R-2014-1405 - 5/8/2014RESOLUTION NO. R-2014-1405
WHEREAS, the City of Round Rock has duly advertised for bids for grounds maintenance
services, and
WHEREAS, Heart of Texas Landscape and Irrigation Co., Inc. has submitted the lowest
responsible bid, and
WHEREAS, the City Council wishes to accept the bid of Heart of Texas Landscape and
Irrigation Co., Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Grounds Maintenance Services with Heart of Texas Landscape and Irrigation Co., Inc.,
a copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 8th day of May, 2014.
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
SARA L. WHITE, City Clerk
0112 1404, 00297680
CEXHIBIT
l
„„A„A»
CITY OF ROUND ROCK AGREEMENT FOR
GROUNDS MAINTENANCE SERVICES WITH
HEART OF TEXAS LANDSCAPE AND IRRIGATION CO., INC.
THE STATE OF TEXAS
CITY OF ROUND ROCK
COUNTY OF WILLIAMSON
COUNTY OF TRAVIS
KNOW ALL BY THESE PRESENTS:
THAT THIS AGREEMENT for ground maintenance services, and for related goods and
services, (referred to herein as the "Agreement"), is made and entered into on this the day
of the month of , 2014 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 "City"), and HEART OF TEXAS LANDSCAPE &
IRRIGATION CO., INC., whose offices are located at P.O. Box 1236 Belton, TX 76513
(referred to herein as "Services Provider").
RECITALS:
WHEREAS, City desires to purchase grounds maintenance services, and to purchase
related goods and 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
Solicitation Number 14-011 dated February 2014, Addendum No. 1 dated March 4, 2014, and
Addendum No. 2 dated March 10, 2014 (collectively "IFB"); (b) Services Provider's Response to
IFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any
0029664 ! /ss2
inconsistencies or conflicts in the contract documents shall be resolved by giving preference in
the following order:
(I) This Agreement;
(2) Services Provider's Response to IFB;
(3) City's 1FB, addendums, 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 thirty-six (36) months from the effective
date hereof. After that term, this Agreement may be renewed for two (2) successive twelve-
month periods, under the same terms and conditions, only upon the express written agreement of
both parties, and only provided that the Services Provider has performed each and every
contractual obligation specified in this Agreement.
C. Prices shall be firm for the duration of this Agreement and for any renewal
periods. 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 1FB 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 1FB 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 14-011 dated February 2014, Addendum No. 1 dated March 4,
2014, and Addendum No. 2 dated March 10, 2014). Services Provider has issued its response
agreeing to provide all such required services in all specified particulars. All suchreferenced
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
Bid costs listed on the Bid Sheet, page fifteen (15) of Exhibit "A," in the amount of Twenty -
Four Thousand One Hundred Sixty -Seven and 34/100 Dollars (524,167.34) per year, shall be
the basis of any charges collected by the Services Provider.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Services Provider;
3
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
governmental functions and services, including but not limited to purchasing functions, 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 services
provider(s) and the City. Such agreement shall be conclusively inferred for the services
providers from lack of exception to this clause in the services 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,
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
4
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 as stated in the attached IFB,
including all attachments and exhibits thereto, and Services Provider's bid response.
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Randy Gordon
Parks and Recreation Department
City of Round Rock
5
301 West Bagdad Street, Suite 250
Round Rock, Texas 78664
512-341-3340
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;
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.
6
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.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
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.
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.
7
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 mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Services Provider:
Heart of Texas Landscape and Irrigation Co., Inc.
Attn: Dustin Finch
P.O. Box 1236
Belton, TX 76513
Notice to City:
Steve Norwood, City Manager
221 East Main Street AND TO:
Round Rock, TX 78664
Stephan L. Sheets, City Attorney
309 East Main Street
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.
8
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.
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 shalt 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.
9
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of Round Rock, Texas Heart of Texas Landscape
and Irrigation Co., Inc.
By: By:
Printed Name: Printed Name: Fi ✓x.,'
Title: Title: I ref-- vnc "3'1 eft."
Date Signed: Date Signed: ,--)/s c/is.f
11)
Attest:
By:
Sara L. White, City Clerk
For City, Approved as to Form:
By:
Stephan L. Sheets, City Attorney
I0
ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
GROUNDS MAINTENANCE SERVICES
SOLICITATION NUMBER 14-011
February 2014
EXHIBIT
«A„
Grounds Maintenance Services
IFR Solicitation No. 14-011
Class/Item: 988-361988-75
February 2014
CITY OF ROUND ROCK
INVITATION FOR SOLICITATION NUMBER 14-011
GROUNDS MAINTENANCE SERVICES
PART I
GENERAL
1. PURPOSE: The City seeks to establish a multiple year contract with a qualified person, firm or corporation, herein
after "Respondent', to provide full, turnkey services inclusive of necessary equipment and labor to maintain grounds
on various City park properties, herein after "Services". 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). City park properties shall be clearly identified within this solicitation and herein referred to as "Project
Areas". Project Areas are identified in ATTACHMENT D1 — D11.
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
http://www.roundrocktexas.qovibids.
3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance
Requirements as identified on the City's website at http://www.roundrocktexas.gov/bids.
4. CLARIFICATION: For questions or clarification of specifications, you may contact:
Mike Schurwon, CPPB, CPTM
Purchaser
Purchasing Department
City of Round Rock
Telephone: 512-218-6682
mschurwon1 roundrocktexas.gov
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 Division.
5. QUALIFICATIONS: The opening of a response shall not be construed as the City's acceptance of such as qualified
and responsive. All Respondents shall:
5.1. Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity
or provision of the services as specified herein.
5.2. Have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the
City.
5.3. Identify any subcontractors to be used for this project. Experience, qualifications and references of the
subcontractors shall be submitted with solicitation documents. The City reserves the right to approve or
disapprove all subcontractors, prior to any work being performed.
5.4. Respondent shall possess ground maintenance experience; which includes manicured grass, shrubs, planting
beds and tree maintenance.
EXHIBIT
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/item: 988-361988-75
February 2014
5.5. Provide the name, address, telephone number and e-mail of at least three (3) firms applicable to Municipal
and/or Government projects that have utilized similar services of size and scope in the past (two) 2 years
(Attachment A). 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.
6. BEST VALUE EVALUATION AND CRITERIA: All responses received may be evaluated based on the best value
for the City. In determining best value, the City may consider:
6.1. Purchase price;
6.2. Reputation of Respondent and of Respondent's goods or services;
6.3. Quality of the Respondent's goods or services;
6.4. The extent to which the goods or services meet the City's needs;
6.5. Respondent's past relationship with the City;
6.6. The total Tong -term cost to the City to acquire the Respondent's goods or services;
6.7. Any relevant criteria specifically listed in the solicitation.
7. AGREEMENT TERM: It is the City's intent to structure the agreement as follows:
7.1. The initial term of the resulting agreement shall be three (3) consecutive twelve (12) month periods from the
effective award date. The agreement may be renewed for two (2) additional periods of time, not to exceed
twelve (12) months each, provided both parties agree in writing.
7.2. The City reserves the right to review the respondents' performance at any time and terminate all or part of the
agreement, with or without cause or continue the agreement through the next period.
7.3. If the respondent fails to perform its duties in a reasonable and competent manner, the City shall give 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.
8. AWARD: The City reserves the right to accept or reject all or part of a response, waive minor technicalities and
award the response to best serve the interests of the City. Split awards or non -award may be made 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
http://www.roundrocktexas.qovibids.
9. ACCEPTANCE: Inspection and acceptance of Services should not take more than five (5) working days from
completion of said Services. The vendor will be notified within this time frame if the Services are in full compliance
with the specifications. If the agreement is canceled for non-acceptance, the Services may be purchased elsewhere
and the vendor may be charged full increase, if any, in cost and handling.
10. ORDER QUANTITY: The quantities shown on the Solicitation form are estimates only. No guarantee of any
minimum or maximum purchase quantity is made or implied. The City will only order the quantity of services needed
to fulfill requirements, which may be more or less than indicated.
11. 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:
•
EXHIBIT
„A»
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
11.1. 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
11.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment
with Federal Funds; or
11.3. There 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
11.4. 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.
12. 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 terminate by not providing a renewal
contract or by providing the Vendor written notice of termination at the end of its then current fiscal year.
13. CANCELLATION: The City reserves the right to cancel the Agreement without penalty by providing 30 days prior
written notice to the Vendor. Vendor shall provide the City with 120 days written notice prior to cancellation of the
Agreement and shall continue services for a period of time not to exceed 120 days after written notification.
Termination under this paragraph shall not relieve the Vendor of any obligation or liability that has occurred prior to
cancellation. NOTE: This Agreement is subject to cancellation, without penalty, at any time the City deems the
vendor to be non-compliant with contractual obligations.
14. DAMAGE: The successful Respondent shall be responsible for damage to the City's equipment and/or property,
the workplace and its contents by its work, negligence in work, its personnel and equipment. The Vendor shall be
responsible and liable for the safety; injury and health of its working personnel white its employees are performing
service work.
15. ENVIRONMENT: It is the intent of the City to purchase goods and services having the least adverse environmental
impact, within the constraints of statutory purchasing requirements, departmental needs, availability, and sound
economic considerations. Suggested changes and environmental enhancements for possible inclusion in future
revisions of this specification are encouraged.
EXHIBIT
„A»
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
PART II
SCHEDULE
1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline:
1.1. Solicitation released
1.2. Pre -Bid Solicitation Meeting & Site Visit (Non -Mandatory)
1.3. Deadline for questions
1.4. City responses to all questions or addendums
1.5. Deadline for Responses
February 26, 2014
March 5, 2014, 10:00 AM, C.S.T.
March 7, 2014
March 10, 2014
March 14, 2014, 3:00 PM, C.S.T.
The City reserves the right to modify these dates. Notice of date change will be posted to the City website.
All questions regarding the solicitation shall be submitted in writing by Friday, March 7, 2014, at 5:00 PM (CST) to
Mike Schurwon, CPPB, CTPM, Purchaser; City of Round Rock by e-mail: mschurwonaroundrocktexas.gov on
the date noted above. The City shall provide answers to all questions by Monday, March 10, 2014, at 5:00 p.m.
(CST). The City shall not be responsible for failure of electronic equipment of operator error.
A copy of all the questions submitted and the City's response to the questions shall be posted the City of Round
Rock webpage, http:/lwww.roundrocktexas.gov/bids.
2. PRE-BID SOLICITATION MEETING AND SITE VISITS: The City will conduct a pre-bid solicitation meeting for all
interested Respondents to ask questions concerning the solicitation.
2.1. Meeting date, time and location:
Wednesday, March 5, 2014 at 10:00 AM
City of Round Rock
Parks & Recreation Department, 2nd Floor Conference Room
301 W. Bagdad, Suite 250
Round Rock, Texas 78664
2.2. The City strongly recommends attendance at the pre-bid solicitation meeting; however, the meeting is non-
mandatory. Respondents shall sign -in at the meeting to document their attendance.
2.3. Respondents are required to provide their own transportation to the meeting.
2.4. Additionally, it is the responsibility of the Respondent to inspect each Project Area in their own time to
familiarize themselves with the conditions, difficulties and restrictions of each.
2.4.1. Respondents are responsible for evaluating the quantities and amounts of required supplies, taking
precise measurements, determining material requirements and any other related details during said
inspection.
2.4.2. The act of submitting a response shall be considered acknowledgement by the Respondent that they
have inspected the Project Areas, taken field measurements and are familiar with the conditions and
requirements affecting the work.
2.4.3. Failure to do so will not relieve the successful Respondent of the obligation to furnish all materials
and labor necessary to carry out the provisions contained herein.
EXHIBIT
„A„
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
3. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM, Friday, March 14, 2014, as
noted above to the Purchasing Department. Mail or carry sealed responses to:
City of Round Rock
Purchasing Department
Attention: Mike Schurwon
221 E. Main Street
Round Rock, Texas 78664-5299
Grounds Maintenance Services
IFB Number 14-011
Deadline: March 14, 2014, 3:00 pm
"DO NOT OPEN"
3.1. Responses received after this time and date shall not be considered.
3.2. Sealed responses shalt be clearly marked on the outside of packaging with the Solicitation title, number, due
date and "DO NOT OPEN".
