REQUEST FOR QUOTE (RFQ) MOWING SERVICES AND GROUNDS MAINTENANCE US 290 BUSINESS PARK

Similar documents
CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

Texas Administrative Code

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

Invitation for Bid. Contract for Fleet Fueling Services

CITY OF AZLE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY

INVITATION TO BID LANDSCAPE SERVICES

Invitation for Bid Re-Advertisement. Mowing, and Grounds Cleanup Services. IFB Number:

Invitation for Bid. Contract for Fleet Fueling Services

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

SPECIFICATIONS & INVITATION TO BID ON ANNUAL CONTRACT, FOR USED OR SALVAGED CONCRETE BOX CULVERTS FOR PARKER COUNTY. Formal Bid #PC14-16

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

GROUNDS MAINTENANCE AGREEMENT

INVITATION FOR BIDS WILLIAMSON COUNTY PURCHASING DEPARTMENT 301 SE INNER LOOP - SUITE 106 GEORGETOWN, TEXAS

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

CITY OF TRAVELERS REST, SOUTH CAROLINA INVITATION FOR BIDS

Hillview Branch Library 155 Terry Blvd. Hillview, KY (Note: This property also includes a large back yard with a pavilion and walking trail)

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

AGENCY-WIDE LAWN MAINTENANCE

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

SOLICITATION FOR CONTINUING SERVICES CS # Lot Clearing-Code Enforcement

BID FOR: Annual Contract for Hidden Creek Sports Complex and Bartlett Park Soccer Complex Mowing

EXHIBIT B. Insurance Requirements for Construction Contracts

TOWN OF TYNGSBOROUGH

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015.

Contractual Mowing Request for Proposals

SAFETY FIRST GRANT CONTRACT

OCIP Contract Language

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

2019 GROUNDS MAI NTENANCE M OWI WATE R TREATMENT PLANT AND VAR I OUS LO CATI ONS NEAR THE AUSTI NVI LLE WATE R TREATMENT PLANT SPECIFICATIONS

CCIP ADDENDUM. Blasting or any blasting operations;

Request for Proposal. For. Grounds Maintenance Services

SHORELINE AREA TREE TRIMMING

RFP GENERAL TERMS AND CONDITIONS

THE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Harris County Department of Public Infrastructure - Architecture and Engineering Division

Martin Public Schools

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

REQUEST FOR PROPOSALS

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

PROPOSAL FOR STREET SWEEPING SERVICES

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

REQUEST FOR QUALIFICATIONS Collier Pool Public Art Project Budget: $17,500 Deadline for Submittal: January 5, 2017

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

Snow Removal Services Request for Proposals December 1, April 30, 2019

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

Bid Schedule. Contract for Mowing Services TOWN HALL AND NON-PARK PROPERTY SCHEDULE ANNUAL SCHEDULE Mows STREET MEDIANS AND EASEMENTS

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

LEGAL NOTICE INVITATION TO SUBMIT QUOTATIONS

SPECIFICATIONS, INVITATION TO BID ONE OR MORE NEW AND UNUSED 4 DOOR SEDAN(S) PARKER COUNTY COMMUNITY SUPERVISION AND CORRECTIONS DEPARTMENT

Landscaping and Mowing. City of Ranson, West Virginia

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

Franklin Redevelopment and Housing Authority

Specifications for Contract of Lawn Maintenance Mowing at Georgetown Township Properties. Bid Package # through 2019

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am.

Barrow County School System

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

Cherokee Nation

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

HCG PURCHASING CO-OP INVITATION TO BID

IRFQ #R15-04: FRIDAY NIGHT LIVE

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

CITY OF JASPER, ALABAMA P. O. Box th Street West Jasper, Alabama 35502

Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

Landscaping Services - Request for Quotations

DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES

SAMPLE SUBCONTRACTOR AGREEMENT

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

County of Hunt STATE OF TEXAS

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

BOROUGH OF HAWTHORNE Office of the Borough Administrator 445 Lafayette Avenue, Hawthorne, New Jersey (TEL) (FAX)

LONE TREE SCHOOL BELL SYSTEM

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

PROPOSAL LIQUID CALCIUM CHLORIDE

Certificate of. Insurance Information. Packet

REQUEST FOR PROPOSAL for PROFESSIONAL SERVICES for TREE TRIMMING AND WEED ABATEMENT MAINTENANCE SERVICES

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

Pella Certified Contractor Agreement. This Agreement is made this day of, 20, by and between. _ ( Pella Sales Entity ) and. ( Remodeler ).

