Invitation to Bid Landscaping Installation. And. Landscaping Maintenance Services Contract

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

CITY OF TRAVELERS REST, SOUTH CAROLINA INVITATION FOR BIDS

Request for Proposal. For. Grounds Maintenance Services

CRAFT FARMS LANDSCAPE SERVICE CONTRACT

CRAFT FARMS LANDSCAPE SERVICE CONTRACT

REQUEST FOR PROPOSALS

ALABAMA DEPARTMENT OF TRANSPORTATION AGREEMENT FOR THE COOPERATIVE MAINTENANCE OF PUBLIC RIGHT OF WAY WITH REIMBURSEMENT

Landscaping and Mowing. City of Ranson, West Virginia

Franklin Redevelopment and Housing Authority

CITY OF PORTLAND, TEXAS

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

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

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

Request for Proposal for Lawn Services

Landscaping Services - Request for Quotations

2014 COMMON AREA GROUNDS MAINTENANCE AGREEMENT Neighborhood Association

NOTICE TO BIDDERS CITY OF PINEY POINT VILLAGE MOWING SERVICES

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

TELL CITY TROY TOWNSHIP SCHOOL CORPORATION SPECIFICATIONS FOR LAWN CARE CONTRACT 2015 through 2016

INVITATION TO BID Lawn and Landscape Maintenance Services Town of Palm Beach Shores

PO BOX 2619 Ventnor, NJ 08406

Town of Campton Request for Proposal Mowing and Landscaping Services at Municipal Buildings

REQUEST FOR PROPOSALS LANDSCAPING AND GROUND MAINTENANCE CONTRACT NORTH OGDEN CITY CORPORATION

REQUEST FOR QUOTATION

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF PRINCE EDWARD, VIRGINIA

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

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

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

FULTON PUBLIC SCHOOL DISTRICT Property Mowing Services. -Request of Proposals (RFP) & Contract Documents-

GROUNDS MAINTENANCE AGREEMENT

Request for Proposal Landscape Maintenance

TOWN OF TYNGSBOROUGH

City of St. Clair. Request for Proposals. (Lawn Maintenance Services)

Tree and Bush Clearing Bid Proposal Form

Invitation For Bid HRHA/LM

LAWN CARE BID PACKAGE

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

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607

GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS LANDSCAPING AND LAWN MAINTENANCE SERVICES

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

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

BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised ANNUAL TREE PRUNING Fall Spring 2021

For Review Only Official Bid Packet available at Athens County Engineer's Office

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

Request for Bids. South King Fire & Rescue. December 2018

Town of Islip Housing Authority Bid Specifications Waste removal

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

Hall County Library System 127 Main Street NW Gainesville, Ga Phone (770) Fax (770) Invitation for Bid

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

12/01/2010 Page 1 of 8

LAWN CARE River Valley Community College One College Drive Claremont, NH

City of New Rochelle New York

City of New Rochelle New York

Black Hawk County Engineer

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

AGENCY-WIDE LAWN MAINTENANCE

River Valley Community College shall have the right to terminate the contract at any time by giving the Contractor a thirty (30) day written notice.

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

Town of Lee Septic Tank Pumping Services

Request for Proposal for Lawn Services

REQUEST FOR PROPOSAL FOR LAWN MAINTENANCE SERVICES

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

Rural Recreation Grounds Maintenance

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

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

LAWN MOWING SERVICES

mason county road commission

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018

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

PROPOSAL GUIDE RAIL VEGETATION CONTROL

NOTICE TO BIDDERS. For Landscape and Grounds Maintenance Services for Town of Chapel Hill Parks and Recreation Department

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

Contractual Mowing Request for Proposals

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process.

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

REQUEST FOR QUOTATION

Barrow County School System

Subcontract Agreement

St. George CCSD #258

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

NOTICE TO BIDDERS TOWNSHIP OF BRISTOL Sealed Proposals for. Tree Trimming and Removal Services

Request for Bids EASTERN YORK SCHOOL DISTRICT. Service Contract for Lawn and Landscape Maintenance. Todd J. Hoover

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For 2018 GROUNDS MOWING BID

Request for Proposals Lawn Maintenance Services

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

Request for Proposal # Corrective Maintenance Services for Waste Water Treatment Plants

