Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-2018-5611 - 7/12/2018
RESOLUTION NO. R-2018-5611 WHEREAS, the City of Round Rock has duly advertised for bids to purchase landscape maintenance and mowing services for specified locations throughout the City, and for related goods and services; and WHEREAS, Section 252.043 of the Texas Local Government Code requires a city to award a contract to the lowest responsible bidder or to the bidder who provides goods or services at the best value for the city based on criteria set forth in §252.043(b); and WHEREAS, the City has determined that Heart of Texas Landscape and Irrigation, Inc. will provide goods and services at the best value for the City; and WHEREAS, the City Council wishes to accept the bid of Heart of Texas Landscape and Irrigation, 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 Purchase of Landscape Maintenance and Mowing Services with Heart of Texas Landscape and Irrigation, 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 r 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. 0112.1804;00404300 RESOLVED this 12th day of July, 2018. CRAIG R , Mayor City of ound ock, Texas ATTEST: Raw- SARA L. WHITE, City Clerk 2 I EXHIBIT E CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF LANDSCAPE MAINTENANCE AND MOWING SERVICES WITH HEART OF TEXAS LANDSCAPE AND IRRIGATION.INC. THE STATE OF TEXAS § I § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § 4 COUNTY OF TRAVIS § THAT THIS AGREEMENT for landscape maintenance and mowing services for specified locations throughout the City, 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 { , 2018 by and between the CITY OF ROUND ROCK, a Texas home-rule municipality,whose offices are located at 221 East Main Street,Round Rock,Texas 78664-5299 (referred to herein as the"City"), and HEART OF TEXAS LANDSCAPE AND IRRIGATION, INC. whose offices are located at PO Box 1236, Helton, TX 76513 (referred to herein as the "Services Provider"). RECITALS: WHEREAS, City desires to purchase landscape maintenance and mowing services for specified locations throughout the City,and City desires to procure same from Services Provider; and WHEREAS, City has issued its"Invitation for Bid"for the provision of landscaping and mowing services;and WHEREAS, Section 252.043 of the Texas Local Government Code provides that a contract must be awarded to the lowest responsible bidder or to the bidder who provide goods or services at the best value for the city;and WHEREAS, City has determined that the bid submitted by Services Provider for all landscape maintenance and mowing services (excluding downtown litter pick-up and trash empty services)provides the best value for the City of Round Rock,Texas;and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights,duties,and obligations; i 00402302/ssz I f 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 18-009, Class/Item: 988-36/988-52 dated March 2018("IFB"); (b)Services Provider's Response to iFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Services Provider's Response to IFB; (3) City's Invitation for Bids,exhibits,and attachments. i 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. 2 i i B. The term of this Agreement shall be for sixty(60)months from the effective date hereof. f C. Prices shall be firm for the duration of this Agreement. No separate line item charges shall be permitted for invoicing purposes, including but not limited to equipment rental, demurrage,costs associated with obtaining permits,or any other extraneous charges. D. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. t F 3.01 CONTRACT DOCUMENTS AND EXHIBITS f City selected Services Provider to supply the services as outlined in the Part II, Section 7 of the IFB, and the Response to IFB submitted by Services Provider as described in Attachment ` A: Bid Sheet 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 Providerin 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 Attachinent A: Bid Sheet of Exhibit "A" pertaining to landscape maintenance and mowing services are awarded to Services Provider. Scope of Work: For purposes of this Agreement, City has issued documents delineating the required services (specifically IFB 18-009, Class/Item: 988-36/988-75 dated March 2018). ` 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 I 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. i 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 f shall be limited to performing services for City and/or advising City conceming 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. is 3 i 1 5.01 COSTS A. In consideration for the grounds maintenance services to be performed by Services Provider, City agrees to pay Services Provider the amounts set forth in"Attachment A: Bid Sheet"of the attached Exhibit"A." B. The City shall be authorized to pay the Services Provider an amount not-to- exceed Two Hundred Forty-Nine Thousand One Hundred Eighty and No/100 Dollars ($249,180.00) per year for a total not-to-exceed amount of One Million Two Forty-Five Thousand Nine Hundred and No/100 Dollars($1,245,900.00)for the term of this Agreement. C. The total not-to-exceed fee of $1,245,900.00 shall include: (1) the Service Provider's bid of One Hundred Fifty Nine Thousand One Hundred Eighty and No/100 ($159,180.00) per year; (2) an additional Fifteen Thousand and No/100 Dollars ($15,000.00) per year for in-igation system repair services; and an additional Seventy-Five Thousand and No/100 Dollars ($75,000.00) per year for additional future City facilities needing landscaping and mowing services provided by Services Provider, all as set forth in "Attachment A: Bid Sheet"of the attached Exhibit"A." 6.01 INVOICES All invoices shall include,at a minimum,the following information: A. Name and address of Services Provider; B. Purchase Carder 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 a purchase off of the City's bid, with the consent and agreement of the successful service provider(s)and the City. Such agreement shall be conclusively inferred for the services provider from lack of exception to this clause in the service provider's response. However, all parties hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that 4 i, 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 fiends sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may affect 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 Set-vices 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: i 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 i 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 fiends;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. 5 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Services Provider's charges. 1.2.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Services Provider cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Services Provider shall meet all insurance requirements set forth by in the "Insurance Requirements"documents on the City's website at: https://www.roundrocktexas.,gov/wp-contcnt/uT)loads/2014/12/corr insurance 07.20112.df 14.01 CITY'S REPRESENTATIVES City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement.- Chad greement:Chad McKenzie Spoils Management and Tourism Director 221 East Main Street Round Rock,Texas 78664 512218-5488 CmkerrKieLcgroundrocktexas.uov 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. 6 L i i 1' i i 1 l 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. 