R-2018-5982 - 10/11/2018 RESOLUTION NO. R-2018-5982
WHEREAS, the City of Round Rock ("City") has duly advertised for bids to purchase
landscape maintenance and mowing services for the City's Business District and arterial medians, 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 for Business District and
Arterial Medians 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
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;00410542
RESOLVED this 1 lth day of October, 2018.
CRAIG OGAN, yor
City of Roun Rock, exas
ATTEST:
SARA L. WHITE, Ny Clerk
2
EXHIBIT
CITY OF ROUND ROCK
AGREEMENT FOR PURCHASE OF
LANDSCAPE MAINTENANCE AND MOWING SERVICES
FOR BUSINESS DISTRICT AND ARTERIAL MEDIANS
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 the City
of Round Rock Business District and arterial medians, 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 October, 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, Belton, TX 76513 (referred to herein as the
"Services Provider").
RECITALS:
WHEREAS, City desires to purchase landscape maintenance and mowing services for the
City's Business District and arterial medians, and City desires to procure same from Sel-vices
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
landscape maintenance and mowing services for the City's Business District and arterial medians
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;
00409821ss','
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 Sertrices 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 18-021 dated July 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 attaclunents.
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, PRICES FIR1V1
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein, or is terminated or extended as provided herein.
B. The term of this Agreement shall be for sixty (60) months from the effective date
hereo 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,
(imurrage, 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 IV 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 fonnulate 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" are awarded to
Services Provider.
Scope of 'Work: For purposes of this Agreement, City has issued documents delineating the
required services (specifically IFB 18-021 dated July 2018). Services Provider has issued its
response agreeing to provide all such required sen-ices 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
Much Services Provider has been specifically engaged. Services Provider- shall perfonn 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
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
One Hundred Forty-Two Thousand Six Hundred Eighty and 24/100 Dollars ($142,680.24)
per year for a total not-to-exceed amount of Seven Hundred Thirteen Thousand Four
Hundred One and 20/100 Dollars ($713,401.20) for the term of this Agreement.
C. The total not-to-exceed fee of One Hundred Fort3,-Two Thousand Six
Hundred Eighty and 24/100 Dollars ($142,680.24) per year shall include: (1) the Service
Provider's bid of One Hundred Twenty-Two Thousand Sit Hundred Eighty and 24/100
Dollars ($122,680.24) per year; and (2) an additional Twenty Thousand and No/100 Dollars
($20,000.00) per year for irrigation system repair services as set forth in "Attachment A: Bid
Sheet" of the attached Exhibit"A."
6.01 INVOICES
All invoices shall include, at a rninimurn, the following information:
A. Name and address of Set-vices Provider;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance dates.
7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
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 27 1.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful service
provider(s) and the City. Such agreement shall be conclusively inferred for the services provider
from lack of exception to this clause in the service provider's response. However, all parties
hereby expressly agree that the City is not an agent of, partner to, or representative of those
outside agencies or entities and that the City is not obligated or liable for any action or debts that
4
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 senJices 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, andeor 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 con-ect 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 y
effect" on September I of the fiscal year in which the payment becomes overdue, in accordance
with V.T.C.A., Texas Goverrunent 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 tens 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
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included.in Sen-ices Provider's charges.
12.01. ORDERS PLACED WITH ALTERNATE SERVICES PRONTIDERS
If Services Provider cannot provide the goods as specified. City resen'es the right and
option to obtain the products from another supplier or suppliers.
13.01 INSURANCE
Ser-ices Provider shall meet all insurance requirements set forth by in the "Insurance
Requirements"documents on the City's website at:
lit;ps://www.rouiidrocktexas.,-Yov;:Wl)- -'12 torr insurance_417 0112,I)df
14.01 CITY'S REPRESENTATIVES
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Chad McDowell
General Seri-ices Director
212 Commerce Cove
Round Rock,Texas 78664
Telephone: (512) 671-2890
cmcdoNvell,a roundrockt_exas. ov
1-5.01. RIGHT TO ASSURANCE
Whenever either part}, 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 Seiwices Provider abandons or defaults under this Agreement and is a cause of City
purchasing the specified goods elsewhere. Senices 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 senfice
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
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 tennination, 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 teen 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 hannless 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
7
Services Provider, or Services Provider's agents, employees or subcontractors, in the
performance of Services Provider's obligations under this Agreement, no matter how, or to
whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or
Services Provider (including, but not limited to the right to seek contribution) against any third
party who may be liable for an indemnified claim.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Services Provider, its agents, employees and subcontractors shall use best efforts
to comply with all applicable federal and state laws, the Charter and Ordinances of the City of
Round Rock, as amended, and with all applicable rules and regulations promulgated by local,
state and national boards, bureaus and agencies.
B. Services Provider acknowledges and understands that City has adopted a Storm
Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139
through 14-152 of the City's Code of Ordinances, to manage the quality of the discharges from
its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the
requirements of the Texas Commission on Environmental Quality (TCEQ) and the Texas
Pollutant Discharge Elimination System (TPDES). The Services Provider agrees to perform all
operations on City-owned facilities in compliance with the City's Illicit Discharge Ordinance to
minimize the release of pollutants into the MS4. The Services Provider agrees to comply with of
the City's stormwater control measures, good housekeeping practices and any facility specific
stormwater management operating procedures specific to a certain City facility. In addition, the
Services Provider agrees to comply with any applicable TCEQ Total Maximum Daily Load
(TMDL)Requirements and/or I-Plan requirements.
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 during the terms of the contract. The signatory executing this Agreement on behalf of
Services Provider verifies Services Provider 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:
Is
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 I-rigation, 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 Fast 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 Set-vices 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'ITexas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Services Provider and City. This Agreement may only be amended or supplemented by mutual
agreement of the parties hereto in writing, duly authorized by action of the City Manager or City
Council.
24.01 DISPUTE RESOLUTION
City and Services Provider hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute.
25.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void,
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 xhich shall be considered an original of this document; and all of which, when taken
together,shall constitute one and the same instrument.
[Signatures on the following page.]
t��
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
Cita-of Round Rock, Texas heart of Texas Landscape and Irrigation,
Inc.
By: _ By:
�.
Printed Name: Printed Name:
Title:
.._.._. ._.._
Title: ! VPXe 4. - ,Z.--
Date Signed: Date Si ned: 9
Attest:
By.
