment A: Responses shall be submitted on itemized, signed Attachment A: Bid Sheet Form
provided herein. Failure to itemize or sign solicitation may result in disqualification. Submission of
Page 16 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
responses on forms other that the City's Solicitation Document may result in disqualification of the
response.
Attachment C: Provide completed Bidders Questionnaire,which includes Contractor name,address,
telephone/fax numbers, E-Mail, date, number of years providing grounds maintenance and mowing
services, number of employees assign to contract, and equipment list.
Attachment D: Provide completed Bidders Reference Sheet, which includes the name, address,
telephone number and E-Mail of at least three (3) Municipal, Government agencies or firms of
comparable size that have utilized similar service within the last two (2) years. City of Round Rock
references are not applicable. References may be checked prior to award. Any negative responses
received may result in disqualification of submittal.
Attachment E: Provide signed copy of the Addendum Acknowledgement Form or a signed copy of
each issued addendum with bid upon submission.
Additional Information Requested:
Contract Information: Respondent shall provide information of any current established contract
with a local City, County, Municipality, Cooperative Agreement, Comptroller of Public Accounts
(CPA)Texas Smart Buy Contract,Texas Multiple Award Schedule(TXMAS), General Services
Administration (GSA), Inter-local Agreement,or any other contractual resource.
The following items shall be made available upon request by the City prior to award and the approval
of any contract:
Proof of insurance for General Liability, Worker's Compensation and standard automobile liability
coverage as set forth by the Insurance Requirements as identified on the City's website at:
https://www.roundrocktexas.gov/wp-content/uploads/2014/12/corr insurance 07.20112.pdf
PART V
CONFIDENTIALITY OF CONTENT
1. CONFIDENTIALITY OF CONTENT: All documents submitted in response to a solicitation shall be
subject to the Texas Public Information Act. Following an award, responses are subject to release
as public information unless the response or specific parts of the response can be shown to be
exempt from the Texas Public Information Act. Pricing is not considered to be confidential under
any circumstances.
1.1. Information in a submittal that is legally protected as a trade secret or otherwise confidential
must be clearly indicated with stamped, bold red letters stating "CONFIDENTIAL"on that
section of the document.The City will not be responsible for any public disclosure of
confidential information if it is not clearly marked as such.
1.2. If a request is made under the Texas Public Information Act to inspect information designated
as confidential, the Respondent shall, upon request from the City,furnish sufficient written
reasons and information as to why the information should be protected from disclosure.The
matter will then be presented to the Attorney General of Texas for final determination.
Paie 17 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
PART VI
GENERAL TERMS AND CONDITIONS/INSURANCE REQUIREMENTS
(ITEMS BELOW APPLY TO AND BECOME A PART OF THE CONTRACT)
1. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth by the
Insurance Requirements as identified on the City's website at:
https://www.roundrocktexas.gov/wp-content/uploads/2014/12/corr insurance 07.20112.pdf
2. DEFINITIONS TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's standard Definitions, Terms and Conditions, in effect at the time
of release of the solicitation, shall govern unless specifically provided otherwise in a separate
agreement or on the face of a purchase order. Said Definitions, Terms and Conditions are subject
to change without notice. It is the sole responsibility of respondents to stay apprised of changes.
The City's Definitions, Terms and Conditions can be obtained from the City's website at:
https://www.roundrocktexas.gov/wp-content/uploads/2014/12/corr t c revised 07.2011.pdf
3. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt
Payment Law, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within
thirty days after the acceptance of the supplies, materials, equipment, or the day on which the
performance of services was completed or the day, on which the City receives a correct invoice for
the supplies, materials,equipment or services,whichever is later. The Vendor may charge a late fee
(fee shall not be greater than that which is permitted by Texas law) for payments not made in
accordance with this prompt payment policy; however, this policy does not apply to payments made
by the City in the event:
3.1 There is a bona fide dispute between the City and Vendor concerning the supplies, materials,
services or equipment delivered or the services performed that causes the payment to be late;
or
3.2 The terms of a federal agreement, grant, regulation, or statute prevent the City from making a
timely payment with Federal Funds; or
3.3 The is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor
and its suppliers concerning supplies, material, or equipment delivered or the services
performed which caused the payment to be late; or
3.4 The invoice is not mailed to the City in strict accordance with instructions, if any, on the
purchase order or agreement or other such contractual agreement.
Pae 18 of 31
Exhibit "A"
Grobinds Maintenance Services
IFB`No. 17-012
Class/item: 988-36 988-75
April 2017
ATTACHMENT A: BID FORM
PURCHASING DEPARTMENT
221 E.Main Street•Round Rock,Texas 78664-5299
z Solicitation Number: 17-012 Tax ID Number: 76-0340243
OBusiness Name: Yellowstone Landscape
< Solicitation Name: Grounds MaintenanceF_ I
ServicesAddress. 10892 Shadow Wood dr.
C
P;q 0
z Opening Date: May 16,2017 Address: Houston TX 77043
z
O Contact* Chris Cathey
Opening Time: On or Before 3:00 p,m. z
P W
CST a
z Telephone: (281),808-0357
Ci Opening Location: City of Round Rock 0
CW
City Hall X E-mail: ccathey(c_Dyellowstonelandscape. c m
221 E. Main Street
Round Rock,TX 78b64 Website: www.yellowstonelandscape.cam
EAT]
HOW DID YOU R
ABOUT THIS Newspaper ❑ City's Website nV E-mail Announcement n ESBD E] Other
SOLICITATION?
1st TIME RESPONDINGYOU REGISTERED
TOTHECITY [2]YeS nNo WITH
VENNTRAL?DOR Yes No
CEnV El
Reqister at: httDs:ilrou,d,ock.,r;uiiisselfsDi*v'cf-,.c.ofi,ii)/f;ridoi=,/*default asox
----------- Quantity T-7 Extended-ded Pr ic-e
nit of i
Item# 1 Description —T F— Unit Price Measure
TRANSPORTATION MOWING-Includes Quadrants I-4 and Supplemental Mowing as follows:
Transportation-Quadrant 1
1 Cost per Acre$70.11 x 62.35 acres 24 Cycles $4,371.36 $ 104,912.64
=1 cycle
Transportation-Quadrant 2
2 Cost per Acre$_.70.56_x 69.38 acres 24 Cycles $4,895.45 $ 117,490.80
........................................�.! I........... ......--------------___ ..............- ....................
3 fiinsportation-Quadrant 3 24 Cycles $1,737.46 $41,699.04
Cost per Acre$_Zl.12 x 24.43 acres
=I cycle
Transportation-Quadrant 4
4 Cost per Acre$ 73.17 x 8.5 acres=1 24 Cycles $621.95 $ 14,926.80
Transportation-Quadrants 1,2,3,&4
5 Cost per Acre$_70.07 x 23.64 acres 24 Cycles $ 1,656.45 $39,754,80
I cycle
... ........ ...................I........... ............................ .............. ...................
Transportation-Supplemental Mowing
6 Cost per Acre$_EaL__x 200 acres= 2 Cycles $ 13,306.00 $26,612.00
1 cycle
TRANSPORTATION-EXTENDED SUB-TOTAL PRICE:$ 345,396.08
.............
Page 19 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/item: 988-361988-75
April 2017
ATTACHMENT A: BID FORM
(CONTINUED)
PARKS AND RECREATION—Includes Quadrants I—4 as follows:
......................... ..............
Item# Description Quantity Unit of Unit Price Extended Price
Measure
Parks&—Recreatio n-Quadrant- I---
7 Cost per Acre$_56.81 x 38.39 acres 24 Cycles $2,180.94 $52,342.56
=1 cycle
Parks&Recreation-Quadrant 2
8 Cost per Acre$
_k0.32 x 15.22 acres 24 Cycles $ 918,07 $22,033.68
1 cycle
Parks&Recreation-Quadrant 3
9 Cost per Acre$_55.56 x 59.63 acres 24 Cycles $ 3,313.04 $79,512.96
Parks&Recreation—Quadrant 4
10 Cost per Acre$_,§l.71 x 24.00 acres 24 Cycles $ 1,481.04 $ 35,544.96
I cycle I I I I
PARKS&RECREATION-EXTENDED SUB-TOTAL PRICE:$ 189,434.16
.......................I...........
TRANSPORTATION AND PARKS&RECREATION --------------------------- TOTAL EXTENDED PRICE: 534,830.24
NOTE: Atypical cycle is 14 calendar days for Quadrants 1—4.
Refer to itemized list of locations for Parks and Recreation.
By the signature hereon affixed,the Respondent hereby certifies that neither the respondent nor the entity represented by the respondent,or
anyone acting for such entity has violated the antitrust lavas of this State,codified in Section 15.01 el seq.,Texas Business and Commerce Code,
or the Federal antitrust laws,nor communicated directly or indirectly,the response made to any competitor or any other person engaged in such
FK
line of business. Further,by signing and submitting this response the Respondent acknowledges:
Z
That they have read and fully understand the solicitation and accept all terms and conditions set forth herein.
The respondent is not currently delinquent in the payment of any debt owed to the City.
Sealed response envelope shall be clearly marked vAth solicitation name,solicitation number and name of responding entity.
W. The agreement or purchase order resulting from this solicitation may qualify for Inter local or Cooperative Contracting(Piggybacking)per the terms
outlined in Earl_111 #9 of this solicitation. if applicable,do you agree to"piggyback"purchasing from other governmental agencies?
0No Response shall include one(1)signed original and five(6)copies of response.
;21 Yes El
Q
ee. Chris Cathey 5/15/17
Tr—intedNarne Authorized Signature Date
Failure to sign response will disqualify response.
... ..............................................................................................................................
Page 20 of 31
Exhibit "A"
Grounds Maintenance Services
IiFB No. 17-012
C lassiI tern: 988-36 l 988-75
April 2017
IFB No.17-012 Grounds Maintenance Services
1 Transportation
Description Quadrant 1 Acres Cycles/year Acres/Year Cluadrant Mapsco Grid
lY
Transp
University Blvd Oakmont to FM 1460 4.25 24 102 1 346,347
Hidden Acres-Grimes to Subdivision 0.25 24 6 1 377
Timberline Grimes to Subdivision 0.5 24 12 1 377
2.5 24 60 1 � 347 E
Collegema Park University to Avery
s mater Tank Lott _ .J 8_.. w . 24 142 } 376,377 !
_ ,. .. elson
Bowman IH 35 to A.W.A Grime
Bowman Rd Ditches North Side .5 2.4 � 120 Y. 376,377
Sunrise Rd University to Hwy 79 8 24 i 192 1 346,376
Red Bud-�R 117 to Hwy
79. .,.... ,_ . __ ...w, ..._.._,_..�M_.. ...9 _.. .m..2A..,....... 84 1 1 347
348,378Seton p
Medical Center Pkwy. _.. ...., _. _ ._ ..._ ......_ I...,.. mw_,. _.._ .._.,_. ___._,.._.. 1_ r 347
.m. _..
Old Settler Blvdy JH35to:Red Bu, ..... _.._. 1 2. ,._ ..,.., ...a,._ 386...... .... ...._, .... .. .. ...... 376,377,347',348
Greenhill Dr. 0.5 24 12 I 1 376
Commerce and Enterprise Areas j 5.67 24 136.08 1 376
_..m ........___..__._a_ 1 _.._, _ ..__..
Provident Ln(Curb to Fence)
0.68 24 16.32 1 377
_. _
Total: 62.35 1 1496.40 J.m_......m,_ ... ..
lFB No.17-012-Grounds Maintenance Services
Transportation ff
Transportation Quadrant 2 I
Greenlawn Blvd-Hwy 45 Frontage to lH 35 Frontage 7 24 168 407
Greentawn Blvd 7ephyrr to Dell Campus2 pM ..........,__, ... __...._ `8 ..,.._ �__.__..._. ....�_.W._..,, 4Q6Y407
. � _ ..... _._wn ._.. _ _. ! C
Pfiugervllle Pkwy Greenlawn to Cit Limits 1 24 24 2 4Q'7
a
Kenny Ft Chandler Creek to Forest Creek 6 24 f 144 2 377,407
Red Bud Gattis School Rd to Hwy 79 _.... _4. 24 96. . ,.. 2 # .378,408
Scut .,.� 79. _. .. .._ ._..,... 376.416
h Mays Hwy 79 to Hesters Grassing 3 24 72 2
Double Creek Hwy 45 to Forest Creek 1,75 24 42 2 407
High Gauntry-Gattis"Schaal to Hwy 45 1 75 24 42 2 408
w .-
A.W.Grimes-Hwy 79 to Hwy 45. ... 2°....... .... .._... .168". .. 2... 377,408
Gattis Schaal Rd i2 H 35 to Red Bud 4 5 24 118 J 406,417"A07
A.W.Grimes Hwy 45 to Ci Limas 0-51 24 12 2 407
C
Alley between Zephyr and Stratford 015 24 6 7 407
Dell Way Mays to Dell center Q 5 24 12 2 406,407
Rusk Rd 1 24 24 2 407
Forest Creek-Piecesnot done by HOA 2 24 48 2 407
9
RR Proper(Austin,Liberty,Stone,Lewis,Spring,Milam) 43 24 108 1 2 376
1.. _._.