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 I 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 I l 7 s f J 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. E 19.01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES A. Services Provider, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards,bureaus and agencies. B. Services Provider acknowledges and understands that City has adopted a Storm Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139 Ithrough 14-152 of the City's Code of Ordinances, to manage the quality of the discharges from its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the requirements of the Texas Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge Elimination System (TPDES). The Services Provider agrees to perform all operations on City-owned facilities in compliance with the City's Illicit Discharge Ordinance to minimize the release of pollutants into the MS4. The Services Provider agrees to comply with of the City's stormwater control measures, good housekeeping practices and any facility specific stormwater management operating procedures specific to a certain City facility. In addition,the Services Provider agrees to comply with any applicable TCEQ Total Maximum Daily Load (TMDL)Requirements and/or I-Plan requirements. C. In accordance with Chapter 2270, Texas Government Code, a governmental entity may not enter into a contract with a company for goods and services unless the contact contains written verification from the company that it: (1) does not boycott Israel; and (2)will not boycott Israel and will not boycott Israel during the terms of this contract. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this Agreement. 20.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign,sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 8 } I I. When delivered personally to the recipient's address as stated in this Agreement; or I 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 liTigation,Inc. PO Box 1236 Belton,Texas 76513 Notice to City: Laurie Hadley,City Manager Stephan L. Sheets,City Attorney 221 East Main Street AND TO: 309 East Main Street (� Round Rock,`I'X 78664 Round Rock,TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine i communications between representatives of City and Services Provider. 22.01 APPLICABLE LAW;ENFORCEMENT AND VENUE j This Agreement shall be enforceable in Round Rock, Texas, and if legal action is f 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 I 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. i 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 9 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. I [Signatures on the following page.] to IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on i the dates indicated. 1 City of hound Rock,Texas Heart of Texas Landscape and Irrigation, Inc. f By: -- -- __ BY �f2�' Printed Marne: Printed Name: ?,�• ,r• Title: Title: kcc-O" ti - Date Signed: Date Signed: .Attest: By: Sara L. White,City Clerk For City,Approved as to Form: By: Stephan L.Sheets,City Attorney (7 v' �- 1 I1 ROUND ROCK TEMS PURCHASING DIVISION City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 wwv.roundrocktexas. ov INVITATION FOR BID (IFB) LANDSCAPE MAINTENANCE AND MOWING SERVICES SOLICITATION NUMBER 10-009 MARCH 2018 Exhibit "A" City of Round Rock Landscape Maintenance and Mowing Services IFB No. 18-009 Class/item:988-36/988-52 MARCH 2018 LANDSCAPE AND MOWING SERVICES i PART l GENERAL REQUIREMENTS 1. PURPOSE: The City of Round Rock, herein after"the City" seeks a bid from firms experienced In landscape maintenance and lawn mowing services to provide full, turnkey services inclusive of necessary equipment and labor to provide landscape maintenance and lawn mowing services to maintain City properties at the Round Rock Sports Center, Multipurpose Complex,Police Department herein referred to as services. 1 2. BACKGROUND: Vendor shall provide services to include, but not be limited to, mowing, trimming, weed control,cleaning of concrete swales,litter clean up,blowing of walkway/parking lots,hauling and green waste dumping,shrub pruning,post emergent herbicide,insect and disease control,tree skirting, tree pruning,turf fertilization,mulching of planter beds and mulched areas,turf aeration and irrigation system monitoring and repair as needed within the specified time period(s)through the term of the contract. City of Round Rock properties located at the Round Rock Sports Center, Multipurpose Complex, Police Department. The City reserves the right to add or remove locations thoughout the term of the awarded contract. 8. SOLICITATION PACKET: This solicitation packet Is comprised of the following: Description Index Part I—General Requirements Page(s)2-6 Part 11--Deflnitions,Standard Terms and Conditions Page 6 and Insurance Requirements Part III-Supplemental Terms and Conditions Page(s)7-10 Part IV—Specifications Page(s)11-14 J r ' Attachment A—Bid Sheet Page 15 i Attachment B—Reference Sheet Page 16 Attachment C--Respondent's Questionnaire Page 17 Attachment D-Subcontractor Information Form Page 18 3 Page?.of 18 Exhibit "A" l l City of Round Rock I Landscape Maintenance and Mowing Services IFB No, 18-009 I Class/Item:988-36/988-52 MARCH 2018 4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications,you may I contact: t Authorized Contact Mike Schurwon,CPPB,CTPM Purchasing Division City of Round Rock E-mail: mschurwon�ict 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 Department. 5. SCHEDULE OF EVENTS:It is the City's intention to follow the solicitation timeline below. I EVENT DATES Solicitation released March 9,2018 Mandatory Pre-Bid meeting/site visit March 20,2018 @ 9:00 AM,CST Deadline for submission of questions March 23,2018 @ 5:00 PM,CST City responses to questions or addendums March 26,2018 @ 5:00 PM,CST Deadline for submission of responses April 2,2018 @ 3:00 PM,CST All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted above. A copy of all the questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at Questions shall be submitted in writing to the"Authorized Purchasing Contact". The City reserves the right to modify these dates. Notice of date change will be posted to the City's website http://www.roundrocktexas.00vlbids. 6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at fit :// .roundrocktexasccov/bids for any updates pertaining to the solicitation described herein. Various updates may Include addendums,cancellations,notifications,and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. 7. MANDATORY PRE-BID MEETING/SITE VISIT AND INSPECTION: A mandatory pre-bid meeting t site visit,and inspection will be conducted to fully acquaint Respondents with the facilities,difficulties and/or restrictions Inherent in the services specified. The pre-bid meeting/site visit will be conducted on the date specified in PART i Section 5-Schedule of Events. 7.1 Attendance at the pre-bid meeting/site visit is mandatory. Respondents shall sign-in at the pre- bid meeting to document their attendance. Immediately following the pre-solicitation meeting a site visit tour will be conducted to enable Respondents to determine labor,equipment,supplies and materials necessary to perform the services specified herein. Respondents shall sign-in at each site of the tour to document their attendance. The City reserves the right to determine a response"not available for award"if the Respondent fails to attend the mandatory pre-bid meeting and site visit tour which shall initially begin at: Round Rock Multipurpose Complex 2001 North Kenney Fort Blvd Round Rock,Texas 78665 Page 3ofIS Exhibit "A" i i i 1 City of Round Rock Landscape Maintenance and Mowing Services i IFB No. 18-009 Class/Item:988-36/988'52 I MARCH 2018 7.2 Respondents will be responsible for their own transportation for the site visit tour. 7.3 A map for each facility location will be provided at the pre-bid meeting. 7.4 Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre-bid meeting/site visit. I 7.5 It Is the responsibility of the Respondent to examine each facility and determine quantity, amounts, take precise measurements,determine material requirements,equipment i requirements,labor requirements and other solicitation related details during said inspections. B. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM,on the due date noted in PART I,Section 5—Schedule of Events. Mail or hand deliver sealed responses to: City of Round Rock Attn:Mike Schurwon i Purchasing Department 1 221 E.Main Street Round Rock,Texas 78664-5299 8.1 Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number,due date and"DO NOT OPEN". 8.2 Facsimile or electronically transmitted responses are not acceptable. 