3.3. Facsimile or electronically transmitted responses are not acceptable.
3.4. Late responses will be returned to Respondent unopened if return address is provided.
4. RESPONSE REQUIREMENTS: Respondent shall submit one (1) executed (signed) "Original" and three (3) copies
of the bid response. Completed documentation shall include, at a minimum:
4.1. Itemized and signed solicitation document. Failure to itemize solicitation may result in disqualification.
4.2. ATTACHMENT A: Reference sheet that shall include the name, address, active telephone number and valid
e-mail of at least three (3) firms applicable to Municipal and Government projects that have utilized similar
services in the last two (2) years.
4.3. ATTACHMENT B: List of three (3) currently maintained sites to include the site address, client name,
address, active telephone number and valid e-mail. The City may visit these sites and speak to these clients
prior to making a selection.
4.4. ATTACHMENT C: Provide completed Respondent Questionnaire and Equipment List herein attached and
made a part of this solicitation.
4.5. Photos of front, back and sides of intended Service truck(s).
4.6. Identification of subcontractors that will be involved in the performance of the Services.
5. POST AWARD MEETING: The City and Respondent shall conduct a post award meeting to discuss, but not limited
to the following:
5.1. City contact(s) information for implementation of agreement.
5.2. Agreement terms and conditions.
5.3. Performance Measures
EXHIBIT
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-361988-75
February 2014
PART III
SPECIFICATIONS
1. SCOPE OF WORK: Services shall be inclusive of necessary equipment and labor to maintain grounds at various
Project Areas. Services shall include, but not be limited to mowing, edging and trimming, raking, removing and
disposing of litter (as needed) within the specified time period(s). The City of Round Rock's goal is to maintain and
establish a respectable appearance to Project Areas, so that it discourages dumping and other undesirable
activities. A listing of the Project Areas to be maintained and the corresponding maps are herein as ATTACHMENT
D1 — D11 and 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) Project 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
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.
EXHIBIT
IIA„
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-361988-75
February 2014
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. Alt 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 alt Project Areas assigned in the time allotted for each. Work
started within a Project Area shall be completed in consecutive days, per the schedule in the Work Authorization.
5.1. It is anticipated that the mowing season will run eight months per calendar year and will begin March 1s` and
end by November 30Ih.
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 Project
Area shall be completed. A typical maintenance cycle for Project 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:
PROJECT 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 Production Rate Goal as 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 Project 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 Project 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 Project Areas shall be maintained as follows:
6.1. Trimming shall mean the cutting or removal of all plant material immediately adjacent to or under Project 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 3-4 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.
EXHIBIT
Grounds Maintenance Services
IFS Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
6.1.6. Chemical Trimming shall refer to the use of herbicide as an altemative 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 shalt 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
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 of 3-4 inches.
7.2. Project 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.
7.3. No scalping shall occur. Scalping shall mean any action resulting in the mowing of any turf area below a
three-inch (3") height down to and including the soil.
7.4. 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.
7.5. 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.
7.6. 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
EXHIBIT
ItA„
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
height of 3"- 4". If an area is maintained by a homeowner, the successful Respondent shall not mow that
area.
7.7. 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 Project 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 Project 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, Project 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 Project 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 Project Area after services are performed.
10. FERTILIZERS: No fertilizers are required within this scope of work.
11. DAMAGE: Damage caused to City or private property as a result of performance of Services shall be remedied at
the expense of the successful Respondent.
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 Project Areas. Observed tree damage or
damage to properties, structures and utilities shall be documented to the City prior to beginning any Services.
Project 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 Project Areas so that there shall be no damage or utilities service Toss.
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.
r
EXHIBIT
•
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 98&75
February 2014
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 ft. 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 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.
WORK AUTHORIZATION, INSPECTION OF WORK AND WORK RECORD SUMMARY:
16.1. A Work Authorization shall be issued from the City as notification to begin Services in a designated Project
Area. The Work Authorization shall;
16.1.1. Be issued before work is to begin in the specified Project Area and shall follow the schedule of
maintenance cycles as closely as possible.
16.1.2. Consist of a written list of Project Area's designated for Services.
16.1.3. 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.
16.1.4. It shall be mandatory that all Work Authorizations be completed after the end of each cycle, before
another Work Authorization may be issued. Failure to obtain Work Authorization prior to beginning
Services for the next cycle may be considered a breach of contract by and grounds for termination
of Agreement by the City.
16.2. 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.
16.3. 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.
EXHIBIT
„A„
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 1988-75
February 2014
16.4. The City hereby designates the following representative(s) authorized to act in its behalf with regard to all
inspections, re -inspections, work authorization and work record summaries as follows:
Mr. Kenneth Goldwire
Superintendent - Parks & Recreation Department
City of Round Rock
301 W. Bagdad, Suite 250
Round Rock, TX 78664
Telephone: (512) 341-3348
E-mail: kdoldwire(a�roundrocktexas.gov
EXHIBIT
„A„
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK PURCHASING DEPARTMENT
221 E. Main Street
Round Rock, Texas 78664-5299
Responses are due to the Purchasing Department
at the above address by 3:00 PM, March 14, 2014.
Show solicitation opening date & solicitation number in lower left
hand corner of sealed response envelope with return address of
responding firm.
Facsimile responses shalt not be accepted
INVOICE TO:
CITY OF ROUND ROCK
ACCOUNTS PAYABLE
221 EAST MAIN STREET
ROUND ROCK, TEXAS 78664-5299
Respond F.O.B. Destination, Freight prepaid and allowed unless
otherwise specified below
DESTINATION:
CITY OF ROUND ROCK
VARIOUS LOCATIONS
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 laws of this
State, codified In Section 15.01 et 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 line of business."
Solicitation Information:
Ground Maintenance Services
Solicitation Number
Opening Date:
Opening Time:
Response Location:
221 E. Main Street
Purchasing Department
Round Rock, TX 78664
14-011
March 14, 2014
3:00 PM
Return evident signed one (1) original and three (3) copies or
Respondent shall sign below
Failure to sign response will disqualify response
CPA
Authorized Signature
` u:yi-• 1- ft'n(.!,
Print Name
33// /
ate
RESPONDENT INFORMATION
TAX ID NO.: 7L( -. Z,61, 33 ft;
LEGAL BUSINESS NAME: ji,ert,dLorr-e K/)- (.4 h c 5 Gy Pt' �f .
ADDRESS: Po Hoy. / 2,,,j Le &, / 4O„1 , 71C 7(c S l 3
CONTACT1.1). 4,;(1/ t r ''r -1 —
TELEPHONE NO: „25-74 /3 I 3 S . o
BUSINESS ENTITY TYPE: 5 c0/24, 04_ L9-/, Liu...)
E-MAIL:D(1 S 4-• .-. 6740 )- / 4 is, c,1 s e riy, e - e P•'YI
Respondent agrees to comply with alt conditions set forth in this solicitation.
ITEMIZED
BID SHEET
FOLLOWS
EXHIBIT
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/item: 988-36 1988-75
February 2014
SOLICITATION INSTRUCTIONS
ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF SOLICITATION
ANY EXCEPTIONS THERETO MUST BE IN WRITING
1. SOLICITATION REQUIREMENTS:
1.1 Responding requires pricing per unit shown and extensions. O trade discount is shown on solicitation. it should be deducted and net line extensions shown.
Respondents guarantees product offered will meet or exceed speuTlcations identified in this Invitation for Bid (IFB).
1.2 Solicitations shall be submitted on Solicitation Sheet. Each response shall be placed in a separate envelope completely and properly identified. Responses must be in
the Purchasing Department before the heir and date specified on the solicitation.
1.3 Late responses property identified will be returned to respondent unopened. Late responses will not be considered.
1.4 Respond F.O.B. destinaton, freight, prepaid, 8 allowed unless otherwise specified on the solicitation. If otherwise, show exact cost to deriver.
1.5 Response shall show unit price on quantity and unit of measure specified, extension and show total. In case of errors in extension, unit prices shall govern. Responses
subject to unlimited price increase will not be considered.
1.6 Submitted prices shall be firm for acceptance 30 days from solicitation opening date. "Discount from List' responses are not acceptance unless requested. Cash
discount win not be considered in determining the low response. Al cash discounts offered will be taken if earned.
1.7 Responses shall give Tax Identification Number, full name and address of respondent. Faure to sign will disquarlfy response. Person signing response shall show idle
and authority to bind signatories firm in an agreement. Firm name should appear on each page in the block provided in the upper right comer. Business Entity shall be
one (1) ofthe following: Individual, Partnership, Sole Proprietorship, Estate/Trust, Corporation, Governmental. Non-profit. all others shall be specified. INDIVIDUAL: List
name and number as shown on Social Security Card. SOLE PROPRIETORSHIP: List legal name followed by legal business name and Social Security Number. ALL
OTHERS: List legal name of entity and Tax Identification Number (TIN).
1.8 Responses cannot be altered or amended atter opening time. Any Alterations made before opening time shalt be initialed by respondent or an authorized agent. No
response can be withdrawn after opening time without approval of the CITY based on a written acceptable reason.
1.9 The City is exempt from State Sales Tax and Federal Excise Tax. Do not include tax in response.
1.10 The City reserves the right to accept or reject all or any part of response, waive minor technicalities and award the response to best serve the Interests of the City. Split
awards may be made at the sole discretion of the City.
1.11 Consistent and continued tie responses could cause rejection of responses by the City and/or Investigation for antitrust violations.
1.12 Telephone, facsimile, and electronically transmitted responses are not acceptable In response to the solicitation.
1.13 CAUTION: Solicitation invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for responses received late, i:legible,
incomplete, or otherwise non-responsive.
2. SPECIFICATION:
2.1 Any catalog, brand name or manufacturer's reference used in the solicitation is descriptive only (not restrictive), and is used to indicate type and quality desired.
Responses on brands of like nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Govemment Code. If
other than brand(s) specified is offered. diusbations and complete description of product offered are requested to be made a part of the response. If respondent takes
no exceptions to specifications or reference data in response, respondentwiti be required to furnish brand names, numbers, etc., as specified in the solicitation.
2.2 An items on the solcitation shall be new, in first class condition, including containers suitable for shipment and storage, unless otherwise indicated in the solicitation.
Verbal agreements to the contrary will not be recognized.
2.3 Samples, when requested, must be furnished free of expense to the City. If not destroyed in examination, they will be returned to the respondent, on request, at
respondent expense. Each example should be marked with respondents' name and address, Cty solicitation number and code. Do not enclose In or attach to response.
2.4 The City oil not be bound by any oral statement or representation contrary to the written specifications of the solicitation.
2.5 Manufacturer's standard warranty shall apply unless othetwise stated in the solicitation.
3. TIE RESPONSES: In case of tie responses, the award will be made in accordance with Section 271.901 of the Texas Local Government Code.
4. DELIVERY:
4.1 Response shall show number of days required to place material in City's designated location under normal conditions. Failure to state deliver time obligates respondent
to complete delivery in fourteen (14) calendar days. Unrealistically shod or long delivery promises may cause response to be disregarded. Consistent failure to meet
delivery promises without valid reason may cause removal from Vendor list. (See 4.2 following.)
4.2 If delay is foreseen, Vendor shall give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Vendor shall keep the City advised
at all times of status of order. Default in promised delivery (without acceptable reasons) or failure to meet specifications, authorizes the City to purchase supplies
elsewhere and charge hill increase, if any, in cost and handling to defaulting Vendor.
4.3 No substitutions or cancellations permitted without written approval of the City.
4.4 Delivery shall be made during normal working hours only, unless prior approval for late delivery has been obtained from the City, unless otherwise specified m the
solicitation.
5. INSPECTION AND TESTS: All goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have
access to any supplier's place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the response or on samples taken
front regular shipments. If the products tested fail to meet or exceed all conditions and requirements of the specifications, the cost of the sample used and the cost of the
testing shaft be bome by Ute supplier. Goods, which have been delivered and rejected in whole or in part, may, at the City's option, be retumed to the Vendor or held for
disposition at Vendor's risk and expense. Latent defects may result in revocation of acceptance.
6. AWARD OF AGREEMENT: A response to a solicitation is an offer to contract with the City based upon the terms, conditions, and specifications contained in the solicitation.
Responses do not become agreements or purchase orders unless and until they are accepted by the City through its designates and an agreement or a purchase order is
issued. The agreement or purchase order shaft be governed, construed, and interpreted under the Charter of the City and the laws of State of Texas. Ali agreements or
purchase orders are subject to the approval of the City Council or Manager.
