WA9302-CS 950315 COPPELL PUBLIC WORKS
MEMORANDUM
DATE: March 15, 1995
TO: Ken M. Griffin, Assistant City Manager/City E~.~~i-~.~
RE: Addendum to landscape services contract
As you are aware on Tuesday night the City Council awarded a
contract to North Texas Landscape for landscape services.
Although the water and wastewater facilities were in the original
bid packet, staff had not budgeted this item nor did we feel at
that time that funds were available.
While reviewing the budget for the upcoming midyear revisions,
staff determined that funding could be made available within our
current budget. Therefore I am recommending that the City issue
an addendum to the contract to allow for the maintenance of the
five (5) water and wastewater facilities.
These areas are listed in the bid as alternate #4 through #8. The
total cost of this addendum is $8,100.00 and includes the mowing
and edging of these facilities from April 7,1995 to October
27,1995. Each facility will be mowed and trimmed on a weekly
basis.
Based on a previous discussion we had, you had ask me to speak
with Jim Ragsdill and find out from Jim what had to be done to
have this addendum approved. Jim informed me that the City
Manager could approve an addendum to the contract as long as it
did not exceed 10% of the original contract amount or $15,000.00,
which in this case is under either of these amounts.
I have attached a copy of the portion of the bid packet that
includes these facilities.
If you concur with my recommendation, please forward to Jim Witt
for his approval.
HLP/hp
NO. Q--0295-01 LANDSCAPE SERVICES
· 4'
CITY OF COPPELL, TEXAS
PURCHASE SPECIFICATION
FOR
LANDSCAPE SERVICES
1.0 PURPOSE AND CLASSIFICATION
1.1 Purpose
The City of Coppell, hereinafter referred to as the City, seeks bids from
landscape maintenance fins, trained and qualified in providing landscape
maintenance services.
1.2 Classification
The landscape maintenance services will be performed at various City of
Coppetl Parks, Municipal Facilities, Medians, and other public property.
2.0 SCOPE OF WORK
2.1 The landscape maintenance services shall be provided as deemed necessary to
meet the contract requirements. The contractor shall provide landscape
maintenance services as described herein and shall provide all labor, material,
appliances, tools, equipment, transportation, and services necessary for and
incidental to performing all operations in connection with the execution of this
document.
2.2 The schedule of work hours for accomplishment of the maintenance service
shall conform to the requirements of the City of Coppell. No weekend or
holiday work will be permitted and all work shall be performed Monday
through Friday, 9:00 a.m. to 4:00 p.m. A variance from these hours may' be
approved, with prior written approval of the Parks Superintendent. The
Contractor shall in no way interfere with the normal work of the City
employees.
2.3 The Contractor shall .furnish and maintain all equipment necessary for the
proper maintenance of each location. Contractor shall provide an equipment
inventory list to be submitted with the bid, identifying all equipment by age
and condition to be used in the performance of this contract. (See Attachment
A) The City of Coppell reserves the right to make inspection of equipment.
Any equipment found to be in poor condition must be pulled from service and
replaced at the Contractor's expense. Failure to provide suitable equipment
for the performance of this contract, will be grounds for the City to terminate
the contract.
CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARK'~,'AY BOULEVARD · COPPELL, TEXAS 75019
BID NO. Q-0295-01 L&NDSCAPE
2.4 Materials and supplies used by the Contractor shall conform to the
requirements listed herein. No material shall be used which will damage the
turf, trees, shrubs, or fixtures. Where a specific product is specified there
shall be no deviation without the express permission of the City of Coppell.
Samples of all materials proposed for use shall be submitted and approved
before the material represented by the samples are used in the work to be
performed. Upon request, the Contractor shall submit a list of all materials to
be used in providing the landscape services. (The City may approve or
disapprove any product prior to or during the term of the contract period. )
2.5 The Contractor shall comply with all c!ty, state, and federal regulations
applicable to performing work within ;;ublic thoroughfares and right-of-ways.
3.0 DEFINITIONS
3.1 Grounds Maintenance Project Area shall refer to specific geographic area(s) of
the city designated to receive specified landscape maintenance setwices.
3.2 Mowing Schedule shall mean the time periods established for each area to be
completed.
3.3 Mowing Cycle shall refer to a time period in the mowing schedule. Defined
by a beginning and ending date, within which all prescribed maintenance
activities for each area shall be completed. (Example) A mowing cycle of 7-
days indicates that all portions of that area will be mowed once every 7
calendar days.
3.4 Area Inspector shall mean the Superinte: :~t of Parks or the duly authorized
representative, who shall monitor the contractor's progress within the grounds
maintenance area he/she is assigned to.
3.5 Production Rate shall refer to the amount of acres to be maintained per day
based upon the total number of acres identified as remaining to be maintained
in the mowing cycle. 'The production rate shall be calculated as follows:
Total Acres Identified to be Maintained
Number of Days Allotted to Complete the Area(s)
3.6 Concurrent shall refer to all mowing, trimming, edging, and litter removal in
any given area or portion of an area being completed on the same day. Should
a given area be too large to complete in a single day, any areas that have been
CITY OF COPPELL · PURCHASING DEPART,%fENT · 255 PARK~,VAY BOULEVARD · COPPELL. TEXAS 75019
~/
BID NO. Q-0295-01 LANDSCAPE SERVICES
mowed must be trimmed. edged, and litter removed on the same day the
mowing occurs.
3.7 Inclement Weather shall mean rainy weather or when the condition of the soil
is such that the rutting of the property will not allow cutting of grass to be
accomplished satisfactorily.
3.8 Median shall refer to the areas on city streets and thoroughfares. They shall
include any and all portions within the streets or intersection of streets such as
grass areas, trees, concrete and concrete only areas.
3.9 Trash and Litter shall mean any debris within the ground area such as paper,
bottles, cans, limbs three (3) inches or smaller in diameter, rocks etc. which is
not intended to be present as pan of the landscape. Inclusive of the entire
area including parks, medians, streets, sidewalks, curbs, hillsides, ditches, etc.
Removal of debris will require sweeping of hard surface areas such as
sidewalks and curbs.
3.10 Trimming shall refer to the cutting or removal of any and all plant material
immediately adjacent to or under park structures, trees, poles, tables, signs,
fences, and shrub bed. Also includes removal of all plant material from
expansion joints and any other cracks in curbs, sidewalks, driveways, and any
other hard or concrete surface.
3.11 Edging shall refer to the vertical removal of any and all plant material which
encroaches onto sidewalks (both sides), curbs, steps, driveways, and
pavements.
3.12 Chemical Trimming shall refer to the use of a herbicicle (such as Roundup or
an approved equal) as an alternative to the physical removal or cutting of plant
material from areas to be trimmed. Approval for the application of herbicicles
must be obtained from the Area Inspector prior to herbicide application and
must be applied by a Certified Applicator.
3.13 Scalping shall refer to any action which results in the mowing of any turf area
below a three-inch (3") height down to and including the soil.
3.14 Shrub Beds shall mean any area purposefully planted in domestic or
ornamental plant growth.
3.15 Foreign Growth shall include all weeds, thickets, and noxious plants.
CITY OF COPPELL · PURCHASING DEPARTMENT , 255 PARK~VAY BOULEVARD · COPPELL. TEXAS 75019
BID NO. Q-0295-01 LANDSCAPE
3.16 Mulch or Tree Rings shall refer to those areas adjacent to trees. shrub beds.
and other purposefully planted landscape areas in which all plant growth is
removed physically or chemically.
3.17 Sucker Growth shall mean the incidental. vegetative growth arising from the
bases and lower trunk areas of trees which are not essential to the overall well
being or the shape of the plant.
4.0 ASSIGNMENT AND INSPECTION OF WORK, WORK ORDERS AND
LIQUIDATED DAMAGES
Area Inspector's Duty: An area inspector will be assigned a grounds maintenance
project area for which he/she will be responsible for making inspections, re-
inspections, monitoring, and evaluating and reporting on the contractor's activities,
ensuring the work performed in the assigned project area is done to the quality level
prescribed in the contract and in accordance with prescribed time schedules. Upon
determination of any violation of the specifications and/or terms of the contract the
area inspector shall record. process and submit all pertinent information to the
contract file and the contractor for determination of any liquidated damages or
termination of contract.
Work Order and Payment: The work order will inform the contractor to initiate
landscape services within an area or areas. The work order shall be considered
complete when all work on the sheet has been inspected and approved by the area
inspector and has been signed by both the area inspector and contractor indicating that
agreement exists as to the information shown on the work order. Such information
shall consist of the mowing cycle dates, acreage to be maintained in the area(s), any
special conditions and the acceptability of the maintenance activities performed. The
completed sheets, dated, and signed by the contractor and inspector will be submitted
for payment monthly. See Attachment B.
