Loading...
HomeMy WebLinkAboutEvergreen Services - Lawn Maintenance AgreementFor City of Yakima Use Only: AGREEMENT CITY OF YAKIMA Bid No.12017 Landscape Maintenance Project Na, BIDNo, 0011 THIS AGREEMENT, entered into on the date of last execution, between the City of Yakima, a Washington municipal corporation ("City), and Evergreen Services, ("Contractor"). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenantand agree as follows: 1. Statement of Work The Contractor shall perform all work and service(s) and furnish all tools, materials, labor and equipment (collectively referred to as "Services") according to the procedure outlined in Bid 12017 Landscape Maintenance Specifications which are attached as Exhi bit A, and the most recent edition of the ANSVTIA/EIA and NEC Standards, all of which are incorporated herein by this reference, and shall perform any alterations in or additions to the work provided under this Contractand every part thereof. The Contractor shall provide and bearthe expense of all equipment;work and labor of any sort whatsoever that may be required for the transfer of materials and completing the work provided for in this Contract and every part thereof, except such as are mentioned i n the specifications to be furnished by the City of Yakima. 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit includes the specifications and payment schedule of itemized prices as listed in the Contractor's Bid submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one year from its effective date. The City may, at its option, extend the Contract on a year to year basis for up to four (4) additional years provided, however, that either party may at any time during the life of this Contract, or any extension thereof, terminate this Contract by giving thirty (30) days' notice in writing to the other party of its intention to cancel. Contract extensions shall be automatic, and shall go into effect without written c,onfirmation, unless the City provides advance notice of the intention to not renew. Prices shall remain firm for the first tweive-month period of the Contract. 4. Changes Any proposed change in this Contract shall be submitted to the other party, for its prior written approval. If approved, change will be made by a contract modification that will become effective upon execution by the parties hereto. Any oral statement or repre sentation changing any of these terms or conditions is specifically unauthorized and is not valid. 5. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractorand notan agentor representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreementor undertaking for, or on, behalf of City. 6. Successors and Assigns Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract withoutthe prior written consent of the other. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 7. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public Agreement Bid 12017 Landscape Maintenance Page 1 of 6 record or required by law to be made public, is confidential, and the Contractor will not, in whole or part, now or at any ti me disclose that information without the express written consent of the City. 8. Inspection and Production of Records The records relating to the Services shall, at all times, be subject to inspection by and with the approval of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the S ervices in accordance with this Contract, notwithstanding the City's knowledge ofdefective or non -complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six (6) years after final payment of the compensation payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine, audit and copy) all of Contractor's books, documents, papers and records which are related to the Services performed by Contractor under this Contract All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this Co ntract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. The terms of this section shall survive any expiration or termination of this Contract. 9. Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property of the City. T h e City shall own any and all data, documents, plans, copyrights, specifications, working papers, and any other materials the Contractor produces in connection with this Contract On completion or termination of the Contract, the Contractor shall deliver these materia Is to the City. 10. Guarantee Contractor warrants the Services will be free from defects in material and workmanship for a period of one year following the date of completion and acceptance of the Services. 11. Compliance with Law Contractor agrees to perform all Services under and pursuantto this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges, fees, and taxes associated with said license. b. Contractor must provide proof of a valid Washington State Contractor Registration number. c. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number, as required in Title 85 RCW. d. Contractor must provide proof of a valid Washington United Business Identification (UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.101 or 36.12.065(3). e. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. f. Foreign (Non -Washington) Corporations: Although the City does not require foreign corporate proposers to qualify i n th e City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima at their own expense, without regard to whether such corporation is actually awarded the contract, and in the event that the award is made, prior to conducting any business in the City. Agreement Bid 12017 Landscape Maintenance Page 2 of 6 12. Prevailing Wages The Contractor will comply with all provisions of Chapter 39.12 RCW - Prevailing Wages on Public Work. a. RCW 39.12.010 -the Prevailing Rate of Wage. It is solely the responsibility of the Contractor to determine the appropriate prevailing wage rate for the services being provided. b. RCW 39.12.040 - Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid. Before an awarding agency may pay any sum due on account, it must receive a statement of Intent to Pay Prevailing Wages approved by th e Department of Labor and Industries. Following final acceptance of a public work project, and before any final money is disbursed, each contractor and subcontractor must submit to the awarding agencyan Affidavit of Wages Paid, certified by the Departmentof Laborand Industries. c. RCW 39.12,070 - Fees Authorized for Approval Certification and Arbitrations. Any fees charged by the Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the Contractor. The State of Washington prevailing wage rates applicable for this publicworks project, which is located in Yakima County, may be found at the following website address of the Department of Labor and Industries: htipslifortressma,govihtwagelookupiptvWagelookup.aspx. Based on the bid submittal for this project, the applicable effective (start) date of this project for the purposes of determining prevailing wages is the bid date, July 27, 2020. 13. Nondiscrimination: During the performance of this Contract, the Contractor agrees as follows; The Contractor shall not discriminate againstany person on the grounds of race, creed, color, religion, national origin, sex, age, marital status, sexual orientation, pregnancy, veteran's status, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabiliti es Act (42 USC 12101 et seq.). This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of Services under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination dause ofthis contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared inelig i ble for any future City contracts. 14. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. Contractor agrees to defend, indemnify and hold harmless the City, its elected and appointed officials, officers, employees, attorneys, agents, and volunteers from any and all claims, demands, losses, liens, liabilities, penalties, fi nes, lawsuits, and other proceedings and all judgments, awards, costs and expenses (including reasonable costs and attorney fees) which result or arise out of the sole negligent acts or omissions of Contractor, its officials, officers, employees or agents. b. If any suit, judgment, action, claim or demand arises out of, or occurs in conjunction with, the negligent acts and/or omissions of both the Contractor and the City, or their elected or appointed officials, officers, employees, agents, attorneys or volunteers, pursuant to this Contract, each party shall be liable for its proportionate share of negligence for any resulting suit, judgment, action, claim, demand, damages or costs and expenses, including reasonable attorneys' fees. c. Contractor's Waiver of Employer's Immunity under Title 51 RCW. If any design or engineering work is done pursuant to this Contract, Contractor intends that its indemnification, defense, and hold harmless obligations set forth above in Section A shall operate with full effect regardless of any provision to the contrary in Title 51 RCW, Washington's Industrial Insurance Act. Accordingly, to the extent necessary to fully satisfy the Contractor's indemnification, defense, and hold harmless obligations set forth above in Section A, Contractor specifically waives any immunity granted under Title 51 RCW, and specifically assumes all potential liability for actions brought by employees of the Contractor against the City and its elected and appointed officials, officers, employees, attorneys, agents, and volunteers. The parties h ave mutually negotiated this waiver. Contractor shall similarly require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its p erformance Agreement Bid 12017 Landscape Maintenance Page 3 of 6 of this Agreement, shall comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The provisions of this section shall survive the expiration or termination of this Agreement. d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. e. The terms of this Section shall survive any expiration or termination of this Contract. 15. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor will provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A copy of the additional insured endorsementattached to the policy will be included with the certificate. This Certificate of insurance shall be provided to the City, prior to commencement of work. Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's oblige tion to maintain such insurance. The following insurance is required: a. Commercial Liability Insurance. Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance as proof of commercial liability insurance with a minimum liability limitof Two Million Dollars ($2,000,000.00) per occurrence, combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) general aggregate. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect Sai d policy shall be in effect for the duration of this Contract. The policy shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurerwill not cancel or change the insurance withoutfirst giving the City priorwritten notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Begs Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. b. Automobile Liability Insurance. Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance as proof of automobile liability insurance with a minimum liability limitof Two Million Dollars ($2,000,000.00) per occurren ce If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policyand provisions provided are in effect Said policy shall be in effect for the duration of this Contract. The policy shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the in nce without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A - VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract The business auto liability shall include Hired and Non -Owned coverage if necessary. c. Employer's Liability (Stop Gap): Agreement Bid 12017 Landscape Maintenance Page 4 of 5 Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than $1,000,000.00. The City shall not be held respon si ble in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is responsible to ensure subcontractor(s) have insurance as needed. Failure of subcontractors(s) to comply with insurance requirements does not limit Contractor's liability or responsibility. Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. An y insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute to it. If at any time during the life of the Contract, or any extension, Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be suffici ent cause for the City to terminate the Contract. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to properly caused by or resulting from the concurrent negligence of Contractor and the City, its officers, elected and appointed officials, employees, agents, attorneys and volunteers, Contractor's liability hereunder shall be limited to the extent of the Contractor's negligence. 16. Severability If any term or condition of this Contract or the application thereofto any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or applicati on. To this end, the terms and conditions of this Contract are declared severable. 17. Contract Documents This Contract, the Invitation to Bid 12017 Scope of Work, conditions, addenda, and modifications and Contractor's proposal (to the extent consistent with City of Yakima documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2nd St, Yakima, WA, 98901, and are hereby incorporated by reference into this Contract. 18. Termination -Convenience This Contract may be terminated by either party by giving thirty (30) days written notice of such intent and will become effe ctive thirty (30) days from the date such written notice is delivered to the applicable party to the Contract. 19. Termination -Cause The City reserves the right to terminate this Contract at any time, upon written notice, in the event that the Services of Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this Contract. The effective date for such termination shall be upon receipt of the notice, or three days after the notice is mailed first class mail, certified with return receipt requested. 20. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics/pandemics, war, riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally, in the event or any such delays (acts or God, etc.) the date of delivery will be extended for a period equal to the time lost due to the reason for delay, 21. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 22. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. Agreement Bid 12017 Landscape Maintenance Page 5 of 6 23. Authority The person executing this Contract, on behalf of Contractor, represents and warrants that he/she has been fully authorized by Contractor to execute this Contracton its behalfand to legally bind Contractor to all the terms, performances and provisions of this Contract. 24. Notice Any notice required or permitted to be given under this Contract shall be in writing and deemed effective ifeither delivered in person or by overnight courier, facsimile orfirst class mail, certified with retum receipt requested. Notices to the parties shall be delivered to: TO CITY: City Manager TO CONTRACTOR: Evergreen Services City of Yakima Forrest Emmons City Hall —First Floor 5990 Independence Rd 129 North Second Street Sunnyside, WA 98944 Yakima, WA 98901 COPY TO: City of Yakima Purchasing Christina Payer, Buyer I City Hall —First Floor 129 North Second Street Yakima, WA 98901 25. Survival The foregoing sections of this Contract, 2-24 inclusive, shall survive the expiration ortermination of this Contract in accordance with the i r terms. IN WITNESS WHEREOF , the parties hereto execute this Contract as of the day and year first above written. CITY OF KIMA j EVERGREEN SERVICES Robert Harrison, City Manager Attest: Ci CITY CONTRACT NO: RESOLUTION NO:® Agreement Bid 12017 Landscape Maintenance Page 6 of 6 EXHIBIT A V. TECHNICAL SPECIFICATIONS The Bidder must provide a detailed description of each major component of their proposed system. At a minimum, these descriptions shall take into consideration the specifications outlined in this Technical Specifications