7. PAYMENT: Vendor shall submit three (3) copies of an invoice showing the agreement or purchase order number on all copies.
e. PATENTS AND COPYRIGHTS: The Respondent agrees to protect the City from dawns involving infringements of patents or copyrights.
9. RESPONDENT ASSIGNMENTS: Respondent hereby assigns to the purchaser any and al claims for overcharges associated with this agreement, which arise under the
antitrust laws of the State of Texas. TX, Bus. And Comm. Code Ann. Sec. 15.01, et seq. (1967).
10. RESPONDENT AFFIRMATION:
10.1 Signing the response with a false statement is a material breach of agreement and shag void the submitted response or any resulting agreements, and the Respondent
shag be removed from a1 Vendor lists. By signature hereon affixed, the respondent hereby certifies that
10.2 The respondent has not given, offered to give, nor intends to give any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount
tip, favor, or service to a public servant in connection with the submitted response.
10.3 The respondent is not currently delinquent in the payment of any debt owed the City.
10.4 Neither the respondent nor the firm, corporation, partnership, or any entity represented by the respondent, or anyone acting for such firm, corporation, or entity has
violated the antitrust laws of this State codified in Section 15.01 et. Seq. Texas Business and Commercial Code, or the Federal Antitrust Laws, nor communicated directly
or indirectly the response made to any competitor, or any other person engaged in such tine of business.
10.5 The respondent has not received compensation for participation in the preparation of the specification for the solicitation.
11. NOTE TO RESPONDENTS: Any terms and conditions attached to response will not be considered unless the respondent specifically references them on the front of the
response form. WARNING: Such terms and conditions may result in disqualification of the response (e.g. responses with the laws of a state other than Texas requirements for
prepayment, Limitations on remedies, etc.) The City of Round Rock can only accept responses which contain all the terms and conditions of its formal solicitation; in particular,
all respondents' affirmations and certifications must be included. Submission of responses on forms other than City's form may result in disqualification of your response.
12. INQUIRIES: Inquiries pertaining to Solicitation Invitations must ning date.
EXHIBIT
J
at
H
r�r N
N C
n.
o
M s�
0 v
u a .N M
O ei
Z O
a c V
O _ a
W� V)
00 j
LI 11) 44 L
LL 9 V
m)
ar
u C
(6
=
c
00
2
.g
C
3
2
w
as .x
O 110 0
• V
A. u c
a
r4 o
C 0
• or
N
Mj
0
N
t
N
N
N
N
Project Areas - Group #1
a
as c
at 0
a` °+
0
)n
w
N
.9
H
H
F. a
u "
d
ti)
19 -
CC
00
4
N
O
co
a
O
N
M
N
M
N
M
C
0
co
O
03
H
O
d
T
CN -1
N
N
H
N
H
N
N
0
F9
at
tg
0
m
a
a
D.
to
J
m
a
Z
102
C
3
a
m
J'
o'
.0
.0
.0
00
0
0
0
O
.0
rn
z
:7:
0
rn
„R
0
e
0
c
00
a
1.7
o•
a
0
-0
2
N.
M
F
to
0
0
2
.
• 0. Q
M
s
h
rel
E
2
a
0f
c
J
a
0
.3
0
0
E
0
se
a.
.q
a
m
a
v
a
# dew .i N M a
btOZ
Project Areas - Group #2
dx
G.
4a 0
a u u
c
v -or 0
CO N V
C 0+
J
a
Crl
H
44
h
N
t,1
N
M
"i
t
K
N
1
h
44
iJC
an
N
M
cc)
:3-
1,4$ 1,4$
44
4)
to
9
N
▪ c
tu
▪ a
u
ONO.
to
N
M
N
1`
N
N
0
O
03
001.
01
44
co
ai
m
M
m
ul
m
r/1
a
.•1
N
}
CD
H
co
CO
N
CO
N
N
CO
N
0
d
0.
•
a
i
a
f
0
L
01
0
Z
01
0
J
0
0110tL
to
J
m
.2 .2
m
in
G
00
-0
J
0
•.a
D.
0,
00
0
J
Park Address
0
Q
If>
N
t-
0
z
N
L
U
d
0
n
0.
0
E
C
H
n
1n
44
tJ
10
!r1
O
0
m
to
Bradford Park
0
.G
0
a
0
o,
-E
a
c
H
0
t
co
.0.0
.0
a
a
00
0
a
0
to
E
To'
a
3
a
a
clink% ibitof + G
VLOZ
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 /988-75
February 2014
ATTACHMENT A
RESPONDENT'S REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: It - of
RESPONDENT'S NAME: 14 e4 /1-7 1"
DATE: 37
Provide the name, address, telephone number and point of contact of at Least three (3) firms applicable to
Municipal and/or Government projects that have utilized similar service for at least 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 solicitation.
1. Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
toes t: Iry I l , r.1 (tL n j2rJ 1 o, I P'4 -4-1c.
,rzy e r 5
�rr(LJG- ,'vi > ,91-7Cn-
b fes r-ij 1 t -e r. (1r'-4)
.." 3eos_ (i-- (75
City, State, Zip Code
Telephone Number
2. Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
3. Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
Let: ft 7fi q
( 612- ) (o i (_ .214e4 Fax Number: () C71/3
/130
iJ€ i YL0r.� i nd/
4)14 a- Plnc CO.15i-2i.4LPZ.Us34N
3 2-10 E:14 -Si /a J4• / €1c1 C
�fwy /t, 1% % Ir 50
) q i3 - kr) '/ Fax Number:
tars ! 600,, b� .e'..,
:3-Ok'l r1y L';-.6 I.)e f 1t,C.4.1n P.--4,10 t, 041A
30 1 wpS I 10CAO ii i
c`fi--'nI 7tsl3
0-94) C 3:3 - 5 3.5-3 Fax Number. (,)52-/ ) l'33•. 6.3.51/
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
EXHIBIT
„A„
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 /988-75
February 2014
ATTACHMENT B
CURENTLY MAINTAINED SITES
For Solicitation #14-011
j }} Grounds Maintenance Services
Name of Respondent: i7 4hi7l O'rTe)cr}"S £.. YT 01
9-5t-illo
CilenterxtCantsetPiAre
1-r,rr" c 10V.
Address otShe -
1
Telephone
E-iSlylkddreu
4301 • 6ent?j2.144.- ,13rcr c.e.iij,+.l•-/13-?tico
AP -24;i 13 g 4-k. 4-/4
Gf*_Y.>ia;• thh/}4-1f-4'6
Fe o-vo 1 ?r 7x aS-i
(T4 o Ft • Gvvn
..iyim
ClIentandCerstacttime
-G =%l...)tA, s
Addre.sstrMte . -
' ( o 1 .5 .31 5 k -
- Telephone
EtNIrtddress`
I -kr, pr 4-41 1
,:r51-/'724/
- U
i'h#-r_ti ASc-o• e26,
re 14e : 7v 7L13
1N-et.�a5. •F ei<
a!emend Contact Hare
Address of Stu
Idea ene
C.hlailAddress
(.1in. 1+Pi
qcoCraccie. St-
j41-1-14j=51&L12
1)i2• ILstrt.iii 0' 1Lfkrt.
gP 14 -on . 7567 10S-7,3
EXHIBIT
„A»
Grounds Maintenance Services
IFS Solicitation No. 14.011
Classlttem: 988-361988-75
February 2014
ATTACHMENT C
Respondent Questionnaire and Equipment List
Grounds Maintenance Services
Name of Respondent: 1-4 4.x..4 Te - )6+1 t t nct s1-n.pt."
-! .257/.93/ _3 s"2.o
Contact Name: h . 6� E-mail/Phone:61 u 6140+I4 rt elst.rV•t £'"r1'
Date Business Founded: )11011.: 14 I, 17 i:3 j Number of Full Time Employees: ii 5
Company -wide Daily Production Rate: /6::2)
COMPANY'S TOTAL MONTHLY ACREAGE MAINTAINED = 30 DAYS = DAILY PRODUCTION RATE
List all equipment to be used for specified Project Areas List of equipment should include year,
model, make and number of hours on all equipment to be used. The City has the right to inspect
all equipment, with adequate notice to the Respondent, dedicated for use on this project prior to
award of the bid. During inspection, the bidder shall have all equipment that is dedicated to the
project on hand or have original receipt of purchase or lease to show ownership.
sal
Type of Equipment,: Year
mot,J.eeLt 124
lvt o,:u-tA.l 11-ic�rr
vkz,L.L/eAti Ufa 2
rL f7 -f/Li.net vs -Zit.
liAt k.. PAc.tr. 5/0.0 tai.
got
20/3
13
!- jCrniML/c,
7z r<
375-0
Sit ni 2-f3Z
9v1
cLc
P& 77o11
NOTE: If required, attach another page for type of equipment.
EXHIBIT
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
ATTACHMENT D
PARKS AND RECREATION: PARKS MOWING LIST 2014
(D1 — D11 — Double Click to Access Complete Mowing List)
Parks and Recreation_ Parks Mowing List 2014
1. Drinkard's Landing 32 Acres
Behind CVS (Georgetown & 79)
2_\5 Parks\RandyG\MyOocwnents\Winword\Contracts\Cont act-Mowing-2011.-2014\Mowing-Maps-2014-doc
EXHIBIT
!,A»
t.
s
' a rY f r ; 1.e,t �-. 2.�• t� 'r�,"s
,�v. ' t'r � � trtht f l >t'l+e a f•/`otr 1•T�
r r ft rr=:r t t c t4 7i f r 7t'�.
_ �+ }�{ z fS+; .'• � It ry r J i,r f1'' $w:�tixa-��; j? � �'
s r .�.. c a lsr•w+ ,, s.•
it 1 {Y Fy frP 6ti�.t�fr•� K � h
N
_r � t// E��r!1 t-.r:Y r .1 i�.; •. �'4t fj.:�
W
r � n
fV
f j£
_ � ib i t • ,. a
�p f
r fui 4x/i��
H
n;
� i1 - +s.-S� ,Y�� �c..ar• �, A ..., -.1: ,•r ., ,r •i t •n at•;��t� 'atr t' f ..t t• �•. , •,`v"7 a•+r.r ns,+.�
::.,, i - 3 tr'� � 'i:. ,. ,ai.^ 4.� �,� � �T�+'• )Y�� ,'t r '� xf .. ..]'V� 7 r'� ,r tof� F'4. Zlf.✓.or yr•��� r ,;:Frw ,7,
.'"`r'1�.. .i. �., ♦'..J„•1s s. •,-.i.... �.X }",•H r),,....n�as t:J» .5:.� - `. ••e[a f,,,..�•t � ,,i 1 �:�".,,�r �;•S«r 7a�..IQY �?:.:i
ii � e �,• :+w� •i.• ` t x 1 r r�' 27-c�'• b,.CL .. <. �1�t ..'q .Sr.�
lh:i1. v��'r r r. J`:w.. v � �1 Y+�: �.•1 fd� �ti.'��• r a..J�t.'e `' �S.t�:l' eG!ti.•�.i�r '..♦!. �t'.t;,:... ?•♦J Frye L•9c•��f;•set�� '
iX�it ��.+.s `{,.sr . � k1� 7.y,'ti.-.. "♦d¢ly;�1 .�t f ♦ , ti r.:.Y•rs illi f'.I+S whr, ref, .� Yr ae--•,{,�Y�i'�iGw �%j.r?�
♦ ti•..•-+,: �c„ �'.•� w. ,t � ,.. N �it .2� -4 �!r1. !{ i.. ,f�1'^.r r..♦ r,{�`�j+Js't.n''�'",r•fl." .,���• t'l
a� tiG"SF: ,.�.1V=" ...'!' r. r •�'•�. 'S V't�..�,.. .>. ..+. > r Ic. *s. , �I..ir r t,�..�:t t _. LJ'.�.w % ,. ✓1 J
,� ...+`�r.....1'1. ..:. _...,ra„:.. •.•. +tiy�..f.'. ..r't�.. i s •, ,v'x..0.,,r .,..,f �Y.. ;. :� •'A,•.. •r. .4 t.:".r�' rr' ♦7:E'a-h x.�•
�..£Cdr i r r�-.'+J i � '� � �♦' '± rr .'r ; t i j♦♦,t r`': !' '�''o ,i�•••e+iv'd'`t t•,L� . ��� �+I' •ir,-•��•`?�}'r"'��'"'r n-L
..��k.. .`F�tt"�'f yr�,t(�^S \.t y ..•.e +. Sa a:. r a. � T t 1 a ♦ 'tai' .'+St Yr7� �k+•�'y'K,.+!"r�,.�ir>:.