It shall be mandatory that all work orders be filled out after completion of each cycle
before another work order may be issued. Failure to obtain a work order prior to
beginning a maintenance cycle can result in non-payment for work performed.
Daily Contact The contractor must make daily contact with the assigned area
inspector or designated alternate on the days that the contractor will be performing
services under this contract. This daily contact is for the purpose of discussing areas
to be maintained, contractor's work schedule for the day, areas that need to be
inspected for approval, and work orders that need to be signed off on. Failure to
contact the assigned area inspector on a daily basis will constitute a breach of
contract.
CITY OF COPPELL * PURC!IASING DEPARTMENT · 255 PARK~YAY BOULEVARD ® COPPELL. TEXAS 75019
BID NO. Q-0295-01 LANDSCAPE SERVI{
may result in a breach of contract and the contractor will be assessed
damages.
(6) Damages as described herein shall be deducted from payments
otherwise due to the contractor.
5.0 MOWING SCHEDULE
Maintenance of all assigned property within the designated area will be initiated by a work
order. A mowing cycle of 7-days indicates that all portions of that area will be mowed once
every 7 days. Typically areas to be mowed are broken down as follows:
Mode A- Mowing completed on a 7-day mowing cycle. Typically from
March through October.
Mode B-. Mowing completed on a 14-day mowing cycle. Typically from
March through October.
Mode C- Mowing completed on a 21-day mowing cycle. Typically from
March through October.
Mode D- Mowing completed 1 to 4 times per mowing season. Typically
rough areas or areas mowed on complaint basis only.
CITY OF COPPELL ® PURCHASING DEPARTMENT * 2~15 PARKIYAy BOULEVARD · COPPELL, TEXAS 75019
NO, Q-0295-01 t~,,~
Time To Complete Work: On the mowing cycle start date. as mo,,ated on the work
order, the contractor shall begin work and shall proceed with all reasonable dispatch
to completion. The contractor will be required to maintain all project areas assigned
to him in the time allotments-maintenance cycles-set for each area. Work within an
area must be completed in consecutive days. Inclement weather may result in the
cancellation of a mowing cycle only if area inspector or designated alternate
determines that there was an insufficient time period during the entire mowing cycle
available for the services described to be performed. It shall be assumed that the
contractor can perform said services at the rate of 25 acres per day per area.
Maintenance Schedule and Liquidated Damages: Failure on the part of the contractor
to maintain the required production rate for a project area or in the event the
contractor develops difficulty in performing maintenance schedule or meeting contract
specifications, the contractor may be assessed two hundred fifty dollars ($250.00) per
day as liquidated damages for incomplete work in the project area until all work is
completed (liquidated costs will not exceed the total dollars for project area cycle).
Liquidated damages will be withheld from the Contractors monthly payment.
Note: Should it become necessary to penalize a contractor on more than one occasion
for failure to meet the grounds maintenance specifications within the prescribed
maintenance schedule, the contract may be terminated with the forfeiture of any
performance bond. The project area will then be awarded to an existing alternate
contractor of next lowest and best bid.
Assessment of Damages to trees During Grounds Maintenance Operations:
(1) Trees in the contract area may be checked before contract work begins
at the option of the Parks Division.
(2) Random checks of the trees may be carried out during the contract
period at the option of the Parks Superintendent
(3) A check of all trees may be made at the end of the contract period.
The inspection will be attended by the City's designated forester or
arborist. area inspector, and the contractor.
(4)Damages shall be documented by memo to the area inspector with copy
to contract file and contractor.
(5) Damages shall be assessed: $75.00 for any slight damage to trees, this
is damage that may heal: $160.00 for badly damaged trees which in
the opinion of the City's designated forester, arborist, or representative
may eventually contribute to the death of the tree. Damage to trees
CITY OF COPfiLL · PURCHASING DEPARTMENT , 255 PARK~'AY BOULEVARD , COPPELL. TEXAS 75019
BID NO. Q-0295-01 LANDSCAPE
Note: The contract manager or area inspector has the authority to cancel or alter the
scheduled mowing cycle on a week to week basis. The cancellation will be based
upon need, prevailing weather conditions. and available funding.
Mowing Mode B: 14 - Day Frequency for Specified Areas
Maintenance of assigned property within the designated area shall generally be
completed on a 14 - day schedule beginning March 3, 1995 through the contract
period for a planned maximum of 20 toowings. The anticipated 1995 sequence is as
follows:
Mowing Cycle 1 March 3
2 March 17
3 March' 31
4 April 14
5 April 28
6 May 12
7 May 6
8 June 9
9 June 23
10 July 7
11 July 21
12 August 4
13 August 18
14 September I
15 September 15
16 September 29
17 October 13
18 October 27
19 November 10
20 November 27
Note: The contract manager or area inspector has the authority to cancel or alter the
scheduled mowing cycle on a week to week basis. The cancellation will be based
upon need, prevailing weather conditions, and available funding.
It shall be mandatory that a review of the contracted area be conducted prior to
beginning the first mowing cycle. Such a review shall be attended by the successful
contractor and the Park's Superintendent.
Mowing Schedule Mode C: 21 - Day Frequency for Specified Areas
CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARK~.VAY BOULEVARD , COPPELL, TEXAS 75019
~ID NO. Q..0295-01 "" "' L~N~DSCAPE SERVICES
Mowing Schedule Mode A: 7 - Day Frequency for Specified areas
Maintenance of all assigned property within the designated area shall generally be
completed on a 7-day schedule beginning March 3, 1995 through the contract period
for a planned maximum of 35 mowings. The anticipated 1995 sequence is as
follows:
Mowing Cycle 1 March 3
2 March 10
3 March 17 -
4 March 24
5 March 31
6 April 7
7 April 14
8 April 21
9 April 28
10 May 5
11 May 12
12 May 19
13 May 26
14 June 2
15 June 9
16 June 16
17 June 23
18 June 30
19 July 7
20 July 14
21 July 21
22 July 28
23 August 4
24 August 11
25 August 18
26 August 25
27 September 1
28 September 8
29 September 15
30 September 22
31 September 29
32 October 6
33 October 13
34 October 20
35 October 27
CITY CO L , PURCHASING DEPARTMENT · 255 PARK'WAY BOULEVARD , COPPELL, 71019
NO. Q-0295-01
Maintetlance of all assigned ~roperty within the designated area sha_ ~ completed on
~i 21 - day schedule beginning March 3, 1995 through the contract period of a planned
maximum of 13 toowings. The 1995 anticipated sequence is as follows:
Mowing Cycle: 1 March 3
2 March 24
3 April 16
4 May 5
5 May 26
6 June 16
7 July 7
8 July 28
9 August 18
10 September 8
11 September 29
12 October 20
13 November 10
Note: The contract manager or area inspector has the authority to cancel or alter the
scheduled mowing cycle on a week to week basis. The cancellation will be based
upon need, prevailing weather conditions, and available funding.
It shall be mandatory that a review of the contracted area be conducted prior to
beginning the first mowing cycle. Such a review shall be artended by the successful
contractor and the Park's Superintendent.
Mowing Schedule Mode D: Maintenance of assigned property within the designated
area shall be completed 1 to 4 times annually. The anticipated 1995 sequence is as
follows:
Mowing Cycle: 1 March 31
2 May 26
3 July 28
4 September 29
Note: The contract manager or area inspector has the authority to cancel the
scheduled mowing cycle on a week - to - week basis. The cancellation will be based
upon need, prevailing weather conditions, and available funding.
It shall be mandatory that a review of the contracted area be conducted prior to
beginning the first mowing cycle. Such a review shall be artended by the successful
contractor and the Park's Superintendent.
CITY OF COPPELL · PURCHASING DEPARTMENT · 2S5 PARKWAY BOULEVARD · COPPELL, TEXAS 75019
/
.
BID NO. Q-0295-01 LANDSCAPE SERVICE
6.0 GROUNDS MAINTENANCE SERVICES
6.1 Mowing and Trimming
The contractor shall mow and trim all turf areas as required by work order, generally
every 7 - days. or 14 - days or 21 - days during the contract period. The contractor
shall remove all litter. regardless of size or shape from the entire area prior to
initiating any mowing of the turf area. All mowing equipment shall be equipped with
sharp blades so as not to tear. but cleanly cut the blades of the grass. All grass shall
be cut at height of (2) two inches on 7 - days cycle sites and (3) three inches on 14 -
days and 21 - days cycle sites. All park structures, objects, obstructions. trees, poles.
tables, signs. fences, shrub beds and etc. are to be trimmed closely. Special care
should be given to trimming around small trees so as not to inflict damage to the bark
of the trees. All trimming shall be accomplished maintaining the required two inches
or three inches cutting height depending on project area and cycle frequency. All
trimming must be accomplished concurrently with mowing operations. Trimming can
be reduced by chemical edging, with prior written approval of the area inspector.