section. Bidders are reminded to provide point -by -point responses to all specifications. Any additional work found necessary that is not specified in this Bid specification shall be listed on a separate sheet entitled "Additional Materials/Labor Required". The Bidder must complete the following Technical Specification Section using one of the following responses for each of the specifications. Y — Yes. The Bidder's proposed product currently satisfies the entire requirement and the proposed system will completely support the requirement. N — No. The Bidder's product does not currently satisfy the entire requirement, and the Bidder's delivered product will not satisfy the requirement. E—Explanation. The Bidder's product partially satisfies the requirement and an explanation is included in the response. MR — Modification Required. The Bidder's product does not currently satisfy the requirement, but the Bidder commits that the delivered base product will satisfy the requirement at no additional cost and shall be supported in future releases of the Bidder's base products. The following Technical Specifications Analysis shall be answered with a Y of N. Checking "NO" on any item will not necessarily disallow a Bid. The City shall be the sole judge as to whether an exception is acceptable or not. Bidders are encouraged to provide further detail where such detail might differentiate their products from those of their competitors or where such detail might assist in analysis of the Bid. Technical Specification Analysis shall be returned with the Bid Submittal. FAILURE TO DO SO WILL BE CAUSE FOR REJECTION OF SAID BID SUBMITTAL Scope of Landscape Maintenance: CONTRACTOR shall provide various City departments with landscape maintenance services as directed by the Agent for the City or his/her designee. The work under this Contract shall include the furnishing of all labor, materials and equipment necessary for or incidental to landscape maintenance located as indicated in these specifications and the completion of all work indicated in the Contract Documents. The City of Yakima in its entirety shall be covered under this contract. In addition to all other terms and conditions of this Agreement, all landscape maintenance services shall be performed in accordance with the following conditions: Item Specification *„�4�i�»`�;`,`�\;�1.".¢,2? /orkmanship: Where not more specifically described in these specifications, workmanship shall conform to all of the methods and operations of best standards and accepted practices of the trade or trades involved. All work shall be executed by personnel skilled in their respective lines of work. Bid 12017 Landscape Maintenance Yes No Comments Page 14 of 38 Item Specification Yes No Comments `,41,0?',YL'2ssf1`i$iv.,e,2, nvv:'5171..,t.rT'n'i��'�;: It is MANDATORY that all trimming/pruning work shall be done in compliance with the "American National Standard for Tree Care Operations — Tree, Shrub & Other Woody Plant Maintenance —Standard Practices," A.N.S.I. A300 — 2008, which is incorporated by this reference. Trimming/pruning shall be done in such a manner as to protect current tree health with all possible regard for future growth & development withparticular attention paid to the following: a. No damage shall be done to the cambium layer.. Loosening or stripping of the bark shall beavoided. b. Cuts shall be made according to current standards as endorsed by the National Arborist Association. c. Climbing irons shall not be, used onany tree unless the City has determined that, the tree must be removed. Sprinkler Maintenance & Repair: Service is to include maintenance of system(s) on a monthly basis and inspection for any problems. The monthly price bid for maintenance shall include spring start up, checking each station, checking sprinkler heads to make sure they work, are not broken, and are directed properly, and fall system blow-out and shut down/winterization. Any labor required to repair the system(s) must be pre - approved by the City and will be billed separately on a time and materials basis. Protection of Existing Utilities: Identification and location of all underground utilities are the responsibility of the Contractor. The Contractor shall: 1. "Call Before You Dig" Law: Contact utility company. 2. Notify the Owner in writing, on each occasion, of the intent to work near underground utility services or structures. Submit proposed work "procedure for approval" to assuresafe, and continuous operation of the services. 3. Proceed with sufficient caution to preclude damaging any utilities known or unknown. In the event unidentified utilities are encountered, the contractor must notify the Owner immediately. 4. in the event utilities are damaged: during construction, temporary services and/or repairs must be made immediately, at the Contractor's expense, to maintain continuity of services. Bid 12017 Landscape Maintenance Page 15 of 38 Item Specification Waste Materials: All refuse and waste material must be disposed of by the Contractor off the Owner's property, at the Contractor's expense. The Contractor must immediately clean up any spilled material from buildings, roads, etc. Manufacturer's Instructions: All materials and equipment shall be applied, installed, connected, erected, used, cleaned, andconditioned in accordance with the instructions of the applicable manufacturer, fabricator supplier or distributor except as otherwise specificallyprovided in the contract documents. Public Convenience and Safety: 1. The Contractor must so conduct operations as to offer the least possible obstruction and inconvenience to the public, and shall have under construction no greater length or amount of work than can be performed with due regard to the rights of the public. 