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

INVITATION TO BID Retaining Wall

Tender Number: MR 14/2016

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

Town of Georgetown Request for Quotations Residential Waste Collection

ADVERTISEMENT FOR BIDS FOR. Village of Bellevue, WI Department of Parks, Recreation and Forestry. Lawn Care Services

Request for Proposal # Lawn Services for Sheriff s Office Locations

Transcription:

Invitation to Bid 15-09 Landscaping Installation And Landscaping Maintenance Services Contract PROPOSALS TO BE E-MAILED: Tucker-Northlake Community Improvement District ATTN: John Gurbal john.gurbal@loweengineers.com Proposal Due Date: October 5 th, 2015 at 12:00 PM

1 \ BID ADVERTISEMENT Landscaping Installation and Landscaping Maintenance Services Contract, Tucker-Northlake Cid The Board of Directors of the Tucker-Northlake Community Improvement District (CID) is accepting bids from vendors for Landscaping Installation and Landscaping Maintenance Services. The Contractor shall provide all labor, materials, equipment, specialized equipment and services necessary in the performance of this Invitation to Bid. Bids will be received until 12:00 PM local time on Monday, October 5th, 2015. Bids are to be e-mailed to john.gurbal@loweengineers.com. Late bids will not be considered nor returned. All questions from interested bidders are to be sent to John Gurbal via e-mail at the email address above and no later than 5:00pm September 25th, 2015. Questions after that date and time will not be addressed by the CID. The CID will respond to questions and/or issue addendum, if applicable, by email to all bidders no later than September 29th, 5:00pm. Payment will be made on a monthly basis for work performed the previous month. Invoices shall be paid within 30 days after approval by the CID Project Manager. Bids may not be withdrawn for sixty (60) days after the time and date set for bid opening. CID reserves the right to reject any and all bids and to waive any technicalities.

2 TUCKER COMMUNITY IMPROVEMENT DISTRICT (TCID) LANDSCAPING INSTALLATION AND LANDSCAPING MAINTENANCE SERVICES INTRODUCTION A. General Background The Tucker-Northlake Community Improvement District (CID) Board of Directors overall goal with this project is to provide a neat and clean visual appearance of all areas described in this bid package. The first year of the CID concentrated mainly on right of way clean up and maintenance. For the remaining of 2015 and 2016, the CID will be focusing on new landscape installation at specific gateway areas. This will be accomplished by procuring the services of a highly skilled contractor(s) with appropriate experience to perform functional services for three services: Phase 1) Perform installation of plant materials as per the conceptual layout plans as provided on the FTP website which can be found on the Tucker-Northlake CID website, tuckernorthlakecid.com. Phase 2) Perform all required landscaping maintenance services as described below and at the locations provided on the FTP website for a one year period. Phase 3) Perform landscaping maintenance services only for the Lavista Rd @ 285 Interchange as described below. B. Objectives The purpose of this ITB is to contract with a qualified firm to for the three phases above: 1) plant installation and landscaping and to cover all new plantings for a 2 year bond period. And 2) all Right of Way Mowing & Landscape Maintenance Services as noted in this ITB for a minimum of one (1) year with the option to renew for an additional year provided both parties agree. And 3) mowing and maintenance of the Lavista @ 285 Interchange for a one year period.

3 C. Contractor Qualifications Technical proposals will be considered only from those contractors who are regularly established in services described in the scope of work and who are financially responsible and have the necessary equipment and facilities required by this proposal to provide said services and to meet the standards as stipulated in these documents. The CID may request information substantiating the above requirements. Failure to provide such information may result in the proposal being considered nonresponsive. It is understood that the right is reserved by the CID to thoroughly inspect and investigate the establishment, facilities, equipment, business reputation, and other general qualifications of any contractor and to reject any bid irrespective of bid prices, if it shall be administratively determined. STATEMENT OF WORK For Phase 1 work, bidder shall submit a LUMP SUM PRICE, with sub totals at each work location and a total amount for all services provided in this ITB. For Phase 2 work, the bidders shall submit in the same manner with a Lump Sum Price with sub totals at each work location. The CID reserves the right to award any or all work location sites. The CID may adjust locations to be maintained without adjustment in the overall lump sum price submitted provided the intent of the scope remains the same. In addition to the Phase 1 and Phase 2 Lump Sum Bids, the CID is requesting a Phase 3 Lump Sum Bid to provide landscaping maintenance services only at the Lavista @ 285 Interchange. Currently the CID, working with Dekalb County, has a GDOT permit to perform maintenance at this location. Bidders shall provide a Lump Sum cost proposal for maintenance for a one year period per the requirements outlined below. For the portions of work located within state right-of-way such as Lavista Road & the I-285 interchange, the CID has permission from GDOT to perform installation as well as maintenance. The CID also has permission to perform installation and maintenance on county right-of-way. Exceptions may occur during the term of this contract such as emergencies, utility work in the area, proposed GDOT or County work, etc., and will be defined by the CID as they occur with ample notice to the contractor.