Medster 3 75 24 90 2 407
Page 21 of 31
Exhibit "A"
Grounds Maintenance Services
1F13 No. 17-012.
lassMern: 988-3E 1988-75
April 2017
IFO No 17-012-Grounds Maintenance Services
i
Transportation
Quadrant 2 Continued
'Transportation Quadrant 2
Ray Berglund-Double Creek to head End 1 5 24 36 2 407
620 I 2.09 24 2 376
_ +
620 IH 3S and Round Roc Avenue
_._ 79 24 734 96 2 406,4D'7
Olid Gypsum yard Site 0 _,_... . . ... � - i..
.5 406
Kenny Ft -Old Settlers Blvd.and the Park Entry Rd. S.DD 4 24 � 120 2 ¢ 347
Total, 1 69 38 ! 1665.12
IFB Na 17-012 Grounds Maintenance Services
_ _._....._. ......... ... _
Transportation
Transportation-Quadrant 3
Deepood Dr-Hwy 620 to Oakridge 2.5 l _ 24 60 3 376,406
cneil Rd,-Florence St to City Limas6.25 24 150 3 406
Smeyers Ln 2-25 4... 3 1 375
Oakwood Blvd(Islands and Row) _._ ..._. _..._. .. 0,25 .._.. ._ _24 _...__. _ _F' ,.._ _ _3 375
{
i Clark St D.75 + 24 Is 3 376
CR 172 4.5 ( 24 108 3 406
Hesters Crossing-Rawhide to Dry Creek 4.25 (.............?_._. .. & 3 4D6
Hesters Crossing-island at IH 35 frontage 0.25 . _ ..... . . .._... _ .
I
Oakridge Dr. 0.25 24 63 406
Parker Dr_.___„_. D.25 24 6 � _.. 3 406
Sam Bass Rd_3406 to IH 35 2.25 24 54 3 375,376
Creek Bend-Sam Bass to to Wyoming Springs 2.5 24 60 3 _375
_. _ P .._ ..._..�
Somerset Sam Bass to Peachtree Valley 0.25 24 I 3 376
_ _. .._ ---ttt ...__....._.....__._.____ _
Lake Creek(School Row) 4 75 24 18 3 446
_ _ _._—____ _.....
Creekbend Blvd( l Section) 1.18 24 28 32 3 375
�..,._ _ __.___..._...._.
i Total24,43 _. 58632
... . . ......... ...... .. .......... .. ...... ...
i
IFB o.17-012-Grounds Maintenance Services
.........__,_ ._
Transportation _
Transportation-Quadrant 4
Chisholm Trail-Sam Bass to IH 35 Frontage 5 24 120 4 346,376
Sports Center ROW 05 24 12 4 376
Chisholm Pkwy-IH 35 frontage to Chisholm Trail 1 24 24 4 376
Creek Bend Dr FM 3406 to West end 2 24 48 4 375 4
Total 8.5 204
Page 22 of 31
Exhibit "A”
Grounds Maintenance Services
|F8Nm. 17-012
Class/Item: 988-30/S88-75
April 2017
'_ .............. ....---........... ......
Transportation
'___ _______'-
IFB No.17-012-Grounds Maintenance Services
}
Transportation-Quadrants 1,2,3,&4
IH 35/79-Mays/79 interchange and areas 23.64 24 567.36 1,2,3,4 376
Total,
`
—_/
36
_____� _-
"
IF8 No.17-012-Grounds Maintenance Services
Transportation
Transportation-Supplemental Mowing
|
377
400
Hwy 79 ROW 2
200
400
_�[��� |
L�UBJOTAL: TRANSPORTATION
Page 23of31
Exhibit "AYY
Grounds Maintenance Services
IFB No. 17-012
CI'assAtem: 9188-36 1088-75
April 2017
IFB No. 17-0 12-Grounds Maintenance Services
Parks&Recreation
7._. j
Parks&Recreation-+quadrant 1 � 1
Bowman Park 8.77 24 210.48 1 376
Eagle Ride 3.54 24 84,96 1 346
]ester Farms Greenbelt 43 24 103.2 1 376,377 i
Rock Hollow Park 1Q'.57 24 253.68 1 377 I
Ryan's Crossing/hell Diamond Greenbelts 4 S8 24 1(]9.92 1 377,378
Settlement Park 1.08 24 25.92 1 376
University Village Park _ 3,81 24 91.44 1 147
Logends Village Areas 1&2 1.74 24 41,76 1 377
38.3
Total: 9 '92136
._....___. .. _ ... ___.w..m �.._ ..,...__�,.._ . _......_
fIFB No, 17-012-Grounds Maintenance Services
_. .._ ,Parks&.R.ecreation.. . . ....... . .___. . ]
Parks&Recreation y Quadrant 2 �^
Bradford Park 5.3 � 24 12712 � 2 408
High Country!Park 8128 24 198.72 2 108
_ .___._.. _.. .. .._
Southcreek Greenbelt 0.5 24 12 2, 4017
Food Trailer Ct. Next to 416 N.Ma sM..,._ � 1,14 24 27.36 I 2 376
� ..... _ _. . m....- y.._ _ _ _ .
TotaR. _..w 15.22 365.28
IFS No.17-012 Grounds Maintenance Services
Parks&Recreation
Parks&Recreation Quadrant 3
Creekmont Park(West Creek Loop) 2.29 2454.96 3.. _406 .I
__..
Frontier Park 7.5 24 180 3 406
RR UVest Electrical Easement 18 24 432 3_. 406
_._ _._ ___ �.. � .... _.____..._..._. . p
Somerset Park 9.014 24 216 96 3 376
St.WilliamsLp _.._w....._.. .._...._. _ _ ..._.._.. 4.5 ,_....,__ ? .._.._._.. 109 m _ 3_ 406..
Woods Greenbelt _. . i8W3 � _ 24 _ 439.2'.. ...1 ._.._. __.__.. 3 376
Total: _ 59.63 I 1,431.12
Page 24 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Glass/Item: 988.38 1988-75
April 2017'
IF Na.17-012-0irounds Maintenance Services
Parks&Recreation
Parks&Recreation Quadrant 4 �....._.. ..
Behrens Ranch P�arkJdesognated areas) 2"6 24". 62� � � ..__ ._. _ 375
.. ...___
Hidden Glen Park y , w_..__... _ 2.1.4 4... .. ._.,. 513 w6. _ ..,.,, m.... 4 346 {
"total: 24 576
SUB-TOTAL.PARKS&RECREATION 137.243293-76 V
V
........
TOTAL. TRANSPORTATION AND PARKS&RECREATION 5'203 54 8212�96...m._.., _..... ..............i.....
Page 25 of 31
Exhibit "A"
Grounds Maintenance Services
IFB No. 17-012
Class/Item: 988-36/988-75
April 2017
ATTACHMENT B
PARKS AND RECREATION
MOWING MAPS
PARD Mowing
Maps_2017 04 03.pd
NOTE: PARD mowing map will be posted separately to the City of Round Rock website as
Attachment B at:
https://www roundrocktexas gov/departments/purchasing/purchasing-active-solicitations/
Page 26 of 31
Exhibit "A"
Grounds Maintenance Services
|FBNo 17-012
C|eon/kam: S88'30/S&&J5
April 2017
ATTACHMENT C:
RESPONDENT'S QUESTIONNAIRE
Any and all firms considering the Grounds Maintenance Contract, must complete and submit the
information requested below.
NOTE: This is a part of the bid and bidders who fail to submit this information will be considered
non-responsive.
CONTRACTOR NAME Yellowstone Landscape
PHYSICAL ADDRESS DFEQUIPMENT 10892 Shadow Wood dr, Houston TX77043
TELEPHONE
EMAIL DATE 5/15/17
State the number of years your firm has provided grounds maintenance and mowing
aamioe 85 /yaana.
State the number cf employees who will badesignated Vowork onthis contract: 8-8 employees
Develop oplan ufaction for assignment ofyour crew. List the man-hours needed toperform the contract
Requirements for each crew member.
A. EQUIPMENT LIST(List all equipment you plan to dedicate to this project(s):
Se e attacbed
------------
Noba: Attach aseparate sheet ifnecessary.Ali equipment must baequipped with safe guards ueoutlined
byANSI and OSHA,
Page%7nf}1
Exhibit VA"
Grounds Maintenance Services
|FBNu 17'012
Class/item: 98B'38/888-75
April 2017
ATTACHMENT D:
RESPONDENT'S REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 17-012
RESPONDENT'S NAME: Yellowstone Landscape DATE: 5/15/17
Provide the name,address,telephone number and e-mail of at least three(3) Municipal and/or
Government agencies or firms of comparable size that have utilized similar service within the last two(2)
years. City cfRound Rock references are not applicable. References may bechecked prior toaward.
Any negative responses received may result indisqualification ofsubmittal.
1Company's Name See attached
Name ofContact
Title ofContact
E-Mail Address
Present Address
Cdy, 3tote, Zip Code
Telephone Number Fax Number:
2. Company's Name See attached
Name oyContact
Title ofContact
E-Mail Address
Present Address
City, Gbshs, Zip Coda
Telephone Number Fax Number:
3. Company's Name See attached
Name nfContact
Title ofContact
E-Mail Address
Present Address
City. State,Zip Code
Telephone Number Fax Number:
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Page 28of3l
Exhibit VAn
Grounds Maintenance Services
|F8 No. 17-012
Clana/item: 988'38/9OO-75
April 2017
ATTACHMENT
ADDENDUM ACKNOWLEDGMENT F{}RK8
NOTE: If multiple addendume have been iaoued, respondents may complete and return this attachment
with their proposal inplace/fthe individual addandumnbobosubmitted. Failure tuprovide either this form
orthe individual addendumswith signatures may result indisqualification ufthe proposal.
Addenda Acknowledgment: The undersigned acknowledges the receipt ofthe following Addenda:
Addemdurn #: 1 Dated: Wednesday,May 10 2017
Addendum 4: Dated:
Addendum #: Dated;
Addendum#: Dated:
Addendum #: Dated:
Yellowstone Landscape
Respondent(Company):
Signature(in ink):
Nmme(Typmd/pMntad): Cn"sCau
hey
Title: Account Consultant : 6M6/17
Page 29of2l
Exhibit "All
N F
References
Company:Harris County Pct.2
Contact:Ed Stewart
Address: 1001 Preston
Houston,TX 77002
Phone Number: 832-274-8011
Operation:ROW Mowing&Parks Maintenance
Years of Service: 10+Years
Company:Ft.Bend County
Contact:Mike Davis
Address:9555 Highway 6
Missouri City,TX 77459
Phone Number:281-642-3716
Operation:Trail/Pathway Maintenance
Years of Service:5 years
Company Name: City of Missouri City
Contact:Randy Troxell
Address: 1522 Texas Parkway
Missouri City,TX 77489
Phone Number:281-403-8631
Operation:ROW and Park Landscape Maintenance
Years of Service: 10+ years
Exhibit "All
VSTI
Job No. 17-012
Plan of Action
This project will require 8-9 employees
-1 Supervisor
-2 Foreman
-6 Laborers
This will require each crew member to cover 6.73 acres a day for 10 work days.
Each crew, 1 Foreman and 3 laborers,will be equipped with
-1 72-in out-front rotary mower
-1 60-in out-front rotary mower
-2 gas powered blowers
-4 gas powered string trimmers
-2 gas powered edger's
-1 truck& trailer for equipment transport.
• it It
YEAR ITEM MFG POWERED DESCRIPTION MODEL DEPT BRANCH SERIAL II
RTV1140CP
X-H ATV-
RTV WITH SPRAY 4WD-D
20154-WHEELER KUBOTA DIESEL RIG AND SPRAYMA NO AC
SPREADER C50632
SPREADER
V4403
19984-WHEELER-MULE KAWASAKI GAS MULE-45-DA14 KAF300-C2 MA NO
I
r4-WHEELER- FOUR WHEELERRTV1140CPNO2014 KUBOTA DIESEL
TV1140 45-4667 4WD ATV MA
! —
2011fAERATOR TORO HYDRAULIC PROCORE PROCORE
11 AERATOR-45-0131 864-09715 MA NO
J 1 E
jRYAN AERATOR-- 6135
1999 AERATOR LESCO (GAS I MA NO AC
j45-6135 544883A
....,......
2015 AUGER,SOIL STIHL IGAS HAND HELD BT130 MA NO
�I 2009 BED EDGER BROWN _GAS BED EDGER-45- BROWN MA NO
3322
2015 BLOWER BUFFALO TURBINE STREET GAS . BT-CKB3 MA NO s
d5-3960
M.r. 2015 BLOWERSTtHL ?GAS (BLOWER BR430 MA GE " ....._..