:. 1 ti w ..+.f♦ ,t..my� :'•" a :+ � ,� r.�v� ' :�~r:F'i y.i.;rt� . j.. r!�„1���_� �Y f _ ♦frrc�+ .��a... r,�M�.7•�c..;
'.?� ��,��i au,i S >,�"..'` y',�,. `�'^. r •+... ! t"•'� t .:�"T ,a "'t fi"- r rs.Y``.A„�5�� e .C�ri'�. �•r`C,� ��r�"v+i >'
_ »,��+, �,�y.T+k�.�A rs�t�S l; '..r�..f r'�~d +�X w�` A= •'- �{ .�.?"•Yw'�.vyr � +a![4r'4'r�S• ,�. .,� V1'j '�;; 'i, -'�"`ty a.,J
w �'` .: 4 .. r •eG� � ,.: t• r. '.w C•i'..� ir, 1�;.`e+e5�t y7y 2k M1-�`.�` /'"� �n,t..� y � '''v`
.p;,�. •�.. r .rti�t i �r.r'- •:A r4'r � .c+ `� a � �r"�,A«`] i +6� ;,4�
•. l •.t•:t y .?��J"t„� ti,;.r:.;; it`�'tx.�r�,.. � ...J ,G,�+ '� 7 r.•• h`'3.r. til' i
��i �;' wy,�`i �°�;�iy„:-^` 4.1 1♦ .r 'a'r �.r�11:1:.Yew t�".kS!�5��,,.��•'��''vhi�'aR�'�^���'��''✓ ri :°�t�•r. "� 1 �♦•
� ` 1 � �.►1^ ;� 'w,�'�`, � w'�`� fi �.'�'�in,.� r j ' �.�qr"'�+ x a 'r ... . s i` M
�'�'�'h��3.My ,hdE, v3��:., 5'•n'♦�,,tea`,
4
-
"^ '':+.. :�" "'K•xts•``� rte..
.n, :� ,{KCi000 . .. � t . z t . r � ♦ �
i .
� 1 '
f
y
a
1181HX3
Et X
x � r
P k �
S[ ^SE'S f,,��{ff{#�•kp f �..
y7 �,
A�
1
X � i
W
i
s.
"
} R• t
- A
4[
y` s
s jrE , WR
�rE it-L 2fy ..
IFB No. 14-011
ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
CITY OF ROUND ROCK
IFB NO. 14-011
GROUNDS MAINTENANCE SERIVCES
Addendum No.: 1 Date: Tuesday, 03/04/2014
The following response is in reference to a question submitted for IFB No. 14-011 for the Parks and
Recreation — Grounds Maintenance Services as outlined below:
1. Regarding this contract, there are a few discrepancies with respect to total park acreage vs. park
mowing acres (specifically, Bradford Park, Chisholm Trail Crossing Park & Greenbelt, Greenlawn
Place Park), where the park mowing acreage exceeds the total acreage listed. Can the City of
Round Rock provide a correct bid tab sheet with corrected figures?
2. Yes — Attached, please find electronic copy of PDF of bid sheet below.
Approved by: —-PAa.eQAc ku. Date: o 3—oii.
Michael Schurwon, CTPM, CPPB
Purchaser
By the signatures affixed below this addendum is hereby incorporated into and made a part of the
above referenced solicitation.
ACKNOWLEDGED: �� )
-ect d'� v sc gxvt`> ( G hi cAC.ive !✓I`Z• / ) /3//6/
Vendor Authorized Signature ate
RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH
YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR
RESPONSE FROM CONSIDERATION FOR AWARD.
EXHIBIT
„A„
J
Page i t
IFB No. 14-011
n
3
6
6
7
9
9
10
11
CITY OF ROUND ROCK
IFB NO. 14-011
GROUNDS MAINTENANCE SERIVCES
(CONTINUED)
Addendum No.: 1 Date: Tuesday, 03/04/2014
GrydRand Rodr
EBSotdclicano. 14011
64 guy., Rc i e40310.72014
Grounds Maintenance Services - Contract Mowing 2014
Project Areas - Group fil
Pak Poore
ParkU-..
Total
Pert
An
Pak Mckul
Pah Tye
C9dc(11
Pat
hkwirg
Aeas
Tvtal3oa
petSeran
Pn:ePrs
teotienpu
Cydc
61u1cdAi=Prr
Teo(12CydesX
ioadmCa:t)
OrY3ardeCiriYq .. ,::'.9..P
m66nmw4 r<Z't.
eitinc1 111Goi ndawn 9:791::-
-..11639—iPititliligiCri7
12
0.32
3.24
S
S
CtaAancfd:(YLl]i1P( 'i
`311'.
ION0i11$100rliii': .,., '2
; tiwatPadll ikedif_:
11
149
29.44
$
5
Gio9l33wilPuh:= .. r,.:= .. ;,,::.
1'337;.
NodhdiditQuantum _ __
..Ikioi[PatAht6¢3ea
12
230
27.E0
S
5
E40360140-.1.1,.."'; t-?. _. . _:
='707 i?
13.1ITetti3t .; r ...:N462469
rb thea .'°°.-
12
446
41.96
5
$
RdidREcItYsiteiicF.auiird. ...::
16.00'
Ilclkdici 'taloa :-=.; - - .
=1161of0ahO4Pirk ..''
i2
16.00
21111[
$
5
•
['415;1
'::l6iarPa9Al6ige6 :
Foul
2719
32636
S
5
Project Areas -Group 12
Pak Poore
Tent
M.
Ana
Put Md.=
Pat Type
C}ddm
Put
Mauinl
AL=
Too/Anes
paSeaen.
Aire hr
tow6aoPa
C rlr
Ertnded AiaPi
Y441118066X
toot nCat)
Bodoni ParX "i' .. . ..
'isn
m66nmw4 r<Z't.
.;-';.N3616:r1 udPat .. '"
18
532
95.76
5
5
KtniitTirate%:_ • .. .. ..._.
-'r2B
160IGd1i3da4Road
11io1PP Ahti036::
IS
263
47.34
S
5
CHeh06i TialCioxlupPik&Grientei `...
396
5000h1rAt#n till
,,.ttiiNPalatt 3pod:
IS
336
71.21
5
5
dietafdePluiGniiateg..;'ti`......
:::131DOS
Rain/ AackA0s=.......
`.tksoiiPa3lnlakitie:'
19
1.33
24.12
5
5
StW6i ilixp,: , _. .....
::r9.66
151OSLN9tahetoc9' :.._
:`.:LbiaiP:W1iri6'•
19
160
28.10
S
S
G Ointayi'iiPt6c6Pil
.331
1931Gifife5din IRnod :
'::l6iarPa9Al6ige6 :
3S
131
5455
5
5
` *11561
loaf
11.96
326.86
5
S
EXHIBIT
A IP
Page 12
IFB No. 14-011
"'ROUND ROCK, TEXAS
PURPOSE PASSION. PROSPERITY.
CITY OF ROUND ROCK
IFB NO. 14-011
GROUNDS MAINTENANCE SERIVCES
Addendum No.: 2 Date: Monday, 03/1012014
The following is a "CLARIFICATION" in reference to the terms and conditions outlined
in the IFB document, Part 11, Schedule, 4. Response Requirements on page 6 of 19 as
fol lows:
BIDDERS MUST COMPLETE AND RETURN THE WITH YOUR BID RESPONSE THE
FOLLOWING:
1. Invitation for Bid Solicitation cover page must be completed with company name, address,
telephone number, e-mail address. Cover page must be signed by an authorized agent of
your company.
2. Exhibit C — Bid Sheet Final Revision, Dated 03/07/2014
3. Attachment A — Respondent's Reference Sheet
4. Attachment B — Currently Maintained Sites
5. Attachment C — Respondent's Questionnaire and Equipment List
6. Addendum No. 1, Dated 03/04/2014, signed copy
7. Addendum No. 2, Dated 03/10/2014, signed copy
The following are "CHANGES" in reference to the terms and conditions as outlined in
the IFB document on page 14 of 19 as follows:
Change 1: EXHIBIT C, Bid Tab Sheet, Final Revision, Dated 03/07/2013, replaces both
Exhibit A — Bid Tab Sheet, Dated 02/25/14 and Addendum No. 1, Bid Tab Sheet, dated
03/05/14, in their entirety.
Change 2: Change Part III, Specifications, 4. Equipment, 4.3 to read as follows: All "parks"
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.
EXHIBIT
„A„,
„A
Page 1 1
IFB No. 14-011
CITY OF ROUND ROCK
IFB NO. 14-011
GROUNDS MAINTENANCE SERIVCES
(CONTINUED)
Addendum No.: 2 Date: Monday, 03/10/2014
Change 3: Change Part III, Specifications, 9. Trash, Litter and Debris Removal, 9.1 to read as
follows: Removal of debris shall require sweeping or blowing off of hard surfaces such as
sidewalks and concrete areas of parks.
Change 4: Change St. Williams Loop total park acres from 1.60 to 5.00 acres. "Change" the
total park mowing acres for St. Williams Loop from 1.60 acres to 4.50 acres
Change 5: "DELETE" the terms and conditions referenced in IFB No. 14-011 on page 14 of 19
in its entirety and replace with "DEFINITIONS, TERMS & CONDITIONS, REVISED 07/2011,
as posted on the City website at: http://roundrocktexas.gov/home/index.asp?paqe=462
The following answers are in response to questions submitted for IFB No. 14-011, Parks
and Recreation — Grounds Maintenance Services by the deadline of Friday, March 7,
2014, @ 5:00 p.m. as outlined below:
Question 1: Is the Contractor responsible for trash pick-up in low lying areas?
Answer: Yes. Please refer to Part III, Specifications, 9. Trash, Litter and Debris Removal on
page 10of19.
Question 2: Is Contractor responsible for providing signage when mowing in park areas?
Answer: Yes. Please refer to Part III, Specifications, 13. Safety of Work Crew, 13.2 and 13.3
on page 11 of 19.
NOTE: Please be advised that there are no "medians" associated with the Parks and
Recreation Department mowing maps.
Question 3: Does the St. Williams Loop include the easement in the 1.60 acres?
Answer: No. St. Williams Loop total park acres equals 5.00 acres. "Change" the total park
mowing acres for St. Williams Loop from 1.60 acres to 4.50 acres Exhibit D — "REVISED"
Park Mowing Map for St. Williams Loop located on the City website at:
http://roundrocktexas.qov/home/index.asp?paqe=462
Question 4: What are the normal work hours for the grounds maintenance services contract?
Answer: Normal work hours will be from 7:00 a.m. to 6:00 p.m.
EXHIBIT
,IA„
Page 12
IFB No. 14-011
CITY OF ROUND ROCK
IFB NO. 14-011
GROUNDS MAINTENANCE SERIVCES
(CONTINUED)
Addendum No.: 2 Date: Monday, 03/10/2014
Question 5: Is there a start to finish completion cycle?
Answer: Yes. Part III, Specifications, Section 5. Scheduling, 5.2 on page 8 of 19 has been
"REVISED" to read as follows:
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 Project Area, shall be completed. A typical maintenance cycle
for Project Areas shall range is 10 calendar days within the mowing season.
NOTE: Contractor must finish mowing cycle before the start of the next mowing cycle.
Question 6: Will the awarded Contractor have to comply with Ozone Action Days?
Answer: Yes. The City of Round Rock is part of the Austin/Round Rock Metropolitan
Statistical Area and members of the Clean Air Coalition. The awarded Contractor is allowed to
utilize equipment with propane tanks; however, Contractor shall abide by the protocol for
"Ozone Actions Days" as outlined by Texas Commission on Environmental Quality.
Question 7: Is the Contractor responsible for removing growth in following areas: Location #2
- Creekmont, Location #7 Windy Terrace, and Location #11 — Greenlawn Place Park?
Answer: The Contractor is not responsible for weed eating the ditch in Location #2 -
Creekmont, Location #7 — Windy Terrace, and Location #1 1 — Greenlawn Place Park.
Question 8: Is the Contractor responsible for irrigated and non -irrigated areas?