Sara L. White, City Clerk
For City, Approved as to Form:
By.
Stephan L. Sheets, City Attorney
H
Exhibit "A"
sx ,>
A 1A
ROUND ROCK TE
f Round Race, Taims
Purchasing Division
221 East Main Street
Round Rack, Texas 78854-5299
www.roundrocktexas.ciov
HAV NATION FOR BID (IFB)
LANDSCAPE MAINTENANCE AND MOWING
SERVICES
FOR
BUS8HvESS DISTRICT AND ARTEfflAL MEDIANS
SOUCI 'ATQCH NUMBER 18=02i
July 2018
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
IFB No. 18-021 Exhibit "A"
Class/Item: 988-36/988-52
JULY 2018
LANDSCAPE AND MOWING SERVICES
PART
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock,herein after referred to as"the City,"seeks to establish a Contract
with a firm experienced in landscape maintenance and lawn mowing services to provide full, turnkey
services inclusive of necessary equipment and labor to City properties located in the City of Round
Rock Downtown Business District and designated arterial medians.
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,planting of perennial flowers,
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 in the Downtown Business
District and designated arterial medians. 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 Pages 2-6
Part II—Definitions, Standard Terms and Conditions Page 6
and Insurance Requirements
i Part III-Supplemental Terms and Conditions Pages 7-9
Part IV—Specifications Pages 9-15
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
Attachment E-Downtown Business District Map Page 19
4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may
contact:
Pace 2 of 19
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
iFBNo. 18-021 Exhibit A
Class/item: 988-36/988-52
JULY 2018
Authorized Contact
Oscar Wise
Purchasing Division
City of Round Rock
E-mail: owis�undro�ps.00v
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.
EVENT DATES
Solicitation released July 23, 2018 w
Mandatory Pre-Bid meeting/site visit July 31, 2018 @ 9:00 AM, CST
Deadline for submission of questions August 2, 2018 @ 5:00 PM, CST
_...._...._..._.._- - --
........._.............. _._......
City responses to questions or addendums August 7, 2018 @ 5:00 PM, CST
Deadline for submission of responsesAugust 16, 2018 @ 3:00 PM,CST
................................__.-................7:1
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.,//w,w-w.EqWnqrocktexas.gov4biA .
6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
htto:llwww-rouq_lrocktexaq j(_gv/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 J
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:
City of Round Rock—City Hall—Council Chambers-221 E. Main Street, Round Rock,Tx 78664
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.
Page 3 of 19
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
IFB No. 18-021 Exhibit " 11 "
Class/Item: 988-36/988-52 /1
JULY 2018
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 1, Section 5—Schedule of Events. Mail or hand deliver sealed responses to:
City of Round Rock
Attn: Oscar Wise
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 the 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
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.
Page 4 of 19
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
I FB No. 18-021 Exhibit "A"
Class/Item: 988-36/988-52
JULY 2018
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.
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;
10.5 Respondent's past performance with the City;
10.6 The total long-term cost to the City to acquire the Respondent's goods or services;
10.7 Any relevant criteria specifically listed in the solicitation.
10.8 EVALUATION FACTORS:
Total 100% Points
• Cost-60% Points
• Response to Attachment C —Respondent's Questionnaire—40% Points
Equipment List 10% points
Company Work Expereince 10% Points
Indvidual Work Experience 10% Points
c Irrigation System Inspection and Repair Expereince 10% Points
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.
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 letters stating"CONFIDENTIAL"on that section
of the document. The City will not be responsible for any public disclosure of confidential
information if it is not clearly marked as such.
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
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
Page 5 of 19
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
IFB No. 18-021 Exhibit "A"
Class/item: 988-36/988-52
JULY 2018
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:Iittrjs.-Hv,rv�=�t.ethics,st te.tx.t s/wiiatsnew/elf info form1295.htm
PART 11
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 httr)s//wW-w.roundropkt xa�_;gQvt :? r qi p r tsl urchsir3 (
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:
li`tL.f:L-1/�,,NA,.roundrocktexas.. ov/dc;p tt t ntsJpur l�asin::l.
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
(60)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
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:
21 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
Page 6of19
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
lFB No. 18-021 Exhibit "A"
Class/Item: 988-36/988-52
JULY 2018
the City of Round Rock.The City reserves the right to inspect the business location.A residential
location from which work crews are discpatched is not acceptable.
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:
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.
Pa-e 7 of 19
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians }�
iFB No. 18-021 Exhibit `�A"
Class/Item: 988-36/988-52
JULY 2018
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
GPI 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: Itta:f1 .bls �ov/ril
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:
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
make change to the purchase order within 30 days of the request,negotiate with the Vendor
or cancel the agreement or purchase order if an agreement cannot be reached on the value
of the increase.
8. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents'
performance anytime during the contract term.
9. ACCEPTANCE/INSPECTION: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 in 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.
10. ORDiER 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 atttpM�'VOARN r u ro kt x +ovlbids.
Pane 8 of 19
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
IFB No. 18-021 Exhibit "A"
Class/Item: 988-36/988-52
JULY 2018
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. POINT OF CONTACT/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.
14.2 The City's designated representative: The City's designated representative shall be:
• The City's designated representative for the Downtown Business District will be:
Courtney Ainsworth
City of Round Rock
Downtown Manager
• The City's designated representatives for the Arterial Medians will be
Mike Ackerman
City of Round Rock-Transportation Department
Transportation Superintendent
14.3 Service Requirement Locations
• City of Round Rock
Downtown Business
District
221 E. Main Street
Round Rock, Texas 78664
• Creek Bend Extension
Arterial Median
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
PART IV
SPECIFICATIONS
1. SCOPE: The City of Round Rock requests landscape maintenance and lawn mowing services to be
provided on the City's Downtown Business District and designated arterial medians. Services shall
Page 9 of 19
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
IFBNo. 18-021 Exhibit " n "
Class/Item: 988-36/988-52 #-�
JULY 2018
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, flower bed replacement, 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—Downtown Business District and Arterial Medians
• Downtown Business Distict(per Attachment E)
• Creek Bend Extension (Arterial Median): Estimated .75 Acres
3. .jE13Yj REQU113 ENTS: The successful Bidder 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 manner.
3.3 Have an on-site supervisor at the site any time work is performed.
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 Contractor 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.