2015 BLOWER STIHL JGAS BLOWER BR430 MA CE
2015 BLOWER STIHL IGAS BLOWER BR430 MA CE
.. I 20151BLOWER ISTIHL !GAS BLOWER IBR430 �MA _ ICE
' 20151BLOWER STIHL (GAS BLOWER BR430 IMA CE
__.....
2015 BLOWER STIHL GAS BLOWER IBR430 MA CE
2015 BLOWER STIHL IGAS BLOWER 6R430 MA CE
2015I13LOWERSTIHL (GAS BLOWER BR430 MA CE I
2015 BLOWER (STIHL ^ IGAS (BLOWER IBR430 MA CE 1
1
I
20151BLOWER STIHL GAS BLOWER BR430 MA CE
20151BLOWER STIHL GAS BLOWER BR430 MA _.____ CE I
20151 BLOWER STIHL GAS IBLOWER BR430 MA CE j
20151 BLOWER STIHL GAS IBLOWER BR430 �MA CE
_._....
20151BLOWER STIHL 1GAS BLOWER BR430 MA CE
20151 BLOWER STIHL GAS BLOWER BR430 MA CE
2015IBLOWER ISTIHL GASBLOWER BR430 IMA ICE I
--
20151BLOWER (STIHL GAS BLOWER IBR430 IMA �CE I
----------
2015 BLOWER STIHL GAS SLOWER BR430 MA —N-0
2016 BLOWER STIHL GAS BLOWER BR430 MA NO
2015 BLOWER STIHL GAS BLOWER BR430 MA NO
...............
2015 BLOWERSTIHL GAS BLOWER ER430 MA
-- NO
2015 BLOWER STIHL GAS BLOWER BR430M'A jc
2015 BLOWER (STIHL IGAS_ BLOWER BR430 MA !NO -----------------
201511BLOWER -----------
. ........................
GAS BLOWER BR430 MA
NO
2016 BLOWER ISTIHL GAS BLOWER 'BR430 MA NO
L
W
2015 BLOWER ISTIHL GAS IBL0WER
MA
2015 BLOWER ISTIHL PASBLOWER MA INO
-—---------
2015 BLOWER STIHL IGAS (BLOWER BR430'****
MA ENO — --
2415 BLOWER STIHL IGAS BLOWER BR430 MA NO
2015 BLOWER STIHL IGAS SLOWER BR430 MA NO
20141BLOWER STIHL IGAS BLOWER BR430 MA �NO
2014FBLO R STIHL GAS BLOWER BR430 MA NO
20141BLOWER STIHL GAS BLOWER BR430 MA NO
2014SLOWER STIHL GAS BLOWER BR430
;MA
NO
_JBLOWER iSTIHL GAS BLOWER BR430 MA NO
2014 BLOWER ISTIHL IGAS pBLOER BR430 MA NO
2014 BLOWER STIHL GAS [BLOWER BR430 MA 'NO
2014 BLOWER STIHL GAS IBLOWER BR430 MA NO
......
...................
20141BLOWER STIHL GAS BLOWER BR430 MA CE
20141BLOWER STIHL GAS BLOWER BR430 MA CE
2014�BL�OWER STIHL GAS BLOWER BR430 MA CE
. ........
! L —�BR430
13 L
2014 SLOWER (STIHL GAS BLOWER MA CE
2014 BLOWER STIHL !GAS BLOWER BR430 MA ICE
2014 BLOWER STIHL GAS iBLOWER BR430 [MA CE
20141 BLOWER STIHL IGAS BLOWER BR430
[MA CE
2 O'l-4TBLOWER STIHL IGAS iBLOWER BR430 MA CE
20141BLOWER STIHLIGAS SLOWER BR430
MA CE
IGASBR430 .................
2014 BLOWER ;STIHL BLOWER MA ICE
2014 BLOWER STIHL 'GAS !BLOWER BR430 MA (CE
..........
----------------
2014 BLOWER STIHL IGAS !BLOWER BR430 MA 'ICE
—---------
2014 BLOWER jSTlHL GAS (BLOWER BR430 MA ICE
.......... ................
GAS BLOWER MA E
2:�O BLOWER HL
14
BLOW
2014 BLOWER
NO
STIHL _IGAS BLOWER 'BR430 MA No
OV
..........
GAS —L
2014 BLOWER STIHL BLOWER
1BR430 MA
.............. !NO
2414iBLOWER STIHL GAS IBLOWER 1BR430 MA NO
2014 BLOWER STIHL GAS BLOWER BR430 R430 MA NO
BLOWER iBR430
20..I.4 IBLOWER (STIHL GAS MA
....... NO
20141BLOW
ER STIHL GAS
BLOWER 1BR430 MA
INO
20141BLOWER STIHL GAS BLOWER BR430 MA NO
-----------
2014 BLOWER STIHL IGAS BLOWER iBR430 MA !NO
STIHL -6A SLOWER BR43 MA INO
-1 S
2014 BLOWER
--—-----........
F-"2'-0-1-4-*—BLOWE'R" —STIHL —BLO ------ I
GAS BLOWER IBR430 MA NO
. ..........
2013 BLOWER STIHL :GAS BACK PACK =BR434 MA CE
--
2013 BLOWER STIHL GAS BACK PACK '7BR430 MA CE
2013 BLOWER STIHL [GAS BACK PACK !BR430
MA __C
...
...... MA ICE.
2013jiLOV�7ER
(STIHL !GAS BACK PACK !BR430
.......
...........
20131BLOWER
!GAS BACK PACK BR430 MA
NO
2413_I!BLOWER STIHL 'GAS BACK PACK 1BR430 MA !NO
..........
STIHL !GAS BR430 CE
20131 BLOWER BZK'TA K
IMA
CE
La-BLOWER STIHL !GAS BACK PACK BR43aMA
ICE
BLOWER STIHL iGAS BACK PACK
MA
2013 BLOWER STIHL !GAS BACK PACK IBR430 MA ICE
------jZ�PACK –--------------t--
2013 BLOWER STIHL GAS BR430 MA tCE
...............
2013 BLOWER STIHL GAS BACK PACK iSR430 MA WO
—----------
2013 BLOWER I STIHL IGAS BACK PACK
iBR430
MA —tNO
---FBACK PACK 1BR430---k
2013 BLOWER STIHL GAS
--- MA CE
2013 BLOWER STIHL GAS
.............. BACK PACK 1SR430 MA NO
2412 ER STIHL GAS 1BLOWER BR430 MA NO
............
—-- —---------------- ................
201 BLOWER GAS 'BLOWER IBR430 MA CE
20121 BLOWER STIHL
GAS PLOWER ,BR430 MA NO
2 '[BR430 MA
I GAS BLOWER 201 SLOWER
.............. CE
_..._........___I_.......__...........
.......
=1
2012I ___....._..._STIHL.......
BLOWER iSTIHL GAS IBLOWER 13R430 WA CE
..
STIHL GAS 'BLOWER
2012 BLOWER BR430 WA No
--------------
2012,BLOWER
...................... GAS IBLOWER BR430
MA CE
20121BLOWE. ...........ISTIM GAS BLOWER BR430 MA CE
i
...........
2012 BLOWER STIHL GAS BLOWER BR430 �MA GE
_ i
E
2012 BLOWER STIHL GAS BLOWER BR430 MA ICE
20121BLOWER STIHL IGAS BLOWER88430 MA CE
2012 BLOWER �STIHL GAS BLOWER BR430 MA CE
2012 BLOWERSTIHL GAS BLOWER BR430 MA GE
2012 BLOWER STIHL iGAS (BLOWER BR430 1MA NO 1
{
20121BLOWER STIHL iGAS JBLoWER BR43C MA 'NO
2012 BLOWER STIHL GAS IBLOWER BR430 MA
2012 BLOWER STIHL GAS BLOWER BR430 MA GE
2012BLOWER (STIHL GAS BLOWER �BR430 MA CE
2010TURBINE STREET BLOWER BUFFALO GAS BT-GK83 MA NO
_ 45-3876
2010 BLOWER BUFFALO GAS TURBINE STREET 45-4434 BT-CKB3 MA NO
2012 BLOWER STIHL GAS BLOWER IBR430 (MA 10E IRRIGATORSUPPLY
20121BLOWER STIHL 1GAS BLOWER BR430 MA ICE 1IRRIGATORSUPPLY
20121BLOWER ;STIHL IGAS BLOWER }BR430 MA IND IRRIGATORSUPPLY
20121BLOWER STIHL IGAS BLOWER BR430 MA INO IRRIGATORSUPPLY
20121BLOWER STIHL IGAS BLOWER ISR430 MA NO IRRIGATORSUPPLY
20111 BLOWER STIHL GAS BLOWER BR420 MA INO IRICHARDSON
2011 SLOWER STIHL GAS 1BLOWER (BR420 MANO RICHARDSON
_ _
11
2011 BLOWER STIHL IGAS BLOWER BR420 MA NO IRICHARDSON I
2011 BLOWER STIHL GAS BLOWER BR420 MA CE F
2011 BLOWER STIHL GAS IBLOWER BR420 MA ICE
E 20111SLOWER (STIHL GAS BLOWER88420 MA NO
L. _.,. __ _____.
2011 BLOWER STIHL GAS BLOWER BR420 IMA CE __..... __
2011 BLOWER STIHL GAS BLOWER BR420 MA NO
2011 BLOWER STIHL GAS BLOWER BR420 MA NO I
2011 BLOWER STIHL GAS BLOWER BR420 1MA CE I
2011 BLOWER STIHL GAS BLOWER IBR420 �MA CE
2011)BLOWER ISTIHL !GAS BLOWER BR420 MA NO
2011IBLOWER 1STIHL 1GAS BLOWER IBR420 MA NO ........_-_
.. 1
2011JBLOWER (STIHL GAS18LdWER 1BR420 MA iNO F
2011 BLOWER STIHL GAS BLOWER IBR420 MA NO
2010�BLOWER STIHL GAS BLOWER BR420 MA INO
............-
2011 BLOWER STIHL !GAS BLOWER 1BR420 MA
................... I _T
CE !RICHARDSON
2011 BLOWER CYPRES GAS HURRICANE I
S BLOW VAC lHBV427 MA NO
2010 BLOWER STIHL IGAS
BLOWER ISR420 MA
NO
20101BLOWER STIHL GAS SLOWER SR420 MA NO
-----------
2010 BLOWER STIFILGAS BLOWER BR420 ENO
2010tBLOWER STIFIL GAS BLOWER BR420 MA NO
A
........................ ...... .............
2010iBLOWER STIHL GAS CE
BLOWER BR420 jMA
........... ..........
20101BLOWER STIHL GASBLOWER
R420 IMA
INQ
20101BLOWER ISTIHL GAS 20 IMA
ICE
20101!BLOWER STIHL !GAS IBLOWER BR420 MA. NO
......................
20101BLOWER STIHL IGAS !BLOWER BR420 MA CE
2010IBLOWER STIHL GAS !BLOWER !BR420 MA NO
20101BLOWER STIHL —GAS -
BLOWER IBR420 MA NO
---------------------
L JI
20101BLOWER ISTIHL GAS BLOWER BR420 MA NO
2009ISTIHL GAS BLOWER' BR420 A
0 i
20091BLOWER STIHL GAS BLOWER BR420 MA
owo IINQ
C' 20091 BLOWER JSTIHL GAS BLOWER BR420 MA ICE
................-.....................
2009 BLOWER
'STIHL IGAS IBLOWER BR420 MA MO
I i ---i .............
—
2009 BLOWER STIFIL !GAS ISLOWER BR420 MA CE
................................ ................................................
2008 BLOWER STIHL I!GAS (BLOWER BR420 MA ICE
f 2008 BLOWER STIHL GAS BLOWER BR420 �MA CE
t...__............
............. .......
20071 BLOWER STIHL GAS BLOWER BR420 IMA NO
20071 BLOWER STIHL GAS BLOWER BR420 1MA INO
m.......____..._......_. ...............
2005{13LOWER ECHO GAS BLOWER PB 251 IMA ICE A
CYPRES
2011 BLOWER,BILLYGOAT s GAS 5 HP PUSH-45- F902H IMA NO
BILLYGO 0555
i AT
CYPRES
20111BLOWER,BILLYGOAT S GAS 5 HP PUSH-45-
BILLYGO '0567 IF902H MA NO
AT
...............
-�A NO
20071BUCKET HYDRAULIC IBLICKET 16FT
..........................
2014 CHAINSAW STIHL GAS IGHAENSAW MS261 IMA NO
I
2414- 116-HAINSAW STIHL GAS ----ICHAINSAW MS261 MA NO ...........
............
2014 CHAINSAW iSTIHL S
,CHAINSAW MS261 CI
MA f CE
....................