4 WORK LOCATIONS Phase 1 Landscaping Installation will be the locations on the plans found on the FTP link located on the CID website, tuckernorthlakecid.com. Bidders are to include Lump Sum prices for the following locations: 1. 3 Triangle locations of Cofer Crossing (Lavista @ Lawrenceville), Montreal triangle at Lavista Rd, and Briarcliff at Lavista Rd. 2. Tucker Mainstreet from Lawrenceville Hwy to Lavista Rd. 3. Lavista Median from Henderson Mill to 285. 4. Henderson Mill Median from Lavista to Northlake Parkway. 5. Northlake Parkway from Henderson Mill to Lawrenceville Hwy. Phase 2 Landscaping Maintenance will require Lump Sum prices for the same 5 locations listed above. Phase 3 Landscaping Maintenance of Lavista @ 285 Interchange will require a Lump Sum price for this location. Phase 1 Landscaping Installation work will be per the direction and notes on the plans found on the FTP site. Phase 2 and Phase 3 Landscaping Maintenance are to be bid with the following criteria: 1) Mowing, trimming, and weeding will be done a once every 7 days during the warm season and as needed during the dormant season for a total 40 times at each location for the year. 2) Weed control will be done during the year including 1 early spring, 1 mid spring pre-emergent application, as well as 2 other applications spread out during the warm season for a total of 4 applications at each location. 3) Litter pick up as described herein will be done once a week at each location for a total of 52 per year. 4) Fertilization will be done 2 times per year at each site to include a fall and early spring application.

Tasks for Phase 2 and Phase 3, right-of-way mowing, landscape and related maintenance activities at the above work locations are generally described below and are to be included in the Lump Sum price: Removal of garbage and debris from the mowing areas prior to and after mowing operations Mowing cut anticipated to be approximately 3 to 4 inches Toxic/hazardous materials encountered during debris/garbage removal will not be performed by the Contractor. However, if such materials are found, the Contractor shall notify the CID. Removal of sediment that has collected in the curb/gutter line Removal of vegetation from the roadway curb line either by hand or through chemical treatment Removal of sediment and vegetation from the throat and tops of catch basins and similar drainage structures either by hand or through chemical treatment Grass cutting in isolated lawn areas Edging behind curb and other areas Tree and limb pruning as needed for regular maintenance as well as sight distance and sign blockage Weeding of flower beds and medians to be done either by hand or through herbicides not harmful to the plant materials or mulch beds Leaf removal Fertilization Weed control 5 CONTRACTOR RESPONSIBILITIES 1. The bidder shall be responsible for examining the work sites and be familiar with the work required at each site prior to submitting a bid. 2. The Contractor shall complete a work sheet identifying work accomplished after each maintenance event. The work sheet shall identify any issues encountered during the mowing operation. 3. Notify CID if work to be performed is other than what was identified in the original request. 4. The Contractor will consult with the appropriate CID personnel for approval prior to any schedule variance. Correspondence may occur via email or phone call. 6

5. The Contractor shall provide competent, suitable and qualified personnel to perform the work as required by the specifications. The Contractor shall provide a list of all foremen and supervisors who will perform the work. This list will also contain twenty-four (24) hour emergency telephone numbers. 6. The Contractor shall at all times, maintain good work discipline and order at the work site. Contractor, including Contractor s employees and agents, shall treat the public with respect and courtesy while performing work for the CID. The use of profanity, disrespectful language and/or behavior is prohibited while performing work. 7. Contractor s vehicles shall be in good repair, free from leaking fluids, properly registered, of uniform color and shall bear the company name on each side 8. The Contractor shall satisfy the Georgia Department of Transportation s (GDOT) Work Zone safety and signage requirements and submit this plan to the CID for approval prior to initiating work activities. The contractor will be required to follow MUTCD when working within county or state right of way. Lump sum bid provided is inclusive of traffic control. 9. All personnel are required to wear safety vests or other protective clothing, eye protection, etc. The contractor will be responsible for obtaining and funding these vests. 10. The Contractor shall not commence work until which time a contract is signed by the selected Contractor and the CID and has been given the Notice to Proceed by the CID. 11. The mowing and other equipment utilized shall meet all GDOT requirements for signage, lighting and related devices. 12. The use of public roads and streets by the Contractor will provide a minimum inconvenience to the public and traffic 13. The CID Project Coordinator may direct removal of any contractor employee at any time during performance of this contract for cause. Failures to present the appropriate licenses, performing unsafe acts, or any other questionable acts that expose the TCID to risk or unfavorable attention would be conditions which meet the criteria "for cause". Any removed employee must be replaced with a fully qualified person within 8 working hours. Repeated incidents may be cause for termination of the contract. 7

