Loading...
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 $