ORANGE WATER AND SEWER AUTHORITY REQUEST FOR PROPOSALS GROUNDS MAINTENANCE



Similar documents
LANDSCAPING & GROUNDS CARE BIDDING CHECKLIST

CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES

CITY OF LASTRUP, MINNESOTA

SCOPE OF WORK Specifications for Landscaping, Lawn Maintenance & Pest Control

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL LANDSCAPING AND LAWN MAINTENANCE FIRE DISTRICT NO. 3 TOWNSHIP OF HAMILTON MERCER COUNTY

CITY OF ALLIANCE REQUEST FOR QUOTES (RFQ) LAWN MOWING SERVICES

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION

SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS

First, determine the scope of your. Second, determine who will provide. An attractive landscape can add considerable value to a home.

Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

THE TOWN OF NORTH SMITHFIELD

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Town of Maiden. Request for Proposals For Sign Replacement Project

INVITATION TO BID EOE

CITY OF BONITA SPRINGS, FLORIDA RFP #

APPALCART REQUEST FOR PROPOSAL

Planning and Community Development Department 214 North Center Street Goldsboro, NC (919) October 1, Dear Prospective Bidder:

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

Memorandum Potentially Affected AIA Contract Documents AIA Document A AIA Document B Important Information

REQUEST FOR PROPOSALS

1. Provide advice and opinions regarding workers compensation issues, as needed;

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO MARY ANN MILLER, CPPO PURCHASING AGENT.

5. Preparation of the State and Federal Single Audit Reports.

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

Writing a Successful Exterior Landscape Maintenance RFP

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

BOROUGH OF KENILWORTH

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals

Stephenson County, Illinois

Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals)

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

May 29, 2012 Solicitation of quotations

RFP Request for Proposal Drain and Sewer Line Maintenance Services

CITY OF GRIFFIN, GEORGIA

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

NORTH COUNTY TRANSFER CENTER METRO Contract Numbers 01756/ % - DESIGN DEVELOPMENT SECTION NEW PLANTING MAINTENANCE

FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES OPERATED BY DOWNTOWN DURHAM, INC. USING CITY OF DURHAM GRANT FUNDS

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

SAMPLE SERVICES CONTRACT

CHAPTER 11 APPEALS AND DISPUTES

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

Empire Landscaping Company, Plano Texas

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

INDEPENDENT CONTRACTORS AGREEMENT

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT Request for Qualification

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

COUNTY OF UNION, NEW JERSEY

REQUEST FOR PROPOSALS

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ Phone: , X 215 Fax:

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY

GDS Data Systems, Inc. Terms & Conditions for GDS Network Services (GDS Connect / GDS Insight / GDS Cloud)

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

Solicitation Addendum One (1) RFQ CARPET CLEANING SERVICES

Transcription:

ORANGE WATER AND SEWER AUTHORITY REQUEST FOR PROPOSALS GROUNDS MAINTENANCE Orange Water and Sewer Authority (OWASA) will receive Requests for Proposals (RFP) for grounds maintenance services at the OWASA Administrative Offices, 400 Jones Ferry Road, Carrboro, North Carolina, 27510-2001 until 3:00 P.M., Monday, November 23, 2015. To provide the opportunity for site inspection to determine the ability to perform work and to respond to questions you may have regarding this RFP, an optional preproposal meeting will convene on Monday, November 16, 2015 at 10:30 A.M. at the OWASA Administration Offices. Instructions for submitting proposals and complete specifications are included with this posting but may also be obtained from Kevin M. Ray, Finance and Procurement Manager, at the OWASA Administration Offices, 400 Jones Ferry Road, Carrboro, North Carolina, 27510-2001; (919) 537-4236, email kray@owawa.org. These documents can also be found on OWASA s website: http://owasa.org/whatwedo/bidders_opportunities.aspx. Additional questions concerning instructions and specifications should be directed to Mr. Ray or to Ken Loflin, Water Supply and Treatment Manager, 400 Jones Ferry Road, Carrboro, North Carolina 27510-2001; (919) 537-4232 email kloflin@owasa.org. Whether mailed or hand-delivered, proposals should be addressed to Kevin M. Ray, Finance and Procurement Manager, 400 Jones Ferry Road, Carrboro, North Carolina 27510-2001 and should be clearly marked as "RFP - Grounds Maintenance" on the outside of the envelope. OWASA reserves the right to reject any and all proposals and to accept the proposal most favorable to OWASA.