Upon completion. a mowed area shall be free of clippings, accumulations of cut grass
and tire tracks or ruts from mowing equipment. Turf shall be cut in a professional
manner so as not to scalp turf or leave areas of uncut grass. Care shall be taken to
prevent discharge of grass clippings onto any paved surface such as streets. curb and
gutters, parking lots, sidewalks, and/or onto adjacent properties. Any material so
discharged shall be removed immediately prior to proceeding with mowing of other
areas (all trash and litter removed shall be disposed of by the contractor to an off -
site location). Any papers. cans, or bottles cut or broken during maintenance
operations shall be completely removed from the site immediately prior to proceeding
with the maintenance of other areas.
All plant growth in cracks, seams and joints of paved areas such as sidewalks. curbs,
medians. and driveways shall be removed during the completion of each mowing
cycle. The use of herbicicles to control such growth may be permitted. with prior
written approval of the area inspector and in accordance with all federal. state and
local regulations.
6.2 Trees and Shrubs
Contractor will be responsible throughout the contract period to manually remove all
foreign growth from shrub beds or may control the foreign growth in the shrub beds
with selective herbicicles. Approval must be granted by the Parks Superintendent or
Area Inspector prior to herbicide application. No pruning of any shrub or tree shall
be permitted without prior approval of the Area Inspector assigned. Trash and litter
in shrub beds shall be removed during each mowing cycle. Mulch rings shall be
reshaped within twenty - four (24) hours when dislodged by mowing equipment or
CITY OF COPPELL ® PURC!IASING DEPARTMENT , 255 PARK, VAY BOULEVARD ® COPPELL. TEXAS 75019
ItlD'NO. Q-0295-01 L:MNDSCAPE SERVICES
others. Contractor will be responsible throughout the contract period to manually
remove all sucker growth from the bases and lower trunks of selected trees within the
project area. Damage to trees will result in a breach of contract and contractor shall
be assessed for damages.
6.3 Removal of Grass Clippings
Removal of cut grass from the ground area where growth occurred is not generally
required unless clippings are so heavy as to cause bunching or the clippings detract
from the finished product. However when clippings are so heavy as to cause
bunching and/or detract from the finished product, turf areas shall be raked and the
clippings removed. Cut grass and debris which falls or is thrown by equipment upon
the pavement. street, curb and gutters, sidewalks, driveways, or adjacent property
through the action of the work crew shall be removed from the area prior to the exit
of the work crew from the immediate work site.
6.4 Edging
All sidewalks, curbs, and steps must be mechanically edged using a metal blade
exposing concrete surface to be completed by the end of the first cut. Sidewalks must
be edged on both sides. If the contractor elects to use string line trimmers for
edging, the edge and maintenance of the edge shall use the vertical cut approach. All
material dislodged by edging must be removed from the site.
6.5 Wildflowers
Specific areas of parkland and/or medians may be planted in wildflowers and will
require different mowing standards. These areas will be specified by signage or by
the area inspector. Mowings may not be required during the spring but the area may
be mowed several times in !ate summer and fall.
6.6 Town Center, Library, and Multi - Purpose Centers
The contractor will be required to coordinate the mowing scheduled of these areas
with the Area Inspector so as not to interrupt any activity. The contractor may be
required to notify or sign in at these public facilities prior to starting work.
6.7 Hazardous Conditions
The Contractor will be required to notify the Area Inspector immediately of any
hazardous conditions and/or damaged City property.
CITY OF COPPELL , PURCHASING DEPARTMENT ® 255 PARKWAY BOULEVARD · COPPELL, TEXAS 7.$019
BID NO. Q-0295-01 LANDSCAPE
Supervision of Work Crew
The Contractor shall provide supervision of all work crews at all times while
performing work under this contract. Personal supervision is not required provided
that communication equipment or other means are provided that enable the work crew
to communicate with the contractor at all times. Each work crew shall have a
designated person on the work site who has the authority to respond to inquiries about
work details or priorities. This designated person must be able to communicate in the
English language.
6.9 Employee Identification
The Contractor shall provide each member of the crew with a picture identification
card to verify proof of employment with the contractor.
6.10 Vehicle Identification
The Contractor shall clearly Identify the ~rm's vehicles with the name of the firm and
a current phone number placed on each side of the vehicle.
6.11 Lakes, Ponds, and Water Features
Maintenance around all Lakes, Ponds, and Water Features will require that mowing
and edging be accomplished so that clippings do not get into the water. Clippings and
trash must be raked or picked up and removed from the site, again taking care that
none gets into water.
7.0 LOCATIONS
The Parks. Medians, and Public Facilities where work is to be performed are identified by
areas. The successful bidder shall perform landscape services to the area in the frequency
indicated. New areas may be added during the period of the contract and the Contractor will
be required to maintain them at a prorated average price per acre. The locations listed by
areas include site name.
8.0 OMISSION
It is the intent of this specification to acquire complete Landscape Maintenance services for
the specified Parks, Medians, and Public facilities. Any services that have been omitted
from this specification which are clearly necessary for complete Landscape Services shall be
considered a requirement although not directly specified or called for in this specification.
CITY OF COPPELL · PURCHASING DEPARTMENT · ~5 PARK~VAY BOULEVARD · COPPEI,L, TE,~S 75019
ID NO. Q-0295-01 ' LAN"'~CAPE SERVICES
9.0 PRE - BID INSPECTION
Prior to the submittal, bidders should visually inspect and be familiar with all park, median,
and Public Facility areas for which they intend to bid.
10.0 ACCEPTABILITY OF WORK
The Parks Department Superintendent shall be the undisputed judge of the acceptability of all
work performed. If conditions are not acceptable, the Contractor will be requested to visit
the facility and review and correct all probler~ areas irma_edit_rely. Failure to do so will
result in assessment of liquidated damages and possible termination of the contract.
11.0 CONTRACTOR'S REPRESENTATIVE
The Contractor shall designate a responsible representative or representatives Who will be
accessible during the Contractor's opening hours. The Contractor will be required to contact
the Parks and Recreation Department representative on the days that the Contractor will be
performing services under this contract for review and inspection of work performed.
12.0 BID EVALUATION
Evaluation of the bids received will be based on the following:
Per Cycle Cost
Three (3) commercial references for similar services in the past two (2) years: One
reference shall be for an equally valued contract as that contained in this bid.
On site inspection of contractor's equipment for capability to perform; if in the City's
judgment the Contractor's equipment cannot perform, then the Contractor must show
proof of intent to purchase equipment necessary to perform.
13.0 LIMIT AWARD OF AREAS
At the discretion of the City, a Contractor may be limited on the number of areas he/she may
be awarded. This will be the sole decision of the City based on the bids submitted and the
best interest of the City.
CITY OF COPlaELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELt,. TEXAS 75019
S
BID NO. Q-0295-01 LANDSCAPE
ITEM 1: RYE GRASS OVERSEEDING
This work includes all labor, materials, and equipment for soil preparation. fertilization,
planting, and other requirements regarding Rye Grass Overseeding. Prior to planting, the
contractor shall provide the Parks Superintendent with the analysis of purity and germination
of seed. The contractor shall overseed with an approved perennial rye grass at a rate of 12
pounds per 1,000 square feet. The Contractor shall guarantee a stand regardless of
unseasonable climatic conditions or other adverse conditions affecting planting operations and
the growth of the grass. It shall be the sole responsibility of the Contractor to establish a
uniform stand of grass. Those areas which are not covered completely with the specified
grass at the end of forty-five (45) days will continue to be maintained by the Contractor until
complete coverage and acceptance are achieved. An automatic irrigation system will be
available for the Contractor's use. Any other water deemed necessary by the Contractor will
be provided by the Contractor.
$. /. ~ / Per Sq./~.
ITEM 2: WEED ABATEMENT
2.1 Post-Emergent
The Contractor shall provide all labor, chemicals, transportation. and equipment for
the application of M.S.M.A. with surfactant. The Applicator shall be certified by the State
of Texas as a licensed chemical applicator and shall apply the chemical according to label
directions. The first application shall take place the first week in April. Subsequent
applications will take place on an as needed basis.
$ dS) . fa~ Per Sq./ft
ITEM 3: IRRIGATION REPAIR
The Contractor shall provide all work, material, appliances, tools, equipment, facilities,
transportation,and services necessary for and incidental to performing all operations in
connection with the repair of underground sprinkler systems. The Contractor shall guarantee
materials, workmanship, repair, and backfill for 90 days.
CITY OF COPPELL · PURCHASIN DEPARTMENT · 255 PARKWAY BOULEVARD , COPPELL, TEX. AS 75019
BID NO. Q-0.295-01 LAN"'CAPE SERVICES
Contractor Responsibilities:
A. The Contractor shall give all necessary notices, obtain all permits and pay all costs in
connection with his work; file with all governmental departments having jurisdiction;
obtain all required certificates of inspection for his work and deliver to the Parks
Superintendent before request of acceptance and final payment for the work.