8.3 Responses cannot be altered or amended after opening. 8.4 No response can be withdrawn after opening without written approval from the City for an acceptable reason. 8.5 The City will not be bound by any oral statement or offer made contrary to the written specifications. { 8.6 Samples and/or copies shall be provided at the Respondent's expense,and shall become the property of the City. 9. BIDDER RESPONSE REQUIREMENTS:The City of Round Rock makes no warranty that this checklist { is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Bidders are encouraged to carefully read the entire solicitation. Bidders shall submit one(1)evident signed"Original"and five(5)copies of the response requirements Including any required attachments and one(1)electronic copy of the€F13 response on a flash drive.The samples and/or copies shall be provided at the Respondent's expense,and shall become the property of the city. This invitation for bid(IFB)does not commit the City to contract for any supply or service. Respondents are advised that the City will not pay for any administrative costs incurred in response preparation to this IFB;all costs associated with responding to this IFB will be solely at the interested parties'expense. Not responding to this IFB does not preclude participation in any future RFP/RFQ/IFB. For your bid to be responsive, the attachments €dentified below shalt be submitted with Your proposal. Attachment A:BID SHEET:The bid response shall be submitted on itemized,signed:Bid Sheet provided in the solicitation packet. Failure to complete and sign the bid sheet may result in disqualification,If there is a conflict between the unit price and extended price,the unit price will take precedence.Submission of responses on forms other that the City's Solicitation Document may result in disqualification of the response. Attachment B:REFERENCE SHEET:Provide the name,address,telephone number and E-MAIL_of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized Page 4 of 18 Exhibit "A" City of Round Rock Landscape Maintenance and Mowing Services IFB No. 18-009 Class/item:986-36/988-52 MARCH 2018 l services that are similar in type and capacity within the last two(2)years.City of Round Rock references are not applicable.References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. !: Attachment C: RESPONDENT'S QUESTIONNAIRE: Provide completed respondent's questionnaire with additional pages as needed to answer all questions with the bid packet submittal. Attachment D:SUBCONTRACTOR INFORMATION FORM:Provide a signed copy of the Subcontractor Information Form. i 1 10. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses,or to accept any response deemed most advantageous,or to waive any irregularities or informalities in the response received that best serves the interest and at the sole discretion of the City. All solicitations received may be evaluated based on the best value for the City. In determining best value,the City may consider: 10,1 Purchase price; 10.2 Reputation of Respondent and of Respondent's goods and services; 10.3 Quality of the Respondent's goods and services; 10.4 The extent to which the goods and services meet the City's needs; I 10.5 Respondent's pest performance with the City; i 10.6 The total longterm cost to the City to acquire the Respondent's goods or services; ! 10.7 Any relevant criteria specifically fisted in the solicitation. Respondents may be contacted for clarification of bid and/or to discuss details of the services they are proposing.This may include a presentation and/or the request for additional material/information. 10.8 EVALUATION FACTORS: Total 100%Points • Cost-60%Points • Response to Attachment C—Respondent's Questionnaire—40%Points o Equipment List 10%points o Company Work Expereince 10%Points o Individual Work Experience 10%Points o Irrigation System Inspection and Repair Expereince 10%Points 11. CONFIDENTIALITY OF CONTENT:As stated in Section 16 of City of Round Rock Purchasing Definitions,Standard Terms and Conditions,all documents submitted in response to a solicitation shall be subject to the Texas Public Information Act.Following an award, responses are subject to release as public Information unless the response or specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing is not considered to be confidential under any circumstances 11.1 Information in a submittal that is legally protected as a trade secret or otherwise confidential must be clearly Indicated with stamped,bold red fetters stating"CONFIDENTIAL"on that section of the document.The City will not be responsible for any public disclosure of confidential Information if it is not clearly marked as such. 11.2 If a request is made under the Texas Public Information Act to inspect information designated as confidential,the Respondent shall,upon request from the City,furnish sufficient written reasons Page 5 of 18 Exhibit "A" City of Round Rock Landscape Maintenance and Mowing Services IFB No. f 8-009 Class/Item:988-36/988-52 MARCH 2018 and information as to why the information should be protected from disclosure.The matter will then be presented to the Attorney General of Texas for final determination. 12. CERTFICATE OF INTERESTED PARTIES:Section 2252,908 of the Texas Government Code requires the successful offeror to complete a Form 1295 Certificate of Interested Parties"that is signed and notarized for a contract award requiring council authorization.The"Certificate of Interested Parties"form must be completed on the Texas Ethics Commission webslte,printed,signed and submitted to the City by the authorized agent of the Business Entity with acknowledgment that disclosure Is made under oath and under penalty of perjury prior to final contract execution.Link to Texas Ethics Commission Webpage:haps://vww.ethics.state.tx.us/whatsnew/elf info form1295.htm PART II DEFINITIONS,STANDARD TERMS AND CONDiTONS AND INSURANCE REQUIREMENTS 1. DEFINITIONS,STANDARD TERMS AND CONDITIONS:By submitting a response to this solicitation,the Bidder agrees that the City's Definitions, Standard 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 Bidders to stay apprised of changes.The City's Definitions,Standard Terms and Conditions can be viewed and downloaded from the City's website at:https:7www.roundrocktexas.cov/d2Rartmgnts/purchaslnmI 2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard insurance Requirements.The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: �tt�s://wwrrr.roundrocktexas. ovlde artments! ur��chasir�. Page b of 18 Exhibit "A" City of Round Rock Landscape Maintenance and Mowing Services IFB No. 18-009 I Class/Item:988-36/988-52 MARCH 2018 PART III ( SUPPLEMENTAL TERMS AND CONDTIONS 1, AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: 1.1 The term of the Agreement shall begin from date of award and shall remain in full force for sixty (80)months. 1.2 Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as Is reasonably necessary to re-solicit and/or 2 complete the project up to 90 days. 2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent shall: 2.1 Be firms, corporations, individuals or partnerships normally engaged in providing landscape maintenance and mowing services as specified herein and have adequate organization, facilities, equipment,financial capability,and personnel to ensure prompt and efficient service to the City; 2.2 Provide all labor, supplies and materials required to satisfactorily perform the services as specified herein and own or acquire at no cost to the City all construction aids, appliances, and equipment Respondent deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's vehicles, equipment,tools and all associated costs. The City shall not be responsible for any Respondent's tools, equipment or materials lost or damaged during the performance of the services specified herein; 2.3 A commercial business location from which the landscaping crew is deployed must be in Williamson or surrounding counties in order to assure prompt delivery of landscaping services to the City of Round Rock.The City reserves the right to inspect the business location. 