Answer: Yes. There is irrigation in Windy Terrace and Chisholm Trail Crossing but not in the
other locations. Contractor is responsible for providing mowing, edging and trimming, raking,
removing and disposing of litter (as needed) in the Windy Terrace and Chisholm Trail Crossing
irrigated areas. However, Contractor is not responsible for maintaining irrigation system; they
are responsible for damages that they may cause to existing systems.
Question 9: MAP 8 — Chisholm Trail Crossing Park -- at the entrance of the small parking
area, there is a planting bed adjacent to the street. Do city personnel maintain this bed, or
should its maintenance be included in our bid?
Answer: Parks and Recreation staff will maintain these beds at the Chisholm Trail Crossing
Park location.
EXHIBIT
«A„
Page 13
IFB No. 14-011
CITY OF ROUND ROCK
IFB NO. 14-011
GROUNDS MAINTENANCE SERIVCES
(CONTINUED)
Addendum No.: 2 Date: Monday, 03/10/2014
Question 10: MAP 9 — Creekside Plaza Greenbelt --- on the west end (adjacent to what I
believe is a restaurant), there is a small parking area on top of a very steep and wooded
incline. Is the lawn that's immediately below the parking area (and above the wooded section)
to be included in the bid?
Answer: Contractor does not need to plan on going beyond the lines on Map #9 for Creekside
Plaza Greenbelt.
Question 11: Can the City provide the bid tabulation for the previous grounds maintenance
bid?
Answer: Yes. Refer to previous grounds maintenance bid tabulation sheet labeled as
Exhibit E — IFB No. 12-001 Bid Tabulation Sheet and located on the City website at:
http:l/roundracktexas.gov/home/index.asp?page=462
NOTE: Bid Item #2 and #3 on IFB No. 12-001 bid tabulation sheet are referred to as
Project Areas — Group #1 and Project Areas Group #2 respectively for IFB No. 14-011.
Approved by: 1/YA,101,,
Michael Schurwon, CTPM, CPPB
Purchaser
•
Date: ^31 / oh*
By the signatures affixed below this addendum is hereby incorporated into and made a part of the
above referenced solicitation.
jACKNOWLEDGED:
11 eo.,-4 Q 1313
Vendor Authorized Signature Date
RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH
YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR
RESPONSE FROM CONSIDERATION FOR AWARD.
EXHIBIT
Page i '1
EXECUTED
ORIGINAL
DOCUMENT
FOLLOW
CITY OF ROUND ROCK AGREEMENT FOR
GROUNDS MAINTENANCE SERVICES WITH
HEART OF TEXAS LANDSCAPE AND IRRIGATION CO., INC.
THE STATE OF TEXAS
CITY OF ROUND ROCK
COUNTY OF WILLIAMSON
COUNTY OF TRAVIS
KNOW ALL BY THESE PRESENTS:
THAT THIS AGREEMENT for ground maintenance services, and for related goods and
services, (referred to herein as the "Agreement"), is made and entered into on this the e'er day
of the month of 10 all , 2014 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 "City"), and HEART OF TEXAS LANDSCAPE &
IRRIGATION CO., INC., whose offices are located at P.O. Box 1236 Belton, TX 76513
(referred to herein as "Services Provider").
RECITALS:
WHEREAS, City desires to purchase grounds maintenance services, and to purchase
related goods and 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
Solicitation Number 14-011 dated February 2014, Addendum No. 1 dated March 4, 2014, and
Addendum No. 2 dated March 10, 2014 (collectively "IFB"); (b) Services Provider's Response to
IFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any
00296641/ss2
R-2014-1405
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 IFB;
(3) City's IFB, addendums, 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 thirty-six (36) months from the effective
date hereof. After that term, this Agreement may be renewed for two (2) successive twelve-
month periods, under the same terms and conditions, only upon the express written agreement of
both parties, and only provided that the Services Provider has performed each and every
contractual obligation specified in this Agreement.
C. Prices shall be firm for the duration of this Agreement and for any renewal
periods. 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 14-011 dated February 2014, Addendum No. 1 dated March 4,
2014, and Addendum No. 2 dated March 10, 2014). 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
Bid costs listed on the Bid Sheet, page fifteen (15) of Exhibit "A," in the amount of Twenty -
Four Thousand One Hundred Sixty -Seven and 34/100 Dollars ($24,167.34) per year, shalt be
the basis of any charges collected by the Services Provider.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Services Provider;
3
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
governmental functions and services, including but not limited to purchasing functions, 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 services
provider(s) and the City. Such agreement shall be conclusively inferred for the services
providers from lack of exception to this clause in the services 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,
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
4
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 as stated in the attached IFB,
including all attachments and exhibits thereto, and Services Provider's bid response.
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Randy Gordon
Parks and Recreation Department
City of Round Rock
5
301 West Bagdad Street, Suite 250
Round Rock, Texas 78664
512-341-3340
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;
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.
6
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.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
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.
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.
7
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 mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Services Provider:
Heart of Texas Landscape and Irrigation Co., Inc.
Attn: Dustin Finch
P.O. Box 1236
Belton, TX 76513
Notice to City:
Steve Norwood, City Manager
221 East Main Street AND TO:
Round Rock, TX 78664
Stephan L. Sheets, City Attorney
309 East Main Street
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.
8
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.
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.
9
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of Round Rock, Texas
By:
Printed Name: 1k1av% IllsCivtotv
Title: (A(i0}r'
Date Signed: S. E) • 4 --
Attest:
By:
Sara L. White, City Clerk
For City, Approve
By:
Heart of Texas Landscape
and Irrigation Co., Inc.
By:
Printed Name: ►-) 4i rx.,10
Title: i(&Oc 4 nf- VYia ria 124'
Date Signed:
�l/i ol/Lt
JAw1 Vag►v1Vlei,Git *writ
10
ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
GROUNDS MAINTENANCE SERVICES
SOLICITATION NUMBER 14-011
February 2014
EXHIBIT 1
J
"A'
„
tf
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 1 988-75
February 2014
CITY OF ROUND ROCK
INVITATION FOR SOLICITATION NUMBER 14-011
GROUNDS MAINTENANCE SERVICES
PART I
GENERAL
1. PURPOSE: The City seeks to establish a multiple year contract with a qualified person, firm or corporation, herein
after "Respondent", to provide full, turnkey services inclusive of necessary equipment and labor to maintain grounds
on various City park properties, herein after "Services". 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). City park properties shall be clearly identified within this solicitation and herein referred to as "Project
Areas". Project Areas are identified in ATTACHMENT 01 — D11.
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
http://www.round roc ktexas.gov/bids.
3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance
Requirements as identified on the City's website at http://www.roundrocktexas.gov/bids.
4. CLARIFICATION: For questions or clarification of specifications, you may contact:
Mike Schurwon, CPPB, CPTM
Purchaser
Purchasing Department
City of Round Rock
Telephone: 512-2'18-6682
nisch u rwonProundrocktexas.gov
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 Division.
5. QUALIFICATIONS: The opening of a response shall not be construed as the City's acceptance of such as qualified
and responsive. All Respondents shall:
5.1. Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity
or provision of the services as specified herein.
5.2. Have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the
City.
5.3. Identify any subcontractors to be used for this project. Experience, qualifications and references of the
subcontractors shall be submitted with solicitation documents. The City reserves the right to approve or
disapprove all subcontractors, prior to any work being performed.
5.4. Respondent shall possess ground maintenance experience; which includes manicured grass, shrubs, planting
beds and tree maintenance.
EXHIBIT
it All
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
5.5. Provide the name, address, telephone number and e-mail of at least three (3) firms applicable to Municipal
and/or Govemment projects that have utilized similar services of size and scope in the past (two) 2 years
(Attachment A). 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.
6. BEST VALUE EVALUATION AND CRITERIA: Alt responses received may be evaluated based on the best value
for the City. In determining best value, the City may consider:
6.1. Purchase price;
6.2. Reputation of Respondent and of Respondent's goods or services;
6.3. Quality of the Respondent's goods or services;
6.4. The extent to which the goods or services meet the City's needs;
6.5. Respondent's past relationship with the City;
6.6. The total long-term cost to the City to acquire the Respondent's goods or services;
6.7. Any relevant criteria specifically listed in the solicitation.
7. AGREEMENT TERM: It is the City's intent to structure the agreement as follows:
7.1. The initial term of the resulting agreement shall be three (3) consecutive twelve (12) month periods from the
effective award date. The agreement may be renewed for two (2) additional periods of time, not to exceed
twelve (12) months each, provided both parties agree in writing.
7.2. The City reserves the right to review the respondents' performance at any time and terminate all or part of the
agreement, with or without cause or continue the agreement through the next period.
7.3. If the respondent fails to perform its duties in a reasonable and competent manner, the City shall give 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.
8. AWARD: The City reserves the right to accept or reject all or part of a response, waive minor technicalities and
award the response to best serve the interests of the City. Split awards or non -award may be made 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
http://www.roundrocktexas.qm/bids.
9. ACCEPTANCE: Inspection and acceptance of Services should not take more than five (5) working days from
completion of said Services. The vendor will be notified within this time frame if the Services are in full compliance
with the specifications. If the agreement is canceled for non-acceptance, the Services may be purchased elsewhere
and the vendor may be charged full increase, if any, in cost and handling.
10. ORDER QUANTITY: The quantities shown on the Solicitation form are estimates only. No guarantee of any
minimum or maximum purchase quantity is made or implied. The City will only order the quantity of services needed
to fulfill requirements, which may be more or less than indicated.
11. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas
Govemment 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:
EXHIBIT
„A»
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/ttem: 988-36 / 988-75
February 2014
11.1. 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
11.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment
with Federal Funds; or
11.3. There 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
11.4. 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.
12. 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 terminate by not providing a renewal
contract or by providing the Vendor written notice of termination at the end of its then current fiscal year.
13. CANCELLATION: The City reserves the right to cancel the Agreement without penalty by providing 30 days prior
written notice to the Vendor. Vendor shall provide the City with 120 days written notice prior to cancellation of the
Agreement and shall continue services for a period of time not to exceed 120 days after written notification.
Termination under this paragraph shall not relieve the Vendor of any obligation or liabilitjr that has occurred prior to
cancellation. NOTE: This Agreement is subject to cancellation, without penalty, at any time the City deems the
vendor to be non-compliant with contractual obligations.
14. DAMAGE: The successful Respondent shall be responsible for damage to the City's equipment and/or property,
the workplace and its contents by its work, negligence in work, its personnel and equipment. The Vendor shall be
responsible and liable for the safety; injury and health of its working personnel while its employees are performing
service work.
15. ENVIRONMENT: It is the intent of the City to purchase goods and services having the least adverse environmental
impact, within the constraints of statutory purchasing requirements, departmental needs, availability, and sound
economic considerations. Suggested changes and environmental enhancements for possible inclusion in future
revisions of this specification are encouraged.
EXHIBIT
„A„
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
PART 11
SCHEDULE
1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline:
1.1. Solicitation released
1.2. Pre -Bid Solicitation Meeting & Site Visit (Non -Mandatory)
1.3. Deadline for questions
1.4. City responses to all questions or addendums
1.5. Deadline for Responses
February 26, 2014
March 5, 2014, 10:00 AM, C.S.T.
March 7, 2014
March 10, 2014
March 14, 2014, 3:00 PM, C.S.T.
The City reserves the right to modify these dates. Notice of date change will be posted to the City website.
All questions regarding the solicitation shall be submitted in writing by Friday, March 7, 2014, at 5:00 PM (CST) to
Mike Schurwon, CPPB, CTPM, Purchaser; City of Round Rock by e-mail: mschurwonRroundrocktexas.gov on
the date noted above. The City shall provide answers to all questions by Monday, March 10, 2014, at 5:00 p.m.
(CST). The City shall not be responsible for failure of electronic equipment of operator error.
A copy of all the questions submitted and the City's response to the questions shall be posted the City of Round
Rock webpage, http://www.roundrocktexas.gov/bids.
2. PRE-BID SOLICITATION MEETING AND SITE VISITS: The City will conduct a pre-bid solicitation meeting for all
interested Respondents to ask questions concerning the solicitation.
2.1. Meeting date, time and location:
Wednesday, March 5, 2014 at 10:00 AM
City of Round Rock
Parks & Recreation Department, 2nd Floor Conference Room
301 W. Bagdad, Suite 250
Round Rock, Texas 78664
2.2. The City strongly recommends attendance at the pre-bid solicitation meeting; however, the meeting is non-
mandatory. Respondents shall sign -in at the meeting to document their attendance.