4• QIIX E25EQN511511IL City will:
4.1 Appoint a City designated representative.
4.2 Monitor and inspect the ground maintenance at designated sites.
4.3 Coordinate all work and scheduling with the successful Bidder.
5. EQUIPMEIIT: 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.
Page 10 of 19
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
IFB No. 18-021 Exhibit " /1 "
Class/Item: 988-36/988-52 �1
JULY 2018
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 Downtown Business District and designated arterial median
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
City's 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:
• Downtown Business District—Scope 1 , Scope 2, or Scope 3 as shown
on Attchment E.
• Creek Bend Extension (Arterial Median) -Scope of Work 1.
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
Landscaping Services Table:Worked to be performed at each site listed in Section 7 shall follow
the schedule below:
ScO12a of Work#1
Item# Work Description Frequency Special Instructions
1. Mowing Weekly/Bi-Weekly
Site Visit
2. Edging Weekly/Bi-Weekly
Site Visit
3. Line Trimming Soft Weekly/Bi-Weekly
Ed es Site Visit _
4. Ground Cover Weekly/Bi-Weekly
1-rimmingSite Visit
6. Hand Pull/Spot Weekly/Bi-Weekl_y
Spray Weeds Site Visit
6. Monitor and Clean Weekly/Bi-Weekly
Concrete Swales Site Visit
7. Litter Policing/ Weekly/Bi-1,l/eekly
General Clean Up Site Visit
Page I 1 of 19
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
IFB No. 18-021 Exhibit " A "
Class/Item: 988-36/988-52 t1
JULY 2018
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
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
13. Tree Skirting for As needed ark to be performed as needed
Clearance during site visit to insure correct
growth and development
........................._
14. 1 Pruning of Trees As needed ork to be performed as needed
Less than 12' during site visit to insure correct
j rowth and development
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
Mulched Area all 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, Flowerbed 4 Times Per Year To be coordinated with contract
Maintenance&Flower manager.
Replacement
19. Irrigation System 4 Times Per Year Quarterly Inspection of
Inspection and Timer Irrigation Systems. If repairs
Monitoring. are identified a written repair
estimate shall be provided to
the City for approval in
advance. (See Section 8
Page 12 of 19
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
►FB No. 18-021 Exhibit "A"
Class/Item: 988-36/988-52
JULY 2018
Scope of Work#2
Item# Work Description Frequency Special instructions
1. Hand Pull/Spot Weekly/Bi-Weekly
Spray Weeds _ Site Visit
2. Monitor and Clean Weekly/Bi-Weekly -
Concrete Swales Site Visit
3. Litter Policing/ Weekly/Bi-Weekly
General Clean Up Site Visit
4. Backpack Blowing Weekly/Bi-Weekly Debris shall not be blown into
of Walkways and Site Visit roadway
Parking Lots
5. Hauling and Weekly/Bi-Weekly ^�
Green Waste Site Visit
Disposal
6. Post Emergent I As needed Work to be performed as needed
Herbicide during site visit to insure correct
growth and development
7. Minor Insect and As needed Work to be performed as needed
Disease Control during site visit to insure correct
growth and development
8. Tree Skirting for As needed ark to be performed as needed
Clearance during site visit to insure correct
growth and development
9. Pruning of Trees As needed Work to be performed as needed
Less than 12' uring site visit to insure correct
growth and development
Scope of Work#3
item# Work Description Frequency Special Instructions
1. Mowing Weekly/Bi-Weekly
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 Week lylBi-Weekly
Concrete Swales Site Visit
7. Litter Policing/ Weekly/Bi-Weekly
General Clean-Up Site Visit
Page 13 of 19
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
1FB No. 18-021 Exhibit "A"
Class/Item: 988-36/988-52
JULY 2018
8. Backpack Blowing Weekly/Bi-Weekly Debris shall not be blown into
of Walkways and Site Visit oadway
Parking Lots
9. Hauling and Weekly/Bi-Weekly
Green Waste Site Visit
10, Post Emergent As needed Work to be performed as needed
Herbicide during site visit to insure correct
rowth and development
11. Minor Insect and As needed ork to be performed as needed
Disease Control uring site visit to insure correct
rowth and development
12. Tree Skirting for As needed Work to be performed as needed
Clearance during site visit to insure correct
rowth and development
l
13. Pruning of Trees As needed Work to be performed as needed
Less than 12' during site visit to insure correct
rowth and development
14. Turf Fertilization 2 Times Per Year To be coordinated with
contract manager. Proposed
for spring and fall
15. Turf Aeration 1 Time Per Year To be coordinated with the
contract manager. Proposed
for April
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.
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.
Make adjustment and settings to automatic controllers on an as needed basis to maintain
a healthy landscape maintenance, including, but not limited to: lawns, turf, shrubs,flowers,
and trees. 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.
The contractor is responsible for cleaning, maintain, installing, operating, and repairing all
irrigation systems. 'T'he 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.
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.
Page 14 of 19
4
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
IFB No. 18-021 Exhibit "A11
Class/Item: 988-36/988-52
JULY 2018
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.
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:
fjttos:ll,o "v.roundrocktexas govv/del)artmentslpurch�sin�ty��rchasinc�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: httos://roundrock.munisselfservice.com/Vendors/default.asox.
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 1 of 19
Attachment ritachmee�ntt A•Bid Sheat
L andscapa Maintenance and t,Ex ft OM,0111A.-t lss District and Arterial Medians
TI-a Pesponden::ap•asenl:s by lire r s gialura b3145w lira!hels)'e is subri itt ng a b<nd'ng-.'f;.Rr arid is auti-or,zad to t.rld tra rfesporddeni
to ful y 4:?MP Y.11 th the Sc'c€ta':tor:docurrerits c-+n!a ned to lF8 No 16.021 fa-Landscape N'laWlenance and Nlr ng S rv':ss Ti a
Pespordent a ckno'.Vedges ti a!lna;zhe has raceived and-23rd!ba ent-a solic tat: n ff3:431. 8'.l3C`n?2?!S and all dCcur,art,
'ncorporaled by ra er?r a,and agrees to be bou-id by.he to-rrs there ri.
i P,a,z aA prioes .rust be qu.:oi?d in 3rder to be corlside-ed resp:;ns v3 Ef?adv 33d!tial enca•7!ior�s taken to try uort!Gr,
of the sok} let on may jeopardize 5==_P!s-^=of 11-a b d T;e C'ty rese-vas th=r gf�,to a::`d-d re}!:firs s3p3-a!3!`j or lage'}-er_^.d to
CtirCr35a rror=or less than t%3 Cruantii as indica`.5d b3 ow
i
Cost•60%Points
I
AI Das•crf•tiian Estimated Annual
I r Quantity unit Cv,t £xt.ndsd Tata1
i
J Part IV Spe,cir#eatlons-Section 7-Landscaping Sarricas Table
t Dcwntown 9usinesn District-S o a#1
f. p 42 S!te Visits _!