3. SUBCONTRACTORS If Subcontractors will be used the Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractors own acts and omissions.The Contractor shall: 3.1 Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions,specifications and terms of the Contract; 3.2 Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary insurance in the type and amounts specified for the Vendor,with the City being named as an additional Insured;and 3.3 Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. 3.4 Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of any subcontractors throughout the term of the contract. 4. SAFETY: The City reserves the right to remove any employee from City property for violation of federal, state, and local health, safety and environmental laws, ordinances, rules and regulations. The Respondent shall: Page 7 of 18 Exhibit "A" t City of Round Rock Landscape Maintenance and Mowing Services lFB No. 18-009 Class/item:988-361988-52 Y MARCH 2018 4.1 Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal,state,and local health,safety,and environmental laws ordinances,rules and regulations in the performance of these services; 4.2 Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. In case of conflict,the most stringent safety requirement shall govern; E 4,3 Indemnify and hold the City harmless from and against all claims, demands, suits, actions, Judgments, fines penalties and liability of every kind arising from the breach of the Successful Respondents'obligations under this paragraph. 5. WORKFORCE: Successful Respondent shall: 5.1 Ensure Respondent's employees perform the services in a timely,professional and efficient manner; 5.2 Ensure Respondent's employees, while working on City property, wear a company uniform that clearly identifies them as the Respondent's employee; 5.3 Employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States. 6. PRICING:The Bidder shall determine and submit a fixed cost for the work and shall include all incidental J costs,labor,overhead charges,travel,payroll expenses,freight,equipment acquisition and maintenance, demurrage,fuel surcharges,delivery charges,costs associated with obtaining permits,Insurance,bonds and risk management. No separate line item charges shall be permitted for either response or invoice purposes. 7. PRiCE INCREASE: Contract prices for landscape maintenance and mowing services shall remain firm throughout the initial twelve(12)month term of the contract. A price increase to the agreement may be considered on the anniversary date of the Contract each year and shall be equal to the consumer price index for that year,but at no time can the Increase be greater than 15%for any single line Item. 7.1 Consumer Price Index(CPI): Price adjustments will be made In accordance with the percentage change in the U.S. Department of Labor Consumer Price Index(CPI-U)for all Urban Consumers. The price adjustment rate will be determined by comparing the percentage difference between the CPI In effect for the base year six-month average (January through June OR July through December); and each (January through June OR July through December six month average) thereafter. The percentage difference between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments will be allowed. Reference:Chained CPI-All Urban Consumers, Series Id: SUUR0000SAS based on the effective date of contract execution. The Consumer Price Index(CPI)is found at the Bureau of Labor Statistics, Consumer Price Index website: http://www.bfs.gov/cpi/ 7.2 Procedure to Request Increase: 7.2.1 Mail the written price Increase request with the rate detail comparison and comprehensive calculation and any supporting documentation to the designated City Contract Specialist a minimum of 45 days prior to the annual Contract anniversary date. The detailed written calculation will be verified and confirmed. All written requests for increases must include the City of Round Rock contract number, solicitation reference information and contact information for the authorized representative requesting the Increase. Price increase requests shall be sent by mail to: Page 8of18 Exhibit "A" City of Round Rock Landscape Maintenance and Mowing Services IFS No. 18-009 Class/Item:988-36/988-52 MARCH 2018 1 s City of Round Rock Purchasing Department Attn: Contract Specialist 221 East Main Street Round Rock,TX 79664.5299 7.2.2 Upon receipt of the request,the City reserves the right to either,accept the escalation and j make change to the purchase order within 30 days of the request,negotiate with the Vendor j or cancel the agreement or purchase order If an agreement cannot be reached on the value of the increase. S. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance anytime during the contract term. i 9. ACCEPTANCE/IINSPECTiON:Acceptance Inspection should not take more than five(5)working days.The awarded respondent will be notified within the time frame If the services delivered are not Iin full compliance with the specifications.In the event the services are not performed to the satisfaction of the City;the vendor shall agree to reperform services to specification at no additional cost to the City.If any agreement or purchase order is cancelled for non-acceptance,the needed services may be purchased elsewhere and the vendor may be charged liquidated damages. I 10. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy requirements within budgetary constraints,which may be more or less than indicated. 11. PERMITS: The Successful Respondent shall verify and obtain all necessary permits,licenses,and/or certificates required by federal,state and local laws,ordinances,rules or regulations for the completion of the services as specified If required for the project and shall provide proof to the City upon request. 12. AWARD: The City reserves the right to enter Into an Agreement or a Purchase Order with a single award,split award,primary and secondary award,non-award,or use any combination that best serves the interest and at the sole discretion of the City. Award announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at ham.- www.roundrocktexas_,nov/bIds. 13. POST AWARD MEETING: The City and Successful Bidder(s) may have a post award meeting to discuss,but not be limited to the following: 13.1 The method to provide a smooth and orderly transition of services performed from the current contractor; 13.2 Provide City contact(s)information for implementation of agreement. 13.3 Identify specific milestones,goals and strategies to meet objectives. 14. ROINT OF CONTACT 1 DESIGNATED REPRESENTATIVE: 14.1 Contractor's point of contact: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and Identified point of contact upon award of the contract to include contact information. The City's designated representative shall be notified by the Respondent immediately should the point of contact change. Page 9 of 18 Exhibit "A" I City of Round Rock ( Landscape Maintenance and Mowing Services I FB No. 18-009 Class/Item:988-36/988-52 ( MARCH 2018 i 14.2 The City's designated representative., The City's designated representative shall be: • The City's designated representative for the Round Rock Sports Center shall be: Fletcher Coffman City of Round Rock Operations Coordinator i The City's designated representatives for the Multipurpose Complex shall be: I Tim Ahem j City of Round Rock Operations Coordinator 1 • The City's designated representative for the Police Department shall be: I Larry Roberson City of Round Rock—Police Department Accreditation Manager 14.3 Service Requirement Locations • Round Rock Sports Center 2400 Chisholm Trail Round Rock,Texas 78681 • Multipurpose Complex 2001 North Kenney Fart Blvd. Round Rock,Texas 78665 I Police Department 2701 North Mays Street Round Rock,Texas 78665 E 15. INTERLOCAL PURCHASING AGREEMENTS 15.1 The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the Interlocal Cooperation Act,Chapter 791 of the Texas Government Code,The Contractor agrees to offer the same price and terms and conditions to other eligible agencies that have an interlocal agreement with the City. 15.2 The City does not accept any responsibility or liability for the purchases by other government agencies through an interlocal cooperative agreement Page 10 of 18 Exhibit "A" City of Round Rock Landscape Maintenance and Mowing Services IFS No. 18-009 Class/item:988-36/988-52 MARCH 2018 PART IV SPECIFICATIONS 1. SCOPE:The City of Round Rock requests landscape maintenance and lawn mowing services to be provided on the City's Round Rock Sports Center, Multipurpose Complex and Police Department. Services shall include all labor and goods needed to provide mowing,trimming,weed control,cleaning of concrete swales,litter clean up,blowing of walkway/parking lots,hauling and green waste dumping, shrub pruning,post emergent herbicide,insect and disease control,tree skirting, tree pruning,turf fertilization,mulching of planter beds and mulched areas,turf aeration and maintenance,irrigation system monitoring The City reserves the right to expand or decreased landscape areas throughout the term of the contract. 