Contract - Heart of Texas Landscape and Irrigation, Inc. - 7/12/2018 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 §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
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. (2A day of the month of
_ 2018 by and between the CITY OF ROUND ROCK, a Texas home-rule
municipali , 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, Belton, 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;
00402302/ss2
� -U($
B. The term of this Agreement shall be for sixty (60) months from the effective date
hereof.
C. Prices shall be firm for the duration of this Agreement. No separate line item
charges shall be permitted for invoicing purposes, including but not limited to equipment rental,
demurrage, costs associated with obtaining permits, or any other extraneous charges.
D. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
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 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 Attachment 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
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.
3
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 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
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
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.
5
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
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
7
I. 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, 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, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Services Provider.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Services Provider and City. This Agreement may only be amended or supplemented by mutual
agreement of the parties hereto in writing, duly authorized by action of the City Manager or City
Council.
24.01 DISPUTE RESOLUTION
City and Services Provider hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act(9 USC Section 1-14) or any applicable state arbitration statute.
25.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
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,
Inc.
By: By:
ICS .
Printed Name: Printed Name: �•�S�r• �-�^+
Title: L 11 Title: c_o�, ,� ,nr• r�+rl Y�Er7L�
Date Signed: Date Signed:
Attest: k
By:
SaWVvThite., ity Clerk
For City,tkr-
ed as to F rm:
B yI
Stephan 0 Sheets, City Attorney
11
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
PART I
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.
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.
3. SOLICITATION PACKET: This solicitation packet is comprised of the following:
Description Index
Part I —General Requirements Page(s)2-6
Part II —Definitions, 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
Attachment A—Bid Sheet Page 15
Attachment B—Reference Sheet Page 16
Attachment C—Respondent's Questionnaire Page 17
Attachment D- Subcontractor Information Form Page 18
Page 2 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
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.
7.5 It is the responsibility of the Respondent to examine each facility and determine quantity,
amounts, take precise measurements, determine material requirements, equipment
requirements, labor requirements and other solicitation related details during said inspections.
8. 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
Purchasing Department
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 IFB 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 identified below shall 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: 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 website, 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:https://www.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://www.roundrocktexas.gov/departments/purchasing//
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:
https://www.roundrocktexas.gov/departments/purchasing/ .
Page 6 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
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;
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
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: SUUROOOOSAS 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.bls.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 8 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
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
• The City's designated representatives for the Multipurpose Complex shall be:
Tim Ahern
City of Round Rock Operations Coordinator
• The City's designated representative for the Police Department shall be:
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 Fort Blvd.
Round Rock, Texas 78665
• Police Department
2701 North Mays Street
Round Rock, Texas 78665
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
IFB No. 18-009
Class/Item: 988-36/988-52
MARCH 2018
5. 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.
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. SCHEDULING: 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
Page 12 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
April
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
below)
8. Irrigation System Inspection and Repair:
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.
o 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
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"
loft
Attachment A-Bid Sheet
LANDSCAPE MAINTENANCE AND MOWING SERVICES
IFB No.18-009
The Respondent represents by their signature below that he/she is subrrutting a bm&ng offer and is authorized to bind the respondent to fully
comply with the solicitation documents contained in IFB No.18-009 for Landscape Maintenance and Mowing Services The Respondent
acknowledges that he/she has received and read the entire solicitation packet,attachments and all documents incorporated by reference,and
agrees to be bound by the terms,therein
Special Instructions All prices must be quoted in order to be considered responsive.Be advised that excepbons taken to any portion of the
solicitation may Jeopardize acceptance of the bid The City reserves ft cght to award line items separately or together and to purchase more or
less than the quantities indicated below
Cost-60%Points
No. Description EstimatedAnnual Quantity Unit Cost Extended Total
Part N Specifications-Section 7-Landscaping Services Table
1 Round Rock Sports Center 42 Site Visits $480-063 (*q4 4
2 Multipurpose Complex 42 Site Visits $ (,, S /
3 Police Department 42 Site Visits $ T $ 3(�o 3
Bid Total $
Information Only
The City may choose to request shrub replacement
4 1 Markup%Cost of Shrubs for Shrub Replacement
An additiona'$15,000 per year will be added to the agreement for Irrigation repair services Note that the cost of Irrigation Inspection and timer
monitoring outlined in item 18 of Part IV Specification,Section 7-Landscape Services Table shall be Included by the vendor in the base price for
landscaping services per site visit listed above. Additional charges may be quoted and invoiced separately for repairs only if approved in
advance by the Ci!y.