Tucker Community Improvement Districts Responsibilities 1. Identify the property and furnish contractor the following information: Provide approximate location of work activity(s) 2. Inspect work task locations that are completed not earlier than forty-eight (48) hours after assignment to ensure compliance with work requirement 3. If applicable, notify Contractor of discrepancies in work performed and corrective action to be taken. 4. Provide Contractor with modifications to the mowing frequency at least 5 days prior to Contractor commencing mowing activity. The tentative mowing schedule and frequency is subject to change. TECHNICAL REQUIREMENTS General description of the landscape and right of way maintenance services are as follows: A. Right-of-Way Mowing: Unless specifically identified by the CID Project Coordinator, all work will be performed within county and state right-of-way. Mowing height shall be similar to areas off right-of-way on the side streets. Grass clippings shall be picked up and removed from the site after each mowing. Pickup of trash shall occur before and after lawn mowing operations. The sidewalks, curbs, and other hard surfaces shall be kept free of leaves, litter, grass clippings and debris resulting from lawn mowing. The use of power blowers is acceptable, however, accumulations of debris must be removed from the site and not blown unto adjacent property, street surfaces, fence lines, or plant areas (rough or bedded). No trash, debris or plant material shall be blown or deposited into curb/gutters or storm drains by the Contractor. If plant material or debris is deposited into the curb/gutter or storm drain during mowing /trimming operations, the Contractor will remove it immediately by hand or mechanical means at no cost to the CID. B. Trash and Debris and Miscellaneous Removal Services Trash removal Right-of-way limit is defined as all areas between 10 feet behind the curb on both sides of the road. All garbage is to be bagged and properly removed for disposal. All debris such as fallen trees, tree limbs, household furniture, tires, shopping carts, etc., shall be disposed of in a proper manner. Illegal signs and illegal structures (i.e. newspaper/magazine boxes) within right of way shall be removed and disposed of in a proper manner. Illegal signs are defined as any sign that is mounted on any utility pole or any temporary sign within 10 feet of the curb or edge of pavement in the right of way. Removal of toxic/hazardous materials will not be performed by the Contractor. However, if such materials are found, the Contractor shall notify the CID. 8

For tire removal, the submitted lump sum bid is to include a total of ten (5) tires per month. The disposal cost for the ten tires per month are also to be included in the lump sum bid. If greater than ten tires per month are necessary, the cost for the removal, including disposal costs, shall be negotiated between the President of the CID and the selected contractor. C. Maintenance of Hard Surfaces Sediment and other deleterious material shall be removed from the curb line or gutter, concrete or painted island areas or behind guardrails. Work frequency as follows: The removal method shall be at the discretion of the bidder. If method selected is shown to be unsatisfactory, the selected contractor will be required to utilize another method to the satisfaction of the CID. Vegetation in sidewalks, curbs, gutters and other hard surfaces shall receive an approved herbicide application. Any herbicide application will be performed after vegetation is removed by mechanical tool or by hand. In no case shall any pre or post emergent herbicides with residual characteristics be used in these areas (no staining of concrete surfaces). No restricted use of chemicals shall be used in weed and grass control. Herbicide must be of a glyphosate type (Round Up or approved equal) specifically designed for post-emergent control of weeds and grass. All herbicide application shall be done in accordance with label directions. Federal, state and local laws shall take precedence for compliance purposes. Identification color may be added to herbicide to track application areas. Color must fade with moisture or within 3-5 days after application. Edging/trimming will also be required along lawn edges. This edging/trimming may include along walls, fences, foundations, behind curbs, sidewalks, paths, shrubs, tree trunks, poles or other objects or structures within or bordering the lawn area within state or county right of way. The sidewalks, curbs, and other hard surfaces shall be kept free of leaves, litter, grass clippings and debris resulting from edging/trimming activities. The use of power blowers is acceptable, however, accumulations of debris must be removed from the site and not blown unto adjacent property, street surfaces, fence lines, or plant areas (rough or bedded). The Contractor may need to remove dead and damaged plants and replace the same with plants of equivalent size, condition, and variety after obtaining the approval of the CID. 9