2 1Doxnto.,in Sus nesa D:str.ct'Scope a 2 42 Bite Visits
i
i3 Down!awr Busiress District-Supe as 42 S!e Vis!ts 3 ; t
Crank Sand Exlans?cn fltadlan lestirialed 75 acra's`•5ccpe f.1 42 Site Visits S $ t
1 �..< .<.2<4. :.#�i'... iii,.}i � sv.., j£ ,.a �. i;16•:;30, #,�.Nt#f..:..=t r
s !
8A Total
S
information On.y
TI-3 C ry R=x&,case to rrGues' si*%.t
s hlarkup%Cosi of Shrubs and Flower Repiacament r,;
An add!t,orai S20 rr..0 p.;r veer v1I tie ad,-1;2d!o tf:e agream.Ert for irr gal•trn r-apa r ser,ces a:cutt.red r•S e c t c n 5 nn patge 16 of I s FE Add t.o.-a.ha-g•_s
may be gi,oto:J and krlo•ced separatary for re pa's ori;it approved'r advance b,Ire C ty ",ere iha'Me caul or rT•gatar:rspA.tcn and t!n,a-ncr.torrg
aufi!r,Fd:r:Soct;cn 7 tel 1 of a! .3CC I,of 5-e 1:S
` J 9 4copa cr 4'dcrk�t "p 5�:+t•.?rc u3_d1 C;.i"e verd�;^�e ca3a pwca'Ar iu dice;,rn _ �.s li;'r.;:t
a,t d at-.c ie x d sh.-A not be t3}'ed se,:cr4t•a!7 S rr r s p•
E Labor Ratave Hour. lrripl>or System Rapalr S�
7 Poiarkupa:Cost for 1.-vgatic#n Parts
Czs! f-or*.a adjr''t an 3f^'tl ac-c 11'a, s;ns tnat ;y+ro ards�ap�r O;Qry c.2s that irrzij t-3 .."�di•,t:i.t4'?'G'.CC Ci:u'ii.,''d; ?to t f r{'_='?•r,
!pe-ac-e t rz!ov1
3
Landscaping S',rricas for c:le acr-per specificat on.Cost Per S!ts
E Visit per Scope of stork#1 5• ;
Lalydscap ng Servic.s for one acre p=r ap9.iii;.a!#on•coy}Per Site
9 Visit par Scope of Work t2
Lardscaprg Sar'{ as ic€ a-re per sp-ci�:atlon-Coy'her 3!2
10 V 54 Far Szc;e of Wcd-,03
Attachnwrt C.Raspondent Cluesliarna,ra-4C%Points
Equipment Lis!:10%Points
Company Work E:p'2rienc::01,16 Poiris
Ind':v}duai'ttorlk Exp_rienca:10%Pcin!s
Irrigat on System Inspaction and Repair Ettper!ance:10%Points
..,-1w.t�A"Y W +!�'w fiAL•'�w t t•'v1 ...ph f�t r' 'A r °L.• np /�"�` �j"�`'.-°�!i i„�*'��
+�
g
SPR;.,,-ED NAMIE ;�;�,e d"; '-t
EMA..ADDRESS :..�k?�`�'0 L� cC�""Y ��'i]G'7 ,�►�°O � L� b„e
City ofRound Rock
Landscape Maintenance and Mowing Service
����^�~^� nJ� /'
�nmue�omaD��c and Arterial Medians [�..V ��K�/� ��
IFS No. 18'021
Claoo/|bom: 988'38/988'S2
JULY 2018
ATTACHMENT B:
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER:
RESPONDENT'S NAME: DATE:
Provide the name, addesn, telephone number and E-MAIL ofatleast 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 Rook nehsnonues are not applicable. References may be checked prior to
award. If references cannot be confirmed or ifany negative responses aro received it may result in the
disquoUfioaUonofsubmittal,
1
Company's Name
Name of Contact
Tide of Contact /
E-Mail Address
Present Address
City. State,Zip Code ' -
—
Te|ephonaNumbmr
2. Company's Name
Nome of Contact ^
T|Uo of Contact
E-Mail Address
Tr
Present Address
City.State,Zip Code -
Telephone Number
3. Company's Mame
Name of Contact
Title of Contact
E-Mail Address
Present Address
City` 8tate,Zip Code
Telephone Number
Fax Number: 9 3.3-5175-
FAILURE PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Page |0o[l9
City of Round Rock
Landscape Maintenance and Mowing Servictxhibit
i !
for Business District and Arterial Medians
IFB No. 18-021
Class/Item: 988-36/988-52
JULY 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:_
:e a T7t (�,jv d( SCA-0e, 0!2.d
PHYSICAL ADDRESS OF EQUIPMENT: �3 't
I. State the number of years your firm has provided commercial landscape maintenance and
mowing services _j years.