Labor Rate per Hour:
5 Irrigation System Repair $
6 Markup;:Cost for Irrigation Parts `y' •i,
An additional$75,000 per year m.1 be added to the agreement for the addkticn of new acreagalocations that requ relandscaping services,
quote costLL,,dsicaping
e below
Services for one acre per specification-Cost Per $ /O�,r'r•O lD
i sit ( O
Attachment C-Respondent Questionnaire-40%Points
Equipment List:10%Points
Company Work Experience:10%Points
Individual Work Experience:10%Points
Irrigation System Inspection and Repair Experience:10%Points
COMPANYNAME _!� Q. '.. * ._.._ SG
SIGNATURE OF AUTHORIZED REPRESENTATIVE
PRINTED NAME u.s..4.Q Lam,
PHONE NUMBER _ 0
EMAIL ADDRESS t +,Q,�"_5�'. _ Q�•
Exhibit "A"
City of Round Rock
Landscape Maintenance and Mowing Services
IFB No. 18-009
Class/Item: 988-36/988-52
MARCH 2018
ATTACHMENT C
RESPONDENT'S QUESTIONNAIRE
40% Points
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-
responsive.
CONTRACTOR NAME:_ge"o ("Asewp< an e30 1 9J4'5r , .,
PHYSICAL ADDRESS OF EQUIPMENT: �3 �` may` q3(j ��,.� 7&.'13
1. State the numberof�our 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. 10% 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, number of acres maintained and services
provided. 10% Points
• Individual Work Experience - Include the resumes of the owner, staff and any subcontractors
with supporting documentation as applicable 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"
City of Round Rock landscape maintenance&mowing services IFB No. 18-009
Heart of Texas Landscape and Irrigation Co.company work experience
We currently maintain the parks for the City of Georgetown, as well as a city managed RID.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,
bed maintenance,visual irrigation inspections,and insect inspection and treatments. Fertilizer, post and
pre weed treatments, and irrigation repairs are done per request.
Heart 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
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"
Y
TEXAS COMMISSION ON ENVIRONMENTAL QUALITY
Be it known that
CHRISTOPHER L ARMOUR
h.as fuo7tted the re uirements in accordance with the
taws o the State of Texas for
BACKFLOW PREVENTION ASSEMBLY TESTER
License Number: BP0012057 _.
Issue Date: 04/2912015
E,viration Date: 04/27/2018 Executive Director
Texas Commission on EnvironmentalQuality
TEXAS COMMISSION ON ENVIRONMENTAL QUALITY
Be it known that
ERIC S ARCHER
has ff fled the requirements in accordance with the
laws of the State of Texas for
BACKFLOW (PREVENTION ASSEMBLY TESTER
License Number: BP0016918
Issue Date: 11/16/2015
iration Date: 11/16/2018 Executive Director
Texas Commission on Environmental Quality
Questions or Comments
Search Page Search Results Search Options CR Query Licenses TCEQ dome
TCEQ Search Licensing or Registration Information
License Detail
To report a change of address,phone number,or email address,please fill out the form located at
littp://www.tceq-texas-gov/llcensing/forms/contactupdate.
CN:CN604282418
Name:TATUM,BRIAN 5
Address:17921 DOVE RD
City:MOODY
State:TX
ZIP:76557-3491
County:BELL
Work Phone:254-780-5117
License(s)
There were 1 licenses found.
Program Q License Type and Level 4 Liconso Number Last Issued Data Exp.Date License Status CE Hours
LIOL LANDSCAPE IRRIGATOR L10020649 12/21/2016 12/31/2019 CURRENT 0
Note:The number of CE hours needed In order to renew a license Is based on the term(length)of each
license.Please go to the program page for the license you hold to determine the number of CE hours needed
and to view the latest information and renewal requirements for your license.