2.3. Respondents are required to provide their own transportation to the meeting.
2.4. Additionally, it is the responsibility of the Respondent to inspect each Project Area in their own time to
familiarize themselves with the conditions, difficulties and restrictions of each.
2.4.1. Respondents are responsible for evaluating the quantities and amounts of required supplies, taking
precise measurements, determining material requirements and any other related details during said
inspection.
2.4.2. The act of submitting a response shall be considered acknowledgement by the Respondent that they
have inspected the Project Areas, taken field measurements and are familiar with the conditions and
requirements affecting the work.
2.4.3. Failure to do so will not relieve the successful Respondent of the obligation to furnish all materials
and labor necessary to carry out the provisions contained herein.
EXHIBIT
Grounds Maintenance Services
IFS Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
3. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM, Friday, March 14, 2014, as
noted above to the Purchasing Department. Mail or carry sealed responses to:
City of Round Rock
Purchasing Department
Attention: Mike Schurwon
221 E. Main Street
Round Rock, Texas 78664-5299
Grounds Maintenance Services
IFB Number 14-011
Deadline: March 14, 2014, 3:00 pm
"DO NOT OPEN"
3.1. Responses received after this time and date shall not be considered.
3.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due
date and "DO NOT OPEN".
3.3. Facsimile or electronically transmitted responses are not acceptable.
3.4. Late responses will be returned to Respondent unopened if return address is provided.
4. RESPONSE REQUIREMENTS: Respondent shall submit one (1) executed (signed) "Original" and three (3) copies
of the bid response. Completed documentation shall include, at a minimum:
4.1. Itemized and signed solicitation document. Failure to itemize solicitation may result in disqualification.
4.2. ATTACHMENT A: Reference sheet that shall include the name, address, active telephone number and valid
e-mail of at least three (3) firms applicable to Municipal and Government projects that have utilized similar
services in the last two (2) years.
4.3. ATTACHMENT B: List of three (3) currently maintained sites to include the site address, client name,
address, active telephone number and valid e-mail. The City may visit these sites and speak to these clients
prior to making a selection.
4.4. ATTACHMENT C: Provide completed Respondent Questionnaire and Equipment List herein attached and
made a part of this solicitation.
4.5. Photos of front, back and sides of intended Service truck(s).
4.6. Identification of subcontractors that will be involved in the performance of the Services.
5. POST AWARD MEETING: The City and Respondent shall conduct a post award meeting to discuss, but not limited
to the following:
5.1. City contact(s) information for implementation of agreement.
5.2. Agreement terms and conditions.
5.3. Performance Measures
EXHIBIT
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
PART III
SPECIFICATIONS
1. SCOPE OF WORK: Services shall be inclusive of necessary equipment and labor to maintain grounds at various
Project Areas. Services shall include, but not be limited to mowing, edging and trimming, raking, removing and
disposing of litter (as needed) within the specified time period(s). The City of Round Rock's goal is to maintain and
establish a respectable appearance to Project Areas, so that it discourages dumping and other undesirable
activities. A listing of the Project Areas to be maintained and the corresponding maps are herein as ATTACHMENT
D1 — D11 and 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) Project 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
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.
EXHIBIT
„A»
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
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. AU 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 Project Areas assigned in the time allotted for each. Work
started within a Project Area shall be completed in consecutive days, per the schedule in the Work Authorization.
5.1. It is anticipated that the mowing season will run eight months per calendar year and will begin March 1s' and
end by November 30th.
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 Project
Area shall be completed. A typical maintenance cycle for Project 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:
PROJECT 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 Production Rate Goal as 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 Project 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 Project 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 Project Areas shall be maintained as follows:
6.1. Trimming shall mean the cutting or removal of all plant material immediately adjacent to or under Project 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 3-4 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.
EXHIBIT
„A»
Grounds Maintenance Services
W8 Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
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
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 of 3-4 inches.
7.2. Project 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.
7.3. No scalping shall occur. Scalping shall mean any action resulting in the mowing of any turf area below a
three-inch (3") height down to and including the soil.
7.4. 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 Targe patches of wildflowers in any of the
designated park land area or linkage areas.
7.5. 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.
7.6. 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
1
EXHIBIT
„A»
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
height of 3"- 4". If an area is maintained by a homeowner, the successful Respondent shall not mow that
area.
7.7. Upon completion, a mowed area shall be free of dumped grass and tire tracks or ruts from the mowing
equipment.
8. REMOVAL OF GRASS CLIPPINGS: Removal of cut grass from the Project 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 Project 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, Project 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 Project 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 Project Area after services are performed.
10. FERTILIZERS: No fertilizers are required within this scope of work.
11. DAMAGE: Damage caused to City or private property as a result of performance of Services shall be remedied at
the expense of the successful Respondent.
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 Project Areas. Observed tree damage or
damage to properties, structures and utilities shall be documented to the City prior to beginning any Services.
Project 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 Project 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.
EXHIBIT
nAil
Grounds Maintenance Services
IFS Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
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 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.
WORK AUTHORIZATION, INSPECTION OF WORK AND WORK RECORD SUMMARY:
16.1. A Work Authorization shall be issued from the City as notification to begin Services in a designated Project
Area. The Work Authorization shall;
16.1.1. Be issued before work is to begin in the specified Project Area and shall follow the schedule of
maintenance cycles as closely as possible.
16.1.2. Consist of a written list of Project Area's designated for Services.
16.1.3. 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.
16.1.4. It shall be mandatory that all Work Authorizations be completed after the end of each cycle, before
another Work Authorization may be issued. Failure to obtain Work Authorization prior to beginning
Services for the next cycle may be considered a breach of contract by and grounds for termination
of Agreement by the City.
16.2. 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.
16.3. 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.
EXHIBIT
„A»
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
16.4. The City hereby designates the following representative(s) authorized to act in its behalf with regard to all
inspections, re -inspections, work authorization and work record summaries as follows:
Mr. Kenneth Goldwire
Superintendent - Parks & Recreation Department
City of Round Rock
301 W. Bagdad, Suite 250
Round Rock, TX 78664
Telephone: (512) 341-3348
E-mail: kgoldwire(a7roundrocktexas.gov
EXHIBIT
«A»
i
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 /988-76
February 2014
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK PURCHASING DEPARTMENT
221 E. Main Street
Round Rock, Texas 78664-5299
Responses are due to the Purchasing Department
at the above address by 3:00 PM, March 14, 2014.
Show solicitation opening date & solicitation number in lower left
hand comer of sealed response envelope with return address of
responding firm.
Facsimile responses shall not be accepted
INVOICE TO:
CITY OF ROUND ROCK
ACCOUNTS PAYABLE
221 EAST MAIN STREET
ROUND ROCK, TEXAS 78664.5299
Respond F.O.B. Destination, Freight prepaid and allowed unless
otherwise specified below
DESTINATION:
CITY OF ROUND ROCK
VARIOUS LOCATIONS
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 laws of this
State, codified In Section 15.01 et 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 line of business."
Solicitation Information:
Ground Maintenance Services
Solicitation Number
Opening Date:
Opening Time:
Response Location:
221 E. Main Street
Purchasing Department
Round Rock, TX 78664
14-011
March 14, 2014
3:00 PM
Return evident signed one (1) original and three (3) copies of
Respondent shall sign below
Failure to sign response will disqualify response
Authorized Signature
4 O a+-. In
Print Name
3/13/1
ale
RESPONDENT INFORMATION
TAX ID NO.: 7L1 - 2,5.,�3 %}�?
LEGAL BUSINESS NAME:11.er„, %-ocre tt/)- £4 h AC= y FP 4-1 ,
ADDRESS: 1p B I Z.B (i ge I 43�1 , 7): 7(c S / 3
CONTACT'. J 5 4,'N c-" `l
TELEPHONE NO: 02,94 q3 / 2S LE
BUSINESS ENTITY TYPE: 5 COne04 bo -f, sr-)
E-MAIL:Du.,4-, .:, 6 /40 1- !4 n cl s L-riy7 e • C 0.41
Respondent agrees to comply with alt conditions set forth in this solicitation.
ITEMIZED
BID SHEET
FOLLOWS
EXHIBIT
„A„
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
SOLICITATION INSTRUCTIONS
ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF SOLICITATION
ANY EXCEPTIONS THERETO MUST BE IN WRITING
1. SOLICITATION REQUIREMENTS:
1.1 Responding requires pricing per unit shown and extensions. I trade discount is shown on solicitation, it should be deducted and net line extensions shown.
Respondents guarantees product offered will meet or exceed speed -cations identified in this Invitation for Bid (IFB).
1.2 Solicitations shall be submitted on Solicitation Sheet. Each response shad be placed in a separate envelope completely and properly identified. Responses must be in
the Purchasing Department before the hour and date specified on the solicitation.
1.3 Late responses properly identified will be returned to respondent unopened. Late responses will not be considered.
1.4 Respond F.O.B. dest'ma6on, freight, prepaid, 8 allowed unless otherwise specified on the solicitation. if otherwise, show exact cost to deliver,
1.5 Response shall' show unit price on quantity and unit of measure speed, extension and show total. In case of errors in extension, untt prices shall govern. Responses
subject to unlimited price increase wit not be considered.
1.6 Submitted prices shall be firm for acceptance 30 days from solicitation opening date. 'Discount from List responses are not acceptance unless requested. Cash
discount will not be considered in determining the low response. Ai cash discounts offered will be taken if earned.
1.7 Responses shall give Tax Identificatdo Number, full name and address of respondent. Faure to sign will disqualify response. Person signing response shall show title
and authority to bind signatories firm in an agreement. Firm name should appear on each page in the block provided in the upper right comer. Business Entity shall be
one (1) of the following: Individual, Partnership, Sole Proprietorship, Estate/Trust. Corporation. Governmental. Non-profit, all others shall be specified. INDIVIDUAL: List
name and number as shown on Social Security Card. SOLE PROPRIETORSHIP: List legal name followed by legal business name and Social Security Number. ALL
OTHERS: List legal name of entity and Tax Identification Number (TIN).
1.8 Responses cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by respondent or an authorized agent. No
response can be withdrawn after opening lime without approval of the CITY based on a written acceptable reason.
1.9 The City is exempt from State Sates Tax and Federal Excise Tax. Do not include tax in response.
1.10 The City reserves the right to accept or reject all or any part of response, waive minor technicalities and award the response to best serve the interests of the City. Split
awards may be made at the sole discretion of the City.
1.11 Consistent and continued tie responses could cause rejection of responses by the City and/or Investigation for antitrust violations.
1.12 Telephone, facsimie, and electronically transmitted responses are not acceptable In response to the solicitation.
1.13 CAUTION: Solicitation invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for responses received late, ilegible,
incomplete, or otherwise non-responsive.
2. SPECIFICATION:
2.1 Any catalog, brand name or manufacturer's reference used in the solicitation is descriptive only (not restrictive). and is used to indicate type and quality desired.
Responses on brands or like nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government Code. If
other than brand(s) specified is offered. illustrations and complete descriptions of product offered are requested to be made a part of the response. If respondent takes
no exceptions to specifications or reference data in response, respondent win be required to fumish brand names, numbers, etc., as specified in the solicitation.
2.2 All items on the solicitation shall be new, In first class condition, including containers suitable for shipment and storage, unless otherwise indicated in the solicitation.
Verbal agreements to the contrary will not be recognized.
2.3 Samples, when requested, must be furnished free of expense to the City. If not destroyed in examination, they will be returned to the respondent, on request, at
respondent expense. Each example should be marked with respondents' name and address, G-ily solicitation number and code. Do not enclose in or attach to response.
2.4 The City wil not be bound by any oral statement or representation contrary to the written specifications of the solicitation.
2.5 Manufacturer's standard warranty shag apply unless otherwise stated in the solicitation.
3: TIE RESPONSES: In case of tie responses, the award will be made in accordance with Section 271.901 of the Texas Local Government Code.
4. DELIVERY:
4.1 Response shall show number of days required to place material in City's designated location under normal conditions. Failure to state deliver lime obligates respondent
to complete delivery in fourteen (14) calendar days. Unrealistically shod or long delivery promises may cause response to be disregarded. Consistent Faaure to meet
delivery promises without valid reason may cause removal from Vendor hist. (See 4.2 following.)