2. State the number of employees who will be designated to work on this contract: (10
3. EQUIPMENT LIST:Attach a separate sheet of paper that describes the quantity and 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 19
City of Round Rock
Landscape Maintenance and Mowing Services
for Business District and Arterial Medians
IFB No. 18-021 Exhibit "A"
Class/Item: 988-36/988-52
JULY 2018
ATTACHMENT E
DOWNTOWN BUSINESS DISTRICT MAP
1, ATTACHMENT E- Downtown (Business District Map is posted in Solicitation Documents for
lFB No. 18-021 Landscape Maintenance and Mowing Services in a PDF format on the City of
Round Rock website at:
https//°,rwiw.rounclrocktexas gov/departrnents/ urchasin /ourchasinc-active-solicitations/
Page 19 of 19
Exhibit"A"
*t
of
4
RoundRoe4A.d
a M3k0 N •^
vs
` LEGEND
Scope of Work 91
Scope of Work#2
Scope of Work#3
Exhibit "A"
City of Round Rock landscape maintenance&mowing services IFB No. 18-009
Heart of Texas Landscape and Irrigation Co. equipment list
3 Exmark 60" Lazer Z riding mowers
1 Exmark 48"Vantage stand on mower
Echo String Trimmers
Echo Hedge Trimmers
Echo Backpack Blowers
Echo Stick Edgers
Ride on fertilizer spreader
Ride on aerator
Exhibit "A"
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 PID.The services
we pro ride for the city include moving, bed maintenance, fertilizing post and pre t,)eed applications,
mulching, f're ant bait and treatment, tree trimming,irrigation management and inspections, and insect
disease control The contract covers So parks, 2 cemeteries, and the entryways and right of ways for
Georgetown Village PID This contract covers 298 acres
We a 5o currently mainta'n the parks for Will'amson County Th's contract corers 2 parks; 3 trails, and
the 4Vdliarrmsor- County Expo Center and totals approximately 100 acres T-1 s contract includes mowing,
bed maintenance, vislial irrigation inspections,and insect inspect on 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 Flector N eto as our division manager. Hector has 17 years of
experience n the landscape industry We also employ 3 account managers that are responsible for the
day to day activiLes of our crev;s,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 cretin 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, mainta`Wng,and repairing irrigation systems We
currently employ tWO fuh time irrigators tasked with check'ng and rnainta ning our commercial clients
irrigation systems, as well as other I`censed irrigators that are avai=ab€e to heap during the busy season
We also have several individuals licensed to perform backflow checks Attached are the licenses that our
employees currently have
Y
Exhibit "A"
MR.i14
P_0 Box 1236 Fm: 234-934-2629
Teas 76513,1236 a w-w..holdjnds€;py com Phone 254-935 679
Qualifications of Key Personnel
Ben Parnpliri
President of Hcart of Texas Landscape and t r igatio„Co.—,:Yany.
BBA in Inter-national Business from SFA
i e}as Certified Landscape Professional 9595
'meteen years of experience in the green industry all vith Heart of Texas
Hector Nieto
Maintenance Division Manager
Eighteen years of enper:aence In the green industry,sift With Heart o`
Dustin Finch
Nlaintenance Division Account Nia'ager
Landscape Design Technician Associates Degree from Texas State Technica'College in Waco
Fifteen years of experience in the green industry,eight with heart of Texas
TDA Commercial pesticide Applicator license H0587695
TTA Certified Professional Turf Manager 4.11.5 236
Jarrod Houston
Maintenance Division Account Manager
Fife years of experience in the green industry all .vith Heart of Texas
Mant.iel Colon
Maintenance Division Manager
Six years of experience in the green industry all with Heart of Testa
Exhibit "A"
m.
TEXAS COMMISSOON ON ENMONMENTAL QUAU TY
' Y
Be it k-nown tfmt
CHRUISTOPIIIIIIER L I-RMOU
hz ftffed the re wrernents in accordance with the
fnc s o1 the State a,f TeXasfor
` + } E
-,�
LtreriSe�`,�Uffib2r: SPf}Q12057
ISSUE DOE- 04/2S12015
`Uiration Date 04/27/2018 Executive Director
Texas G'omarvsion on EnViro,-m,;,ntafQuufi:J
.:.. .. v- T '. dLAU
.. .. Acmm..,.,.._. ..aw..mam.........,......„.._.. R
,Om� ENTAL QUALITY
Be it known that
A RV 1 l ;
ftf �ffed fifereclulrerti,?li S inriAr r r the f
falus of the State ofTexas for
°. Issue.Date: m1mg15
E�Tiratiart Date: 1111 mol s E;0�cwive Director 114
?exas Connor-isston on Environrrwnta[Qp,,fity
i-T
.. ,.•:.. •, A..,; .:,,•, •r�. ,aea.Mrxe�aiay.�6in�e•.�[a,.:elox�tar'-agirn; -* •'. • i
-. _...
i
TEXAS COMMISSION ON EWRONMENTAL QUAUTY �
E
t
Be 4t) f✓er!(w�t y that t
3
I
riou f uo7ffedthe re uirements in,accordance�/J t,�the
laws o the,Mate of TeXas for
LICENSED IRMATCIR
Lirerue;t ar, fier. L10018972 ��._ _�� �� `��/
_!
Issue date: 11/18/2816
Eviration Date: 12131/2010 EXecutive Director
Texas Commission on'EnvironmentaCQuafily
WWI
k 4 ice• �t - awA r' 1
Be it known that
jl:,1,-wy .u' BAKER
`I `4 s.
>7 s fzz ''fie tr' 1l er g �ents in accoarLe up � th,
zf Mile Sta to of TexasAl
�T0 M
License L10021375
ISS Ye 29/2017
Eviration Date: 05131/2020 EXerutive Director
TeXas Commission.on'Em►irommentafQuatity
4
e .....
I,�m.,
m. ..:wp%Fs e�.,e zsemNz�ro»:T�.... >,wul»xlKo[weaMfiR.Oww.:xa w»x�;ruzwzwn etzBwuxAMfS&'Ds+^..-ry!.x'H� � .,.an&...
Exhibit "A"
5 t.4 i P a J.;. IS
Q
TCEQ Search Lic-rensing or Req4istra.tion lTlf0rFT-?7Jti0n
e n 5 p
i.vzp:1 3.;cap;: cf�:,tl-n p
A jJ ts 7 :;1}.1:P.7,
Y,::k
C e n.5-2 S
-i r Gj 1, 1 r.,"s t j c 4 1 1;.1
Th 01 CEin t3 r2reoi 12 1 13 t'ClzC 0.1 Vic It-In(lznyh)c!..__T,ll:ar'nz P a;I- tv
It:.12.4 a;)(!(tn:�,4ZI tram Cq�—_10-VaL.lker..;C
TEXAS COMMISSION ON ENVIRONMENTAL QUALITY
Be it known that
ERIC S ARCHER
terns fuqif(edthe rWrements in accordq;na zifith the
lawsoythe State of texas for
LICENSED MRIGATOR
Lccense Number: L100211352
Issue Date- 02J07/2018
Expiration Date: 03/3112021 EWutivc Director
Texas Commission on Environmnta(QuaCity
f � a
' � s�k � x
x.
r �I
jc
105
The above named:s h=>~eb-recog-rua.ed: as a VI L�Texas L'`:ate:Smart ProFesslonat,ha�-irfizLiI ed
ih:?r qtli-E'XIlf'R tS laid out b t-Ie Fexa .Nurse y Landscape ssuClation
is t7�:ttii��+�i �....__.c�.•.
u U 'a E 30, 2019 s
r".. `�_.. +:'„;'t`>.�.,.'3^'3. G�:s. ."8•_. ii: r � ,i.�'_ .. ���3�"..,: y v,., �...:3.,rri,,,._ ..
fir! "4 rr' G t; r.� � 3 L^•1f `s't'�+� '' JulVIP 4
�'a'�,'��'1. 'r ` a . `» i`� J,�1JCf4e +?!,r`'fr�'` rij7ff� t�vi�j�Si�f+t3• ��
E
r
THE TEXAS TUR-GRASS AISS30,01ATION BOARO OF
CER"l-l"',16,T10H IHAS CONFERRED ON
8p� �'�
. 1"7 rr
e
? :.