2. City of Round Rock properties covered under this scope of work: 2.1 Section A—Sports Management and Police Facilities • Round Rock Sports Center.Estimated 3 Acres • Multipurpose Complex:Estimated 20 Acres i • Police Department Headquarters:Estimated 10 Acres i 3. SERVICE REQUIREMENTS: The successful Bldder shall: 3.1 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. ; 3.2 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 i manner. }I 3.3 Have an on-site supervisor at the site any time work is performed. t 3.4 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 Bidder to the satisfaction of the City. 3.5 Work shall be performed on a schedule defined by the City to the specifications defined herein. 3.6 All work shall be performed In a professional workmanlike manner. 3.7 All supporting documentation specified herein shall be submitted with invoice prior to the City processing payment.The successful bidder shall invoice only for actual work completed. I 4. CITY RESPONSIBILITY: City will: 4.1 Appoint a City designated representative. 1 4.2 Monitor and Inspect the ground maintenance at designated sites. 4.3 Coordinate all work and scheduling with the successful Bidder. i r ! 4 I { Page I I of 18 J Exhibit "A" City of Round Rock Landscape Maintenance and Mowing Services IFB No. 18-009 Class/item:988-36/988-52 MARCH 2018 5. r;QUiP ENT:Prior to start of services,all equipment maybe 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. 5.1 Insufficient and/or inadequate equipment as determined by the City is cause for rejection of any and/or all proposals. 5.2 All mowers shall be kept in good operating condition and shall be maintained to provide a clean,sharp cut of vegetation at all times. 6. BCHC12ULiNG_: Upon issuance of a Work Authorization, successful Bidder shall begin work and proceed with all reasonable dispatch to completion maintaining the established work areas. The successful Bidder will be required to maintain the Round Rock Sports Center,Multipurpose Complex and Police Department 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. 6.1 Start date for landscape maintenance and mowing services will be coordinated between the Sports Facilities and Operations Manager, the Police Department designated contact and Contractor upon award of a contract. 6.2 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. 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 Bidder in writing via e-mail or fax. 6.3 All work shall shall be performed during normal business hours 7:00 AM to 5:00 PM M-F (except City Holidays). 7. SERVICES_:Landscape maintenance and lawn mowing services shall be performed at the following locations: • Round Rock Sports Center • Multipurpose Complex Police Department 7.1 The scope of landscaping services to be performed at each location shall follow the schedule outlined below.A total of 42 estimated site visits will take place in a 12-month period and will occur as follows: 7.1.1 Once a week from March 1 to October 31 7.1,2 Once every two weeks from November 1 to Feb 28 I 1 i Page 12 of IS Exhibit "A" I i t ##s i City of Round Rock Landscape Maintenance and Mowing Services IFB No. 18-009 Class/Item:988-36/986-52 ' MARCH 2018 Landscaping Services Table;Worked to be performed at each site listed in Section 7 shall follow the schedule below; j Item# Work Description Frequency Instructions 1. Mowing Weekly/BI-Weekly 6 Site Visit 2. Edging Weekly/Bi-Weekly Site Visit 3. Line Trimming Soft Weekly/Bi-Weekly Edges Site Visit 4. Ground Cover Weekly/Bi-Weekly Trimming Site Visit 5. Hand Pull/Spot Weekly/BI-Weekly Spray Weeds Site Visit 6. Monitor and Clean Weekly/Bi-Weekly Concrete Swales Site Visit I 7. Litter Policing/ Weekly/Bi-Weekly Genera!Clean Up Site Visit 8. Backpack Blowing Weekly/Bi-Weekly Debris shall not be blown into of Walkways and Site Visit roadway Parking Lots 9. Hauling and Weekly/Bi-Weekly Green Waste Site Visit 10. Shrub Pruning As needed Work to be performed as needed during site visit to insure correct growth and development F 11. Post Emergent As needed Work to be performed as needed Herbicide durIng site visit to Insure correct growth and development 12. Minor insect and As needed Work to be performed as needed Disease Control during site visit to insure correct growth and development 0 13. Tree Skirting for As needed Work to be performed as needed Clearance during site visit to insure correct ! growth and development 9 14. Pruning of Trees As needed Work to be performed as needed Less than 12' during site visit to insure correct growth and development i I i Page 13 of 18 Exhibit "A" City of Round Rock Landscape Maintenance and Mowing Services IFB No. 18-009 Class/Item:988-36/988-52 MARCH 2018 Item# Work Description Frequency Instructions 15, Turf Fertilization 2 Times Per Year To be coordinated with contract manager.Proposed for spring and fall 16. Re-Mulching All 2 Times Per year To be coordinated with the Planter Beds and contract manager.Re-mulch all Mulched Area planter beds and mulched areas at a depth of 2". 17. Turf Aeration 1 Time Per Year To be coordinated with the contract manager.Proposed for i April i -- 18. Irrigation System 4 Times Per Year Quarterly Inspection of Irrigation Inspection and Timer Systems. If repairs are Identified Monitoring. a written repair estimate shall be provided to the City for approval in advance.(See Section 8 i below) i i 8, Irrigation System Inspection and Repair: j 8.1 The selected Vendor is required to use staff that has the appropriate training and State of Texas Licensing through the Texas Commission on Environmental Quality(TECQ)to conduct irrigation system Inspection and repair at all times.Proof of qualifications and licensing shall be provided to the City upon request. o Irrigation Inspections:The contractor is to inspect the existing irrigation systems at all locations using a licensed irrigator on a quarterly basis.The contractor is to maintain and repair existing irrigation systems to support functional operations and ensure plants receive sufficient levels of watering for a healthy appearance. o Make adjustment and settings to automatic controllers on an as needed basis to maintain a healthy lawn.Replace existing irrigation systems and equipment if damaged by the contractor, with only the original branded and like modeled equipment at the contractor's expense. a The contractor Is responsible for cleaning,maintain,installing,operating,and repairing all irrigation systems.The contractor shall submit a quarterly irrigation report detailing the health of the exiting systems and recommendations for repairs for approval, Maintain the entire irrigation systems with original brand equipment only. o Check clock settings,clock operation,head elevation and coverage no less than once a quarter. Control irrigation to avoid runoff that may cause erosion or unnecessary waste of water. Make adjustments as needed to avoid overspray of walls,walks,and roadways. 