2. The Contractor must provide and maintain such fences, barriers, directional signs, lights, and flag persons as are necessary to give adequate warning to the public at all times of any dangerous conditions to be encountered as a result of the work and to give directions to the public. Dust/Debris Control: The Contractor must take whatever steps, procedures ormeans as are required to prevent abnormal dust and debris conditions being caused by the operation in connection with the work. Dust control must be incidental to this project and in accordance with Clean Air Laws. 2. All areas where personnel are, : or will be resent during the course of work, shall be thoroughly ;leaned of debris and garbage daily. Specific areas are adjacent buildings, walkways and parking areas. Service Documentation: At time of each service, a written report on Contractor's standard form shall be completed. The Contractor shall provide a copy to the Department upon completion of service and maintain one copy. The form shall include date, start time, stop time, work performed, total material used and employees name. Bid 12017 Landscape Maintenance Yes No Comments Page 16 of 38 Item Specification Yes No Comments "'‘ 1 1 Warranty of Work: The contractor ,shall warrant to the Owner and guarantee the work under this contract agathst defective. workmanship and materials for a period of one year commencing on the date of final acceptance of the work, Upon award, contractor will provide a list of products (chemicals) and *SDS sheets proposed to be used throughout the term of the contract, for pre -approval by the City. If any changes during the term of the contract, a new *SDS sheet shall be provided and the City notified prior to use. Bid 12017 Landscape Maintenance Page 17 of 38 VI. BID FORM INVITATION TO BID NO. 12017 TO BIDDER: PLEASE QUOTE YOUR LOWEST PRICE, BEST DELIVERY DATE AND PAYMENT DISCOUNT TERMS FOR THE FOLLOWING. THE CITY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO ACCEPT ANY OR ALL ITEMS AT THE PRICE QUOTED. THE CITY RESERVES THE RIGHT TO AWARD SCHEDULES TO ONE CONTRACTOR, OR MULTIPLE CONTRACTORS. INDIVIDUAL PRICES: BIDDERS SHALL FILL OUT THE INDIVIDUAL UNIT PRICES LISTED BELOW AND EXTEND NET UNIT PRICES FOR AN ANNUAL (9 MONTH SEASON) COST. THE CITY INTENDS TO AWARD THIS CONTRACT WITHIN 60 CALENDAR DAYS. Quote your lowest price for the following: Tree trimming will include only those trees that can be reached with a 6' ladder. Any trimming required above that height will not fall under the scope of this contract. Item No. Description Qty. Price Per Unit Total Price (without tax) SCHEDULE I - TRANSIT TRANSFER CENTER, 105 S 4th Street: During the life of the contract, the contact at the Transit Transfer Center will be Jim Hogenson, Transit Field Operations Supervisor (509)-576-6424. Service documentation is required for all services provided for every visit. Leave slip at Transit Transfer Center office. 1. Weekly Lawn Maintenance. Mow, trim, edge, and then blow debris off sidewalks, 34 times per season. First mowing on March 15th, last mowing on November 15th. (Dates are Approximate). Lawn Fertilizer/Weed Control. 5 applications per season to keep lawn green, healthy, and weed free. Lawn Aeration. 1 time per season. 4, Tree/Shrub Insect and Disease Control. 4 applications throughout the season. 5, Deep Root Feed Fertilizer. 1 aeration per season on all trees and shrubs. 6. TreefShrub Trimming. Trim trees and shrubs 4 times throughout the season. 34 5 1 4 1 4 7, Weekly Litter Clean up. Remove debris on a weekly basis (34 times per season) on lawn, walk ways and shrub beds. Monday is 34 $ preferred. 8. Sprinkler System Maintenance. Maintain sprinkler system on a monthly basis and inspect for any problems. Any repairs or additions are to be executed by request of owner on a materials and labor basis. Labor is to be billed separately per man hour. 9 1 Planting Beds. Planting, weeding, fertilizing, and mulching as needed to maintain pleasant, attractive appearance. Plantings to include a combination of petunias, snap dragons, lobelia & marigolds. Ten (10) flats or more of flowers shall be included each planting. Beds may need planting more than once during the Bid 12017 Landscape Maintenance 2 1 $ (maint. per month) (repairs per man hr) (per planting) $ (per fertilizing) $ $ Page 18 of 38 Item No. 10. Description season. Beds will need to be cleared of all vegetation at the end of the season, or by November 15th of each year. Other Work. Other labor as requested, to be billed per man hour. Qty. 1 1 1 Price Per Unit $ (per mulching) $ (weeding per man hr) (per man hour) Total Price (without tax) Total Schedule I: $ SCHEDULE II — YAKIMA CONVENTION CENTER, 10 N 8th Street: During the life of the contract, the contact at the Yakima Convention Center will be Sam Dobbs, Director of Operations, (509)-833-7155. Service documentation is required for all services provided for every visit. Leave slip at Yakima Convention Center office. 11. 12. 13. 