TEXAS COMMISSION ON ENVIRONMENTAL QUALITY
Beit known that
ERIC S ARCHER
Pias fuq7Cled tFe requiretunts in accordance u*h the
Caws of the State of Texasfor
LICENSED IRRIGATOR
License Number: L10021852 07
Issue Date: 02/07/2018
Eviration Date: 03/31/2021 EXecutive Director
7e,Xas Commission on Environmental Quality
• ���[[[ll��` 111 111 ,� �� ''T � Mi 1 t".: • • •
THE TEXAS TURFGRASS ASSOCIATION BOARD OF '
CERTIFICATION! HAS CONFERRED ON
Al
s
THE DESIGNATION) OF
L
-?1rqfess210ma1 Turfgrass M
•j.� In Recognition o Successful Completion o the Re uirements r Q
a ;� f f J� ,f q f0 Certification !111!1 DC'111oiJStrQltot7
of a High Level of Competency, Expertise and Proficiency in Turfgrass Management
i •A
" In H itlless Thereo , This Certl rcate Dtrly Sig ed Has Been Isscrerl 1 �—
. .1`� .,/ _ , A t r!Seri!of Cert f c�rt�oli Aff t ef/
X
This 2 7th clay of.Ilrly, 2015
3
Ile
President '
1
ire Y
` Piy 4
•
Executive Director
f'�1
• Certification Board Chair 15-236
w
tNTERNAUONAL SOCIETY OF ARBORICUILTURE
CERTIFIED ARBORIST TNI
Benj* aml-n
Having successfully completed the requirements set by the Arborist Certification _
Board of the International Society of Arboriculture,
X
the above named is hereby recognized as an ISA Certified Ar ist` W
11tH ti,kler., LXeeutive Direcror
International Sociery of Arboriculture
;r
/7{
Certification Board,Chair
Inrernarional Suciet} of Arlon alttm
d,9
mS ��
'` TX-4246A May 04 2016 Jun 30,2019
TEXAS DEPARTMENT OF AGRICULTURE �t�� OvAc�r
COMMISSIONER SID MILLER
P O BOX 12847 AUSTIN,TX 78711-2847
(877)LIC AGRI(877-542-2474)
For the hearing impaired (800)735-2989 TDD (800)735-2988 VOICE
www.tda state.tx.usTEXAS'
NURSERY/FLORAL CERTIFICATE OF REGISTRATION
This is to certify that the person listed below is licensed to sell nursery/floral 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
Effective Date: March 31,2018 Expiration Date: March 31,2019
MUST BE POSTED IN A CONSPICUOUS LOCATION THIS CERTIFICATE IS NON-TRANSFERABLE
TEXAS DEPARTMENT OF AGRICULTURE
COMMISSIONER SID MILLER
P. O. BOX 12847 AUSTIN,TEXAS 78711-2847
(877) LIC-AGRI (877-542-2474) 3.xA
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 person whose name appears below has met the requirements of Texas Agriculture Code Chapter 76,relating to
application of restricted-use or state-limited-use pesticides or regulated herbicides This license is Issued for purchase and application of
restricted-use or state-limited-use pesticides or regulated herbicides to be used according to label directions consistent with the use
categories listed below
DUSTIN FINCH TDA Client No: 00328272
PO BOX 1236 License No: 0587695
BELTON TX 76513 Effective Date: January 31, 2018
Expires: January 31, 2019
Exh i b itc]r'�dries:
3A
ri
ROUND ROCK TEXAS
PURCHASING 131VISION
CITY OF ROUND ROCK
REQUEST FOR QUALIFICATIONS
FOR
Landscape Maintenance and Mowing Services
IFB No. 18-009 Addendum No. 1 Date: March 27, 2018
Addendum No. 1, dated Tuesday, March 27, 2018, is being issued for IFB No. 18-009 for Landscape
Maintenance and Mowing Services in response to all questions addressed in accordance with the
Schedule of Events.
The following are the proposed questions offered:
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.goy/solicitation/landscape-maintenance-mowing-services/
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"
CITY OF ROUND ROCK
REQUEST FOR QUALIFICATIONS
FOR
Landscape Maintenance and Mowing Services
(Continued)
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
Approved by: Date: 03--0-l-1 �
9
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.
))-e4
Vendor Authorixed-sfgnature 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"