2013 CHAINSAW STIHL GAS CHAINSAW MS250 MA CE
}
20121CHAINSAW STIHL fGAS CHAINSAW IMS250 MA (CE
1. 20121CHAINSAW STIHL GAS CHAINSAW IMS250 MA ICE _
— - - -
2012 CHAINSAW STIHL GAS CHAINSAWMS211 MA NO pUTDppREQ
I 2012 CHAINSAW STIHL GAS CHAINSAW I S192TC-E MA NO OUTDOOREQ
' 20121CHAINSAW STIHL GAS CHAINSAW I S250
MA NO OUTDOOREQ
20121CHAINSAW STIHIL AS CYPRESS (MS26116 MA CE �RICHARDSON
r— ___...
2013ICHAINSAW POLED STIHL GAS (POLE PRUNER HT131 MA CE
20121CHAINSAW POLED STIHL GAS POLE PRUNER HT131 MA CE
20121CHAINSAW POLED (STIHL GAS POLE PRUNER HT131 RMA NO -p TDt3OREQ
20121CHAINSAW POLED STIHL GAS POLE HT1 0-1 MA NO
i
2011 CHAINSAW POLED STIHL IGAS POLE HT101 --i CE
2011 CONTAINER NEDLAN MANUAL D 20YD 14FT EZ20 MA NO
NEDLAN
2011 CONTAINER MANUAL 20YD 14FT EZ20 MA NO
E D
_....._.__._. .. - ._. __.._v._.._
low. 2011 1CONTAINER � MANUAL 120YD 14FT
NE
LLIEZ20 �MA NO
III _._._._ ...._.....�......E. ._ .
{
2011 CONTAINER D DLAN MANUAL 20YD 14FT EZ20 MA N1_
NEDLAN
' 2011 CONTAINER D MANUAL 20YD 14FT EZ20 MA
NO
HAND HELD
2013 CULTIVATOR.MINI (STIHL GAS TILLER (MM55 (MA NO
HAND HELD
2013 CULTIVATOR.MINI JSTIHL (GAS TILLER MM55 IMA CE
_ _
2013 CULTIVATOR,MINI STIHL GAS HAND HELD MM55 MA CE
TILLER
2008 DRILL NORTHERN ELECTRIC 112" v 810 MA CE
5 EDGER STIHL GAS EDGER FC90 MA �CE
# 2015 EDGER STIHL GAS IEDGER FC90 MA CE -
2015 EDGER STIHL GAS EDGER FC90 MA CE
2015 EDGER STIHL GAS ]EDGER FC90 MA CE
2015LEEDGER STIHL GAS EDGER FC90 PA4 -CE
--
2015IEDGER STIHL GASEDGER FC90 MA CE i
2015 EDGER STIHL GAS EDGER FC90 MA CE
2015 EDGER ISTIHL IGAS EDGER I FC9D MA ICE
2015 EDGER STIHL ]GAS LEDGER FC90 MA CE
3
2015 EDGER STIHL :GAS ! ! #`
i.. —- .,....... EDGER MA !CE
-__
6
2015 EDGER _._...#STSFiI ;GAS EDGER FC90 MA 'CE
_.
2015EDGER µmySTIHL IGASEC}GER
FC90 MA CE
J _ .
2094
EDGER STIHL ELAS 'EDGER 'FC90 MACS
2014 EDGER ;STIHL !GAS EDGER FC90 MA [CE
2014 EDGER lSTIHL !GAS !EDGER FC90 MA €CE
t�_.._._2014`—EDGER j7€STER—LI GAS IEDGER FC90 pMA C--'._._._.______.._._....__ _..
N----�---_._.._.�......a..........._......._._........_..............__.._...._...............5 .»_1..�..._ ..._.....i...._._._._ � ...........BVBA 30.sE
2014DGER ISTIHL GAS EDGER FC90 MA NO
-- -TI __
2014EDGER ISTIHL GAS EDGER jFC90 IMA CE
2014 EDGER GAS EDGER FC90 WA CE
_ __.._...._.... _._........._. ..............._
2014'i EDGER STIHL lGAS EDGAR FC90 CE � _...._. �
20141EDGER jSTIHL GAS EDGER EFC90 MA _ CE __... _ _ .......
!
2094lEDGERSTIHL GAS EDGER --FC90 MA ICE
20141EDGER ISTIHL GAS ?EDGER S!C90
i 2014JEDGER ....._.. 'j
TIHL ... AS IEDGER .....l�F 90 !CE ;
_I
2014ECDGFi STIHL GAS =EDGER FC90 _MA
._ } �-
20141ECDGER STIHL IGAS !EDGER FC90 MA NO
_._._._._..._..�.._..._.� _ f _E �
20141EDGER STIHL IGAS lEC9GER FC90 MA AIO
.�
2014 EDGER STIHL GAS ,EDGER fFC90 MA �0... i
20141EDGER STIHL IGAS EE3GER FC90 !MA INO
2014 EDGER STIHL GAS sEDGER s�FC90 FSA 1m1C3
a 2014EDGER STIHL GAS JEDGER FC90 MA NO
........ __....
._.
3 2014 EDGER STTFIL GAS EDGER FC90 `MA No
i
2014 EDGER STIFIL GAS EDGER FC90 MA NO
2014 EDGER STIHL IGAS EDGER FC90MA NO
- _ _.._.... _.
2014EDGER ;STiHL GAS
El3GER FC90MA
O
i..r. _..__.._.._...—____
i 2094 EDGER ISTIHL GAS !EDGER FC90 INO
- ;
EDGER FC90
20141 EDGER STIHL GAS hfO
2014`EDGER STIHL GAS HEDGER FC90 WA NO [
M ..._._1.....,_ _..._..._3_.......___.. _S�e ;_........_...___�_ ,_.__....__
20141 EDGER 1STTHL GAS EDGER FC90 iMAIC3
2014EDGER STIHL !GAS EDGER __....______._..._...jFC90 'MA INO
2013 EDGERST HL GAS !EDGER lFC90 CE !
2093 EDGER ISTIHL !GAS !EDGER _......__ FC90 MA
_.. _.__..._y..__ . __ ....__........ ! _n............._. ! _ —
2013=EDGER STERE !GAS `EDGER 1FC90 #AAA lNO
.............................._._._....._.._............. __...__..__._...
2013 EDGER STIHL GAS EDGER FC90 MA CE
2013JEDGER STIHL GAS IEDGER JF690 MA NO
—2013 EDGER STIHL "GA5EDGER FC90 MA CE
2013 EAGER STIHL GAS EDGER FC90 MA NO ( W'
2013 EDGER ISTIHL GAS EDGER FC90 IMA No
20131EDGER "STIHL IGAS EDGER FC90 `MA NO
" 2012IEDGER ISTIHL
"GAS IEDGER FC90 MA ICE
2012 EDGER JSTIHL. GAS EDGER FC90 MA CE
2012 EDGER STIHL GAS EDGER FC94 MA CE
2012 EDGER JSTIHL `GAS EDGER FC90 MA CE
2012 EDGER STIHL (GAS EDGER FC90 MA �NO
2012 EDGER STIHL GAS EDGER FC90 MA NO
2012 EDGERSTIHL GAS EDGER FC90 MA NO
...... - .
2412 EDGER STIHL GAS EDGER FC90 MA NO
2012 EDGER STIHL ]GASJEDGER FC90 ;MA CE
2012 EDGER STIHL GAS WEEDEATER FS90R MA CE
Ow' 2012 EDGER STIHL GAS EDGER FC90 MA CE IRRIGATORSUPPLY
Owe 2011 EDGER STIHL GAS EDGER PFC90 IMA ICE
2011 EDGER STIHL IGAS EDGER "FC95C �MA CE
2011 JEDGER STIHL IGAS EDGER FC95C MA CE
2011 EDGER STIHL I- IGAS EDGER FC94 MA NO
2011 EDGER STIHL IGAS EDGER FC90 MA CE
2011 EDGER STIHL GAS EDGER IFC90 �MA CE
2011 EDGER STIHL GAS EDGER FG90 MA CE
2011 EDGER STIHL GAS EDGER FC90 MA CE
............_
2010 EDGER STIHL ,GAS EDGER FC90 MA IND
-. ._ _ __.....
2010IEDGER STIHL GAS _ EDGER FC90 MA NO I
2410 EDGER STIHL GAS EDGER FC94MA NO i
10 EDGER ISTIHL IGAS "EDGER FC94MA INO �
2410 EDGER STIHL GAS EDGER IFC90 MA )NO
2010JEDGER .STIHL IGAS EDGER �IFC90 IMA ICE
2010 EDGER STIHL ]GAS "EDGER FC90 MA CE
2010 EDGER STIHL IGAS (EDGER FC90 MA CE
2014 EDGER "STIHL IGAS EDGER FC90 MA CE I
•.._.______ _ .. .._.. __d. __`_ _ _. 3
2010JEDGER ISTIHL GAS EDGER FC90 ---TMA CE
201511HEDGE TRIMMER JSTIHL GAS POWER HEDGE HS81T-24 [MA CE
2015 HEDGE TRIMMERISTIHL GAS POWER HEDGE JHS81T-24 'MA CE
201_+,5HIEDGE TRIMMER '.STIHL GAS !POWER HEDGE HS81T-24 MA iNO
5 HI IN(
2015 HEDGE TRIMMER STIHL GAS !POWER HEDGE HS81T-24 MA
20151 HEDGE TRIMMER STIHL GAS POWER HEDGE HS81T-24 MA CE
2015 HEDGE TRIMMER STIHL PAS POWER HEDGE HS81T-24 MA NO
POWER HEDGE
HEDGE TRIMMER STIHL GAS iI
20151--'- S81T-24 MA CE
-T
20151 HEDGE TRIMMER STIHLGAS POWER HEDGE HS81T-24 MA NO
-I
201.151HE&GE TRIMMER tSTIHL GAS POWER HEDGE IHS81T-24 MA CE
........... .................
2015i HEDGE TRIMMER STIHLIGAS POWER HEDGE JHS81T-24 I...,.._-.._.
MA
CE ...
2015 HEDGE TRIMMER STIHL !GAS POWER HEDGE IHS81T-24 MA NO
2015 HEDGE TRIMMER STIHL IGAS POWER HEDGE HS81T-24 MA ICE
2015 HEDGE TRIMMER STIHL GAS POWER HEDGE HS81T-24 MA ICE
2015 HEDGE TRIMMER, STIHL GAS !POWER HEDGE HS81T-24 MA CE
20151 HEDGE TRIMMER STIHL GAS 'POWER HEDGE HS81T-24 'MA CE
20141 HEDGE TRIMMER STIHL GAS !TRIMMER HS56CE 24- [IMA No ii
I ................
&S !TRIMMER HS56CE 24" MA No
20-
14]HEDGETRIMMER STIHL .......
20141 HEDGE TRIMMER STIHL IGAS TRIMMER
I tHS56CE24" NA INO
20141HEDGE TRIMMER STIHL I
IGAS ITRIMMER HS56CE 24" MA ICE
S5
2014 HEDGE TRIMMER STIHL IGAS ITRIMMER HS56CE: 2 4!' MA CE
2014HEDGE T16XS-----�TRIMMER HS56CE 24" MA
TRIMMER STIHL
....................
_2014 HEDGE TRIMMER STIHL GAS ITRIMMER HS56CE 24" MA
CE
20141 HEDGE TRIMMER ISTIHL GAS TRIMMER HS56CE 24" MA CE
2014 HEDGE TRIMMERSTIHLGAS TRIMMER HS56CE 24" MA CE
20141 1.HEDGE TRIMMER !STIHL IGAS TRIMMER HS56CE 24" MA 10E
2a14 HEDGE TRIMMER STIHL -
GAS TRIMMER HS56CE 24" MA CE
6. ........... —----------
2014HEDGE TRIMMER JSTIHL GAS TRIMMER HS56CE 24" MA CE
HE
2014 HEDGETRIMMER ISTIHL GAS TRIMMER HS56GE 24" IMA NO
20141HEDGE TRIMMER ISTIHL IGAS TRIMMER -�HS56CE 24" MA NO
................ ................
2014!HEDGE TRIMMER (STIHL -'IGAS TRIMMER HS56CE 24" MA NO
..............
��-2014 HEDGE TRIMMER !STIHL IGAS TRIMMER HS55CE 24" MA !NO
2014HEDGE TRIMMER JSTIHL IGAS TRIMMER HS56CE 24" MA NO
...........................
20041 HEDGE TRIMMERISTIHL IGAS 124" HS56CE MA NO
............. I
...................... I --....... ......
...--
...................
2004 HEDGE TRIMMER STIHL GAS 24" HS56CE MA CE
2004 HEDGE TRIMMER STIHL JIGAS 24" HS56CE -MA CE
... .............
2004 HEDGE TRIMMER STIHL GAS HS56CE MA NO
2004 HEDGE TRIMMER STIHL GAS 24" HS56CE MA NO
..........