14. 15. Weekly Lawn Maintenance. Mow, trim, edge, and then blow debris off sidewalks approximately 30 times per season. Lawn Fertilizer/Weed Control. 4 applications per season to keep lawn green, healthy, and weed free. Tree/Shrub Insect and Disease Control. 2 applications throughout the season. Sprinkler System Maintenance. Maintain four (4) separate sprinkler systems and four (4) separate control boxes 2 times per season and inspect for any problems. Any repairs or additions are to be executed by request by request of owner on a materials and labor basis. Labor is to be billed separately per man hour. Other Work. Other labor as requested, to be billed per man hour. 30 4 2 2 1 1 $ $ $ (per inspection) $ (repairs per man hr) $ (per man hour) $ $ $ Total Schedule II: $ Services listed in Schedule 11 will not start until 2021. Staff will contact awarded contractor upon starting services for 2021. Services are currently being performed in house. The Yakima Convention Center, located at 10 North 8th Street, includes all areas around the center, the islands located within the large parking lot to the east of the building, including the strip east of the chamber of commerce across from Howard Johnson. It also includes the islands within the parking lots to the north of the Center. It does not include the landscaping immediately surrounding the Chamber of Commerce building. Please see attached aerial photograph on page 24. SCHEDULE III — VISITOR'S INFORMATION CENTER, 101 N Fair Ave During the life of the contract, the contact at the Visitor's Information Center will be Sam Dobbs, Director of Operations, (509)-833-7155. Service documentation is required for all services provided for every visit. Leave slip at Visitor's Information Center office. 16. Weekly Lawn Maintenance. Mow, trim, edge, and blow off sidewalks. 30 17. Sprinkler System Maintenance. Maintain sprinkler system 2 times per season and inspect for any problems. Any repairs or 2 (per inspection) $ Bid 12017 Landscape Maintenance Page 19 of 38 Item No. Description Qty. Price Per Unit Total Price (without tax) additions are to be executed by request of owner on a materials and labor basis. Labor is to be billed separately per man hour. 1 (repairs per man hr) 18. Other Work. Other labor as requested, to be billed per man hour. 1 $ (per man hour) Total Schedule III: $ es listed in Schedule n Services are currently being performed in house. Staff will contact awarded contractor upon starting services for 2021 SCHEDULE IV — Wastewater Collections, 204 W Pine Street: During the life of the contract, the contact at Wastewater Collections will be Marc Cawley, Wastewater Operations Superintendent, (509)249-6854. Service documentation is required for all services provided for every visit. Leave slip at counter. 19. Lawn maintenance: Mowing, edging, trimming, blowing -off sidewalks and removal of grass clippings on a weekly basis. Approximately 32 times throughout the spring, summer and fall. 32 $ 20. Other Work. Other labor as requested, to be billed per man hour. 1 $ (per man hour) Total Schedule IV: $ SCHEDULE V — Wastewater Treatment Plant, 2220 E Viola: During the life of the contract, the contact at Waste Water Treatment Plant will be Marc Cawley, Wastewater Operations Superintendent, (509)249-6854. Service documentation is required for all services provided for every visit. Leave slip at counter. 21. Weekly Lawn IV'lalntenaance: Mow, trim, edge & blow debris off sidewalk — Using recycling mowing equipment. 32 $ 22. Weekly Lawn Maintenance: Weekly mow, trim, edge & blow debris off sidewalk — Using bagging equipment. 32 23. Shrub bed weed control. Treatment every other month; April — October. 3 24. Other Work. Other labor as requested, to be billed per man hour. 1 (per man hour) Total Schedule V: $ SCHEDULE VI — Yakima Police Department (YPD), 200 S 3rd Street: During the life of the contract, the contact at YPD be Martin Cueva-Ramirez, Building Superintendent, (509)-576-6702. Service documentation is required for all services provided for every visit. Leave slip at counter. 25. Lawn maintenance. Mowing, edging, trimming, blowing -off sidewalks and removal of grass clippings on a weekly basis. TO BE DONE ON MONDAY'S. Approximately 32 times throughout the spring, summer and fall. 32 (per week) Bid 12017 Landscape Maintenance Page 20 of 38 Item No. Description Shrub bed weed control. An annual program of 6 applications to control weeds in shrub beds. Lawn fertilizer and broadleaf weed control 3 times per year. insect control for bordering parking Tree and shrub spray. 2 applications of landscape plants per year. Deep root feeding fertilizer for arborvitae areas, 1 time per year. Other Work. Other labor as requested, to be billed per man 1 hour, Price Per Unit Total Price (without tax) (per man hour) Total Schedule VI: $ SCHEDULE VII — Yakima Police Department (YPD), 207 E Spruce: During the life of the contract, the contact at YPD be Martin Cueva-Ramirez, Building Superintendent, (509)-576-6702. Service documentation is required for all services provided for every visit. Leave slip at counter. 31. 32. 33. 34. 35. 36. n maintenance. Mowing, edging, trimming, blowing -off sidewalks and removal of grass clippings on a weekly basis. TO BE 32 $ DONE ON MONDAY'S. Approximately 32 times throughout the spring, summer and fall. Weekly Utter Clean up. Remove debris on a weekly basis (32 times per season) on lawn, walk ways and shrub beds. TO BE DONE ON MONDAY'S. Lawn Fertilizer/Weed Control. 