8.2 Irrigation System Repairs: In the event that irrigation system repair is identified the vendor shall j prepare a separate written repair quote for City approval.The quote shall include the estimated cost of labor and repair parts.All repair parts shall be new.The repair shall be completed upon authorization by the City and shall be Invoiced separately from the regular site visit. Unauthorized repair work is not allowed. Page 14 of 18 Exhibit "A" City of Round Rock Landscape Maintenance and Mowing Services IFB No. 18-009 Class/Item:988-36/988-52 MARCH 2018 ATTACHMENT A BID SHEET 1. ATTACHMENT A. BID SHEET is posted In Solicitation Documents for IFB No. 18-009 Landscape Maintenance and Mowing Services in an Excel format on the City of Round Rock website at: ht sto .I/vwww.roundrocktex .gov/depart_manta/ urchasingI urchasinc-active-solicitations/ 1.1 In order to be considered responsive Attachment A- Bid Sheet must be completed, signed by an authorized representative and returned by the deadline for submission of response indicated in Part I Section 5—Schedule of Events. 1.2 The Respondent, by submitting and signing Attachment A—Bid Sheet, acknowledges that he/she has received and read the entire document packet sections defined above including all documents incorporated by reference,and agrees to be bound by the terms therein. 1.3 In order to do business with the City of Round Rock you must be registered with the City's Vendor Database.To register,go to.ht s://roundrock.munisselfservice.comNendars/default.BSOx. 1.4 By the signature affixed on Attachment A-Bid Sheet,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." 1.5 The Respondent agrees,If this Offer is accepted within 120 calendar days after the Due Date,to fully comply in strict accordance with the Solicitation,specifications and the amounts shown on bid sheet, Page 15 of 18 Exhibit "A" Atiachmant A•Bid Shout LANDSCAPE MAINTENANCE AND MOWING SERVICES IFS No.18.009 Tho Respondent ioprcaenis by Ihm agnabxo blow Ural halahe Is subcwting a brndmg offer and la ouibaneed to hind Ilia respondent to Idly comply wih Ilia joieltallon docurmnis conla"d 4n IF8 No.18.000 for Landscape Maintanance and Mowing Services Tho Respondent acknaKladgas that harsh-has tecdvod and road the ankre sollcltaCan packet,attachrcants and all documents incorporated by raforanes a-.d agrees ij ba bound by the lama therein Special instrucl+ons Al;prices mist be quotatim order to be considered responsive So-dosed I1111 exceptions taken to any carbon at the sateiLilJon may leopardso aaaplanco of Ilio b d The City fosarvas Ilio r ghl to award line items sopwalaly at together and to purchase moo or loss than the quanlges Ind Wad blow Cost-00%Points Na' Description Estimated Annual Quantity Unit Cos! Extended TWA Pari N lee0an I.Landscaping 3ervIcto Tr& I Round Rcck Sports Ccarar 42 S:la Vis:ia 56 •Ift Atli d Multi r+ o am r w _�� 42 S:te Vis is S S r i y._... :Pot coQap3An>Crl 42 SiteYS:ts ! ! 3(o,377, T Bid Total S �C s 3 Infgrmstion 0 rhe Cil nia choasolorequafl anrub reptamment .r' 4 Mailer s Y.Coal at shrufas for shrubasillacemant A ' An addaona$15,000 per yaar Kit bo added io lho agioament fcr un0al'on repair sorvtcos Nota that Ilia coil o!bdgadon rtspactrtri end emar maruiadng ouyinad In dem 1e at Pari iV Specieca4on Becton 7-landscape ScMcos Table 0A bo Included by Ilio vandor In Lha base pr r_e for landscaping services par site tis.t<l%led above Addbanr cha•gas may ho cluoled and invali;W aepat Maly{ar rapdtrs en y ff app ovad;n advance Is Lha GL Labor Rate par Hour•. i[ 5 IrrigationsxatomRepalr S +.] _. _.. G MeiMup•.t Cost for lrrlualton Part& An ide tonal$75 000 per yoar Kit be added to Ilia agraamaal fist tiro arldtcn t f naw a..roagu'c.;ak ns 1ha1 roqu ra sandstaping sans:,es �uolo cost er acta bdaw Landsaepinp garvices for ann acre per specification•Cost PorJ •0 01 p Sita inelf S l Attachment C.Roopondent Questionnaire 40%Polnta Equipment List:10%Points Company Work Experience-,10%Paints Individual Work Exporlanco:10%Potnts t Irrigation System Inopaction and Ropalr Exparionce:10%Paints COMPANY NAME SIGNATURE OF At[THOR12E0 REPRESENTATIVE PRINTED NAME PHONEHUHHER EMAIL AODRESS Exhibit "A" City of Round Rock Landscape Maintenance and Mowing Services IFB No.18-009 Class/Item:988-361988-52 MARCH 2918 ATTACHMENT B. REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: j 4 RESPONDENT'S NAME: DATE: ? �fl1 Provide the name,address,telephone number and E-MAIL of at least three(3)valid Municipal,Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award, if references cannot be confirmed or If any negative responses are received it may result in the disqualification of submittal. 1. Company's NameCU,l rrgrrs 5,,.�5 q ,� a�t w + Name of Contact L C Title of Contact � rirk- ,r,e- L) E-Mail Address Present Address jcity, stat©,Zip cads -76 Telephone Number {514Fax Number:( Jz} qq3- i 1 j 2. Company's Name j Name of Contact , 8Pr4 ei j Title of Contact Fd re4K L S�pt►t.a+ti e �e-,� E-Mall Address 1 present Address 1 o Ij. City,State,Zip Code ,r+ ei e w Z Telephone Number {512- )03oFax Number:( j i I i 3. Company's Name Name of Contactr Title of Contact ~ E-Mail Address , ki6m Present Address r* A-- City, State,Zip Code f Telephone Number (Z4'q) 33-5/o,3 Fax Number: FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Page 16 of 18 Exhibit "A„ i City of Round Rock Landscape Maintenance and Mowing Services IFS No. 18-009 Class/item:988-36/988-52 MARCH 2018 ATTACHMENT C RESPONDENT'S QUESTIONNAIRE 40%Points is i Any and all firms considering the Landscape Maintenance and Mowing Services contract,must complete and submit the information requested below. : NOTE,This is a part of the bid and bidders who fail to submit this information will be considered non- i responsive. Jf CONTRACTOR NAME:_/-t Cox 'M-S Opsery-C az 6, PHYSICAL ADDRESS OF EQUIPMENT: 1. State the number of years your firm has provided commercial landscape maintenance and mowing services /years. 2. State the number of employees who will be designated to work on this contract; 3. EQUIPMENT LIST:Attach a separate sheet of paper that describes the type of vehicles and equipment that will be used to support this contract. ia%Points 4. EXPEREINCE:On a separate sheet of paper describe relevant company and Individual experience and Irrigation system Inspection and repair experience for personnel who will be actively engaged in the performance of this contract. • Company work experience: Describe recent company work experience(2 years or less)for at least 2 commercial contracts for landscaping services,numberof acres maintained and services provided. 10%Points • Individual Work Experience- Include the resumes of the owner,staff and any subcontractors with supporting documentation as appilcable such as certifications, licenses and years of experience providing landscaping services.10%Points • Irrigation System Inspection and Repair Experience: Describe your companies experience providing irrigation inspection and repair as well as qualifications of staff that will service the City's irrigation systems under this contract. 