B. The Contractor shall include in the work any labor, materials, services, apparatus or
drawings in order to comply with all applicable laws, ordinances, rules and
regulations of this City.
C. The repair of the irrigation system shall be made by an individual or firm duly
licensed under Article No. 8751 VTCS, Titled "Licensed Irrigators Act", S. B. No.
259 as passed by the 66th Texas Legislature.
D. The Contractor shall be responsible for all work performed under this Contract. No
subcontractor shall relieve the Contractor of liability to complete the work.
E. The Contractor shall at all times protect his work from damage and theft and replace
all damaged or stolen parts at his expense until the work is accepted in writing the
City.
F. The Contractor shall protect the City's property from injury or loss. All damage to
existing property, such as buildings, utilities, etc. or planrings such as trees or lawns,
caused by the Contractor during his operation or as a result of a realfunction of
installed work during the guarantee period shall be repaired at his expense.
G. The Contractor shall carefully note all finish grades before commencing work. Any
finish grade changed during the course of work shall be restored to the original
contours.
H. The City shall not be responsible for damage, caused by labor or material furnished
by the Contractor under this contract, which might have been prevented by the
Contractor's prudence.
$ /0 ~i~lC} Labor per/hr.excluding parts.
CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD .. COPPELL. TEXAS 75019
|ID NO. Q-0295-01 _ LANDSCAPE
ATTACHMENT
A
CITY OF COPFELL * PURCHASING DEPARTMENT ® 255 PARKWAY BOULEVARD · COPPELL, TEXAS 7~019
lID NO. Q-0295-01 LANDSCAPE SERVICES
LIST OF MACHINERY AND EQUIPMENT
It is required that the successful contractor be able to perform landscape maintenance
services at a rate of 25 acres per day. It is represented as a part of this proposal that the
machinery and equipment listed below are available for use on the work covered by this
specification.
As a part of the bid evaluation, a team from the Parks Department shall have access to
inspect the availability and capability of the equipment of the contractor submitting the
winning bid.
UNITS TYPE OF EQUIPMENT
C. ITY OF COPPELL · PURCHASING DEPARTMENT · 255 pARKWAY BOULEVARD · COPPELL, TEXAS 75019
BID'NO. Q-o295-ol LANDSCAPE SERVICES
ATTACHMENT
B
CITY OF COPPELL · PURCHASING DEPARTMENT * 255 pARKWAY BOULEVARD '* COPPELL, TEXAS 7.~019
BID NO., Q-02~5-01 LAND, APE SERVICES
GROUNDS MAINTENANCE WORK ORDER
Name of Contractor:
Grounds Maintenance Project Area:
Cycle #:
Mowing Cycle Dates: Start: Finish:
Actual Cycle Dates: Start: Finish:
Acceptability: Yes: No:
Area Inspector's Signature:
Date:
Contractor's Signature:
Date:
CITY OF COPPELL · PURCHASING DEPARTMENT · 2~$ PARKWAY BOULEVARD · COPPELL, TEXAS 75019
AREA 9
PARKWAY BOULEVARD WEST MEDIAN
Class B Mowing Site
This median area is located at the Coppell Road intersection in the Villages at Cottonwood
Creek Addition and goes east. There are 14,300 square feet of landscaped and irrigated area
at the intersection with 33,000 square feet of undeveloped tnedian tollowing to the roads end.
AREA 8
NORTHPOINT MEDIAN
Class B Mowing Site
This median area begins at Royal Lane and goes to the west 1,785 feet. The median is 14'
wide, which gives an area of .57 acres or 25,000 square feet.
ROYAL LANE MEDIAN CORRIDOR-
BEGINNING OF MEDIA~ I I! t
NORTHP01NT j ~_ N
GATEVIEW
COPPELL PARKS DEPT.
AREA #:
MOWABLE AREA:
CREEKVIEW SCALE:I"= 500'DATE:2:~/i2/94 DRAWN BY:op
,..--_ ., .-
[POST ~
ROYAL LANE MEDIAN CORRIDOR
N
COPPELL PARKS DEPT.
AREA #:
MOWABLE AREA:
SCALE:I" = 500' DATE:~ 2/14/94 DRAWN BY:a
CREEKVIEll
ROYAL LANE MEDIAN CORRIDOR
N
BETHEL RD.
U.S. POST
OFFICE
COPPELL PARKS DEPT
tENTER AREA #:
MOWABLE AREA:
SCALE:I"= 500'DATE:i2/12/B4
AREA 7
ROYAL LANE MEDIAN
Class B Mowing Site
This median area begins at 1-635 and runs north 9,012.5 feet to a dead end. The median is
34 feet wide and contains 7.03 acres or 306.408 square feet.
,~^~w,~','st,v~.FREEPORT PARKWAY MEDIAN CORRIDOR
COTTON ROAD ~uTA AIRLINE DRIVE
WRANGLER DRIVE
COPPELL PARKS DEPT.
AREA #:
: MOWABLE AREA:
MAIN IrENANC~
AT CITY LIMIT
u.E SCALE:I"= 500'DATE:I2/12/94 DRAWN BY:op
FREEPORT PARKWAY MEDIAN
BETHELRD.
M[NYARD'S
COPPELL PARK S DEPT.
AREA #:
MOWABLE AREA:
CiT~iY eLVD. SCALE:I" = fOG'DATE: I:'
AREA 6
FREEPORT PARKWAY MEDIAN
Class B Mowing Site
This median area begins at the road's intersection with Bethel Road and goes south 9,800
feet to the intersection of 1-635. It is a 15' wide median with approximately 3.37 acres or
147,000 square feet.
AREA 5
'DENTON TAP MEDIAN
Class A Mowing Site
This median is contiguous to the existing landscaping on South Belt Line and runs north from
the intersection of East Belt Line to Dentin Creek. This 165,656 square feet area is
landscaped and irrigated. Your work area includes the medians at the Sandy Lake Road
intersection.
MACARTHUR BLVD. MEDIAN CORRIDOR
COPPELL PARKS DEPT.
AREA #:
MOWABLE AREA:
SCALE: 1" =500'DATE: 1/25/95DRAWN BY:ap
FIRE ADMINISTRATION BUILDING
500 SOUTHWESTERN
ALTERNATE #1
FIRE ADMINISTRATION BUILDING
500 Southwestern Boulevard
Class A Mowing Site
WA"t"~
PUMP
/-,IT'JT_,.F--NG
501L-O{ N &
FIRE STATION #I
6 16 S. COPPELL RD.
,.
ALTERNATE #2
FIRE STATION NUMBER ONE
616 S. Coppell Road
Class A Mowing Site
FIRE STATION #2
157 N. MOORE
ALTERNATE #3
FIRE STATION NUMBER TWO
157 N. Moore road
Class A Mowing Site
ELEVATED TANK
· ,, 450 W. SOUTHWESTERN
ALTERNATE #4
ELEVATED TANK
450 W. Southwestern Boulevard
Class A Mowing Site
SANDY LAKE LIFT STATION
1103 EAST SANDY LAKE ROAD
ALTERNATE #5
SANDY LAKE LIFT STATION
1103 East Sandy Lake Road
Class A Mowing Site
AREA 2
PARKWAY BOULEVARD MEDIAN
Class A Mowing Site
This 57,500 square feet site is located between Denton Tap and Lodge Road. The area is
imgated and landscaped to provide enhancement to the Town Center area. The median west
of Denton Tap up to Cowboy Drive is also to be included.
AREA 1
BELTLINE ROAD MEDIAN
Class A Mowing Site
This five acre 218,000 square foot site is located from the intersection of 1-635 to the traffic
signals at East Belt Line. The median is irrigated and landscaped as well as located on the
most traveled, visible road in the community. The work area is to include the three medians
at the intersection of Beltline and Southwestern.
AREA 4
MacARTHUR BOULEVARD MEDIAN
Class A Mowing Site
This 294,700 square feet median runs North from the alley way of Starleaf Street to the
City Limit edge at Denton Creek. This area is irrigated and is considered high visibility.
AREA 3
PLANTATION DRIVE MEDIAN
Class A Mowing Site
This 13,200 square feet site runs north from Bethel School Road and is landscaped and
imgated. There are four total medians at this site
~ ~4e~4+x'~b4~ MACARTHUR BOULEVARD MEDIAN CORRII)O
·
N
COPPELL PARKS D
AREA ~:
~~;~,~:,~ C ~ ~OWABLE ~: ~ '
COPPE_LL PARKS DEPT.
A ..