3 applications per season to keep lawn green, healthy, and weed free. Tree and shrub spray. 2 applications of insect control for landscape plants per year. Shrub bed weed control. An annual program of 6 applications to control weeds in shrub beds. Other Work. Other labor as requested, to be billed per man hour. 32 3 2 6 1 (per week) $ (per week) $ (each) $ each) (per man hour) $ $ Total Schedule VII: $ List discount offered off list price for any other services not specifically listed: % WA STATE SALES TAX — Destination Based @ 8.3% Bid 12017 Landscape Maintenance Page 21 of 38 EXHIBIT B VI. BID FORM INVITATION TO BID NO. 12017 TO BIDDER: PLEASE QUOTE YOUR LOWEST PRICE, BEST DELIVERY DATE AND PAYMENT DISCOUNT TERMS FOR THE FOLLOWING. THE CITY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO ACCEPT ANY OR ALL ITEMS AT THE PRICE QUOTED. THE CITY RESERVES THE RIGHT TO AWARD SCHEDULES TO ONE CONTRACTOR, OR MULTIPLE CONTRACTORS. INDIVIDUAL PRICES: BIDDERS SHALL FILL OUT THE INDIVIDUAL UNIT PRICES LISTED BELOW AND EXTEND NET UNIT PRICES FOR AN ANNUAL (9 MONTH SEASON) COST. THE CITY INTENDS TO AWARD THIS CONTRACT WITHIN 60 CALENDAR DAYS. Quote your lowest price for the following: Tree trimming will include only those trees that can be reached with a 6' ladder. Any trimming required above that height will not fall under the scope of this contract. Item No. Description Qty. Price Per Unit Total Price (without tax) SCHEDULE I - TRANSIT TRANSFER CENTER, 105 S 4th Street: During the life of the contract, the contact at the Transit Transfer Center will be Jim Hogenson, Transit Field Operations Supervisor (509)-576-6424. Service documentation is required for all services provided for every visit. Leave slip at Transit Transfer Center office. 1. Weekly Lawn Maintenance. Mow, trim, edge, and then blow debris off sidewalks, 34 times per season. First mowing on March 15th, last mowing on November 15th. (Dates are Approximate). 34 $60.00 $2040.00 Lawn Fertilizer/Weed Control. 5 applications per season to keep lawn green, healthy, and weed free. 5 $70.00 $350.00 3, Lawn Aeration. 1 time per season. 1 $70.00 $70.00 Tree/Shrub insect and Disease Control 4 applications throughout the season. 4 $75.00 $300.00 Deep Root Feed Fertilizer. 1 aeration per season on all trees and shrubs. 1 $75.00 $75.00 Tree/Shrub Trimming. Trim trees and shrubs 4 times throughout the season. 4 $125.00 $500.00 Weekly Litter Clean up. Remove debris on a weekly basis (34 times per season) on lawn, walk ways and shrub beds. Monday is preferred. 34 $24.00 $816.00 Sprinkler System Maintenance. Maintain sprinkler system on a monthly basis and inspect for any problems. Any repairs or additions are to be executed by request of owner on a materials and labor basis. Labor is to be billed separately per man hour. 9 Planting Beds. Planting, weeding, fertilizing, and mulching as needed to maintain pleasant, attractive appearance. Plantings to Bid 12017 Landscape Maintenance 9 1 2 $40.00 (maint. per month) $62.00 (repairs per man hr) $370.00 (per planting) $360.00 $740.00 Page 18 of 39 Item No. Description Qty. Price Per Unit Total Price (without tax) include a combination of petunias, snap dragons, lobelia & marigolds. Ten (10) flats or more of flowers shall be included each planting. Beds may need planting more than once during the season. Beds will need to be cleared of all vegetation at the end of the season, or by November 15th of each year. Other Work. Other labor as requested, to be billed per man $000 $ 70.00 prfertilizing) $100.00 $100.00 (per mulching) $50.00 $50.00 (weeding per man hr 1 $62.00 (per man hour) 10. hour. Total Schedule I: $5471.00 SCHEDULE II — YAKIMA CONVENTION CENTER, 10 N 8th Street: During the life of the contract, the contact at the Yakima Convention Center will be Sam Dobbs, Director of Operations, (509)-833-7155. Service documentation is required for all services provided for every visit. Leave slip at Yakima Convention Center office. Weekly Lawn Maintenance. Mow, trim, edge, and then blow 30 $101.00 $3030.00 debris off sidewalks approximately 30 times per season. Lawn Fertilizer/Weed Control. 4 applications per season to keep 4 $102.00 lawn green, healthy, and weed free. $408.00 IIITree/Shrub Insect and Disease Control. 2 applications 2 $105.00 $210.00 throughout the season. 14. Sprinkler System Maintenance. Maintain four (4) separate $215.00 $430.00 (per inspection) $62.00 (repairs per man hr) sprinkler systems and four (4) separate control boxes 2 times per season and inspect for any problems. Any repairs or additions are to be executed by request by request of owner on a materials and labor basis. Labor is to be billed separately per man hour. Other Work. Other labor as requested, to be billed per man hour. $62.00 (per man hour) .._...._ _ . _........