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

CITY OF PORTLAND, TEXAS

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

AGREEMENT BETWEEN CITY OF NORTH LAS VEGAS AND [INSERT NAME OF SERVICES PROVIDER]

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

Transcription:

REQUEST FOR QUOTE (RFQ) MOWING SERVICES AND GROUNDS MAINTENANCE US 290 BUSINESS PARK Quote Due: Thursday August 30, 2012 10 A.M. QUOTE MAY BE DELIVERED TO: City of Brenham Purchasing Services 200 West Vulcan Street Brenham, Texas 77833 QUOTE MAY BE MAILED TO: City of Brenham Purchasing Services PO Box 1059 Brenham, Texas 77834-1059

Request for Quote (RFQ) Mowing Services and Grounds Maintenance I. Introduction The City of Brenham is accepting quotes to establish an annual contract for mowing services and grounds maintenance for the Brenham Business Park located on US Highway 290. It is the intent of this document to describe the specifications for a service supplier to the City of Brenham for mowing and grounds maintenance at the Business Park. The contract will be awarded to the lowest responsive, responsible bidder meeting specifications outlined in this document. The City of Brenham appreciates your time and effort in preparing a quote. Please note that all quotes must be at the designated location by the stated deadline. Quotes received after the deadline are considered non-responsive and are not eligible for the contract award. II. RFQ Terms & Conditions A. This RFQ does not commit the City of Brenham to award a contract. No other party, including any bidder, is intended to be granted any rights hereunder. Quotes which, in the sole discretion of the City of Brenham, do not meet minimum qualification requirements will not be reviewed. This RFQ and the process it describes are proprietary to the City of Brenham and are for the sole and exclusive benefit of the City of Brenham. Any response to this RFQ will become the property of the City of Brenham and subject to the Public Information Act of Texas. The City of Brenham is not liable for any costs associated with the development, preparation, transmittal or presentation of any material submitted in response to this RFQ. B. The Mowing Services and Ground Maintenance Contract will become effective from date of acceptance and approval by the City of Brenham. It shall remain in force and effect with firm fixed quote prices for a period of one (1) year,

beginning the date of award of contract. Upon completion of the term of the original contract and mutual agreement of both parties, the contract may be extended for up to two (2) additional one (1) year terms (three (3) years total). The renewal will be under the same terms and conditions as the original contract. In the event a new contract cannot be executed at the anniversary date of the original term or any renewal term, the contract may be renewed month-to-month until a new contract is executed. C. The City of Brenham hereby reserves the right to accept or reject any or all quotes and to waive all formalities and technicalities. D. During the term of the Mowing Services and Ground Maintenance Contract it is the awarded bidder s responsibility to keep contact information up to date with Purchasing Services. E. The City of Brenham terms & conditions for small business insurance coverage is outlined in Attachment A. III. Specifications A. Attachment B outlines the mowing and maintenance services area at the Brenham Business Center. The mowed area is highlighted in red and is twenty (20) feet along the frontage of James Nutt Blvd. and S. Blue Bell Rd. Included in mowing and maintenance services is the parcel of land in front of the Hodde Technical Center and the area to the east of the entrance to S. Blue Bell Road from Highway 290. B. Awarded bidder will supply all necessary equipment, materials, labor and supervision of services performed. C. All employees must have personal protective equipment such as hearing and eye protection, safety vests, etc. All personal protective equipment should meet OSHA safety standards. Equipment should have the required safety devices, such as flashers or strobe lights on vehicles. Warning signs and barricading should be in accordance with all applicable city, state and or federal laws.

D. Awarded bidder will invoice for each completed and approved maintenance cycle on a monthly basis. Invoices should be submitted to Finance no later than the 28 th day of the each month. E. Awarded bidder will be responsible for any damage done to property during its mowing and maintenance operations. F. Awarded bidder will not sell, sublet or otherwise assign any part of its responsibilities to others without written consent of the City of Brenham. G. Awarded bidder will be courteous to the public at all times while on the City of Brenham campus. Any conflict or potential conflict shall be reported to Purchasing Services within 24 hours. H. Awarded bidder will operate as an independent contractor and not as an agent of the City of Brenham. The awarded bidder is solely responsible for the acts or omissions of its employees. Failure on the part of the awarded bidder to complete maintenance cycle within the specific time, or if the contractor does not meet contract specifications, the contract may be terminated with thirty (30) days written notice.. I. The mowing season is year round and includes approximately thirty-two (32) maintenance cycles. J. Edging should be included in each maintenance cycle. K. Areas that cannot be reached with mowers, such as signs, poles, trees, obstacles, expansion joints, concrete paver areas, etc. should be trimmed with string trimmers. Trimming should be completed concurrently with mowing on each cycle. L. The awarded bidder is responsible for picking-up and removing any and all trash or debris, such as paper, cans, bottles, limbs three inches or smaller in diameter and rocks which are not intended to be part of the landscape. Removal of trash will include sweeping and removing grass clippings from sidewalks and curbs.