AREA:
'_ . ': "= 500'DATE:I~./i~/9,1 DRAWN BY:aF
SAMUEL
·
MACARTHUR BOULEVARD MEDIAN CORRI~
COPPELL PARKS DEPT
AREA #:
SANDY
1t--MOWABLE AREA:
~o..N.. I~ SCALE:I"= ~500'DATE: 12,/2g/1~4 DRAWN BY:op
GRAPEVINE SPRINGS PARK
700 S. Park Road
AREA 12
GRAPEVINE SPRINGS PARK
700 S. PARK ROAD
Class B Mowing Site
BELT LINE ROAD MEDIAN CORRIDOR
· ~ ~ _.ST, LOUIS &SOUTHWESTERN R.R,
~_---------, ..._____,___
~w~ TOM -
<~ _ ','HUM BELT LiNE
COPPELL PARKS DEPT.
AREA #:
MOWABLE AREA:
SCALE:l": 500'DAi'E:~.;~/~.:a/94 DRAWN BY:ap
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
AREA 8
Northpoint Median
Class B Mowing Site
Price per site visit $
AREA 9
Parkway Boulevard West Median
Class B Mowing Site
Price per site visit $
AREA 10
North Moore Road Median
Class B Mowing Site
Price per site visit $
AREA I1
Belt Line Road Median
Class B Mowing Site
Price per site visit $ ~,5' ~
AREA 12
Grapevine Springs Park
Class B Mowing Site
Price per site visit $
ALTERNATE MOWING $ITEE
ALTERNATE #i
Fire Administration Building
500 Southwestern Boulevard
Class A M.3wing Site
Price per site visit $
4
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
PRICING FOR MOWING SITES
AREA I
Belt Line Road Median
Class A Mowing Site
Price per sxte visit $
AREA 2
Parkway Boulevard Median
Class A Mowing Site
Price per sxte visit $
AREA 3
Plantation Drive Median
Class A Mowing Site
Price per s~te visit $
AREA 4
MacArthur Boulevard Median
Class A Mowing Site
Price per s~te visit $ ---~gff~
AREA 5
Denton Tap Median
Class A Mowing Site
" Price per' site visit $
AREA 6
Freeport Parkway Median
Class B Mowing Site
Price ver s~te visit $ ~'-')~'~
AREA 7
Royal Lane Median
Class B Mowing Site
Price per site visit $
3
ALTERNATE #7
WASTEWATER LIFT STATION
Located at the Northeast Corner of MacArthur & Deforest
Class A Mowing Site
ALTERNATE #6
VILLAGE PARKWAY PUMP STATION
1101 Village Parkway
Class A Mowing Site
\ -- VILLAGE PARKWAY PUMP STATION
' 1101 VILLAGE PARKWAY
':..,b~L? ,.
· , ,
· :r-- - 7 ./ 7
// ,
/ ..' .
/ / ///
~.~:~ ...... ~
~2 ~-:,.
h // ," ~OWl' ~ '
-: ~, ' , ;:~
'- Z- ~ .'~'
.-..L..~<~ Z .... '.
! ,: ,,
ALTERNATE #8
SANDY LAKE PUMP STATION
135~ East Sandy Lake Road
Class A Mowing Site
ANDREW ill{OWN JR. COMMUNITY I'ARK F~AST
260 F,. PARKWAY i]LVl).
ALTERNATE #9
ANDREW BROWN JR. COMMUNITY PARK EAST
260 E. Denton Tap Road .
Class A Mowing Site
ALTERNATE #10
ANDREW BROWN JR. COMMUNITY PARK WEST
363 N. Denton Tap Road
Class A Mowing Site
AREA 11
BELT LINE ROAD MEDIAN
Class B Mowing Site
This median area begins at the MacArthur Boulevard - Belt Line Road intersection and runs
east to the Tinity River Bridge at the Coppell/Carrollton city limits. It is non-irrigated with
no current landscape features. The median is 12 feet in width and consists of 48,480 square
t~,et or approximately 1.12 acres.
AREA 10
NORTH MOORE ROAD MEDIAN
Class B Mowing Site
This area is located north of Sandy Lake Road and ends at the south driveway of the Town
Lake Apartments. The area is bounded on the east by a tree line and signs containing 18,000
square feet from the back of curb to those objects. The area is irrigated and does contain a
monument sign, which shall require weeding at each visit.
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
The following axe axeas of concern that were addressed at the mandatory pre-bid on February.
21.
1. Is a bid bond or a performance bond required? No.
2. Who is responsible for maintaining the trees and shrubs? The City will maintain the
tree and shrubs. The contractor will only be responsible for de-weeding the beds.
3. All employees of the contractor must have picture id's.
4. What is the acreage of Andrew Brown West and East? The approximate acreage is
52 acres for Andrew Brown West and 62 acres for Andrew Brown East.
5. Who will be responsible for checking the irrigation system? The City will check the
system.
6. The contractor will be responsible to supply the City with Material Data Safety Sheets
on all chemicals used on the job. The location of where they axe being used should
be clearly rnaxked on the front of each.
7. Contractor will not be responsible for any fire ant control.
8. Area 7: Royal Lane Median
From the intersection of Royal Lane and Thweet Road to where the road divides and
there is a median, the section along the west side of the road is the be maintained 20
ft. from the edge of the curb. It should be edged in a vertical fashion and blown off.
9. Area 12: Grapevine Springs Park
There is approximately 12 acres to maintain at this location. The contractor will be
responsible to weed eat along the top of the wall.
10. Alternate #1: FiFe Administration Building
The center of the swell located behind the building will be the property line for the
Fire Administration Building and Alternate #4, Elevated Tank grounds.
LILT
ALTERNATE #8
SANDY LAKE PUMP STATION
135 1 East Sandy Lake Road
Class A Mowing Site
ANDREW BROWN JR. COMMUNITY i~ARK EAST
260 E. PARKWAY BLVD.
ALTERNATE k9
ANDREW BROWN JR. COMMUNITY PARK EAST
260 E. Denton Tap Road
Class A Mowing Site
:!' ANDREW BROWN JR. COMMUNITY PARK WEST
,- 363 NOTH DENTON TAP ROAD
ALTERNATE #10
ANDREW BROWN JR. COMMUNITY PARK WEST
363 N. Denton Tap Road
Class A Mowing Site
Town
ALTERNATE #11
TOWN CEWNTER
255 Parkway Boulevard
Class A Mowing Site
ALTERNATE/t12
PUBLIC LIBRARY
177 He. am Road
Class A Mowing Site
AREA 9
Parkway Boulevard West Median
Class B Mowing Site
Price per site visit $
AREA 10
North Moore Road Median
Class B Mowing Site
Price per site visit $
AREA i1
Belt Line Road Median
Class B Mowing Site
Price per site visit $ ~,~o.~
AREA 12
Grapevine Springs Park
7130 S. Park Road
Class B Mowing Site
Price per site visit S
ALTERNATE MOWING SITES
ALTERNATE #l
Fire Administration Building
500 Southwestern Boulevard
Class A Mowing Site
Price per site visit $
ALTERNATE #2
Fire Station Number One
6 16 S. Coppell Road
Class A Mowing Site
Price ~r site visit $ /.~.
PRICING FOR MOWIN'G SITES
AREA 1
Belt Line Road Median
Class A Mowing Site
Price per sxte v,sxt $
AREA 2
Parkway Boulevard Median
Class A Mowing Site ...--
Price per site vxsxt $ ~ ~. ""'
AREA 3
Plantation Drive Median
Class A Mowing Site .-..-t,c,
Price per s,te v,stt $ ~. '
AREA 4
MacArthur Boulevard Median
Class A Mowing Site
Price per stte v,stt $ .
AREA 5
Denton Tap Median
Class A Mowing Site
Price per s~te v~stt $ /__~. '
AREA 6
Freeport Parkway Median
Class B Mowing Site
Price per site v~sit $
AREA 7
Royal Lane Median
Class B Mowing Site
Price per site ,.':sit $
AREA 8
Northpoint Median
Class B Mowing Site
Price per sxte v~s,t $
ALTERNATE #3
Fire Station Number Two
157 N. Moore Road
Class A Mowing Site .....
Price per s~te v~sxt $ ~'7. °~
ALTERNATE #4
Elevated Tank
450 W. Southwestern Boulevard
Class A Mowing Site
Price per sxte v~s~t $ ,540.
ALTERNATE #5
Sandy Lake Lift Station
1103 East Sandy Lake Road
Class A Mowing Site
Price per s~te visit $ .b-~'. ~
ALTERNATE #6
Village Parkway Pump Station
1101 Village Parkway
Class A Mowing Site
Price per s~te v~s~t $
ALTERNATE #7
Wastewater Lift Station
Located at Northeast Comer of MacArthur & Deforest
Class A Mowing Site
Price per site v~s~t $ .'5','/~'. ':'~""~
ALTERNATE #8
Sandy Lake Pump Station
1351 East Sandy Lake Rd.
Class A Mowing Site
Price per slte ,,'tsar $
ALTERNATE
Andrew Brown jr. Community Park East
260 E. Denton Tap Road
Class A Mowing Site
Price per site visit $ .