__: .. . ,._ .. Total Schedule II: $4180.00 *Per bid specifications, we go by unit price to determine the extended price. $4,078.00 Services listed in Schedule II will not start until 2021. Staff will contact awarded contractor upon starting services for 2021. Services are currently being performed in house. The Yakima Convention Center, located at 10 North 89' Street, includes all areas around the center, the islands located within the large parking lot to the east of the building, including the strip east of the chamber of commerce across from Howard Johnson. It also includes the islands within the parking lots to the north of the Center. It does not include the landscaping immediately surrounding the Chamber of Commerce building. Please see attached aerial photograph on page 24. SCHEDULE III — VISITOR'S INFORMATION CENTER, 101 N Fair Ave During the life of the contract, the contact at the Visitor's Information Center will be Sam Dobbs, Director of Operations, (509)-833-7155. Service documentation is required for all services provided for every visit. Leave slip at Visitor's Information Center office. Weekly Lawn Maintenance. Mow, trim, edge, and blow off 16. sidewalks. 30 $, $1350.00 ,45.00., „ Bid 12017 Landscape Maintenance Page 19 of 39 Item No. 17. 18. Description Qty. Price Per Unit Total Price (without tax) Sprinkler System Maintenance. Maintain sprinkler system 2 times per season and inspect for any problems. Any repairs or additions are to be executed by request of owner on a materials and labor basis. Labor is to be billed separately per man hour. Other Work. Other labor as requested, to be billed per man hour. 2 1 $60.00 (per inspection) $62.00 (repairs per man hr) 1 $62.00 (per man hour) $120.00 Total Schedule III: $1470.00 Services listed in Schedule ill will not start until 2021. Staff will contact awarded contractor upon starting services for 2021. Services are currently being performed in house. SCHEDULE IV — Wastewater Collections, 204 W Pine Street: During the life of the contract, the contact at Wastewater Collections will be Marc Cawley, Wastewater Operations Superintendent, (509)249-6854. Service documentation is required for all services provided for every visit. Leave slip at counter. 19. 20. Lawn maintenance: Mowing, edging, trimming, blowing -off sidewalks and removal of grass clippings on a weekly basis. Approximately 32 times throughout the spring, summer and fall. Other Work. Other labor as requested, to be billed per man hour. 32 1 $45.00 $62.00 (per man hour) $1440.00 Total Schedule IV: $1440.00 SCHEDULE V — Wastewater Treatment Plant, 2220 E Viola: During the life of the contract, the contact at Waste Water Treatment Plant will be Marc Cawley, Wastewater Operations Superintendent, (509)249-6854. Service documentation is required for all services provided for every visit. Leave slip at counter. 21, 22. 23. October. Weekly Lawn Maintenance: Mow, trim, edge & blow debris off sidewalk — Using recycling mowing equipment. Weekly Lawn Maintenance: Weekly mow, trim, edge & blow debris off sidewalk — Using bagging equipment. Shrub bed weed control. Treatment every other month; April — 32 32 3 $234.00 $284.00 $180.00 $7488.00 $9088.00 $540.00 24. Other Work. Other labor as requested, to be billed per man hour. 1 $62.00 (per man hour) Total Schedule V: $17116.00 Bid 12017 Landscape Maintenance Page 20 of 39 Item No. Description Qty, Price Per Unit Total Price (without tax) SCHEDULE VI - Yakima Police Department (YPD), 2005 3rd Street: During the life of the contract, the contact at YPD be Martin Cueva-Ramirez, Building Superintendent, (509)-576-6702. Service documentation is required for all services provided for every visit. Leave slip at counter. 25. Lawn maintenance. Mowing, edging, trimming, blowing -off sidewalks and removal of grass clippings on a weekly basis. TO BE DONE ON MONDAY'S. Approximately 32 times throughout the spring, summer and fall. 32 $93.00 (per week) $2976.00 26. control weeds in shrub beds. 27. Shrub bed weed control. An annual program of 6 applications to Lawn fertilizer and broadleaf weed control 3 times per year. 28Tree and shrub spray. 2 applications of insect control for . landscape plants per year. 29. Deep root feeding fertilizer for arborvitae bordering parking areas, 1 time per year. 6 3 $143.00 (each) $98.00 (each) 2 $149.00 (each) 1 30Other Work. Other labor as requested, to be billed per man . hour. 1 $80.00 (each) $62.00 (per man hour) $858.00 $294.00 $298.00 $80.00 Total Schedule VI: $4506.00 SCHEDULE VII - Yakima Police Department (YPD), 207 E Spruce: During the life of the contract, the contact at YPD be Martin Cueva-Ramirez, Building Superintendent, (509)-576-6702. Service documentation is required for all services provided for every visit. Leave slip at counter. 31. 32. 33. Lawn maintenance. Mowing, edging, trimming, blowing -off sidewalks and removal of grass clippings on a weekly basis. TO BE DONE ON MONDAY'S. Approximately 32 times throughout the spring, summer and fall. Weekly Litter Clean up. Remove debris on a weekly basis (32 times per season) on lawn, walk ways and shrub beds. TO BE DONE ON MONDAY'S. Lawn Fertilizer/Weed Control. 3 applications per season to keep lawn green, healthy, and weed free. 32 32 3 $44.00 (per week) $15.00 (per week) $60.00 $1408.00 $480.00 $180.00 34. Tree and shrub spray. 2 applications of insect control for landscape plants per year. 2 $40.00 (each) $80.00 35. 36. Shrub bed weed control. An annual program of 6 applications to control weeds in shrub beds. Other Work. Other labor as requested, to be billed per man hour. 6 1 $30.00 (each) $62.00 (per man hour) 180.00 Total Schedule VII: $2328.00 List discount offered off list price for any other services not specifically listed: WA STATE SALES TAX - Destination Based @ 8.3% Bid 12017 Landscape Maintenance Page 21 of 39