2004 HEDGE TRIMMER STIHL GAS 24" HS56CE �A No
2004 HEDGE TRIMMER ISTIHL GAS 24" HS56CE MA NO
2004 HEDGE TRIMMER STIHL GAS 24" HS56CE MA CE
-------............
2004 HEDGE TRIMMER ..........
STIHL GAS 24" HS56CE MA CE
04 HEDGE TRIMMER STIHL GAS 24" HS56CE
MA CE
2013 HEDGE TRIMMER STIHL GAS
... 24" HS56C MA CE
.......
2013 HEDGE TRIMMER STIHL GAS 24" HS56C MA
--I No
..................
..........
2019 HEDGE TRIMMER STIHL GAS 24" HS56C MA NO
2013 HEDGE TRIMMER STIHL GAS 24" HS56C MA CE
................
HEDGE TRIMMER
2013 HEDGE TRIMMER STIHL GAS 24" HS56C MA CE
2013 HEDGE TRIMMER _ISTIHL GAS 24" HS56C MA NO
.............. -------.1 1
---
2012 HEDGE TRIMMER ISTIHL GAS POWER HEDGE HS56C MA CE
wow 0
2012 HEDGE TRIMMER STIHL GAS POWER HEDGE HS56C MA CE
Mow 0 2012 HEDGE TRIMMER STIHL GAS POWER HEDGE HS56CMA NO
........ .
................— I
I...............
2012 HEDGE TRIMMER STIHL GAS POWER HEDGE HS56C IMA NO
GAS ----POWER HEDGE HS56C MA CE
2412 HEDGE TRIMMER STIHL
Fpo
2012 HEDGE TRIMMER STIHL GAS IPOWER HEDGE HS56C ICE
MA
2011 HEDGE TRIMMER 'STIHL
IGAS POWER HEDGE HS45 24" NO
..........................................
2011 HEDGE TRIMMER [STIHL GAS I P6 ER HEDGE HS45 24" MA NO
OWER HEDGE HS45 24"
P
2011 HEDGE TRIMMER ISTIHL GAS
MA
SPOW
2011 HEDGE TRIMMER STIHL ER HEDGE ;HS45 24" MA NO
---------
2014 HEDGE
ER STIHIL GAS iPOWERHEDGE JHS4524"
MA N 0
20101 HEDGE TRIMMER STIHL GAS POWER HEDGE HS45 24" MA CE
...........
2010 HEDGE TRIMMER STIHL GAS POWER HEDGE HS45 24" MA CE
..........
2010 HEDGE TRIMMER STIHL GAS POWER HEDGE HS45 24" MA NO
2010,HEDGE TRIMMER ISTIHL GAS POWER HEDGE HS45 2W' MA NO
........----
2010 HEDGE TRIMMER
,STIHL IGAS POWER HEDGE HS45 24" MA CE
............ --I-- , —, ------
2009 HEDGE TRIMMER ISTIHL iGAS POWER HEDGE 'HS45 24" MA NO
2009 HEDGE TRIMMER STIHL
;GAS IPOWER HEDGE lHS45 24" MA NO
2007HEDGE TRIMMER STIHL GAS IPOWERHEDGE iHS4524" MA —�N-0
F
.............
2013 LADDER HdMEDE {MANUAL T STEP LADDER Bt0 MA CE
POT —,
HOMEDE F _
20113 LADDER POT MANUAL 8'STEP LADDER BIO MA CE
LOADER,JOHN JOHN RIDING 70
2014 DIESEL CX400 MA NO
DEERE DEERE 400CX1
2015 MOWER EXMARK GAS RIDING 40-8098 LZS801GKA MA CE
72" 724A1
2015 MOWER EXMARK GAS RIOING40-Bi01 LZS801GKA MA CE
172" 724Ai
20151MOWER EXMARK iGAS RIDING 40-3871 LZS749AKC1 MA NO
172" 2400
(GAS jRIDING 40-7806 LZS749EKC6
2015IMOWEREXMARK MA NO
960" 04
2015 MOWER EXMARK GAS RIDING 40-7807 LZS749EKG6 MA NO
L..... 60" 04
2015 MOWER EXMARK GAS RIDING 40-7989 LZS749AKC7 MA NO
72" 2400
SNAPPE� . _
2015 MOWER R GAS PUSH 21" 7800845 MA CE
_ ..
p.� 2015 SNAPPE MOWER R GAS PUSH 21" 7800845 �MA CE
2015 MOWER SRNAPPE GAS PUSH 21" ,7800845 MA CE
2015 MOWER EXMARK GAS SB-40-224448" TTS600GKA MA CE
.-a WITH STAND ON 483EO
�► '2015 MOWER EXMARK `GAS (SB-40-224548" TTS600GKA MA GE
,WITH STAND ON 483EO
2015 MOWEREXMARK GAS RIDING 40-3565 LZS801GKA MA CE
_ 60" 60400 `
0 MOWER EXMARK IGAS RIDING 40-3570 LZS801GKA MA __. CE
60" 60400
2015 MOWER EXMARK GAS RIDING 40-3571 LZS801GKA MA CE
60" 60400
2015 MOWER EXMARK IGAS RIDING 40-3572 LZS801GKA 60" MA CE _
60400
2015 MOWER EXMARK ;GAS RIDING 40-3573 17S801GKA MA CE
___...__ __.__... .........
160" 60400
2015 MOWER EXMARK GAS RIDING 40-3574 LZS801GKA MA_ CE
60" 60400
7 2015 MOWER EXMARK GAS RIDING 40-3575 LZS801GKA MA CE
60" 60400
2014 MOWER SRNAPPE GAS PUSH 21" 7800845 MA NO
IF
SNAPPE20141MOWER GAS PUSH 21" 17800845 MA CE
_L_
'
2014iMOWER SNAPPEGAS PUSH 21" 17800845 MA
R
NO
i
NAPPE ............. .......
20141MOWE12 gR GAS PUSH 21-
7800845 IMA NO
SNAFPE
20141MOWER GAS PUSH 21" 7800845 MA GE
R
IGRAIII i48 PRO
201�41MOWER IGAS W13 40-0177 994111 MA
y !NO
--------- KOHLER EFI I
......------
I IGRAVEL 260Z 992204
2014iMOWER I GAS RIDING 40-1000 MA CE
ly KOHLER EFI
48 PRO
20141MOW ER GRAVEL
ly IGAS jWB 40-1010 X994111 IMA I NO
KOHLER ERii
'GRAVEL
ly RID KOHLER EFI
26OZ 992204
20141MOWER iGAS ING 40-1012 MA E
III
i
20141MOWER
!GRAVEL 26OZ 992204
1 GAS RIDING 40-1013 MA INO
y KOHLER EFI
...........
..........
GRAVEL 260Z 992204
2014IMOWER
FY
RIDING 40-1015 A
KOHLER EFI MNO
.........................
GRAVEL 2602 992204
Y I KOHLER EFI
2014 MOWER GAS !RIDING 40-1016 MA CE
-
2014 MOWER GRAVEL GAS IRIDING 40-1020 2602 992204 MA CE
y KOHLER EFI
.............
2014 MOWER GRAVEL 26OZ 992204
PAS RIDING 40-1021 MA CE
Y I KOHLER EFI
...........
GRAVEL I 26OZ 992204
2014 MOWER GAS RIDING 40-1022
y KOHLER EFI IMA CE
KOH...
GRAVEL 1260Z 992204
2014 MOWER y GAS RIDING 40-1026 IMA CE
IKOHLER EFI
....................
-y...-
'GRAVEL 2602 992204
2014 MOWER bGAS RIDING 40-1027 MA ICE
I ly KOHLER EFI
IG VEL
2011MOWER 2602 992204
ly !GA6 IRIDING 40-1028 11A INO
:KOHLER EFI
..............——-----.............................
2014 MOWER GRAVEL GAS RIDING 40-1029 2602 992204 MA f
I
KOHLER EFI NO
2014 MOWER GRAVEL GAS RIDING 40-1032 2602 992204
KOHLER EFI MA NO I
2014 MOWER GRAVEL ,GAS RIDING 40-1010 2602 992204 MA NO
KOHLER EFI
_..
2014 MOWER IEXMARK GAS �56-40-1669 36° 3 S48iKA36 MA Nd
2014IMOWER jEXMARK iGAS RIDING-40-DEM01 LZS749EKC6 MA NO
04---
2014 _
2014 MOWER EXMARK GAS SB-40-2677 52" E52$ MA CE
2014 MOWER JEXMARK GAS SB-40-2678 52" TTXE52450EKC MA CE
2013 MOWER FERRIS PROPANE RIDING 40-1896 5900790
I 72" IS
MA GE
RIDING 40-3226 5900790
2013IMOWER FERRIS PROPANE 72„ IS3100ZBVP IMA NO
!� 2013 MOWER FERRIS PROPANE RIDING 40-3227 5900796
72" IS3100ZBVP MA CE
2013 MOWER FERRIS PROPANE RIDING 40-3234 5900790 MA NO
72" IS3100ZBVP
2013 MOWER FERRIS GAS RIDING 40-5624 5901223 MA NO
48" IS600Z
2013 MOWER FERRIS GAS T48"
IDING 40-5626 5901223 MA NO
IS,
I 2013 MOWER FERRIS GAS RIDING 40-5627 5901223
I- I480oz
_ _ v_ _�IS6 _. - NO
I
s 2013 MOWER FERRIS GAS RIDING 40-5628 5901223 MA CE
I_ 48" IS600Z
i 2013 MOWER FERRIS GAS RIDING 40-5629 5901223 MA CE
48" IS60OZ
2013 MOWER FERRIS GAS RIDING 40-5642 15901223 MA CE
48" IS600Z
2013 MOWER FERRIS (GAS RIDING 40-564348" 5901223 �MA NO
IS600Z !!!!!1
�._
.......... _ .. ...._ _.._. ._ - . ......_
2013 MOWER FERRIS (GAS RID[NG 40-5644 5960023 MA NO _
RIDING 40-5648 5901223
2013jMOWER ;FERRIS GAS WA CE
48" IS60
..........
2013iM0WER FERRIS GAS RIDING 40-7847 IS31590078600ZBVP WA 'CE
5900786
2013 MOWER FERRIS GAS RIDING 40-7849
IS3100ZBVP IMA NO
3
GA
RIDING 40-7851 5900786
2013'MOWER FERRIS GAS
i I53100Z8VP MA ICE
............... 3 ..............
5900786
20131MOWER FERRIS GASRIDING 40-7852 61°' IS31 OOZBVP MA NO
3
_.�900786�_l......
0 300WER FERRIS GAS RIDING 40-7853 IS3100ZBVP IMA CE
3
IMOWER
5900786
-3 ---'-[FERRIS GAS RIDING 40-7857 IS3100ZBVP MA " NO
F201 ............
3
5900786
RIDING 40-7859
20131MOWER FERRIS 'GAS IS3100ZBVP lMA NO
3
IRIDING40-7860 5900786
2013 MOWER FERRIS GAS61" IS3100ZBVP MA CE
13
..............
------------
!RIDING 40-7861 15900786
20131MOWER FERRIS GAS II53100Z8VP MA CE
................_L...... 3
2013MOWER 5900-786
1 'RIDING 40-7862
FERRIS 11GAS 61 IS3100ZBVP MA CE
RIDING 40-7863 5900786
20131M0WER FERRIS GAS
61 IS3100ZBVP IMA CE
3
FERRIS GAS
5900786
IRIDING 40-7864 CE
20131MOWER61„ IS3100ZBVP MA
----------------------L------ 3
i
5900786
20131; FERRIS
MOWER GAS 40-7669 I
IS3100ZBVP MA INC
3
j...................... ...........
5900786
----------
RIDING 40-7870
20131MOWER FERRIS GAS IS3i OOZBVP M
i61"
A CE
13
..........
GRAVEL z -----------
2012TMOVIIER !GAS iRIDING 40-0774 2602 MA 'NO
..........
...........
�2 �2 MOWER GRAVEL GAS PUSH 40-1036 911185 MA NO
2012 MOWER y GAS RIDING 40-1460 1482 MA NO
Y
!iNAPE GAS
2011 MOWER R PUSH 21"-40-0557 7800557 MA CE
2011 MOWER JOHN DIESEL (RIDING 4MI44 JD1545-4 MA NO
IDEERE I
SNAPPE 7800557
2011 MOWERGAS
R PUSH 21"-40-1363 P21602OKW MA ;CE
V PS24
JOHN
2011 MOWER DEERE DIESEL RIDING 40-0062 IJD1600 IMA !NO
2011'MOWER JOHN
DIESEL RIDING 40-0125 JD1545-4 MA CE
DEERE
..........