4.2 If decay is foreseen, Vendor shall give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Vendor shall keep the City advised
at all times of status of order. Default in promised delivery (without acceptable reasons) or faiure to meet specifications, authorizes the City to purchase supplies
elsewhere and charge full increase, if any, ton cost and handling to defaulting Vendor.
4.3 No substitutions ar cancellations permitted without written approval of the City.
4.4 Delivery shall be made during normal working hours only, unless prior approval for late delivery has been obtained from the City, unless otherwise specified in the
solicitation.
5. INSPECTION AND TESTS: All goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have
access to any supplier's place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the response or on samples taken
from regular shipments. If the products tested fail to meet or exceed all conditions and requirements of the specifications, the cost of the sample used and the cost of the
testing shat be borne by the supplier. Goods, which have been delivered and rejected in whole or in part, may, at the City's option, be returned to the Vendor or held for
disposition at Vendor's risk and expense. Latent defects may result in revocation of acceptance.
6. AWARD OF AGREEMENT: A response to a solicitation is an offer to contract with the City based upon the terms, conditions, and specifications contained in the solicitation.
Responses do not become agreements or purchase orders unless and until they are accepted by the City through its designates and an agreement or a purchase order is
issued. The agreement or purchase order shat be governed, construed, and interpreted under the Charter of the City and the laws of State of Texas. All agreements or
purchase orders are subject to the approval of the City Council or Manager.
7. PAYMENT: Vendor shall submit three (3) copies of an invoice showing the agreement or purchase order number on all copies.
B. PATENTS AND COPYRIGHTS: The Respondent agrees to protect the City from claims involving infringements of patents or copyrights.
9. RESPONDENT ASSIGNMENTS: Respondent hereby assigns to the purchaser any and alt claims for overcharges associated with this agreement, which arise under the
antitrust laws of the Slate of Texas. TX, Bus. And Comm. Code Ann. Sec. 15.01, et seq. (1967).
10, RESPONDENT AFFIRMATION:
10.1 Signing the response with a false statement is a material breach of agreement and shall void the submitted response or any resulting agreements, and the Respondent
shall be removed from all Vendor lists. By signature hereon affixed, the respondent hereby certifies that
10.2 The respondent has not given, offered to give. nor intends to give any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount
tip, favor, or service to a public servant in connection with the submitted response.
10.3 The respondent is not currently delinquent in the payment of any debt owed the City.
10.4 Neither the respondent nor the firm, corporation, partnership, ar any entity represented by the respondent, or anyone acting for such firm, corporation, or entity has
violated the antitrust laws of this State codified in Section 15.01 et. Seq. Texas Business and Commercial Code, or the Federal Antitrust Laws, nor communicated directly
or Indirectly the response made to any competitor, or any other person engaged to such tine of business.
10.5 The respondent has not received compensation for participation in the preparation of the specification for the solicitation.
11. NOTE TO RESPONDENTS: Any terms and conditions attached to response will not be considered unless the respondent specifically references them on the front of the
response form. WARNING: Such terms and conditions may result in disqualification of the response (e.g. responses with the laws of a state other than Texas requirements for
prepayment, Limitations on remedies, etc.) The City of Round Rock can only accept responses which contain all the terms and conditions of its formal solicitation; in particular,
all respondents' affirmations and certifications must be included. Submission of responses on forms other than City's form may result in disqualification of your response.
12. INQUIRIES: Inquiries pertaining to Solicitation invitations must u% - - - - Npening date.
EXHIBIT
„A„
1
1i
ti
rvf N
N00
C
M • a
11 o j.,
0 O (�u�p
1^
0 L
0
C Z C
• c
O 0 LL
... 0
O 0 0 u
i -c3 10
U
IC
tD
=
C
'co
2
ul
O
0
Project Areas - Group #1
S
%n
an
If}
(110
N
VT
,n
N
VI)
N
.9
rn
4-4
H
.5
Total Acres
0
O
A
H
a
co
N
0
t0
40
C°0
a
0
N
CO
10
M
r
M
0
rn
0
INS
en
el
w
0
v
0
0
H
Dei
d
0
N
N
r1
N
ti
Y
a
0
C
a
-V
m
C
01
co
0
C
a.
�qq
O7
C
co
Q;
0'
0
.0
01
m
2
LL
.`
0
ID
2
Park Address
_0
0
CI
0
CO
0
0
3
0
0
0.
v
0
17.
40
er_-..
.0
.'O
10
0
m
2
.i
s
a
5i
.�
aid
ei
E
z
40
o.
os
0
c
a
Y
c
0
g
0
'0
0
l,
a
0
o
co
v
4,
E
0
m
w
3
Lid
k
v
CC0
O
# dew .-i N M v 1n
VIOZ
Project Areas - Group #2
• x
a.• 01 aoO
cu u
c
a m 0
13 co
JC • }
O
1/1
a(44.^
V]
Ih
fh N
r
N
'
H
VI
K
N
'
N
1.11
44
0
tit
r
ti
11)
in
O
4"
.`J
0-
.-9
N
0
a
u
Q m
O
F-. o.
n
m
M
CO
N
0
0,
100
0
n
M
m
ut
e
m
M
m
0
v
4-4
M
}
N
et
r4-1
90
N
CO
N
co
N
0,
-4
N
F
d0.
0.
6
P.•
0
r
01
Z
N
01
Y
C
e
.1
01
m
0
SL
C
c
3
1)
0
a
O
c
J
at
0
Y
W
.0
J
0p
0
a
d
c
J
Park Address
N
a
c
Q;
a
N
0
O
.0
4.49
500 Chisholm Trail
JL
tf
O
v
e
Ce
O
Ql
a
0
4-3
H
a
8
D
0
.0
0
N
0
0
14
n
I0
M
m
N
a
fr1
0
0
ir1
v1
m
111
Bradford Park
8
iF.
.0
0
01
(0
0
oa
40
:
a
0i
EW
0
E
0
.0
.0
.0
0
a
0
0
v
i
0
0.
0
0
.J
E
a
9-
3 3
a
b
diElthibittAAG
VLOZ
Grounds Maintenance Services
IFS Solicitation No. 14-011
Class/Item: 988-36 / 988-75
February 2014
ATTACHMENT A
RESPONDENT'S REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: J " 011
RESPONDENT'S NAME: II -I'4 ref O Trxri-S DATE: 3/13 /i
Provide the name, address, telephone number and point of contact of at least three (3) firms applicable to
Municipal and/or Government projects that have utilized similar service for at least 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 solicitation.
1. Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
2. Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
3. Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
Soi-t 't west lit) , it , r. 50, i G� ev l p -k-
r
P77 -4-1c- f4-1-7elL
'lett IY'.S (',,.;EI, it (9116
0o.5 CIL I75-
Le t, � �f' -Fc 7 j
(6/2- /Z ) (02-14- .21q14
Fax Number: () 4113 N30
tier i IZor.- r
Pct n fi. Ptcl n n',.acr (1n c CO.h 51-a l.�cfi Su (4e4 -Z._
vi3 u
lJ2Ceyint•IC:' p/�' -be.
-3
2-1 0 E. v
E:1") -.S -L. 1...'6 1-1- / ja�c fcl 6
1"'h-v'%e. '1% 7 t szv I
(a5zl)q)3-(or`i'
Fax Number: (
LSI) 11 69t4 11 Yom/ G,xr v Ce'zi
y E'ZL.I�f-
�ti ori 6-6 1. i' 11 {.A.,114-47 ;'O. L' 1A
30 1 wPS ( 1oc iO 1Z4
be. 1 4-0.4 1 rt: '7 t- SI 3
C2-52-1 ) C13' - 5 34 Fax Number. (;z i / ) t'33 53s��
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
EXHIBIT
„A„
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-36 /98845
February 2014
ATTACHMENT B
CURENTLY MAINTAINED SITES
For Solicitation #14-011
j 1 Grounds Maintenance Services
Name of Respondent: t4.e ce ? i7 err re )e t5 1-7 .S -;Ve
tilentend fnntectNAM ' ->
/''Irfned 14.
AddressotSlte'":.'
• Telephone .
E-MrVI!Wiest
t 301 S. 6e,e,e-r44- .iruc-e
6'4- //-4 met oil
iA-lP,P,i 13k il-k 4-A
41 -44:.1 -)ho -td -9-6
Teo -tot T.r 'TY I t: 5"1 •3
Imo, a...4...; v it . co..
dkntendContsctgime
t. -o ' '1)17a "'
-AddreseOgee ,
(o f)1 .5 3l 5L
Telephone •' '
` •' f•MdlAddtesi.. '_
14r». pi #-n 1
,:2 si '77-L/L35 U
VYt ke i 6 Sc-) 02.67
re t.e; 7L.03
(Yi-e.t.S,5et- re_e..
a I entend Contort Name <
Mime
Telephone
Phil/Waltz
Uin14-12,
efiX) 6011•EX/e. st''
j4-14- Qs ---81r/12.,
Di2. /1-4.1.47 t7Y /Le&r.
P? haft_. 11671'513
1
EXHIBIT
Grounds Maintenance Services
IFB Soticdation No. 14.011
Class/Item: 988-361988.75
February 2014
ATTACHMENT C
Respondent Questionnaire and Equipment List
Grounds Maintenance Services
Name of Respondent: I -1-e cc tt✓i e) -F Te>Gr £t nd e.-n-pf
Contact Name:
.2s -z-/-93/ . 3 s--2. c.,
E-mail/Phone: n 6/ -k -flan J5 ,124 c e3wt
Date Business Founded: flat' L l , lei f'3Number of Full Time Employees: gi .S
Company -wide Daily Production Rate: /6,3
COMPANY'S TOTAL MONTHLY ACREAGE MAINTAINED : 30 DAYS = DAILY PRODUCTION RATE
List all equipment to be used for specified Project Areas List of equipment should include year,
model, make and number of hours on all equipment to be used. The City has the right to inspect
all equipment, with adequate notice to the Respondent, dedicated for use on this project prior to
award of the bid. During inspection, the bidder shall have all equipment that is dedicated to the
project on hand or have original receipt of purchase or lease to show ownership.
Type of Equipment
>rotot.J-ebt 11,
141 orr/ t.&- (L c�s_4
ilthi-Ot Vii., Lticrl iG h?
Xq 6 - y r7 +11;M rs-21C
a�l3�ck.
Pat lc_
Year rdake Model #of Hours
mot
C_f9-i7
rn� "
3750
72,
2 013
vt,yl_
5"z-
`7I S
.9 14)
rirFaro
�n01 Z¢3V
t
fel 77o11
NOTE: If required, attach another page for type of equipment.
EXHIBIT
„/A„
Grounds Maintenance Services
IFB Solicitation No. 14-011
Class/Item: 988-361988-75
February 2014
ATTACHMENT D
PARKS AND RECREATION: PARKS MOWING LIST 2014
(D1 — D11 — Double Click to Access Complete Mowing List)
Parks and Recreation: Parks Mowing List 2014
1. Drinkard's Landing 32 Acres
Behind CVS (Georgetown & 79)
ZZ\S ParksViandyGVAynocuments‘Winword\Contracts\Contract-Mowing-2011-2014\Mowing-Maps-2014-doc
EXHIBIT
„A„
i
p!
'rj
�`r r tl.� t[� } jtSfr Lift f• t 1~rt 7 J �_. � �:.
ve
ei
t.:: 'ly" t itF it/i rt , t:h.t flfrt7• }
J •1 ti yt 4 7;'f.� 7�t..�;� ;.
r try. �+•y '�� 4 t .'tq l�.... i k.
�rx
3"�3 4If 3
'•S./'j
•. ; J' it ` err,Jas' t r` r` �.'tiiyr.- • '•'
f t ,•;t l t y.r�s 3 1 ,. 1
.t�t t 'iiia'Fi••, f 1 { � -+ '"�.
�•�' c rt � x yt tis cfy rt +� i
p,¢ . f i �:.••rJFM tlt;,+=cfrt r�r t ` + t.2
3:- rt it Lid 1� c :• t� ttt
.... � �+ '}.a1 � i �{jr ti s e ' y t :3'x•!7 P e.