10%Points Page 17 of 18 Exhibit "A" i City of Round Rock landscape maintenance&mowing services IFB No.28-009 Heart of Texas Landscape and irrigation Co.equipment list 3 Exmark 60"Lazer Z riding mowers 1 Exmark 48"Vantage stand on mower t i Echo String Trimmers Echo Hedge Trimmers Echo Backpack Blowers Echo Stick Edgers Ride on fertilizer spreader Ride on aerator Exhibit "A" E i 1: _ City of Found Rock landscape maintenance&mowing services IFB No.18-009 Heart of Texas Landscape and irrigation Co,company work experience i We currently maintain the parks for the City of Georgetown,as well as a city managed PiD.The services we provide for the city Include mowing,bed maintenance,fertilizing,post and pre weed applications, mulching,fire ant bait and treatment,tree trimming,irrigation management and Inspections,and insect disease control.The contract covers 56 parks,2 cemeteries,and the entryways and right of ways for Georgetown Village PID.This contract covers 298 acres. We also currently maintain the parks for Williamson County.This contract covers 2 parks,3 trails,and the Williamson County Expo Center and totals approximately 100 acres. This contract Includes mowing, i bed maintenance,visual irrigation inspections,and Insect inspection and treatments.Fertilizer,post and pre weed treatments,and irrigation repairs are done per request. fHeart of Texas Landscape and Irrigation Co.company individual work experience Our maintenance division includes Hector Nieto as our division manager.Hector has 17 years of experience in the landscape industry.We also employ 3 account managers that are responsible for the day to day activities of our crews,as well as contact with our clients.Our account managers have 24 j years combined experience in the landscape industry.We have 11 maintenance crews totally 40 employees in the field.Many of your crew guys have been with the company for 10-25 years,with one gentleman having worked with us since the company started 29 years ago.Our employees certifications and licenses are attached. Heart of Texas Landscape and Irrigation Co.company Irrigation system inspection and repair experience We have almost 30 years of experience in installing,maintaining,and repairing irrigation systems.We currently employ two full time irrigators tasked with checking and maintaining our commercial clients irrigation systems,as well as other licensed Irrigators that are available to help during the busy season. We also have several individuals licensed to perform backflow checks,Attached are the licenses that our employees currently have. Exhibit "A„ rEX" LANDSCAP!9& .16RICATION . P,0. Box 12.16 Far: 254-939-2629 Bcflon, Texas 76513-1236 www.hotlandscaRe.com Phone: 254,939-6795 Qualifications of Key Personnel Ben Pamplin j President of Heart of Texas Landscape and Irrigation Company BBA in International Business from SFA Texas Certified Landscape Professional#595 Nineteen years of experience in the green industry all with Heart of Texas I € Hector Nieto Ma€ntenance Division Manager Eighteen years of experience in the green industry,six with Heart of Texas Dustin Finch 1 Maintenance Division Account Manager F Landscape Design Technician Associates Degree from Texas State Technical College In Waco Fifteen years of experience in the green industry,eight with Heart of Texas TDA Commercial Pesticide Applicator license 110587695 TTA Certified Professional Turf Manager 1115 236 Jarrod Houston Maintenance Division Account Manager Eve years of experience in the green industry all with Heart of Texas Manuel Colon Maintenance Division Manager Six years of experience In the green Industry all with Heart of Texas Exhibit "A" TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Be it known that CHRISTOPHER L ARMOUR. hasfitg7ffed the requirements in accordance with the laws of the State ofTexas for BACKFLOW PREVENTION ASSEMBLY TESTER License Number., BPOO12057 Issue date: 04/29/2015 iration Date 04/27/2018 Executive Director Texas Commission on EnuironurentafQuafity ff TEXAS COMMISSION ON ENVIRONMENTAL QUALITY f Be it known that ERIC S ARCHER has fuq'lfed thielre uirements in accordance with the aws of the State ofTexasr o .f BACKFLOW PREVENTION ASSEMBLY TESTER Licer►.se An6er: ®P0016918 Issue Date: 11/16/2ois ZT!ration Date: 11M8 owe Executive Director TeXas Commissfon on EnvironmentafQ yafity TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Y Be it known that CHRIST OPHER L ARMOUR UR Erasfulfled tie re uirements in accord nce with the fawt o the,State of Teras Or t LICENSE!)IRRYGATU'R License Number., 00018972 -- Issue Date: 11/i8/20iB _ :.. .. .... R 4.�.� .....�, Egiration Date: 12131/2D19 EX,ecutive Director Texas Commission on EnvironmentafQpatity TEXAS COMMISSION ON ENVIRONMENTAL. QUALITY i Be kkl&A thu t JIMMY J BAKER � has fu fi'Cfedae r #; rt=.ments in accord a wit�{i the I i(a,. 0' MateofrZo LICENSED IMGAT,U 4 License Number. L10021376 Issue Date: 03/29/2017 Egiration Date: 05/31/2420 EpTcutive Director 7eW Commission on En%fronmentafQicnfity i Qunllans or Comments a Saareh Pago Scorch Rcsulb Search Options CR Quory Litanies TCEQ Hama TCEQ Search Licensing Or Registration Inft►rmation ' License Detail To report a change of address,phone number,or email address,please Ill,out the form located at http:(/wwrr,tceq.tcxaS.gov/IlCcnsing/forms/contactupbate. CNI crt60426241a Name:TATUM,BRIAN 5 Addrailt 17921 COVE RD CIg1 MOODY 5tlte:TX ZIP:76557-349L County:BELL Work Phonet 254.760.5117 License{5) Thera were 1 litenses found. Program LlceniaType and Leval Liconto Humber 0 teat lsaus4 Otte Cup.Data llrnnsa Status Ce Hours ltOL LAN03CAPEIRAICATON L10020649 12121/7416 12J3111019 CUAREH 0 Notes The number of CC hours needed In order to renaw a liceneq In based an the term{lanpth)of each ticonse.Please ya to the prollram papc for the license You hold to datermine tha numiser of CE hours needed and to vlow the latest Informatlon and renawai requiramentx for your fi[enae. TEXAS COMMISSION ON ENVIRONMENTAL QUALITY 3 Be it kwwn,bat ERIC S ARCHER , has f owed the-rquiremnts in accordince zath the lows of the.State ofTexas or f LICENSED MMGATOR License-NtmSer: L.10O21852 Issue Date: 02/0712018 E�Tiration Date: 83131/2021 ZVcutive Director Te,Xas Commission on EnvironmentaCQlfali ty V S J_ f Y� 1 SFamered !Yater srud Coal.taon• � �P i Ben PampAn w #105 The above named is hereby recognized as a TNLA Texas Water Smart Professional,having fulfilled the requirements laid out by the Texas Nursery&Landscape Association .�., CHAIRMAN 1'R SIDEI+IT T1VI.A�rfiflClltiOlI CDIIIIII1ttCC Texas Nursery&Landscape Association Valid Through JUNE 30, 2019 TheTNLATexas Water5mart Professional certlltt3tion is a program of theTexas Nursery&Landscape Asso Cation THE TEXAS TURFGRASS ASSOCIATION BOARD OF CERTIFICATION HAS CONFERRED ON O r FMc THE DESIGNATION OF h+ d Prol go Tess * nal Turfgrass Manager IiaA ({f•�f`,� � i s� III Recogcesom Completion the Re uirernent fffkkk ,�' nition of Successful Clio� � ,� h �( S for Ce!'1��ttt1®!I tJ/1,f��eI1IUIIs�`r[I�IOfi of a High Level of Competency,F-peruse and Proficiency in Turfgrass Management frr T3 ihtess Tlrereaf, This Certrfceatc.,Duly Signed Has Been Issued And Seal of Certijcatian Aff red � This 37th day ofJidy,2OJ5 �Ev PROP sr �. $ " President PUAN Executive Director Certification Board Chair 15-336 f 4 TEXAS DEPARTMENT OF AGRICULTURE COMMISSIONER SID MILLER t 7 AUSTIN,TEXAS 78711.2847 P.t:).BOX 1284 � (1377)LIC-ABR1(877-542-2474) For the hearing Impaired:(800)735-2989 TDD (800)735.29BB VOICE www.TexasAgriculture.gov COMMERCIAL PESTICIDE APPLICATOR LICENSE i. axes riculture Code ter of T 2 Thi,,is to certify that ilia person whose name appears ibdee9oaw has he quires encs ftcenea isgssued for urchasepand,appf�caUon t6 appli anon of restnclad use or slate limiled use pesticides " restricted use or stale-limited-use pesticides or regulated herbicides to be used according to label direction,con,;istent with the use categnrte,fisted below BENJAMIN PAMf'LiN TDA Client No: 00555521 PO BOX 1238 License No: 0728702 BECTON TX 76513 Effective Date: December 31.2017 Expires: December 31, 2018 Categories: 3A f �I1� ��Illl���ll�4��1l��llllll TEXAS DEPARTMENT OF AGRICULTURE COMMISSIONER SID MILLER r P.O.BOX 12847 AUSTIN.TEXAS 78711-2847 (877)LIC•AGRI(877-542-2474) For the hearing Impaired.