� (f�:��'•'�';j i'%�?t`\`7\� �.��� )`'"i'T � ����,.
�=N"• L✓ e.a .Z✓ L Uv Lir ..L f�.r s,.r L�z.'i...t�L°si. •,;, L•:L:• r• `t \. t(f/�.I• t� rrr� .e"'
a a% i��J f•i%Y L.l L� .i�.t., !J U 1L v.,rt 4 W�• � a4:•�!j'
sT( Y
r
of S!lcces5fid Gtlp a ion of the.�t'£'fl3ldit.'t�[ertv�OC C"eCltfrGtidit7ii and��41351Jij1='t7tif�;7 ; ��• a
(if 17 nl:uJ p''L latt7Lrrri'tiL:,r Etpt'r'1fSLr 1?1idPft?jfCtt_'JiGt`!#F TtfFjnCt?i}Mi!I%:?InL'I:Ii't7r'
fh.r.reny, This Ce.r l t,ait,fluiv Sigjt :.,Ili:, ti:.°en151tl:.°s!.-tlttlS:,•t:l rje t`#.',•l1JlL`c::li'ar.'��tL:'(•Jl E,Q�
?'Trrs 2 71 c'c.v t;,i.f:r''• ?i115 ��•�
- .
* O
AN
a r', �M -a.+'l i�.� '4i ti"r *�o; '1 `s rl 9Z° rf i` .a f'} ,:i^` 4 Z f r., a' �,�'.."-.�•+~..�•e"in
.��: •. � 0-:. ��'' .��, � �-
Vv
� +��` a fid` •s ri`; •+.tYw *�� � �K�,✓}+. �'
L, ? 7 -f �� , y``'► �i� �aJ�q'�j`r+ +C,: ` c !\r +. P +tiL�rA ? �`ZfT t+Karo y`fi"�4�,rhy�w,! `.sJ ij'tT� f J .fr1s
0. �r r ,.' t<f 3
._ ..TEXAS DAUWAF'ACULTURE �..�..._ �. .. ......._`u.,r
t
COMMISSIONER SID MILLER ;
P.O. BOX 12847 AUSTIN,TEXAS 78711-2847 = }
(877)LIC-AGRI(677-542-2474)
For the hearing impaired:(800)735-2989 TDD (B00)735-2988 VOICE
' www,TexasAgriculture.gov
COMMERCIAL PESTICIDE APPLICATOR LICENSE
3
I
r h+ is to ce1ify that the person whose name appears below has mat the requirements of Texas Agincuiture Code Chapter 76 relating to i
appit anon of restrcted use or stale-1 m ted use pesticsdes or regulated herbicides This I+cense is issued for purchase and appi+catton
restricted use or slate-1 miled•use pesticides or regulated he to be used according to label direct on con ,sten,vnth the use
caleg ire fisted below
BENJAMIN PAMPLIN TDA Client No: 00555521
PO BOX 1236 License No. 0729702
BELTON TX 76513 Effective Date December 31 2017
Exp=res: December 31 2018
�I Categories:
I��II.�IIII�IIII��l ��11IN��111111
TEXAS DEPARTMENT OF AGRICULTURE t�
COMMISSIONER SID MILLER 4�
P.O. BOX 12847 AUSTIN TEXAS 78711-2647
(B77)LIC-AGRI(877-542-2474)
For the hearing impaired.(800)735 2989 TDD (800)735 2988 VOICE
v7vnv.TexasAgriculture gov
COMMERCIAL PESTICIDE APPLICATOR LICENSE
Th i to eriily Thal f e person wh a name appears below ha met the requiremenis of Texas Agriculture Code Chapter 76,relatingi.
app': ea n of restricted•u r .late itm!led•us pestic'des or regulated herb d. Th s t cense is issued lot purchase and application of
re tri ted use or slat l m ted u s pesticide or regulated herbicides to be used according to label direct ons consistent with the use
cal?g'°r'ss Ysied bell"w
JIMMY BAKER TDA Client No 00555519
PO BOX 1236 Licen: No 0729701 i
BELTON TX 76513 Effective Dale December 31 2017
Expire- December 31,2018
Categories
TEXAS DEPARTMENT OF AGRICULTURE
COMMISSIONER SID MILLER
P O BOX 12647 AUSTIN TEXAS 78711 2847 t
(877)LIC-AGRI(877 542-2474)
For the hearing impaired (800)735-2989 TDD (800)735 2988 VOICE
vr4w.TexasAgricullure gov
COMMERCIAL PESTICIDE APPLICATOR LICENSE
This is to certify t•,a:I person whose nam appears be w has met the requirements of Texas Agncuilure Code Chapter 76 relal ng i
ar,p3.wit un ct res:c± ;Lse r tate I m led u pry t ides o-regulated herb c+des This I cense is?slued lot purchase and application
r-tat Itm 1"d use Favi:des c r g fated herbc des to be used accord ng to label directions consistent with the use
f calegones listed below
i
JARROD HOUSTON TDA Cl ent No: 00555514
PO BOX 1236 License No: 0729698
BELTON TX 76513 Effective Date- December 31,2017
Expires: December 31,2018
Categories
I '� �`Ifl !lIllflllill 3A
_ ..
� a
y a ,
t'fit i 149 ALL
Lh ;{kms j ' 4i J uoRlh'� 1� �'"I
Y
B IL
) "I"t, a i ari i n ic�i
a-inn p
_
Having SUC-LeSSfUtty, c:nr PhIr-ted dhe^re-ci=iitements set by th- ArboriSt C;erti,ric?tion
h
Boaro�th` I �t�Tnat Qnal Society o Arboricult{ire,
theISA
- r
:ib a-v nained ,S licreby' r�'.+-ogr",'7PC� as <.It 1ISA �.�r�l.ri.eCl
f{
i 1 'A I
s r`,Al 1P:", ',4aJ C4 2016 J 2'.9
��to
.....