� �r 3t � tit '+" �aY '� '' '�•RT, fr
1 ry ! � •,
W
94
t � 11EE i t• t
tr
t
, t .r
r � ittc F ti.
h,.
t
P
i
I
3 { 1
i
i +
r'
07
olav
iia {~Y' .j>
€ ►
�
ell'
t yf" t
• i ,y +a}»; ♦ +lll 7 .� 4 tib
Exh
s
,i" t14S tet{•hh�,,.tf'
�•V
li
5
i
k
I
V I
r,
{ i
t tr
r
At �
s _ i
s �
s .
i
M i
W � i
2 I
Q I
X I
I
W E
y a
ti.
d
r �
s'
IFS No. 14-011
ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
CITY OF ROUND ROCK
IFB NO. 14-011
GROUNDS MAINTENANCE SERIVCES
Addendum No.: 1 Date: Tuesday, 03/04/2014
The following response is in reference to a question submitted for 1FB No. 14-011 for the Parks and
Recreation - Grounds Maintenance Services as outlined below:
1. Regarding this contract, there are a few discrepancies with respect to total park acreage vs. park
mowing acres (specifically, Bradford Park, Chisholm Trail Crossing Park & Greenbelt, Greenlawn
Place Park), where the park mowing acreage exceeds the total acreage listed. Can the City of
Round Rock provide a correct bid tab sheet with corrected figures?
2. Yes - Attached, please find electronic copy of PDF of bid sheet below.
Approved by: y1 nc.e.9-4cAu:u 'Q.r---
Michael Schurwon, CTPM, CPPB
Purchaser
Date: 0 3-o1l- -1 L/ -
By the signatures affixed below this addendum is hereby incorporated into and made a part of the
above referenced solicitation.
ACjKNOWLEDGED: (
CT)
Vendor Authorized Signature Date
RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH
YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR
RESPONSE FROM CONSIDERATION FOR AWARD.
EXHIBIT
Page 1 I
IFB No. 14-011
2
3
4
5
3
6
7
e
9
10
11
CITY OF ROUND ROCK
IFB NO. 14-011
GROUNDS MAINTENANCE SERIVCES
(CONTINUED)
Addendum No.: 1 Date: Tuesday, 03/0412014
Off dRood Rods
ESSoidiica Ro. 14-011
Gd Orr, Revel 03r114/2014
Grounds Maintenance Services -Contract Moving 2014
Project Areas - Group 61
Pa1tlme
PoekNmc
Told
Pick
Acts
Perk Adam
PekTwe
Cycl&J4R
Perk
Mn9
`bis
TotelAua
pecks=
Price Per
IeectieaPa
Cade
LetarkdRice Per
tev(12CydesX
tea&awe)
eikiksrd1C+irlip ,•%:` -:
.'t9.7
OiNndC91104Dr{1alam6731 :-;7.
L1aai!!Pat/l6dif6I
12
032
3.14
S
1
C106hn56d.(Yi:CRUP1 - •.;-' ..'i
::311.<
10000:Mit1Qa0t o
',tiidliPtitAkilbg6i:
12
249
29.61
$
5
Gis¢NiiiiiPah:' ,;,;:: ..:":::'337::
i00CRtittdatlral..:
11O4tit60et Orcinbill , ._
iknirP33Jt06ep1e7.,[
12
2.30
22.00
S
5
E30116:217•t.�::; ;
,..707.
lll1Tditist . -
i'. H$i1 m 8Psli:t'.,
12
403
493
5
5
RniriARncYWeetBad.tiejoiiud. :'::'
"3&00'
Yd6Alo03iI417.;'. .:..::=kt
hDati0OPark:',.:,
12
1600
2.1[00
5
S
`4195;+
lkii rPecivat Os;,
Tali!
2719
32630
5
5
Project Areas -Group $2.
Pa1tlme
Total
Perk
Arm
PerkAddr=
Pea Tye
Cyclalli
Peri
Meciirg
Ames
TotdAac
paSerm.
Rice Per
lone*Pe
Cycle
Edesdcd Rio Per
Year (IlcidesX
lm6oiRct)
Bradford Park �:: :•:';',.:.-.. ...
`'5.72
2C10AM oWay 'i'
. .7:xclpkatiodPark.1,:"-
1s
532
91.71
5
5
Y4noircirxei:_ .. .
"'.263
1d01G116iltliadRoad 7
UnirarPalltliJprk::
11
263
47.31
5
5
C1ldwiillalCioselopPik 6'Grea ibel `.-.
': X396
i00CRtittdatlral..:
'31iiirPa11U-6Ig6a:'-
13
336
7121
5
5
CiiilartePlrtLGnlrYa .:,:...'-?•!:
131
!CCRalildRedtAva -
-:iko rPs0Nikiga:'
11
134
U.12
S
3
3iWibaoLo4p1. - , :
'v::110
lstelL limnLoop .,3
:•:'t9kiagPs411-14504
10
160
2610
5
5
(Xvlt3atiiiPlecIParL:331
1991Git! '5di0o6Roud ,..:.:
lkii rPecivat Os;,
36
331
59.515
5
5
-`1L56
t
Tout
18.16
326.111
9
5
EXHIBIT
Page I2
IFB No. 14-011
'ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
CITY OF ROUND ROCK
IFB NO. 14-011
GROUNDS MAINTENANCE SERLVCES
Addendum No.: 2 Date: Monday, 03/10/2014
The following is a "CLARIFICATION" in reference to the terms and conditions outlined
in the IFB document, Part II, Schedule, 4. Response Requirements on page 6 of 19 as
follows:
BIDDERS MUST COMPLETE AND RETURN THE WITH YOUR BID RESPONSE THE
FOLLOWING:
1. Invitation for Bid Solicitation cover page must be completed with company name, address,
telephone number, e-mail address. Cover page must be signed by an authorized agent of
your company.
2. Exhibit C — Bid Sheet Final Revision, Dated 03/07/2014
3. Attachment A — Respondent's Reference Sheet
4. Attachment B — Currently Maintained Sites
5. Attachment C — Respondent's Questionnaire and Equipment List
6. Addendum No. 1, Dated 03/04/2014, signed copy
7. Addendum No. 2, Dated 03/10/2014, signed copy
The following are "CHANGES" in reference to the terms and conditions as outlined in
the IFB document on page 14 of 19 as follows:
Change 1: EXHIBIT C, Bid Tab Sheet, Final Revision, Dated 03/07/2013, replaces both
Exhibit A — Bid Tab Sheet, Dated 02/25/14 and Addendum No. 1, Bid Tab Sheet, dated
03/05/14, in their entirety.
Change 2: Change Part III, Specifications, 4. Equipment, 4.3 to read as follows: All "parks"
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.
EXHIBIT
„A»
Page 1 I
CITY OF ROUND ROCK
IFB NO. 14-011
GROUNDS MAINTENANCE SERIVCES
(CONTINUED)
IFB No. 14-011 Addendum No.: 2
Date: Monday, 03/10/2014
Change 3: Change Part I11, Specifications, 9. Trash, Litter and Debris Removal, 9.1 to read as
follows: Removal of debris shall require sweeping or blowing off of hard surfaces such as
sidewalks and concrete areas of parks.
Change 4: Change St. Williams Loop total park acres from 1.60 to 5.00 acres. "Change" the
total park mowing acres for St. Williams Loop from 1.60 acres to 4.50 acres
Change 5: "DELETE" the terms and conditions referenced in IFB No. 14-011 on page 14 of 19
in its entirety and replace with "DEFINITIONS, TERMS & CONDITIONS, REVISED 07/2011,
as posted an the City website at: http://roundrocktexas.gov/home/index.asp?paqe=462
The following answers are in response to questions submitted for IFB No. 14-011, Parks
and Recreation - Grounds Maintenance Services by the deadline of Friday, March 7,
2014, @ 5:00 p.m. as outlined below:
Question 1: is the Contractor responsible for trash pick-up in low lying areas?
Answer: Yes. Please refer to Part ill, Specifications, 9. Trash, Litter and Debris Removal on
page 10 of 19.
Question 2: Is Contractor responsible for providing signage when mowing in park areas?
Answer: Yes. Please refer to Part III, Specifications, 13. Safety of Work Crew, 13.2 and 13.3
on page 11 of 19.
NOTE: Please be advised that there are no "medians" associated with the Parks and
Recreation Department mowing maps.
Question 3: Does the St. Williams Loop include the easement in the 1.60 acres?
Answer: No. St. Williams Loop total park acres equals 5.00 acres. "Change" the total park
mowing acres for St. Williams Loop from 1.60 acres to 4.50 acres Exhibit D — "REVISED"
Park Mowing Map for St. Williams Loop located on the City website at:
htto://roundrocktexas.gov/home/index.asp?page=462
Question 4: What are the normal work hours for the grounds maintenance services contract?
Answer: Normal work hours will be from 7:00 a.m. to 6:00 p.m.
EXHIBIT
„A„
Page 12
IFB No. 14-011
CITY OF ROUND ROCK
IFB NO. 14-011
GROUNDS MAINTENANCE SERIVCES
(CONTINUED)
Addendum No.: 2 Date: Monday, 03/10/2014
Question 5: Is there a start to finish completion cycle?
Answer: Yes. Part III, Specifications, Section 5. Scheduling, 5.2 on page 8 of 19 has been
"REVISED" to read as follows:
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 Project Area, shall be completed. A typical maintenance cycle
for Project Areas shall range is 10 calendar days within the mowing season.
NOTE: Contractor must finish mowing cycle before the start of the next mowing cycle.
Question 6: Will the awarded Contractor have to comply with Ozone Action Days?
Answer: Yes. The City of Round Rock is part of the Austin/Round Rock Metropolitan
Statistical Area and members of the Clean Air Coalition. The awarded Contractor is allowed to
utilize equipment with propane tanks; however, Contractor shall abide by the protocol for
"Ozone Actions Days" as outlined by Texas Commission on Environmental Quality.
Question 7: Is the Contractor responsible for removing growth in following areas: Location #2
- Creekmont, Location #7 — Windy Terrace, and Location #1 1 Greenlawn Place Park?
Answer: The Contractor is not responsible for weed eating the ditch in Location #2 -
Creekmont, Location #7 — Windy Terrace, and Location #1 1 — Greenlawn Place Park.
Question 8: Is the Contractor responsible for irrigated and non -irrigated areas?
Answer: Yes. There is irrigation in Windy Terrace and Chisholm Trail Crossing but not in the
other locations. Contractor is responsible for providing mowing, edging and trimming, raking,
removing and disposing of litter (as needed) in the Windy Terrace and Chisholm Trail Crossing
irrigated areas. However, Contractor is not responsible for maintaining irrigation system; they
are responsible for damages that they may cause to existing systems.
Question 9: MAP 8 — Chisholm Trail Crossing Park -- at the entrance of the small parking
area, there is a planting bed adjacent to the street. Do city personnel maintain this bed, or
should its maintenance be included in our bid?
Answer: Parks and Recreation staff will maintain these beds at the Chisholm Trail Crossing
Park location.
EXHIBIT
Page 13
IFB No. 14-011
CITY OF ROUND ROCK
IFB NO. 14-011
GROUNDS MAINTENANCE SERIVCES
(CONTINUED)
Addendum No.: 2 Date: Monday, 03/10/2014
Question 10: MAP 9 — Creekside Plaza Greenbelt --- on the west end (adjacent to what i
believe is a restaurant), there is a small parking area on top of a very steep and wooded
incline. Is the lawn that's immediately below the parking area (and above the wooded section)
to be included in the bid?
Answer: Contractor does not need to plan on going beyond the lines on Map #9 for Creekside
Plaza Greenbelt.
Question 11: Can the City provide the bid tabulation for the previous grounds maintenance
bid?
Answer: Yes. Refer to previous grounds maintenance bid tabulation sheet labeled as
Exhibit E — IFB No. 12-001 Bid Tabulation Sheet and located on the City website at:
http://roundrocktexas.gov/home/index.asp?page=462
NOTE: Bid Item #2 and #3 on IFB No. 12-001 bid tabulation sheet are referred to as
Project Areas — Group #1 and Project Areas Group #2 respectively for 1FB No. 14-011.
Approved by: 1^01_101,,
Michael Schurwon, CTPM, CPPB
Purchaser
Date: ^3I / atct
By the signatures affixed below this addendum is hereby incorporated into and made a part of the
above referenced solicitation.
ACKNOWLEDGED:
ef3....4" of. T-efv1-5
Vendor
3/13
Authorized Signature Date
RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH
YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR
RESPONSE FROM CONSIDERATION FOR AWARD.
EXHIBIT
„A„
Page 1 '1