QUOTE INFORMATION AND PRICING COMPANY NAME: DATE: INDIVIDUAL NAME: TITLE: E-MAIL: ADDRESS: CITY/STATE/ZIP: TELEPHONE: FAX: EXCEPTIONS/COMMENTS: Contractor shall mow & maintain designated land area as shown in ATTACHMENT B. $ Per Cycle (Hwy 290 Business Park-4.779 Acres) SIGNATURE:

Attachment A Insurance 1. The contractor shall procure and maintain at its sole cost and expense for the duration of the Agreement insurance coverage for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, volunteers, employees or subcontractors. The Contractor s insurance coverage shall be primary insurance with respect to the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be considered in excess of the Contractor s insurance and shall not contribute to it. Further, the Contractor shall include the City as an additional insured under its policy. All coverage for subcontractors shall be subject to all of the requirements stated herein. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City before work commences. 2. Standard Insurance Policies Required: A. Commercial General Liability Policy B. Automobile Liability Policy C. Workers Compensation Policy 3. General Requirements Applicable to All Policies: a. General Liability and Automobile Liability insurance shall be written by a carrier with an A: VIII or better rating in accordance with the current Best Key Rating Guide. b. Only Insurance Carriers licensed and admitted to do business in the State of Texas will be accepted. c. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. d. Claims Made policies will not be accepted.

e. The City of Brenham, its officials, employees and volunteers, are to be added as Additional Insured to the General Liability policy. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. f. A Waiver of Subrogation in favor of the city with respect to Workers Compensation Insurance must be included. g. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled, reduced in coverage or in limits except after thirty (30) days prior written notice has been given to the City of Brenham. h. Upon request, certified copies of all insurance policies shall be furnished to the City of Brenham. 4. Commercial General Liability a. Minimum Combined Single Limit of $100,000 per occurrence for bodily injury and property damage. b. No coverage shall be deleted from the standard policy without notification of individual exclusions being attached for review and acceptance. 5. Automobile Liability a. Minimum Combined Single limit of $100,000 per occurrence for bodily injury and property damage. 6. Worker s Compensation a. Employer s Liability limits of $100,000 for each accident is required.

7. Certificates of Insurance shall be prepared and executed by the insurance company or its authorized agent. And shall contain the following provisions and warranties: a. The company is licensed and admitted to do business in the State of Texas. b. The insurance policies provided by the insurance company are underwritten on forms that have been provided by the Texas Board of Insurance. c. All endorsements and insurance coverage according to requirements and instructions contained herein. d. The form of the notice of cancellation, termination, or change in coverage provisions to the City of Brenham. e. Original endorsements affecting coverage required by this section shall be furnished with the certificates of insurance. Workers Compensation Provisions (State law requires the following language in contracts on public works projects). DEFINITIONS: Certificate of Coverage (certificate) A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Workers Compensation Commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers compensation insurance coverage for the person s or entity s employees providing services on a project, for the duration of the project. Duration of the Project includes the time from the beginning of the work on the project until the contractor s/person s work on the project has been completed and accepted by the City. Persons providing services on the project ( subcontractor in 406.096) includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project,

regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitations, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnished persons to provide services on the project. Services include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. Services does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the City prior to being awarded the contract. If the coverage period shown on the Contractor s current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the City showing that coverage has been extended. The Contractor shall obtain from each person providing services on a project, and provide to the City: a. a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates showing coverage for all persons providing services on the project; and b. no later than seven calendar days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project.

The Contractor shall retain all required certificates of coverage for the duration of the project and for one (1) year thereafter. The Contractor shall notify the City in writing by certified mail or personal delivery, within ten (10) calendar days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers Compensation commission, informing all persons providing services on the project that they are required to be covered and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: a. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; b. provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on a project, for the duration of the project; c. provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; d. obtain from each person with whom it contracts, and provide to the Contractor: 1. a certificate of coverage, prior to the person beginning work on the project; and 2. a new certificate of coverage showing the extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project.

e. retain all required certificates of coverage on file for the duration of the project and for one (1) year thereafter; f. notify the City in writing by certified mail or personal delivery, within ten (10) calendar days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and g. contractually require each person with whom it contracts, to perform as required by paragraphs (a) (g), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract, or providing, or causing to be provided a certificate of coverage, the Contractor is representing to the City that all employees of the Contractor who will provide services on the project will be covered by workers compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Commission s Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. The Contractor s failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the City to declare the contract void if the contractor does not remedy the breach within ten (10) calendar days after receipt of notice of breach from the City.

RED DR D RD D VI CT AM P RO CI R O RY ENT. RAM P EXI T R IT EX 290 E HWAY US HIG E 0 9 2 HWAY 90 E HWY 2 US HIG 2.22 P AM Y ST HANDLE.R NT JA ME S LN EX IT RA MP 0.1 0.12 0.25 NU TT BL VD 1.02 1.07 S U BL E LL BE R D S U BL E LL BE R D TIADEN LN 90 E /E HWY 2 AMP AN D CAN WO O WI LL OW CI R SP RI NG S ES EN T. R G ST PR CY WE EP IN RK E T ST GU N ST E AS CIR TE Y CH OA K S MA 1 inch = 552 feet 3.045 Ac Mow 44.967 Ac Available Brenham Business Center This data is subject to change without notice The City of Brenham makes no claims, guarantees, or promises about the accuracy or completeness of this data Represented boundaries are approximate and should not be used for exact measurement or legal documentation. Street name designations may be shown on the map for undeveloped and/or unpaved public right-of ways. 20 ft Mowing Area (4.779 ac) Date: 8/17/2012 Path: H:\JULIE\BBCPark2012\BBCPark_Mowing.mxd