,r I
71,
TEXAS CORUMMON ON ENVIRONMENTAL MAUI f
Be it knoujn that
Poll,IPH,NJA E P A IMS
fins fiqiffed the requirern-ents in accordance with th-P
Ca�c1s of r&-,State of Texasfor
License 9 ,rnber: L.40022184 .
:
Issuf''.Date: 10f28/2015
EXpirationDate: 10i3mu18 EXam,tive�Director
TeXas Comm�-,sibn on EnvironmentafQuartty,
y� !f6 x1'
TCEQ Search Licensing or Regi-Siration IP81ioPmatio-ij
License Detail
'G raps�- a Cta•Pg:,of ad&esa,;I"G-id:v..JT'teI,a-ema';adrlr:'55,G ea5':T'uit(I,.!fati—, luca*eJ.i.'
10:35 Go�/I< . .3C!- da(?
Cid:CNSC12603261
+'�"w�i:•a$.i:]]2 I.��iC:IK�S3 VD
Cite:AEMPLE
slate.IN
Zi?:16._2.6a?7
254'S39 675
t P. tta FyrG f_Li ... _P:�:r, f J Lal:i� t.^M Ca!^.
(:0:e:Ti13 rum°a-*;cr"C6 h�:L-;mc�ded In crd•�r to nmatf c 15 bti;;_d:.I thu tare.(;W,^.q; 07 each
li•:ens_.Flayse go t:th4 prcq,- tpoga fa,*:Ye I%ans_qau ho!d t,d3tarmine Via number,s:CE hau,:,nz_ as
end t.maty(tie!3',=,t iniw vmaVoo and rr:7�^•m;)! 3yL';r=.,Yens i s yc'sr
Exhibit "A"
TEXAS DEPARTMENT OF AGRICULTURE OF
COM ISS'ONER&D MILLER
P Cr 8OX 128;7 AUSTIN,`X 79711.2847
877)LIC AGRI(877-542 2474)
c735
Fo-tf�s hearing sr,:pa:r.,d (iso�ay 735-2959 TOO (500y 2959 VOICE
Ida state Ix us Ttp,5•
NURSERY/FLORAL CERTIFICATE OF REGISTRATION
I cevt`y that the pe;scai listed be!cw is I censed to se'I nursery/floral products at the indicated
(ocalian it a_-cor,darce w l_ Texas Ag°ickr?=re Godo Chaptar 71
i
f._:i!•'r(�'�"3�'c; �.t�,a:�r"(�: i�x , "il)::)',a:.:.>t".,-•'1✓i+'•.<'.ri':Tt�`.)�i"(•
GERTII"IC=.TE N0 t 7,7,'x>ri CERTIt=1CATE TYP NURSERY FLORAL CLASS 2
Eftec'ive Data; NIv'_i t.20i Expiration Date lktseely 11,
'.LI ST BE POSTE,)IN.A COI ISPICUOUS LOCATION Tt iS CERTIFICATE IS NON 'RANSFEP.Adi t
..-.....r+-..w.w. «rw.rwww�.-... ..qtr w+,r ..r�.......+a.�..rw d ...•..•-,........ „. ._FJ,,,.a...,...+....«w......,.....r ., •.
TEXAS DEPARTMENT OF AGRICULTURE ecr�+.4"ar i
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
vP w,TexasAgricutture.gov
COMMERCIAL PESTICIDE APPLICATOR LICENSE
This is to cwrt.fy that the parson whose name appear;b-ta•.v has met(tic requirements of Texas Agriculture Colo Chapter 76 ralating k:
appticalicn of restricled-use or state-[mited use pesticides or regulated herbicides This license is Issued for purchase and app'lcation 01
restnct:�d use or state limited use pectic des or regulated herbicides to be used according to label directions consistent with the use j
j categories[;sled below
I
DUSTIN FINCH TDA Citent No- 00328272
PO BOX 1236 License No: 0587695
BEL T ON TX 76513 Effective Date: January 31, 2018
Expires: ,January 31, 2019
i
Categories- i
Exhibit "A"
ROUNI3 RACK`7:R�A5
F
CITY OF POUND ROCK
INVITATION FOR BID(IFB)
LANDSCAPE AND MOWING SERVICES FOR BUSINES DISTRICT& ARTERIAL MEDIANS
IFS No. 18-021 Addendum No. 1 Data of Addendum: 0817118
Addendum No 1, dated Tuesday. 08107/18 is being issued to respond to all questions submitted
by the deadline on Tuesday, 08107/18 @ 5 p m for lFB No 18-021 and changes in the Scope of
Work-- Landscape and Mowing Services for Business district& Arterial Medians, as outlined
below
SECTION A: QUESTIONS And ANSWERS:
1. Question Scope of Work#3. Will this include the Right of Way and Curbs?
Answer: Yes, for Scope of Work#3, this will include the Right of Way and Curbs.
2. Question I don't see the Creek Bend median indicated on the provided map Where is the
median located?
Answer: Please see attached map for median location.
SECTION B: CHANGES IN SCOPE OF WORK AND BID TAB:
1. A requirement is bung added to Part IV Specif cations, No 3 Service Requirements, Page 10
3.8 as follows- Tree Pruning services shall be performed on an as needed basis when ordered
by the City and billed separately. Tree Pruning Services shall only be done under the supervision
of a Certified A borist Proof of Certification shall be sent to the City with the bid response
2 A requirement is being added to Part IV Specifications No 3 Service Requirements, Page 10,
3 9 as follows- The awarded vendor will be required to conduct a twice a year mandatory walk
throucah before any major work occurs All major work must be approved by the City in advance
3 Attachment A-&d Sheet Line 1 has been added for Tree Pruning under Supervision of a
Certified Arborist
Exhibit "A"
Approved by Date
Oscar Wise, Purchaser
By the signatures affixed below this addendum is hereby inco-porated into and made a part of the
above referenced solicitation
ACKNOWLEDGED
Vendor Authorized Signature— Date
RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE
WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY
DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD.