I RIDING 40-0854 5900790
20111MOWER FERRIS PROPANE 72" IS3100ZBVP MA CE
2011 MOWER JOHN
DIESEL RIDING 40-1117 JD1545-4 IMA CE
DEERE
... -----------------
2011
5-900789
® MOWER FERRIS 1PROPANE RIDING 40-3089
161" IS3100ZBVP 1MA NO
cr
F——--.— - . -.--.............
2011 1 MOWER FERRIS 1PROPANE RIDING 40-3580 5900790 MA NO
72" IS3100ZBVP
..........
RIDING 40-3581 5900790
FERRIS PROPANE MA NO
2011 MOWER
72-1 IS3100ZBVP
RIDING 40-3626 5900789
2011 MOWER FERRIS I PROPANE' IS3100ZBVP!MA NO
3
5900789--'-"
2011 MOWER FERRIS PROPANE RIDING 40-3627 61" WA IS3100ZBVP CE
.........
.. 3 .
--i.....
00789
RI
2011 MOWER FERRISPROPANE
DING 40-3634 59
IS3100ZBVP 1,MA CE
61
1 3
RIDING 40-3636 5900789
20111MOWER FERRIS PROPANE
I
IS3100ZBVP MA
rail, CE
i3
........... ........
................................
20111MOWER FERRIS PROPANE RIDING 40-3571 15900790
72" QZBvP 1MA NO
IS310 i
IMA NO
2011 MOWER TORO IDIESEL MOWERJORO 40- 4-500D
0153
.....—--------
................
ol
----------------T
201 MOWER jy PROPANE RIDING 40-0117 12602 MA INO
G VEL 20101MOWER y PROPANE WB 40-0406 148WB MA ICE
GRAVEL
2010 MOWER PROPANE WB 40-0453
8WB IMA GE
y
GRAVEL
2010 MOWER PROPANE WS 40-0533 48WB IMA ;NO
y
GRAVEL
20101MOWER PROPANE WB 40-0544 48WB ICE
y IMA
------------------------
GRAVEL
201E -- -0 MOWER PROPANE IRIDING 40-0891 148Z NA CE
y I I
_ __.
..................
GRAVE
20101MOWER L GAS RIDING_ ___I___40-0433 260Z 1MA CE
y €__
20101MOWER I GRAVEL GAS RIDING 40-0565
2722 IMA !CE
ly
48`°WALK
BEHIND
20101 MOWER ISCAG GAS MOWER-40-0405 IMA !CE NEW
SW48A-1 5A
KAWA
..........
48"WALK
20101MOWER l'—COUNT—R-,y !GAS MOWER-40-1927 ISEHIND MA ICE NEW
MEW* —
............. ..............
!BELT
MEW i'EASTMA 1 IFUlOWER,SP-40-
N 2041
2010,MOWER GAS �SP21K MA NO
NEW
20101MOWER TRUCUT GAS REEL 27"-40-0562 127" MA ICE
RA
2010 MOWER GVEL IGAS RIDING 40-0915 2602 MA INO
y
......................
RIDING 40-1756 5900789
2010 MOWER FERRIS PROPANE IS3100ZBVP IMA 'NO 46896
61"
------
5900789
FERRIS RIDING 40-1759
61„20101MOW-ER PROPANE 1IS3100ZBVP MA NO
46894
........
r.....
RIDING 40-1772 159007-89
2010IMOWER FERRIS PROPANE il IS31 OOZBVP�MA
ICE 46873
3
.............
RIDING 40-19055
20101 MOWER FERRIS 1PROPANE
MA LE 46882
172"
.....................
5900790
FERRIS PROPANE 72" lls3loozBVP MA iNO 46879
2010 MOWER RIDING 40-9056
............
4GRAVEL
-
20;0WOWER GAS CE
...�B 40-0249.. 136' 988144 IMA
..................
RIDING 40-5144
20110 MOWER FERRIS 1PROPANE61" 5900789 MA CE
GRAVEL
2009 MOWER Y GAS RIDING 40-0700 26OZ IMA NO
RAVEL
2009 MOWER GGAS RIDING 40-0722 260Z IMA NO
Y
200TOWER JOHN DEERE GAS RIDING-40-0259 JD2653B MA CE
G
2008RAVEL1MOWER GAS RIDING 40-0142 272Z IMA NO
Y
TO—HN
2006 MOWER DEERE DIESEL RIDING 40-0250 JD1545-4 !MA NO
20091PICKER BARBER HYDRAULIC [LITTER 45-2075 LP-1 IMA NO
2011 PICKER BARBER [HYDRAULIC
LITTER 45-2076 LP-1 IMA NO
2012 PICKER BARBER JHYDRAULIC LITTER 45-2138 LP-1 !MANO
2011 PICKER BARBER HYDRAULIC LITTER 45-2090 LP-1 MA 140
2011 PICKER BARBER HYDRAULIC LITTER 45-PICKOI LP-1 MA NO
2011 PICKER BARBER HYDRAULIC LITTER 45-PICK02 LP-1 MA NO
011 I -
v 20151 POLE TRIMMER STIHL GAS 42' SHAFT HLIOOK-135 MA NO
LENGTH
2015 POLE TRIMMER STIHL GAS 42 SHAFT HLIOOK-135 MA NO
Owe
42"SH
2015 POLE TRIMMER jSTIHL .GAS LENGTH HL1 OOK-1 35 MA NO
AFT
"
2015 POLE TRIMMER STIHL GAS 42SHAFT HL10OK-135 MA CE
LENGTH
42"SHAFT
2015 POLE TRIMMER
STIHL GAS LENGTH HL10OK-135 MA CE
F-201 5 POLE TRIMMER STIHL GAS 42"SHAFT HLI OOK-1 36 MA CE
LENGTH
.......................
2015 POLE TRIMMER STIHL GAS 42"SHAFT HL10OK-135 MA CE
LENGTH
I
2015 POLE TRIMMER STIHL ;GAS 42"SHAFT HL10OK-135 MA NO I LENGTH
2015 POLE TRIMMER STIHL GAS 42"SHAFT HLIOCK-135 MA CE
LENGTH
42"SHAFT
2015 POLE TRIMMER jSTIHL GAS HL10OK-135 MA CE
—1LENGTH
................. -r.__......._.-_.....
42"SHAFT
20151 POLE TRIMMER STIHL GAS LENGTH HLIOOK-135 MA CE
2015 POLE TRIMMER STIHL GAS 'SHAFT HL10OK-135 MA INO
LENGTH
42"SHAFT
-
2015 POLE TRIMMER STIHL GAS LENGTH HL10OK-135 IMA- tCE
............
1 2014 POLE TRIMMER STIHL GAS 42 SHAFT �HL100K-135 MA NO
LENGTH
42"SHAFT
2014 POLE TRIMMER STIHL GAS IHL10OK-135 MA NO
LENGTH
j 2014�POLE TRIMMER STIHL IGAS m 42"SHAFT IHL100K-135 �MA iN0 ®-
1 LENGTH 111
20141 POLE TRIMMER STIHL GAS 42"SHAFT HL10OK-135 MA NO v
I LENGTH
201442"SHAFT POLE TRIMMER STIHL GAS HL100K-135 MA NO
LENGTH
2014 POLE TRIMMER (STIHL !GAS 4E SHAFT �HL100K-135 MA NO
GTH
142"SHAFT -
2014 POLE TRIMMER STIHL GAS HL100K-135 IMA CE
M ILENGTH ( !
2014 POLE TRIMMER STIHL GAS LENGTH SHHL10OK-135 IMA NO j
-- 1
FT SHA
" E ---- i
2014 POLE TRIMMER STIHL GAS 14242"SHAGTH HL10OK-135 MA CE
42"SHAFT
20141 POLE TRIMMERSTIHL GAS
j'HL100K-135 �MA ICE
LENGTH
2014�POLETRIMMER STIHL GAS LEND AFT HL10OK-135 IMA ICE
20141 POLE TRIMMER ISTIHL GAS LE42"
NGTHENGTH SHAFT HL100K-135 MA CE
Lr• L
!�
.. 20141POLE TRIMMER STIHL GAS LENGTH HL100K-135 MA NO
!�y 42"SHAFT
!M/ € 20141 POLE TRIMMER STIHL GAS LENGTH HLi00K-135 IMA NO
20131 POLE TRIMMER STIHL GAS i'LENGTHFT �HL100-135 MA GE
20131 POLE TRIMMER STIHL GAS LENGTH HL100-135 MA �NO 1
20131 POLE TRIMMER STIHL GAS LENGTH HL100-135 MA CE
' --- . - I
591.SHAFT
2013�POLE TRIMMER STIHL GASLENGTH (HL100-135 IMA 'i'ICE
20131 POLE TRIMMER STIHL GAS 59LENGTH �HL100-135 MA NO
I
_
2013 POLE TRIMMER STIHL GAS 59"SHAFT HL100-135 MA CE j
LENGTH i
2012 POLE TRIMMER STIHL GAS POLE TRIMMER HU 00-135 MA NO
2012 POLE TRIMMER STIHL GAS 1POLETRIMMER 111-100-135 MA ICE
20121POLE TRIMMER STIHL GAS POLE TRIMMER HL100-135 �MA ICE
20121 POLE TRIMMER STIHL GAS PE TRIMMER HL100-135 MAA �CE
OL
2012 POLE TRIMMER ISTIHL 1'GAS [POLE TRIMMER HL100-135 MA CE
20111POLE TRIMMER STlNL GAS POLE TRIMMER HL100-135 MA CE
20111POLE TRIMMER ,STIHL !GAS IPOLE TRIMMER 11-11-100-135 MA NO
2011-1 POLE TRIMMER STIHL GAS POLE TRIMMER HL100-135 MA NO
2010 POLE TRIMMER STIHL (GAS POLE TRIMMER IHL100-135K IMA CE
20101 POLE TRIMMER (STIHL GAS POLE TRIMMER (HL100-135K MA CE
2009 POLE TRIMMER STIHL 11GAS 1POLE TRIMMER IHL100-135 jMA CE
JHONDA
1 2011 PUMP BROOKS(!GAS (WATER-80-P0803 lAC-CP2GH MA NO
DE `
t 2011 ROLLER,GANG IGANDY IMANUAL IWATER MIS496 MA NO t
-+NORTHE -'
2000 SPRAY RIGiRN ELECTRIC 50GAL-30-BIO05 CUSTOM MA CE
BRO0KS1
2011SPRAYER DE GAS SPRAYER AG6290 MA NO
AGMEIER
oe 2006 SPRAYER ITOOL IELECTRIC 12V BIO MA CE OUT
V 200GAL 5.5HP
2012 MOUNTEDTANK yNYLIE-JD GAS HONDA-34- W5141 MA CE
.. i- BI0I2XX
SPRAYER,TANK WINFIEL GAS 200OAL 5.5HP
III 2012 MOUNTED D KAWA-30-BIO1201 (0129838 MA CE
200GAL 5.5HP
SPRAYER,TANK
2012 TRAILER WYLIE-JD GAS HONDA-30- D0300T MA NO
61O12XX
2014 SPREADER ILESCO GAS SPREADER RIDER T000801 MA s CE
PERMA TRIUMPH
SPREADER RIDER
I
2012 SPREADER �LESCO jGAS B1B MA NO
PERMA TRIUMPH
2011 SPREADER LESCO GAS _ SPREADER RIDER 99571500 Z- MA CE
JD 125LB TWO
2009 SPREADER ILESCO MANUAL Push-30-BIO31 Lesco MA NO
2010 TILLER �UAKEHO GAS TILLER-31-0507 Bio MA NO NEN!
_ IIIIII _ _.. ...__.._......... _._............_. ___ ......._.. _ _
TORO-
2011ITOPDRESSER2500 PROFES GAS DUMP BARROW 44507-2500 MA NO
SIONALT
_ URF
JOHN
2000 TRACTOR01 DEERE DIESEL RID[NG-50-1 JD4600 MA NO �1
JOHN
2000ITRACTOR10 DEERE DIESEL RtD{NG-50-10 JD4300 MA NO �ld
FORD-TRACTOR--
20021TRACTOR103 FORD DIESEL 50-103 5610 IMA NQ 1
JTF108-412p
2014ITRACTOR131 JOHN DIESEL RIDING--50-131DEER4 MA NO
JOHN
015ITRACTOR136 JOHN DIESEL RIDING--50-137 JD4105M MA CE
DEERE
20001TRACTOR15 (JOHN DEERE (DIESEL (RIDING-50-15 JD4600 MA NO �15 _
• {{{{{{
2006 TRACTOR89 I
KUBOTA DIESEL (TRACTOR-50-89 IKUBOTA L39 MA NO IAC
I _ .. __... ...._._.. .._. _...__
CYPRES
2009 VACUUM,BILLYGOAT S GAS 5 HP PUSH-45 KV600 MA NO
BILLYGO i 9468
_ AT
SNAPPE __.__............... PRESSURE _ I
2014 WASHER GAS 020230 MA NO
IR I
_ RWASHER
Ir 2013 WASHER SNAPPE GAS PRESSURE
R WASHER 020230 MA NO
�.