ORANGE WATER AND SEWER AUTHORITY GROUNDS MAINTENANCE PROPOSAL SUBMISSION AUTHENTICATION FORM Please complete and sign this form, and submit it as the cover page with your proposal. *********** In compliance with this Request for Proposals, including all the terms and conditions imposed herein, the undersigned offers and agrees to furnish the services described at the prices indicated in the attached proposal. Name and address of firm: Date: Name: By: Signature Telephone number: ( ) Title: HERBICIDE/PESTICIDE LICENSE NUMBER: N.C. LANDSCAPE CONTRACTOR LICENSE NUMBER: 2

ORANGE WATER AND SEWER AUTHORITY GROUNDS MAINTENANCE NO BID RESPONSE ATTENTION BIDDERS: IF YOU DO NOT WISH TO SUBMIT A PROPOSAL FOR THIS RFP, PLEASE COMPLETE THIS NO BID RESPONSE AND MAIL IT BACK TO OWASA USING THE ENCLOSED SELF-ADDRESSED STAMPED ENVELOPE. THANK YOU. We do not wish to submit a proposal in response to this invitation. COMPANY NAME: ADDRESS: PHONE: FAX: REASON: BY (signed): PRINTED NAME: DATE: TITLE: 3

STATE OF NORTH CAROLINA ORANGE COUNTY AFFIDAVIT NOW COMES Affiant, first being sworn, deposes and says as follows 1. I have submitted a bid for contract or desire to enter into a contract with the Orange Water and Sewer Authority; 2. As part of my duties and responsibilities pursuant to said bid and/or contract, I attest that I am aware of and in compliance with the requirements of E-Verify, Article 2 of Chapter 64 of the North Carolina General Statutes, to include (mark which applies): After hiring an employee to work in the United States I verify the work authorization of said employee through E-Verify and retain the record of the verification of work authorization while the employee is employed and for one year thereafter; or I employ less than twenty-five (25) employees in the State of North Carolina. 3. As part of my duties and responsibilities pursuant to said bid and/or contract, I attest that to the best of my knowledge any subcontractors employed as a part of this bid and/or contract are in compliance with the requirements of E-Verify, Article 2 of Chapter 64 of the North Carolina General Statutes, to include (mark which applies): After hiring an employee to work in the United States the subcontractor verifies the work authorization of said employee through E-Verify and retains the record of the verification of work authorization while the employee is employed and for one year thereafter; or Employ less than twenty-five (25) employees in the State of North Carolina. Specify subcontractor: 1. 2. 3. This the day of, 20. Affiant Sworn to and subscribed before me, this the day of, 20. [OFFICIAL SEAL], Notary Public My Commission Expires: 4

ORANGE WATER AND SEWER AUTHORITY REQUEST FOR BIDS FOR A TERM CONTRACT FOR GROUNDS MAINTENANCE INTRODUCTION: The Orange Water and Sewer Authority (OWASA) desires to enter into a contract with a qualified landscaping firm to provide landscape maintenance services to maintain all plant material and lawn areas in a vigorous, healthy, and esthetically pleasing condition that will enhance the appearance of the Authority s facilities. The purpose of this request is to create a term contract containing unit prices for a variety of grounds maintenance services, including, but not limited to mowing, weed eating, mulching, seeding, edging and pruning. The initial period of this contract will be one year. Options to renew for additional one-year periods will be exercised solely at the discretion of OWASA. TABLE OF CONTENTS: PROPOSAL SUBMISSION AUTHENTICATION FORM.....2 NO BID RESPONSE FORM...3 E-VERIFY AFFIDAVIT 4 SECTION A. INSTRUCTIONS AND TERMS..... 6 SECTION B. SPECIFICATIONS... 11 SECTION C. SPECIAL CONDITIONS... 15 SECTION D. STANDARD UNIT COST FORM... 17 FACILITY LOCATION MAP... 20 5

SECTION A. INSTRUCTIONS AND TERMS A.1 GENERAL DESCRIPTION: The Contractor shall furnish all labor, tools, equipment, and materials required to complete individual tasks for grounds maintenance services. The Contractor will be responsible for performing the grounds maintenance services as directed by the Ordering Officer in accordance with the specifications included or cited in this RFP. A.2 ACCEPTANCE OR REJECTION OF BIDS: Orange Water and Sewer Authority (OWASA) reserves the right to reject any or all bids or to waive any or all informalities therein, and any award shall be made to the lowest cost, responsible proposal taking into consideration quality, performance, and the response time specified for the performance of the contract. OWASA further reserves the right to waive minor deviations from specifications if the proposal is suitable for purposes intended by OWASA. Renewal pricing will be based on statistical reports published by the U.S. Bureau of Labor Statistics, including but not limited to consumer and producer price indices. A.3 BID AND PERFORMANCE BOND not required. A.4 STANDARD PROPOSAL FORM REQUIREMENTS: Each envelope containing a proposal must be plainly marked on the outside as "RFP - Grounds Maintenance". Proposals must be prepared on the standard proposal forms furnished herein, including the Proposal Submission Authentication Form, the notarized E-Verify Affidavit and the Standard Unit Cost Form, and submitted to: A.5 DEFINITIONS: Kevin M. Ray Finance and Procurement Manager Orange Water and Sewer Authority 400 Jones Ferry Road, Carrboro, NC 27510-2001 A.5.1 CONTRACT ADMINISTRATOR: The OWASA employee responsible for awarding and administering the contract and approving any changes for OWASA. A.5.2 ORDERING OFFICER: The OWASA employee authorized to issue and modify individual tasks, direct work, and authorize payment under the terms of the contract. A.5.3 JOB ORDER: A directive from the Ordering Officer to accomplish a specified amount of work at a fixed cost in accordance with the unit pricing schedule and the specifications contained in the contract. The Job Order shall be incorporated into the body of the resulting contract. A.5.4 CONTRACT LINE ITEMS (CLIN): The individually numbered and priced items on the contract. 6