C' 2
�f 0f" Z{,11,1�r i R"w"t•.".� ti 4.
f.� l
� � +•ri ���'„�•y� ��.tt#�j;r•r.��,.„�f #fM.� ypir,.,� �¢.a �,+�" • ?��', �1 r.l�,5.. l
v t �� ►;� tr v � •� qf.t„��'SFF ` f .q.
t � �'°�t ��d"'��f ��-''t�f t 'Sr�f.#R_c4r• � y.# t'aR tlr�eo ��r� �- y Y
]'tF` ��•.t1 ����1 rt`r [�}%� �1# 'F � I�;�y�r: 1` "e �� - ,}'�,�.�' : /'t"^ _ `
/ 4 "f'°�•"f� `)F',%Yr� ej...!r��"'S�iI�r��ti���t�q1"� �..t"�'•�)��r, � r�t„:.�,/ �� �T.1��°3T��i,�}�.�
” r'r a l "�R" - �1�'�il t' M� #t � r.s�F�•tea, =V; a« .� ,f ' ark
�yy�r� ;• fi � J +,�r i �t ,Ir• �t',1 7 e'f,•..kSar�+�°��x . {. rk �+: °n0 p
"'e+�,a �s{:'strti#': �y�•J€ ,�y1't "'��.f�� �t t,�t 'tr�'t-.�"y.��:k"�,,� �,� 'r ir'�. �' ,7';x'� '"„� �
�e!'� .�,y sr`� ,:t, *�..r �?i" I✓7'*y ft ..� t'tyx;•��w.�'"7d;`�;�' a•:�3 � `- a ;� g ,. e.,# �.. `y,; —
�+
ylA r. , ,•/ tf�� / ,t r, ). t 1# ,# �f tvre!r, '�•s 1 , ++a x'*!p
Ad aft
t<�.i"` Rjte_'{ 'I�,F t f '�'.',�,,,,»,. ,r,'t, t �'r� t••t^,, x*r # . ,4
}�,.,. b "• � �,'�.'t !s r+. 4 �",,t`.} a'�;(fl{_°�"✓ 9!'" t.�Q��� 4'"i► � a*sej.,A
�I' d �•y S f 1`i^' f ..,>. * �.:;�' ,. 1, ::> >. -
!" `.+•� SyR�'y� , :.�1 ya�i�,� � '.'t•tir4r r~ fi :t Q r 1 " A'• eX''"-•_�
�tt� � e. t ,1" t�i�t"'," .t�'��r t� Vit[ ���'p " � „t.i `t• 1.' 4,r•�P �
31 oL
Ik
• '`� �,w ��u ��t_r 'w flji r.,-�"t� ! ►.� " x�"'^�� •$�1��•R 4},f'
"1,a µ•r lr�.I+�M}a¢:. ;r-! •"'^-� i4 ,y r ` °1 w-
�� t a:,j'R r1 "^.� a r tt ••�� f .� :'�'�sa xt� 1t� 1{"'�� '+�� 1'.,
[j Rei� ;.:4 " �t`�t♦ �#.y,rr w,• rx',.a.>;5 "�' •� [e as 1�� ,ri . y. Lr''a•"'�
s \ `4 tr s'.tdr,, Y�!•+`fir j t� �"aigj(\,y •x a1 - `,�i* w,:��Z'i�'��� '"+�J �'" •�F
rt{S.��� ,j["'r r} i6! ,y,art �t'F•a.• ` `:i.t"�,ys� ,+'��� �,p �ti�$� � �,
siWs -
.+. 1 ''_!�"�I,'`�;•`, +.'e'`�l y�� tilt:r 9* '+r',/�.' >•`'4 •fi ly
t ,���,P h, ���j .T. +•�r ..,,"�=�� tit's r
14a`r'~Itt,+t " y, 3� '� � • � ty"y/�t +4 1y';�Oi l icy:
�;. r j •,, ,!t y `•'�.,� MT of
! r , +Gr"n 4� ♦ ;,. ,�°� ' i 'rte R i sM
tai �,'-_. s i y 1s,111��1{� -�;t �'► `t�l�f >*'' `' n f'`` Y
10
't�tg +t "�ft, .�t���I t�rr��?'�vu�'4„,ai��;�;s �* a�', �k`"�' �h�,����F t4.•i�t►'n�lt,
,� �, . '��.y�tf.•Iw i".x"'`et f�,f'a' •'•�-R t1"�tt�it•r. \'�♦r'4r', k"•t, ��` �a � y ..s'�y' �%.� ���"F
.` '�•, , ,� .iS r ••: �.�4!Rt;�t 1, � t� �j�„��, •#'yR`° `""''�+` '�` �M1` � .�#''�'
"•i F ' �1. ,ti ,� v !r�'t�'�,e t i\ ".•"f,�a ".{gip / ti `\ q4"!'/(ty f` t�" `'
• It r '� •' ���ks;+� ...e -.., yt• rf �"y.a:# } '
It 1 1
` �����•'t.f ty.' r;, )1'�'!;ft;r� „ ^.r A. s _,�y 'ti-..i t�_'�,7 � c e+�i f
�-a�� :�At
��� ��4`e r! 1''r �'1��r g i� k •r~17t���r�:�*�r
t'•tL a. 1 .. Y('`�'C't`a{•„R trr
JLilk _ 1 *b�' ,• •,rqe #1;��►w0. ,� -�� � «W.1$4 -%tr`�C�Ct�+J�','4�
��b(ar'�. :18"rt,#��.F r *: ..+. �irk a �� .�irhr.Rry•L'.: � +.r' �.., t"
}r"y�`!� lft'.;�� Ty• '• -� r .i !' •t-:t.:.a►,�1,�•k`�\ ^��ii��4 n 'y`« �[(� `� �--
~�L rY,i� ��d � !�” it# Y I � w��V��.•s ,'�.,=�r�'r'`''}t„•"9 i�t[�i':,: �! r '�
fly `*�`'•`ri p,► t`<.",1,�t �. t:' sl w�.1�f�V t}''� t �� 7:S
fr„ ,.•,l pl. fx fit. +• ,� Hit r w,� ����,.��'*�,♦"r4 ,* yt �
9^Li,°' fa :. i'S�t •• i+ ' 1. * �t 1
t"+•ti`.s+'t' !..�"+'.�r ll a'�li"�'�:�51�'+..`t� �){,�}��-�r�'• ",+!!% ti'Y'�}'1� �""�� !,`•�• .