(800)735.2989 TOD (600)735 2988 VOICE www.TexasAgricutture.gov COMMERCIAL PESTICIDE APPLICATOR LICENSE This Is to cert+iy Thal the person whose name appears below has met the raquaarnenls of Texas Agr(cuiture Cade Chapter 76,relating to application of restricted•usa or siaie•limiled-use pesli Was or regulated herbicides This Mcanse Is issued for purchase and application of restricted use or slate-limited use pesticides or regulated herbicides d according to label directions consistent with the use elisted below JIMMY BAKER TDA Client No. 00555519 PO BOX 1236 License No: 0729701 BELTON TX 76513 Effective Dale. December 31,2017 Expires. December 31,2018 Categories • ����H�1�1�1�1�1�1��1l��� 3A TEXAS DEPARTMENT OF AGRICULTURE COMMISSIONER SID MILLER P.O.BOX 12847 AUSTIN,TEXAS 78711.2847 (877)LIC-AGRi(877-542-2474) For the hearing impaired. (800)735.2989 TDD (800)735.2988 VOICE www.TexasAgriculture.gov COMMERCIAL PESTICIDE APPLICATOR LICENSE This Is to certify that the parson whose name appears below has mel the requirements of Texas Agocultura Code Chapter 76 refaling Q application of resincled.use or state-limited-use pesticidas or regulated hedtxcidaa This license is issued tar purchase and application of rosfricled use or state-limited use pesticides or rsgulated®onesd sled below d according to label directions consistent with the use JARROD HOUSTON TDA Client No: 00555514 PO BOX 1236 License No: 0729698 BELTON TX 7£513 Effective Date: December 31,2017 Expires: December 31,2018 Categories: �N II11i 1111 Nl 111 l Exhibit "A" 3A MOM J3 a }#g¢d{t INTERNAnONAL SOC OF ARBORICULT URE CERTIFIED ARBORISTM ° ¢: 3 iuenjamini 71,E-1mory Pamplin r Having successfully completed the requirements set by the Arborist Certification F Board of the International Society of Arboriculture, the above named is hereby recognized as an ISA Certified rc %,, 1tm S�-teaceror Incernanonal SoaM oFArbortculrure ' 4�.rnftautori Board,Chair ntrranun:tl 5iz.t�t}ctFArl:n;:�tr<tr TX-4246A May 04 2016 Jura 30.2019 TEXAS COMMISSION ON ENVIRONMENTAL QUALITY i a Be it known that BENJAMIN E PAMPLIN has.fu�qCled the requirements in accordance with the Caws of the State of texasf or LICENSED IRMGATOR Licetise Number: 610022184 "Maw Issue Date: 10128/2015 EgpirationDate: iommo18 EXecutive Director TeXas Commission on EuvironrttentalQlrafihl TCEQ Search licensing or Registration Information License Detail To sport a change of address,Rhone number,or emall address,please nil out the form loCatUd at Iutp/Iwww tcaq texas gov/ilcerisngiforms/contactupdatc, CN#CN603601261 Hama RODRIGUEZ:A00LFO Address#5520 LAKEAME W D City#TEMPLE State#TX ZIP:76502.61177 Countyt96LL Work Phoney 254 479 6795 License(s) There were 1 licenses taind Pragram Q Licen•Typo and t#vet g License Itumtror Q Last)ssuad Oate Q lap Data Q Licainse Status®Ct Nau UUl Inn1GRTIQ!#TFCNN(CI�tN Ir0Lnt21� t2J2tJ)Jl5 0212812719 CURRENT t5 Nate:The number of CS hours headed In order to renew a Uccnsa Is based on the term{length}of each Ilcanse.Please go to the program page for the 119ense you hold to determine the number of Cti hours needed and to vlow the latest Informatlon and renewal requirements for your license. Exhibit "A" TEXAS DEPARTMENT OF AGRICULTURE COMMISSIONER SID MILLER P 0 BOX 12847 AUSTIN,TX 78711.2847 (877)LIGAGRI(877-542-2474) r, For the hearing impaired (800)735-2989 TDD (800)735-2988 VOICE m%v.lda state.lxus NURSERY/FLORAL CERTIFICATE OF REGISTRATION This Is to certify that the parson listed below is licensed to sell nursery/poral products at the indicated location In accordance with Texas Agriculture Code Chapter 71, HEART OF TEXAS LANDSCAPE AND IRRIGATION CO INC Client Name:HEART OF TEXAS LANDSCAPE AND IRRIGATION CC 6363 FM 439 TDA Client No.00390206 BELTON TX 76513 CERTIFICATE NO. 0757006 CERTIFICATE TYPE NURSERY FLORAL CLASS 2 Eflecilue Date: tvtarch 31.2018 Expiration Date March 31,20 19 MUST BE POSTED IN A CONSPICUOUS LOCATION THIS CERTIFICATE IS NON-TRANSFERABLE TEXAS DEPARTMENT OF AGRICULTURE offl� COMMISSIONER SID MILLER P. O. BOX 12847 AUSTIN,TEXAS 78711-2847 (877)LIC-AGRi(877-542-2474) For the hearing impaired:(800)735-2989 TDD (8010)735-29BB VOICE vvww.TexasAgriculture.gov COMMERCIAL PESTICIDE APPLICATOR LICENSE This is to certify that the person whose name appears below has mat the requirements of Texas Agriculture Code Chapter 76,relating to application of restricted-use or stale-ilnuted-use pesticides or regulated herbicides This license is issued for purchase and appllcallon d resWeled-use or state-limited use pesticides or regulated herbtcldes to be used according to label directions consistent with the use categories listed below DUSTIN FINCH TDA Client No. 00326272 PO BOX 1236 License No: 0587685 BELTON TX 76513 Effective Date: January 31,2018 Expires: January 31,2019 Exh Ibit"I AUries: City of Round Rack Landscape Maintenance and Mowing Services j 11713 No. 16-009 i Class/Item:988-36/988-52 MARCH 2018 � ATTACHMENT D SUBCONTRACTOR INFORMATION FORM COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER:_/a_00133 RESPONDENT'S NAME: e4 m4- Q,r 7C/;';':S DATE: • CIRCLE ONE- NO,I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT YES,I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES If yes complete the information below 1. Subcontractor Name Name of Contact E-Mail Address Address City, State,Zip Code Telephone Number ( ) Fax Number:( } ' Describe work to be performed E Percentage of contract A i work to be performed /o i 2. Subcontractor Dame Name of Contact i Title of Contact E-Mail Address Address i City, State,Zip Cade Telephone Number ( ) Fax Number:{ ) Describe work to be performed Percentage of contract % work to be performed • Add additional pages as needed Page Is of Is Exhibit "A" l y ROUN13 ROCK TEXAS E PURCHASING OtV)--MN f i CITY OF ROUND ROCK REQUEST FOR QUALIFICATIONS FOR Landscape Maintenance and Mowing Services t IFB No. 18-009 Addendum No.1 Date: March 27,2018 Addendum No.1, dated Tuesday,March 27,2018,Is being Issued for IFS No. 18-009 for Landscape Maintenance and Mowing Services in response to all questions addressed in accordance with the Schedule of Events. I The following are the proposed questions offered: i 1. Question:Can the City provide maps for the RRPD and RRSC? Answer: Maps for RRMPC,RRSC,and RRPD posted to City website at: https://www.roundrocktexas.gov/sollcitation landscape-maintenance-mowing-services/ 3 2. Question:Can the City provide the number of controllers for Multipurpose Complex,RRPD,and } RRSC? Answer for Each Area Is as follows: a. Multipurpose Complex Center: 6 controllers x approximately 37 zones each b. Police Department: 2 controllers for outside grounds maintenance areas consisting of approximately 30 zones each c. Sports Complex: 1 controller x 37 zones 3. Question:Will the Contractor be responsible for providing mulch in the playground areas at the Multipurpose Complex? Answer:No Page Exhibit "A" is 1 i' i i I CITY OF ROUND ROCK i REQUEST FOR QUALIFICATIONS FOR ( Landscape Maintenance and Mowing Services i (Continued) IFH No. 18-009 Addendum No. 1 Date;March 27,2018 4. Question:What type of maintenance is required for tree pruning of trees less than 12 feet in height? Answer: 'Normal' tree maintenance: keeping canopy raised, removal of dead tree material, maintaining proper shaping,etc. 5. Question:Will the Contractor be responsible for maintenance of tree drainage collars? Answer: Contractor will be responsible for re-mulching basis of trees during 2x/year rnulching's. 'Drainage'is not the responsibility of the Contractor. { 6. Question: Is Contractor responsible for hauling debris off site? I Answer:Yes i 1 7. Question: Is Contractor responsible for cleaning off debris from concrete? Answer:Yes ? S. Answer:Irrigation at the Multipurpose Is reclaimed. Answer:Yes i 9. Question. Is the Contractor responsible for the grass area inside tower fence at the Round Rock Police Department? i i Answer:Yes j 10. Question:Is the irrigation reclaim or half and half at the Round Rock Police Department? Answer: Unknown at this time. i' Page Exhibit "A" CITY OF ROUND ROCK REQUEST FOR QUALIFICATIONS FOR 1 Landscape Maintenance and Mowing Services (Contlnued) I IFB No. 18-009 Addendum No, 1 Date: March 27,2018 11. Question: Will Contractor be responsible for damages incurred at Multipurpose Complex, RRPD,and RRSC facilities(windows and cars)If damage Is due to flying rocks In landscaped areas. Answer:Yes 12. Question: is the Irrigation reclaim or half and half at the Round Rock Sports Center? Answer: Reclaimed E Approved by: _-J �.._�l�` ' ut Date: 03—c-'7--r Michael Schurwon,CPPB,CTPM Purchaser By the signatures affixed below this addendum Is hereby Incorporated Into and made a part of the above referenced solicitation. �4 11,L �. ., Vendor Authorize ature 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.3 of3 Page Exhibit "A"