D Brush and Tree Limb Removal The contractor shall cut, remove and properly dispose of brush, trees and tree limbs at locations within right of way as specified by the CID Project Coordinator for all woody debris with a caliper size of ten (10) inches or less. The cost to the CID for removal of brush and tree removal larger than ten inches in caliper will be negotiated between the CID and the contractor. It is not anticipated that large tree limb removal will be common in the work areas. SUBMISSION AND EVALUATION CRITERIA A. SUBMISSION: Send proposals via email. Proposal to be sent to the following: Tucker-Northlake Community Improvement District ATTN: John Gurbal john.gurbal@loweengineers.com DUE DATE: October 5 th 2015 at 12:00 PM B. EVALUATION CRITERIA By submitting a proposal, you represent that you have (1) thoroughly examined and become familiar with the scope of services outlined in this ITB, and (2) are capable of performing quality work to achieve the CID s objectives. To simplify the review process and to obtain the maximum degree of comparability, the proposal must follow the outline described below and, at a minimum, contain the requested information. 1. Signature Page and Forms Complete, sign and submit the Proposer Information and Addendum Acknowledge form with the bid package. Submit Cost Proposal 2. Qualifications of the Firm Number of years in business, location of working office and assurance of your financial stability. Number of personnel employed that will be available to provide service for this ITB. Include the use of any subcontractors. 10 Include a statement indicating the number of continuous years having been licensed in the state of Georgia for these types of work activities List a minimum of three (3) references within the past 3 years where similar type of work was performed; specifically if applicable, performing mowing activities within GDOT or local government right-of-way. Phone numbers and/or email addresses of references are to be included. Is your firm currently in litigation or have been in the past 3 years? If so, explain 3. Experience of Staff or Team Detail a list of what portion of the work, if any, will be subcontracted. Provide any unique strengths, experiences or qualifications of your firm or team Identify/provide examples of demonstrated high quality and exceptional service

SELECTION PROCESS A selection committee consisting of members and designee(s) of the CID Board of Directors will recommend the highest ranked firm to the full board at the October, 2015 Board Meeting. The Committee will utilize the Selection Criteria described herein. ADMINISTRATIVE AND OFFEROR INFORMATION 1. NO COMMITMENT BY CID This Request for Proposals does not commit the CID to award any costs or pay any costs, or to award any contract, or to pay any costs associated with or incurred in the preparation of a Proposal to this Request, or to procure or contract for services or supplies. In acceptance of proposals, the CID reserves the right to negotiate further with one or more of the contractors as to any features of their proposals and to accept modifications of the work and price when such action will be in the best interest of the CID. This includes solicitation of a best and final offer from one or more of the proposers. 2. PROPOSAL REPRESENTATION Each Proposer must sign the proposal with their usual signature and shall give their full business address on the form provided in this Proposal. Proposals by partnerships shall be signed with the partnership name by one of the members or by an authorized representative. Proposals by corporations shall be signed with the name of the corporation followed by the signature and designation of the President, Secretary, or other person authorized to bind it in the matter and shall have the corporate seal affixed thereto. Cost Proposals shall be submitted on Company Letterhead. 11