2015 WEEDEATER STIHL GAS LINE TRIMMER FS240R MA ,CE
I 20151WEEDEATER STIHL GAS ILINETRIMMER FS240R MA CE
_.__..........___ _____...... _..... _ _
2015 WEEDEATER STIHL ,GAS LINE TRIMMER FS240R MA CE I
2015 WEEDEATER STIHL (GAS LINE TRIMMER FS240R !MA CE
(GAS LINE TRIMMER FS240R MA CE
2415WEEDEATER STIHL
� r I
2015 WEEDEATER ISTIHL (GAS LINE TRIMMER 4FS240R MA CE j
_
2015IWEEDEATER STIHL (GAS LONE TRIMMER �FS24OR PIA CE
15INE
_. _
20WEEDEATER STIHL GAS INE TRIMMER FS240R MA CE
2015 WEEDEATER STIHL (GASLINETRIMMER FS24dR MA CE
2015WEEDEATER STIHL (GAS ILINE TRIMMER FS240R MA ,CE
20151WEEDEATERSTIHL GAS LINE TRIMMER IFS24OR MA ICE..._..._
2015 WEEDEATER STIHL GAS LINE TRIMMER FS240R MA CE
2015 WEEDEATER JSTIHL GAS LINE TRIMMER IFS24OR MA CE
2015 WEEDEATER 'STIHL GAS UNE TRIMMER IF5240R MA ICE
2015 WEEDEATER STIHL GAS LINE TRIMMER FS240R MA CE
2015 WEEDEATER STIHL GAS LINE TRIMMER FS240R MA CE
2015 WEEDEATER STIHL GAS LINE TRIMMER FS240R MA CE
i 2015 WEEDEATER ISTIHL IGAS ILINETRIMMER jF.S24OR IMA CE i
2015 WEEDEATER STIHL GAS ILINE TRIMMER FS240R MA ICE
2015 WEEDEATER ISTIHL IGASLINE TRIMMER IFS240R MA ICE
2015 W' EEDEATER STIHL GAS IWEEDEATER IFS90R MA NO
-
1
2415 WEEDEATER STIHL GAS WEEDEATER FS90R MA NO
2015 WEEDEATER STIHL GAS WEEDEATER FS90R MA NO
2015 WEEDEATER #STIHL IGAS IWEEDEATER FS90R MA IND
2015IWEEDEATER ISTIHL GAS IWEEDEATER FS90R MA INO
_._
2015 WEEDEATER STIHL GAS WEEDEATER FS90R MA INO `
2015 WEEDEATER STIHL IGAS WEEDEATER FS90R MA NO `
2015 WEEDEATER (STIHL (GAS IWEEDEATER (FS90R IMA
( )NO
2015 WEEDEATER ISTIHL GAS WEEDEATER IFS90R MA ND E
2015 WEEDEATER STIHL GAS WEEDEATER FS90R MA NO
2014 WEEDEATER STIHL GAS WEEDEATER FS90R MA NO
2014 WEEDEATER ISTiHL IGAS WEEDEATER FS90R MA NO
2014IWEEDEATER STIHL (GAS IWEEDEATER FS90R MA INO
2014 WEEDEATER STIHL GAS WEEDEATER FS90R MA NO
2014 WEEDEATER STIHL GAS WEEDEATER FS90R MA ND
Imo• 2014 WEEDEATER STIHL GAS WEEDEATER FS90R MA NO
e.
�. i- ]GAS I--__ i
• i 2014IWEEDEATER STIHL GAS IWEEDEATER IFS90R MA NO
►,� 2014IWEEDEATER STIHL GAS WEEDEATER FS90R MA NO
2014 WEEDEATERSTIHL GAS WEEDEATER FS90R MA NO
,• __ _
I 2014 WEEDEATER STIHL GAS WEEDEATER FS90R MA NO
2014 WEEDEATER (STIHL GAS ILINE TRIMMER FS240R MA CE
e
2014 WEEDEATER STIHL GRS LINE TRIMMER FS240R MA CE
2014WEEDEATER STIHL GAS LINETRIMMER FS240R MA CE
2014 IWEEDEATER STIHL GAS LINE TRIMMER FS240R MA CE
j 2014 WEEDEATER STIHL GAS ILIN E TRIMMER FS240R MA CE `
2014 WEEDEATER STIHL GAS LINE TRIMMER FS240R MA CE
2014 WEEDEATER STIHL GAS LINE TRIMMER FS240R MA CE
2014 WEEDEATER I.STIHL IGAS JUNE TRIMMER FS24OR MA ICE
20141WEEDEATER ISTIHL IGAS ILINE TRIMMER (FS240R MA ICE
2014 WEEDEATER STIHL GAS LINE TRIMMER FS240R MA CE
2014 WEEDEATER STIHL GAS I LINE TRIMMER FS240R MA CE
2014 WEEDEATER STIHL IGAS LINE TRIMMER 1FS240R MA CE
2014 WEEDEATER STIHL GAS LINE TRIMMER FS2 00R MA CE
i .._..
j 2014 WEEDEATER STIHL GAS LINE TRIMMER FS240R MA CE
I 2014 WEEDEATER STIHL IGAS LINE TRIMMER FS240R MA CE
{{
e
20141WEEDEATER STIHL IGAS LINE TRIMMER FS244ft MA CE
20141WEEDEATER STIHL IGAS (LINE TRIMMER FS240R MA CE
20141WEEDEATER STIHL GAS JUNE TRIMMER FS240R MA CE
2014IWEEDEATER 33STIHL R
_ _ i �GAS LINE TRIMMERIFS240R _ MA CE
2414 WEEDEATER STIHL GAS LINE TRIMMER FS240R MA CE
2014 WEEDEATER STIHL GAS LINE TRIMMER FS240R MA CE
2014 WEEDEATER STIHL GAS LINE TRIMMER FS240R MA CE
2014 WEEDEATER STIHL 4GASLINE TRIMMER FS240R MA CE
_..__......._.._�.__..............__ ._ ..._.... _._..._....._.
1 2013 WEEDEATER STIHL GAS LINE TRIMMER FS250R NIA CE
20131WEEDEATER STIHL GAS LINE TRIMMER IFS25OR NIA CE
2013IWEEDEATER ISTIHL GAS LINE TRIMMER IFS250R MA CE
20131WEEDEATER STIHL GAS JUNE TRIMMER FS250R MA CE
I� 20131WEEDEATER STIHL GAS WEEDEATER FS250R MA CE
20131WEEDEATER STIHL GASWEEDEATER FS250R MA CE
v
MEW 0 2013 WEEDEATERSTIHL IGAS WEEDEATER �FS250R MA ICE
2013 WEEDEATER STIHL !GAS i1WEEDEATER IFS25OR�^ MA_. F �Np -__
.. - - - _ .
k-- 2013 WEEDEATER STIHL GAS WEEDEATER FS254ft MA NO
2013 WEEDEATER STIHL GAS WEEDEATER FS250R MA NO
.. 2413 WEEDEATER STIHL GAS WEEDEATERFS254R MA CE
i 2013 WEEDEATER STIHL GAS WEEDEATER FS250R MA NO
20 3 WEEDEATER STIHL GAS WEEDEATER FS250R MA CE
20131WEEDEATER STIHL GAS WEEDEATER FS250R MA NO
2012 WEEDEATER STIHL GAS WEEDEATER FS250R MA CE
20121WEEDEATER STIHL GAS WEEDEATER FS250R MA �CE
2412 WEEDEATER STIHL GAS IWEEDEATER FS250R MA _CE
2012 WEEDEATER STIHL GAS WEEDEATER FS254R MA CE
2412 WEEDEATER STIHL .GAS WEEDEATER FS250R MA ICE
__ __..._...
( 20121WEEDEATER STIHL GAS WEEDEATER FS250R MA CE I E
C 2012 WEEDEATER STIHL GAS WEEDEATER FS25OR MA CE
j 2012 WEEDEATERSTIHL GAS WEEDEATER FS254R MA CE
2012 WEEDEATERSTIHL IGAS IWEEDEATER FS250R MA CE
2012 WEEDEATER ISTIHL GAS WEEDEATER. FS25OR MA CE
2012 WEEDEATER STIHL GAS WEEDEATER FS250R MA CE
...............
2012 WEEDEATER. STIHL GAS WEEDEATER FS250R MA CE
2012 WEEDEATER STIHL GAS WEEDEATER FS250R v MA CE
2012 WEEDEATER STIHL GAS WEEDEATER. FS250R MA CE
..........
2012 WEEDEATER STIHL IGAS WEEDEATER IFS25OR MA NO
2012 STIHL GAS WEEDEATER IFS25DR MA NO
2012 WEEDEATER STIHL GAS WEEDEATER IFS250R MA NO
0
2012 WEEDEATER STIHL GAS WEEDEATER FS90R MA CE
2012
012 WEEDEATER STIHL GAS WEEDEATER. FS90R MA NO
2012 WEEDEATER STIHL GAS WEEDEATER d�F 90R MA NO
2012 WEEDEATER STIHL IGAS WEEDEATER FSSOR MA NO
2012 WEEDEATER STIHL IGAS WEEDEATER. FS25OR MA CE IRRIGATORSUPPLY
L............
2012 WEEDEATER STIHL GAS wmw WEEDEATER FS25OR IMA CE IRRIGATORSUPPLY-----]
2012 WEEDEATER STIHL GAS WEEDEATER FS25OR MA NO RICHARDSON
2011 WEEDEATER STIHL GAS IWEEDEATER FS25OR jMA NO
2011 WEEDEATER STIHL GAS WEEDEATER. FS250R IMA NO
2011 WEEDEATER STIHL GAS WEEDEATER. tFS250R IMA NO RICHARDSON
2011 WEEDEATER STIHL GAS WEEDEATER FS25OR IMA NO RICHARDSON
2011 WEEDEATER. STIHL GAS WEEDEATER !FS250R MA NO RICHARDSON
2011 WEEDEATER STIHL GAS WEEDEATER FS250R MA CE RICHARDSON
2011 WEEDEATER STIHL GAS WEEDEATER. IFS25OR MA NO RICHARDSON
2011 IWEEDEATER STIHL GAS WEEDEATER FS25OR MA NO RICHARDSON
2011 IWEEDEATER STIHL GAS WEEDEATER iFS250R MA CE RICHARDSON
2011 WEEDEATER STIHL GAS WEEDEATER lFS250R MA NO
2011 WEEDEATER STIHL GAS WEEDEATER FS250R MA NO
S 50
2011 WEEDEATER STIHL IGAS WEEDEATER ]FS25OR MA NO
2011 WEEDEATER STIHL GAS WEEDEATER FS25OR MA CE
2011 WEEDEATER STIHL GAS WEEDEATER. FS25OR MA NO --RICHARDSON
2011 IWEEDEATER STIHL GAS WEEDEATER FS25OR MA NO RICHARDSON
2011 1WEEDEATER STIHL GAS WEEDEATER FS250R MA NO 1RICHARDSON
------------------ ...... ......................
2011 WEEDEATER STIHL GAS WEEDEATER FS25OR MA NoRICHARDSON
...........
2011 WEEDEATER STIHL GAS WEEDEATER OR MA NO RICHARDSON
.................. .........
2011 IWEEDEATER STIHL GAS WEEDEATER OR MA NO RICHARDSON
........... ........... ................ ......... ........ .......
F 26-11 WEEDEATER STIHL GAS WEEDEATER. FS250�RMA NO RICHARDSON
- i ---- M
i"2011 WEEDEATER STIHL GAS WEEDEATER FS25OR MA NO RICHARDSON
2010 WEEDEATER STIHL GAS 1WEEDEATER FS25OR MA NO
.1 -- -, " - .................
2010 WEEDEATER STIHL IGAS ;WEEDEATER FS250R MA NO
2010 WEEDEATER STIHL IGAS IWEEDEATER FS250R MA NO
GAS -LWEEDEATER. FS250R {MA NO
2010 WEEDEATER STIHL
2010 WEEDEATER. STIHLGASIWEEDEATER FS250R MA NO
SLIn
2010 WEEDEATER STIHL GASWEE
IDEATER FS250R MA CE
2010 WEEDEATER STIHL (GAS WEEDEATER FS25OR MA NO
2010 WEEDEATER STIHL GAS WEEDEATER FS250R MA NO
............... ............
2010 WEEDEATER. ISTIHL GAS WEEDEATER FS250R MA NO
2010 WEEDEATER. STIHL GAS EDGER FS250R MA NO
2010 WEEDEATER. STIHL GAS WEEDEATER FS250R MA NO
2010 WEEDEATER STIHL GAS IWEEDEATER FS25OR MA NO
2010 WEEDEATER STIHL IGAS (WEEDEATER FS250R MA �CE
WEEDEATER
2010 WEEDEATER STIHL GAS WEEDEATER FS250R MA NO
L 20101WEEDEATER STIHL IGAS WEEDEATER FS250R MA NO
2010J'WEEDEATER ISTIHL WEEDEATER EEDEATER IFS250R MA NO
-lVV......-
20101WEEDEATER STIHL GAS WEEDEATER IFS250R IMA !CE---*-i
20081WEEDEATER-ISTIHL GAS WEED TER 'IFS250R IMA ',NO
................