ALTERNATE #10
Andrew Brown Jr. Community Park West
363 N. Denton Tap Road
Class A Mowing Site
Price per site visit $
ALTERNATE #ll
Town Center
255 Parkway Boulevard
Class A Mowing Site
Price per site visit $
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
11. Alternate/t2: Fire Station Number One
The area to the north of the station will be mowed to the honeysuckle line.
12. Alternate #5: Sandy Lake Lift Station
All vegetation within the area between the fence and the concrete wall shall be the
removed the first time and then maintained with Round-Up.
13. Alternate #6: Village Parkway Pump Station
Include an alternate bid that would include the area marked on the map "Tank
Construction Area, No Mowing". This area would be a Class B mowing area.
14. Alternate #7: Wastewater Lift Station
The bed area will be designated as that area 3 ft. from the wall. The area will need
to weeded in a bed type fashion.
15. Alternate//9: Andrew Brown Jr. Community Park East
All of this area will be maintained except the ballfields. The contractor will be
responsible for litter control inside the park area including Kid's Country and the
parking lot. Plastic replacement bags for the trash cans will be supplied by the City.
Around the lake, the contractor can spray Rodeo (or an aquatic herbicide) 1 foot off
from the bank.
16. Alternate #10: Andrew Brown Jr. Community Park West
All property inside the tree line will be maintained except the soccer playing fields.
There is approximately 40 acres to be maintained by the contractor. The contractor
will be responsible for maintaining along the jogging trail with an application of
Round Up. The City will be responsible for maintaining the actual jogging trail as
well as moving and mowing under the bleachers and the goal posts.
17. The addition of Additional Alternate Item 4 for fertilization. See new pricing sheets.
2
ALTERNATE #3
Fire Station Number Two
157 N. Moore Road
Class A Mowing Site .....
Price per s~te ws~t $ ,:~5'7. °~
ALTERNATE #4
Elevated Tank
450 W. Southwestern Boulevard
Class A Mowing Site
Price per s~te v~s~t $ f,4). ~
ALTERNATE #5
Sandy Lake Lift Station
1103 East Sandy Lake Road
Class A Mowing Site
Price per s~te v~s~t $ .g~'. ~
ALTERNATE #6
Village Parkway Pump Station
1101 Village Parkway
Class A Mowing Site
Price per s~te v~s~t $ ~5"S'7.°''~
ALTERNATE #7
Wastewater Lift Station
Located at Northeast Corner of MacArthur & Deforest
Class A Mowing Site
Price per s~te v~s~t $ -~Z'57'. ~
ALTERNATE #8
Sandy Lake Pump Station
1351 East Sandy Lake Rd.
Class A Mowing Site
Price per s~te wstt $ ,,4~D. e
ALTERNATE
Andrew Brown Jr. Community Park East
260 E. Denton Tap Road
Class A Mowing Site
Price per site visit $ .,,,'/~ "'
ALTERNATE #10
Andrew Brown Jr. Community Park West
363 N. Denton Tap Road
Class A Mowing Site
Price per site visit $
ALTERNATE #11
Town Center
255 Parkway Boulevard
Class A Mowing Site
Price per site visit $
·
AREA 9
Parkway Boulevard West Median
Class B Mowing Site
Price per site visit $ d'~ o,~o
AREA 10
North Moore Road Median
Class B Mowing Site
Price per site visit $
AREA 11
Belt Line Road Median
Class B Mowing Site
Price per site visit $
AREA 12
Grapevine Springs Park
700 S. Park Road
Class B Mowing Site
Price per site visit $
ALTERNATE MOWING SITES
ALTERNATE #i
Fire Administration Building
500 Southwestern Boulevard
Class A Mowing Site
Price per site visit $ f~. e
ALTERNATE #2
Fire Station Number One
616 S. Coppell Road '
Class A Mowing Site ,-"~o3:'
Price per site visit $ __ /~.
PRICING FOR MOWING SITES
AREA I
Belt Line Road Median
Class A Mowing Site
.$
Price per me visF ~
AREA 2
Parkway Boulevard Median
Class A Mowing Site
Price per site visit $ ~ ~..
AREA 3
Plantation Drive Median
Class A Mowing Site .---e:,.o
Price per stte visxt $ ~. '
AREA 4
MacArthur Boulevard Median
Class A Mowing Site
Price per stte visit $
AREA 5
Denton Tap Median
Class A Mowing Site
AREA 6
Freeport Parkway Median
Class B Mowing Site
Price per site visn $
AREA 7
Royal Lane Median
Class B Mowio, g Site /J~.
Price per s~te vis:t $
AREA 8
Northpoint Median
Class B Mowing Site
Price per site visn $ ,:~.~.
ALTERNATE #12
PUBLIC LIBRARY
177 Heartz Road
Class A Mowing Site
Town
ALTERNATE # 11
TOWN CEWNTER
255 Parkway Boulevard
Class A Mowing Site
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
ALTERNATE #7
Wastewater Lift Station
Located at Northeast Comer of MacArthur & Deforest
Class A Mowing Site .~.__
Price per site visit $
ALTERNATE #8
Sandy Lake Pump Station
1351 East Sandy Lake Rd.
Class A Mowing Site
Price per site visit $
ALTERNATE #9
Andrew Brown Jr. Community Park East
260 E. Denton Tap Road
Class A Mowing Site
Price per site visit $ /~o_,,
ALTERNATE #10
Andrew Brown Jr. Community Park West
363 N. Denton Tap Road
Class A Mowing Site
Price per site visit $ /"-~"-,-,-,~9°~
ALTERNATE #11
Town Center
255 Parkway Boulevard
Class A Mowing Site
Price per site visit $
6
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
ALTERNATE #2
Fire Station Number One
616 S. Coppell Road
Class A Mowing Site
Price per site visit $
ALTERNATE #3
Fire Station Number Two
157 N. Moore Road
Class A Mowing Site
Price per site visit $
ALTERNATE #4
Elevated Tank
450 W. Southwestern Boulevard
Class A Mowing Site
Price per site visit $
ALTERNATE #5
Sandy Lake Lift Station
1103 East Sandy Lake Road
Class A Mowing Site
Price per site visit $
ALTERNATE #6
yillage Parkway .Pump Station
I I01 Village Parkway
Class A Mowing Site
Price per site visit $
Class A and Class B for area design ted as Tank Construction
Price per site visit $ g~
5
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
connection with the repair of underground sprinkler systems. The Contractor shall guarantee
materials, workmanship, repair, and backa'iii for 90 days.
Contractor Responsibilities:
A. The Contractor shall give all necessary notices, obtain all permits and pay all costs in
connection with his work; file with all governmental departments having jurisdiction;
obtain all required certificates of inspection for his work and deliver to the Parks
Superintendent before request of acceptance and final payment for the work.
B. The Contractor shall include in the work any Iabor, materials, services, apparatus or
drawings in order to comply with all applicable laws, ordinances, rules and
regulations of this City.
C. The repair of the irrigation system shall be made by an individual or firm duly
licensed under Article No. 8751 VTCS, Titled "Licensed Irrigators Act", S. B. No.
259 as passed by the 66th Texas Legislature.
D. The Contractor shall be responsible for all work performed under this Contract. No
subcontractor shall relieve the Contractor of liability to complete the work.
E. The Contractor shall at all times protect his work from damage and theft and replace
all damaged or stolen parts at his expense until the work is accepted in writing the
City.
F. The Contractor shall protect the City's property from injury or loss. All damage to
existing property, such as buildings, utilities, etc. or plantings such as trees or lawns,
caused by the Contractor during hi~ operation or as a result of a mallunction of
installed work durinl~ the guarantee period shall be repaired at his expense.
G. The Contractor shall carefully note all finish grades bet~re com menciag work. Any
finish grade changed during the course of work shall be restored to the original
contours.
8
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
" ADDitiONAL ALTERNAYES
ITEM 1: RYE GRASS OVERSEEDING
This work includes all labor, materials, and equipment for soil preparation, fertilization,
planting, and other requirements regarding Rye Grass Overseeding. Prior to planting, the
contractor shall provide the Parks Superintendent with the analysis of purity and germination
of seed. The contractor shall overseed with an approved perennial rye grass at a rate of 12
pounds per 1,000 square feet. The Contractor shall guarantee a stand regardless of
unseasonable climatic conditions or other adverse conditions affecting planting operations and
the growth of the grass. It shall be the sole responsibility of the Contractor to establish a
uniform stand of grass. Those areas which are not covered completely with the specified
grass at the end of forty-five (45) days will continue to be maintained by the Contractor until
complete coverage and acceptance are achieved. An automatic irrigation system will be
available for the Contractor's use. Any other water deemed necessary by the Contractor will
be provided by the Contractor.
$ / .~/ Per Sq./ft.