3. INSURANCE The Contractors Comprehensive General and Automobile Liability Insurance shall be written for not less than limits of liability as follows: Comprehensive General Liability Bodily Injury: $1,000,000 Each Occurrence/$2,000,000 Aggregate Property Damage: $1,000,000 Each Occurrence/$2,000,000 Aggregate Policy shall contain a Pesticide and Herbicide Application Endorsement Comprehensive Automobile Liability Bodily Injury and Property Damage: $1,000,000 Continued Single Limit. Hired and Non-Owned liability is to be included Umbrella Liability Policy $3,000,000 that is in excess of General Liability, Automobile Liability and Workers Compensation Workers Compensation insurance covering all employees of Contractor or any subcontractor engaged in performing the services required by this proposal of not less than the minimum requirement of $100,000. Contractor shall provide CID with a valid Certification of Insurance evidencing CID, Dekalb County and the Georgia Department of Transportation as named additional insured (s). The certificate will further confirm that at least thirty (30) days prior written notice will be furnished to the CID by insurer before cancellation or non-renewal of policy. The insurance policies may not include a deductible, retention or self-insurance in excess of $10,000. It is further understood that any coverage extended by reason of his paragraph shall be primary and non-contributory and such shall be evidenced on the Certificate of Insurance. Any insurance maintained by the CID for its own protection shall be secondary of excess insurance. All insurance companies providing coverage must have an AM Best Rating of A-VIII or better unless approved by the CID in advance and its sole discretion, the Contractor shall be required to the greatest extent permitted by law to fully defend, and shall indemnify and hold harmless (at Contractors expense) the additionally insured parties and their directors, agents, successors and assigns ( Indemnified Parties ), from and against all claims for damages involving personal injury, wrongful death, property damage, or economic damage (including but not limited to investigative and repair costs, attorney fees, consultant fees and all costs) arising out of or resulting from or in any way connected to the Work covered by this 12

ITB, or the acts or omissions of the Contractor, its employees, agents, subcontractors regardless of whether or not such claimed liability may be caused in part by an Indemnified Party hereunder, and excluding only liability created by the sole and exclusive negligence of the Indemnified Parties. 5. SUBCONTRACTING No portion of this Proposal may be subcontracted without the prior written approval by the CID. 6. TERMINATION OF AWARD FOR CAUSE If, through any cause, the successful Proposer shall fail to fulfill in a timely and proper manner its obligations or if the successful Proposer shall violate any of the covenants, agreements or stipulations of the award, the CID shall thereupon have the right to terminate the award by giving written notice to the successful Proposer of such termination and specifying the effective date of termination. In that event, all finished or unfinished services, reports or other materials prepared by the successful Proposer shall, at the option of the CID, become its property, and the successful Proposer shall be entitled to receive just, equitable compensation for any satisfactory work completed, prepared documents or materials as furnished. Notwithstanding the above, the successful Proposer shall not be relieved of liability to the CID for damage sustained by the CID by virtue of breach of the award by the successful Proposer and the CID may withhold any payments to the successful vendor for the purpose of set off until such time as the exact amount of damages due the CID from the successful Proposer is determined. 7. TERMINATION OF AWARD FOR CONVENIENCE The CID may terminate the award at any time by giving written notice to the successful vendor of such termination and specifying the effective date thereof, at least thirty (30) working days before the effective date of such termination. In that event, all finished or unfinished services, reports, material(s) prepared or furnished by the successful Proposer under the award shall, at the option of the CID, become its property. If the award is terminated by the CID as provided herein, the successful vendor will be paid an amount which bears the same ratio to the total compensation as the services actually performed or material furnished bear to the total services/materials the successful Proposer covered by the award, less payments of compensation previously made. If the award is terminated due to the fault of the successful Proposer, termination of award for cause, relative to termination shall apply. 13

TUCKER-NORTHLAKE COMMUNITY IMPROVEMENT DISTRICT (CID) RIGHT OF WAY MOWING, LANDSCAPE AND RELATED MAINTENANCE SERVICES Proposer information, signature and Addendum acknowledgement sheet COMPANY (Federal I.D. Number) ADDRESS CITY/STATE/ZIP CODE PHONE FAX : AUTHORIZED SIGNATURE TYPED/PRINTED NAME TITLE EMAIL: PROPOSER IS RESPONSIBLE FOR ACKNOWLEDGING ALL ISSUED ADDENDUM AS FOLLOWS: INITIAL YOU REVIEWED EACH OF THE FOLLOWING ADDENDA FOR THIS PROJECT: Addendum #1 Addendum #2 Addendum #3 Other Addendum # (as applicable) POINT OF CONTACT: John Gurbal, john.gurbal@loweengineers.com Signature acknowledges that Proposer has read the bid documents thoroughly before submitting a proposal, will fulfill the obligations in accordance to the scope of work or specifications, terms, and conditions, and is submitting without collusion with any other individual or firm. Only one (1) proposal will be accepted from any person, firm or corporation. You must submit a proposal with an authorized signature. MUST SUBMIT THIS SIGNATURE PAGE WITH YOUR PROPOSAL