20071WIRE LOCATOR I BATTERY 'IWIRE LOCATOR I MODEL 521 JILA ICE
BIOLA-1ORLD-1 LE
"'M'
CERTIFICATE OF LIABILITY INSURANCE F DA-(E( I0/DDN YYY)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. ............
IMPORTANT- If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on
this certificate does not confer rights to the certificate holder In lieu of such endorsement(s).
PRODUCER 386-252-9601 rT TRACY MILLER
............
Brown&Brown of Florida,Inc. PHONE .386-252-9901 FAX 386-239-5729
Daytona Beach Office C,No,
P.O. -R @ SOMA M A-.-C OW L
P
B
Daytona
D6
I(I-R
I
I
t
PRODUCER T
M
IfBELOW.
REPRESENTATIVE
Brown
to
I
IMPORTANT:
I
I
U
n
Box
P
I
0.Box 2412 E
A
Daytona Beach,FL 32116-2412 NA19 III
P
E
A
Arc,
C
T
N
NA
0
T
King Pickett
INSURER A:Westfield Ins Co, 124112
................... ............................ ................ ...............
INS :ER Is Texas Mutual,ins Co 'k945
VELi:(5WW§f 0--N,-E—LA-N-DSCAPE INC
INSURED INSURER B:
10892 SHADOW WOOD DR. I SUR C:LLoyd's of London
HOUSTON,TK 77043 EIR ---................ ......................
INSURER D . ..........
INSURER
R
IN-SUM F:
COVERAqESLCERTJFJ9 ....... REVISION NUMBER;
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED To THE INSURED NAMED ABOVE FOR THE POLICY
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID
INSR I Do URR PoLicy EFF POLICY EXP LIMITS
IR 'D PEOELNSURANCE I III Kf9p).0 IMMIMNYYY1
A
X MERCIAL GENERAL UABIIUTY CH iIan,00oi
10413012018 DAM 0 10D
CLAIMS-MADE I A J OCCUR X ICMM5060952 04/3012017 5 000
A rX CONTRACTUAL LIAR GMMS060952 04130/2017 04/3012018
PERSONAL&ADV INJURY S
--•....-_ 1 2,000,(
PGIS'L AGGREGATE LIMIT APPLIES PER, GENERAL AGGREGATE
®LOC 2.000,( 10
Policy I 5PLPT PRODUCTS COMP/DPAGG I S
(OTHIFFt 6 1
DL
A AUTOMOBILE LIABILITY 00..1 0..0
MMS060952 0413012017 0413012018 BODILY INJURY LI!r�erson
ANY AUTO 1C Is--------------
INED SCHEDULED I
OWNED ON 4 y(
AU LY AUTOS
X NON WN I PAOPERTY t DAMAGE s
AUTO i-tEREAPOW!L. —
TVraw
S ONLY X Cffi in'.0.00
------- 16,000,06,60
-UM-R—RELL*A-LIAR X OCCUR LJOCq1JRRENCE__
EXCESS LUi9 CLAIMS-MADE M,506(92 04/3012017 U4/JU/ZUIU AGGREGATE 10,000,0001
'C'
-�ON$ NONE
DEO ------------
ER
F3 WORKERS COMPENSATION
AND EMPLOYERS'11ABILITY Y/N 'rSFID001212()30 04/30/2017 13012018 1,000,000
ANY PROPRIE-TOP.PARTNER/S(ECUTIVE EL EADI q!pg�N.l............. ................-
NIA -A�L
1,000,000.
?05045-mr-)EXCLUDED? L DISEASE-EA EMPLOYE
unde!r
AN
rV
Ali
A
"E' 2Ni_
F3
t11 I A
C
d
'D'MdC
'JFrI' OF OPERATIONS below EL DISEASE Policy LIMIT
C I I 'C.
CMM6060952 0413012017 04/30/2018 LEAS/REN -250,6001
A QUIPM' TFLOATER
' a
C CONTR POLL LIAR �1089B170801 64/30/2017 04130/2018 LIMIT immool
t)g%Npd1ptj D&OPERATIONS I LOCATIONS I VEHICLES JACORD 101,Addillonal Remarks Scbodule,may be attnched if more space Is required)
........... ..................... ............. .......
CERTIFICATE_HOLDQ11.__-. CANCELLATION
HARRC10
1
SIIOUID ANY OFTHEABOVEDESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN*'
YELLOWSTONE LANDSCAPE,INIXI ACCORDANCE WITH THE POLICY PROVISION$.
10002 SHAJ)0W!WOOD DR;J
,HOUSTON,T.K 77043 ALI-RIONZE0 REPRESENTATIVE
ACORD 25(2016103) eQ J1 914,2015 ACORD CORPORATION. All rights reserved,
The ACORD name an'AYUkwtd. Irrixf ACORD
...... .4,. .... W, —w . ,,....— ,,. , ,
� BIOLA•1 PAGE
I F� TE'1" AD INSURED-S Nnn1E YELLOWSTONE LANDSCAPE INC OP ID: LE Date 0611112017
COMPLETE LISTING OF NAMED INSUREDS.-
-YELLOWSTONE HOLDINGS, LLC
RM
-YELLOWSTONE INTEEDIATE�ROLDINGS, INC I
-YLG HOLDINGS, INC
-YELLOWSTONE LANDSCAPE, INC
-YELLOWSTONE LANDSCAPE-SOUTREAST, LLC dba YELLOWSTONE LANDSCAPE dba AUSTIN
OUTDOOR
-.ALSW, LLC
-YELLOWSTONE LANDSCAPE-CENTRAL, INC dba YELLOWSTONE .LANDSCAPE dba BIO
LANDSCAPE dba BIO LANDSCAPE & MAINTENANCE
-TEXAS SERVICES, LLC
-BLSW, LLC I
-YELLOWSTONE LANDSCAPE-SOUTHEAST, LLC dba AC2KMAN BROS. LANDSCAPING
-YFsLLOWSTONE LANDSCAPE-SOME
LANDSCAPE-SOUTHEAST, LLC dba PERIMETER LANDSCAPE MAlQkGEMENT §
-AUSTIN OUTDOOR, LLC I
—BIO LANDSCAPE & MAINTENANCE, INC. DBA YELLOWSTONE LANDSCAPE; YELLOWSTONE
LANDSCAPE GR INC
—YELLOWSTONE LANDSCAPE GROUP, INC.
{I
I I
i
j €
i
II
f
i
i Exhibit "Ae1. t
IRO
������ ����U�0� -�EXAS
����msuommsoON
CITY OFROUND ROCK
UFIB NO. 17-012
GROUNDS MAINTENANCE SERVICES
lFIB No. 17-012 Addendum No. 1 Date: Wednesday, May 10, 2017
This Addendum No. 1. dated May 10. 2017. is being issued is in reference to all questions submitted by the
deadline on Monday, May 08. 2017. for|FB No. 17'012 on Grounds Maintenance Services oaoutlined below:
Question No. 1: What iethe anticipated start date ofthe contract?
Answer, The anticipated start date for the grounds maintenance contract is July 22, 2017,
Question No. 2: How are quadrants divided? .
Answer: The quadrants are divided beginning at IH35 and Hwy 79 (Sam Bass Rd.),which would be the start of
the Northeast Quandrant.1.
Question No. 3: ( wanted to know if| didn't attend the pre-bid meeting/conference am | still able to bid on it?
Answer: Yes. Attendance atthe pre-bid conference was recommended but not mandatory.
Question No. 4: Will | eUU have to register omo vender to bid onaowell?
An If you plansubmitting bid, the City recommends that you register with the City's Vendor Database
at:
Question No. 5: | unexpectedly missed the pre-bid conference. Will the City behaving another meeting?
Answer: No.
Question No. 8: If I missed the pre-bid conference, is there an opportunity to meet and be brought up to speed?
Answer: The City will not bescheduling any additional meetings. Please refer hathe City website for posting of
addendum(s) regarding answers buall questions submitted bythe deadline ofMonday, May G. 3017. @ 5:00 p.m.
at
Question No. 7: In reference to the |FB document, Part U|, Section G. AVVARD, on page 16 of 31, the paragraph
abates the City can either award it all to a single company or split up the avverdn, but it doesn't indicate if we must
bid all quadrants. Can we bid individual quadrants o;is it an all or nothing contract?
Answer: |tiothe Cdv� intent toaward acontract for grounds maintenance nen/ioestothe lowest responsible and
responsive single bidder that has completed all bid line items and can service all quadrants per the specifications.
Page I
Exhibit YA"
_
CITY OFROUND ROCK
UPB NO. 17-012
GROUNDS MAINTENANCE SERVICES
(CONTINUED)
|FBNo. 17-012 Addendum Wo. 1 Date: Wednesday, May 10.2017
Question No. 8: The bid coUa for oyn|a to be every 14 days but ! haven't found anywhere that indicates the
months these cycles are to take place, no [m assuming the City is looking for every other week every month. The
cycles,bid calls for 24 but the issue is that 24 cycles will not get you every 14 days for an entire year, it'll bake 26
2 k /52 k 2�cycles) accomplish �d24nyc|p� youwiUrunoutoytripabefure
cyn|eo<14�aym= weeks weeks— oyoom onn#mps . .
December, therefore the City would have to skip two weeks of mowing services
Does the City require grounds maintenance services based on 2Gcycles oris24 cycles maspecified in dhe \F8
document correct?
Answer'
The City andoipo1eothat there vviUbeperiods that the Cib/ may not need cycles pe�ormodamfneguenUy
either inodrought period orduring the winter weather months. The question also states the City would run out of
trips in Decembe,, which is not correct oo this contract will not coincide with o calendar year. Thenafona, for the
purposes of this |FB for grounds maintenance snmines, the specification of 24 cycles stands as stated in the }F8
document, Please be advised that in accordance with Port \|. Section 5.5 stotes, the city reserves the right to
modify the maintenance cycles atany time.
Question No. 8: Attachment Bdoes not show pictures for the transportation enoaa. It's only showing pictures of
the parks and recreations sites. Does the City have pictures ofthe sites for the transportation areas?
Answer: The City does not have pictures ofthe transportation sites. The streets listed have"to and from" points
and all the right of way in these areas would be maintained except for those areas that are maintained by
residents, HOA'wnrprivate companies.
Question No. 10: What is the difference between quadrant 1,2,3,4 I'm having a little trouble understanding what
that means?
Answer: The city is divided into 4 quadrants using IH35 and HWY 79 as its intersecting points. Starting North of
7Qand east of|H35isquadrant 1 going inaclockwise motion.
Approved by: � Oota� "-' '/
Michael Sohunwon. CTPYN. CPPB
Purchaser
By the signatures affixed below this addendum is hereby4nc p rated into and made a part of the above
referenced solicitation.
J, Lee
Vendor uthoriz re
RETURN ONE COPY SIGNED COPY OF THIS AD NDUM TO THE PURCHASING OFFICE WITH YOUR
SEALED PROPOSAL. FAILURE TO DO SO MAY AU MATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD`
pnQo 2
Exhibit Y� '� ��
����00����� z��
CERTIFICATE OF INTERESTED PARTIES FORM 1295
loft
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. 2017-235394
Yellowstone Landscape
Houston,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 07/12/2017
being filed.
City of Round Rock Date Acknowledged:
3 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.
17-012
Grounds Maintenance Services
4
Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling I Intermediary
5 Check only if there is NO Interested Party.
X
6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct.
�` ` ''•• MARGARET J.ELLIS
My Notary ID#379860
�•,,,o,;�,,.
Expires April 171 2020
Signature of authorized ag nt of ontracting business entity
AFFIX NOTARY STAMP/SEAL ABOVE
Sworn to and subscribed before me,by the said C 1lJ/, �J ( Y this the 13 day of
20 ) 7 _,to certify which,witness my hand and seal of office.
_I //s C l-
S" natur of officer ad i ring oath Printed name of officer administering oath trid of officer administerin6 oath
Formg provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
10f1
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. 2017-235394
Yellowstone Landscape
Houston,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 07/12/2017
being filed.
City of Round Rock Date Acknowledged:
07/20/2017
3 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.
17-012
Grounds Maintenance Services
Nature of interest
4
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling I Intermediary
5 Check only if there is NO Interested Party. ❑
X
6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct.
Signature of authorized agent of contracting business entity
AFFIX NOTARY STAMP/SEAL ABOVE
Sworn to and subscribed before me,by the said this the day of
20 ,to certify which,witness my hand and seal of office.
Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883