ITEM '~' WEED ABATEMENT
2.1 Post-Emergent
The Contractor shall provide all labor, chemicals, transportation, and equipment for
the application of M.S.M.A. with surfactant. The Applicator shall be certified by the State
of'Texas as a licensed chemical applicator and shall apply tho chemical according to label
directions. The first application shall take place the first week in April. Subsequent
" ,applications will take place on an as needed basis. "
$ Per sq./f
ITEM 3: IRRIGATION REPAIR
'~The Contractor shall provide all work, material, appliances, .tools, equipment, facilities,
transportation,and services neces;sary for and incidental to performing all operations in
7
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are
submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities
upon which prices are extended at the price offered, and upon the conditions contained in the
Specifications of the Invitation To Bid. The period of acceptance of this bid will be ~ calendar
days from the dat~ uf the bid operthig..(Period of acceptance will be ninety. (90) calendar days unless
otherwise indicated by Bidder.)
STATE OF. '~'7"~C ff-----.f/6`~ COUNTY OF
BEFORE ME, the undersigned authority, a Notar~ Public in and for the State of ~/~ ,
"I, /D/V/ ~ F).'~/~ ,4-F~22~ am a duly authorized officer/agent for
ff~ ,~'/---~ / ~~ ~/--~'-/z).5~ ~- and have been duly authorized
to execute the foregoing on behalf of the said
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or
individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I
certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly
concerned in any pool, agreement or combination thereof, to control the price of services/commodities
Telephone: (
~UB~;CR.IB~'D A ~fi ~WO to before me by the abovl named f~..,a- O ra r
on h~i$ the
,,,,.<,~t.~*"",,./ _ 199.
.-"" .:75. .........' 4
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
H. The City shall not be responsible for damage, caused by labor or material furnished
by the Contractor under this contract, which might have been prevented by the
Contractor' s prudence.
$ /(~ ~/~,~) Labor per/hr.excluding parts.
ITEM FOUR: FERTILIZATION
The cost to apply three (3) applications of 15-5-10 50% SCU sulphur coated urea/slow-
release fertilizer on a per application cost to all Class A sites. The fertilizer will be applied
at a rate of ten pounds per 1,000 square feet. These applications shall take place
approximately April 15, June 15, and September i, of 1995. Your cost per application
should include fertilizer purchase. MacArthur Boulevard, as described in Alternate 1 is not
included.
Belt Line Road $ 7~) ~) ~
· per application
Denton Tap Road $ ~,~('oe per application
MacArthur Boulevard $ -~' ~ per application
Parkway Boulevard $ / ~/-) ""' lication
Plantation Drive $ ~ per application
MacArthur Boulevard North $ ~¢7~~'° per application
(Sandy Lake Road to Denton
Creek Bridge)
For Other Possible Areas $ E). 7 ~ per square foot
NORTH TEXAS LANDSCAPE CO.
P.O.BOX 165797
IRVING, TX. 75016-5797
(214)' 790-5296
REFERENCE LIST
1. D.A.R.T.- Grounds maintenance for 10 D.A.R.T. properties.
Service on these properties are weekly, hi-monthly, and
monthly.
Contact: Mac's Housewashing Inc.
Mr. Glover Mc Millan
P.O.BOX 165701
Irv. Tx. 75016
(214) 790-1955
2. City of Grapevine- Grounds maintenance for the Library,
the Convention Center, Dove Park, Grapevine Historical
Cementery, the Waste Water Plant, and the Water Treatment
Facility and other facilities. These properties are serviced
on a weekly and every 10 day schedule.
Contacts: A. Library/Convention Center
Doug Arendt- (817) 481-0418
B. Waste Water Plant
Francis Formosa- (817) 481-0417
C. Water Treatment Facility
Frank White- (817) 481-0449
3. City of Dallas- Litter pick-up for the Parks and
Recreation Department. There ~re ~ [~'operties on this
contract. These properties are serviced 3 times per week.
Contact: Bobby Douglas- (214) 670-8894
BID NO. Q-0295-01
INSURANCE REQUIREMENT AFFIDAVIT
TO BE COMPLETED BY APPROPRIATE INSURANCE AGENT
I, the undersigned agent, certify that the insurance requirements
contained in this bid document have been reviewed by me with the below
identified bidder. If the below identified bidder is awarded this
contract by City of Coppell, I will be able, within ten (10) days after
bidder is notified of such award, to furnish a valid insurance
certificate to the City meeting all of the requirements contained in this
IFB.
'Agent (Sighature) (Print)
TExas Workers Omloensation Insurance Fund - Workers Cu~_.~ensation Coverage
Trinity Insurance Co./Cc~mercial -Auto Penn _American/General Liability. Coy.
Name of Insurance Carrier
1245 Southridge Suite 101, Hurst, Texas 76053
Address of Agency
Hurst, Texas 76053
City/State
817-282-3234
Phone Number Where Agent May Be Contacted
North Texas Landscape - TonV Lombard
Bidder's Name (Print or Type)
If this t~~~r~ent is not met, the City rescues the right to
declare this bidder non-responsible ~d award the' contract to the next
lowest bidder meeting the specifications. If you have ~y ~estions
concerning these re~irMents, please contact the Purchasing A~ent at
(214) 462-0022.
CITY OF COPYELL · P%,'RCIIASING DEPARTMF..NT · M~I PARKWAY BOULEVARD · COPPEt.L, TF..Y, AS 15019
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
The following are areas of concern that were addressed at the mandatory pre-bid on February
21.
1. Is a bid bond or a performance bond required? No.
2. Who is responsible for maintaining the trees and shrubs? The City will maintain the
tree and shrubs. The contractor will only be responsible for de-weeding the beds.
3. All employees of the contractor must have picture id's.
4. What is the acreage of Andrew Brown West and East? The approximate acreage is
52 acres for Andrew Brown West and 62 acres for Andrew Brown East.
5. Who will be responsible for checking the irrigation system? The City will check the
system.
6. The contractor will be responsible to supply the City with Material Data Safety Sheets
on all chemicals used on the job. The location of where they are being used should
be clearly marked on the front of each.
7. Contractor will not be responsible for any fire ant control.
8. Area 7: Royal Lane Median
From the intersection of Royal Lane and Thweet Road to where the road divides and
there is a median, the section along the west side of the road is the be maintained 20
ft. from the edge of the curb. It should be edged in a vertical fashion and blown off.
9. Area 12: Grapevine Springs Park
There is approximately 12 acres to maintain at this location. The contractor will be
responsible to weed eat along the top of the wall.
10. Alternate #1: Fi~e Administration Building
The center of the swell located behind the building will be the property line for the
Fire Administration Building and Alternate #4, Elevated Tank grounds.
1
NORTH TEXAS LANDSCAPE CO.
P.O.BOX 165797
IRVING, TX. 75016-5797
(214) 790-5296
REFERENCE LIST
1. D.A.R.T.- Grounds maintenance for 10 D.A.R.T. properties.
Service on these properties are weekly, bi-monthly, and
monthly.
Contact: Mac's Housewashing Inc.
Mr. Glover Mc Millan
P.O.BOX 165701
Irv. Tx. 75016
{214) 790-1955
2o City of Grapevine- Grounds maintenance for the Library,
the Convention Center, Dove Park, Grapevine Historical
Cementery, the Waste Water Plant, and the Water Treatment
Facility and other facilities. These properties are serviced
on a weekly and every 10 day schedule.
Contacts: A. Library/Convention Center
Doug Afendt- (817) 481-0418
B. Waste Water Plant
Francis Formosa- (817) 481-0417
C. Water Treatment Facility
Frank White- (817) 481-0449
3. City of Dallas- Litter pick-up for the Parks and
Recreation Department. There are 8 [~r'operties on this
contract. These properties are serviced 3 times per week.
Contact: Bobby Douglas- (214) 670-8894
BID NO. Q-0295-01
INSURANCE REQUIREMENT AFFIDAVIT
TO BE COMPLETED BY APPROPRIATE INSURANCE AGENT
I, the undersigned agent, certify that the insurance requirements
contained in this bid document have been reviewed by me with the below
identified bidder. If the below identified bidder is awarded this
contract by City of Coppell, I will be able, within ten (10) days after
bidder is notified of such award, to furnish a valid insurance
certificate to the City meeting all of the requirements contained in this
IFB.
Agent (Signature) (Print)
TExas Workers Ccmpensation Insurance Fund - Workers Cc~mpe..nsation Coverage
Trinity. Insurance Co./Commercial 'Auto Penn ..American/General Liability Coy.
Name of Insurance Carrier
1245 Southridge Suite 101, Hurst, Texas 76053
Address of Agency
Hurst, Tex~ 76053
City/State
817-282-3234
Phone Number Where Agent May Be Contacted
North Texas Landscape - .~onV Lombard
Bidder's Name (Print or Type)
~ ~.~~ ~ ~ \ ~" N T NotAry Public in an~ for he
..... · .
declare this bidder non-responsible and award the' contract to the next
lowest bidder meeting the specifications. If you have any questions
concerning these requirements, please contact the Purchasing A~ent at
(214) 462-0022.
CITY OF COPPELL · PURCHASING DEPARTMENT · :1SS PARKWAY BOULEVARD · COPPELL, TEXA~ 7,5019
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are
submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities
upon which prices are extended at the price offered, and upon the conditions contained in the
Specifications of the Invitation To Bid. The period of acceptance of this bid will be ~ calendar
days from the date of ihe bid operth'ig. (Period of acceptance will be ninety (90) calendai' days unless
otherwise indicated by Bidder.)
STATE OF ~~y~f___~.k_/~- COUNTY OF
BEFORE ME, the undersigned authority, a Notary Public in and for the State of _~,,~ ,
on this day personally appeared ~f"~r,3 x~j ~x~O v'~ [~ o c J who after being by me
/
duly sworn did depose and say:
.?
"I, /~,4/F 'ZfB'//'~~Z) am a duly authorized officer/agent for
~ ,~'/--~ /,~=-f",.¢-~ Z'.,4r~/.(-JS~ ~,~). and have been duly authorized
to execute the foregoing on behalf of the said
Z dl, ' ..
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or
individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I
certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly
concerned in any pool, agreement or combination thereof, to control the price of services/commodities
Telephone: ( 2-bq ) ~7'~0- ..C_.l-~(.~ '.. by: - ~,td ~ ~,d.~ ...,
:---"'.,"'
CITY OF COPPELL * PURCHASI~biP~NT * I~S I'ARKWAY I~OULEVARD * COPlY-H,} TtXAS 75a1~
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
H. The City shall not be responsible for damage, caused by labor or material furnished
by the Contractor under this contract, which might have been prevented by the
Contractor's prudence.
$ /( '/~'~ ~/'D Labor per/hr.excluding parts.
ITEM FOUR: FERTILIZATION
The cost to apply three (3) applications of 15-5-10 50% SCU sulphur coated urea/slow-
release fertilizer on a per application cost to all Class A sites. The fertilizer will be applied
at a rate of ten pounds per 1,000 square feet. These applications shall take place
approximately April 15, June 15, and September 1, of 1995. Your cost per application
should include fertilizer purchase. MacArthur Boulevard, as described in Alternate 1 is not
included.
Belt Line Road $ 7e)~) '~'
· per application
Denton Tap Road $ ::5'~(''°°'per application
MacArthur Boulevard $ r, O "' per application
Parkway Boulevard $ / oat9 "" lication
Plantation Drive $ ~ per application
~' ~ application
MacArthur Boulevard North $ ~ o...o per
(Sandy Lake Road to Denton
Creek Bridge)
For Other Possible Areas $ g)-7 g' per square foot
9
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
connection with the repair of underground sprinkler systems. The Contractor shall guarantee
materials, workmanship, repair, and backdiii tbr 90 days.
Contractor Responsibilities:
A. The Contractor shall give all necessary notices, obtain all permits and pay all costs in
connection with his work; file with all governmental departments having jurisdiction;
obtain all required certificates of inspection for his work and deliver to the Parks
Superintendent before request of acceptance and final payment for the work.
B. The Contractor shall include in the work any labor, materials, services, apparatus or
drawings in order to comply with all applicable laws, ordinances, rules and
regulations of this City.
C. The repair of the irrigation system shall be made by an individual or firm duly
licensed under Article No. 8751 VTCS, Titled "Licensed Irrigators Act", S. B. No.
259 as passed by the 661h Texas Legislature.
D. The Contractor shall be responsible for all work performed under this Contract. No
subcontractor shall relieve the Contractor of liability to complete the work.
E. The Contractor shall at all times protect his work from damage and theft and replace
all damaged or stolen parts at his expense until the work is accepted in writing the
City.
F. The Contractor shall protect the City's property from injury or loss. All damage to
existing property, such as buildings, utilities, etc. or planrings such as trees or lawns,
caused by the Contractnr during his operation or as a result of a rnalfuncfion of
installed work during the guar-qntee period shall be repaired at his expense.
G. The Contractor shail carefully note all finish grades before commencing work. Any
finish grade changed during the course of work shall be restored to the original
contours.
8
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
" ADDI'~iONAL ALTEI~A'I~ES
ITEM 1: RYE GRASS OVERSEEDING
This work includes all labor, materials, and equipment for soil preparation, fertilization,
planting, and other requirements regarding Rye Grass Overseeding. Prior to planting, the
contractor shall provide the Parks Superintendent with the analysis of purity and germination
of seed. The contractor shall overseer with an approved perennial rye grass at a rate of 12
pounds per 1,000 square feet. The Contractor shall guarantee a stand regardless of
unseasonable climatic conditions or other adverse conditions affecting planting operations and
the growth of the grass. It shall be the sole responsibility of the Contractor to establish a
uniform stand of grass. Those areas which are not covered completely with the specified
grass at the end of forty-five (45) days will continue to be maintained by the Contractor until
complete coverage and acceptance are achieved. An automatic irrigation system will be
available for the Contractor's use. Any other water deemed necessary by the Contractor will
be provided by the Contractor.
$ / ~/ Per Sq./ft.
ITEM 2: WEED ABATEMENT
2.1 Post-Emergent
The Contractor shall provide all labor, chemicals, transportation, and equipment for
the application of M.S.M.A. with surfactant. The Applicator shall be certified by the State
of'Texas as a licensed chemical applicator and shall apply tho chemical according to label
directions. The first application shall take place the first week in April. Subsequent
" ,applica..tions will take place on an as needed basis. "'
$ "2).o/- 5 Per Sq./ft
ITEM 3: IRRIGATION REPAIR
,~The Contractor shall provide-all work, material, appliances, .tools, equipment, facilities,
transportation,and services neces~ry for and incidental to performing all operations in
7
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
ALTERNATE #7
Wastewater Lift Station
Located at Northeast Comer of MacArthur & Deforest
Class A Mowing Site f~__,
Price per site visit $
ALTERNATE #8
Sandy Lake Pump Station
1351 East Sandy Lake Rd.
Class A Mowing Site
Price per site visit $
ALTERNATE ~
Andrew Brown Jr. Community Park East
260 E. Denton Tap Road
Class A Mowing Site
Price per site visit $ /~:~"'
ALTERNATE #10
Andrew Brown Jr. Community Park West
363 N. Denton Tap Road
Class A Mowing Site
Price per site visit $
ALTERNATE #11
Town Center
255 Parkway Boulevard
Class A Mowing Site
Price per site visit $
6
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
ALTERNATE #2
Fire Station Number One
6 16 S. Coppell Road
Class A Mowing Site
Price per site visit $
ALTERNATE #3
Fire Station Number Two
157 N. Moore Road
Class A Mowing Site
Price per site visit $ ~,~.,__o
ALTERNATE g4
Elevated Tank
450 W. Southwestern Boulevard
Class A Mowing Site
Price per site visit $
ALTERNATE
Sandy Lake Lift Station
1103 East Sandy Lake Road
Class A Mowing Site
Price per site visit $
ALTERNATE #6
Village Parkway pump Station ..
1101 Village Parkway
Class. A Mowing Site
Price per site visit $ -~""~
Class A and Class B for area design ted as Tank Construction
Price per site visit $
5
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
AREA 8
Northpoint Median
Class B Mowing Site
Price per site visit $
AREA 9
Parkway Boulevard West Median
Class B Mowing Site
Price per site visit $
AREA 10
North Moore Road Median
Class B Mowing Site
Price per site visit $
AREA 11
Belt Line Road Median
Class B Mowing Site
Price per site visit $
AREA 12
Grapevine Springs Park
Class B Mowing Site
Price per site visit $
ALTERNATE MOWING SITEE
ALTERNATE #i
Fire Administration Building
500 Southwestern Boulevard
Class A Mowing Site
Price per site visit $
4
ADDENDUM 1
BID Q-0295-01, LANDSCAPE SERVICES
FEBRUARY 22, 1995
PRICING FOR MOWING SrrES
AREA 1
Belt Line Road Median
Class A Mowing Site
Price per s~te visit $
AREA 2
Parkway Boulevard Median
Class A Mowing Site
Price per s~te visit $
AREA 3
Plantation Drive Median
Class A Mowing Site
Price per sxte visit $
AREA 4
MacArthur Boulevard Median
Class A Mowing Site
Price per s~te visit $
AREA 5
Denton Tap Median
Class A Mowing Site
Price per s~te visit $
AREA 6
Freeport Parkway Median
Class B Mowing Site
Price per s~te visit $
AREA 7
Royal Lane Median
Class B Mowing Site
Price per site visit $