A.6 OPENING OF PROPOSALS: Proposals will be opened promptly after the hour and on the date set forth in the advertisement. The opening will not be public. A tabulation of responses will be available after a contract is awarded. A.7 CONTRACT AWARD: Notification of contract award for the successful proposal will be by telephone. A written contract will subsequently be executed; incorporating the requirements of this RFP with the accepted proposal. A. 8 OPTION PERIODS AND PRICE ESCALATION: The contract will be awarded for a base period of one year. Options to renew for additional one-year periods will be exercised solely at the discretion of OWASA. Renewal pricing will be based on statistical reports published by the U.S. Bureau of Labor Statistics, including but not limited to consumer and producer price indices. A.8.1 Each proposal will contain a fixed unit price for each of the CLIN's to be performed for the initial contract period of one year. A.8.2 Proposals will be evaluated on the basis of the respondent s qualifications and ability to address the specifications of the Request for Proposals (RFP). Qualified proposals will then be evaluated based on the total estimated cost for the single-year contract period. The total estimated cost for the single-year contract period will be calculated by multiplying the estimated number of site visits per year for each CLIN times the quoted price per visit for the initial year. Estimated annual quantities (site visits) are not necessarily representative of actual workload but do approximate the number of site visits in a normal year, and are used for standardization of proposals and quotes. There is no guaranteed minimum number of site visits. A.8.3 Awards of option periods shall be made by modification of the basic contract within the last 60 days of each contract period. No modification of this contract shall be binding on OWASA unless made in writing and signed by OWASA management. A.9 WARRANTIES AND GUARANTEES: A.9.1 Contractor represents and warrants that it is fully qualified to perform the work in accordance with the specifications and terms of this agreement within the time specified, and guarantees satisfactory completion of the work. Competent and experienced workers shall be assigned to the work and tasks will be completed using industry best practices (See Section B). A.9.2 Contractor further agrees to follow instructions verbally or written, issued by the Ordering Officer, insofar as the work requested in said instructions does not fall outside the scope and limitations of this Contract. A.9.3 The Contractor further guarantees to use equipment that is safe and maintained in good workable condition and to furnish proper direction and supervision to work crews and workmen doing work under this Contract. 7

A.9.4 The Contractor shall take all precautions to protect OWASA property, and assumes responsibility for damage to real or personal property when such damage arises from the actions of the Contractor. A.10 BASIS OF ORDERING AND PAYMENT: A.10.1 The Contractor shall perform all the tasks specified for each site location as often as is required to maintain a vigorous, healthy, and esthetically pleasing condition. A.10.2 Work requested outside of contract specifications shall be billed for time and materials at a predetermined hourly rate. The predetermined rate will be based on a Contractor provided Schedule of Values. A.10.3 The Contractor shall include on all invoices the applicable Purchase Order number, site names, date work was performed, and brief description of work performed at each site. A.10.4 The individual identified below will be appointed as the Ordering Officer for OWASA A.11 RESPONSE TIMES: Ken Loflin Water Supply and Treatment Manager Orange Water and Sewer Authority 400 Jones Ferry Road Carrboro, NC 27510-2001 Telephone (919) 537-4232 Fax (919) 933-0645 A.11.1 The Ordering Officer shall when necessary invoke urgent response requirements. Response time to mobilize and initiate work for urgent jobs will be an element of each bidder's response. The maximum acceptable response time shall be 48 hours after notification. Under urgent response conditions, the Contractor shall mobilize at the job site, initiate work and work continuously until all urgent work is completed. Urgent response time, expressed in number of hours, and additional costs incurred by the Contractor expressed as a percent (%) of the normal unit price, are to be shown in CLIN 35 "Urgent Response Time." OWASA will not reimburse the Contractor for additional costs due to the rework of tasks improperly completed. A.11.2 FORCE MAJEURE: OWASA acknowledges that the guaranteed response times for grounds maintenance services being provided under this agreement are based upon the assumption there will be no delay due to causes beyond the reasonable control of the Contractor. Contractor will not be charged with any liability for delay or non-delivery when caused by acts of God, compliance with a court order, governmental regulation, order or request, riots, fires, labor disputes, or any other cause beyond the reasonable control of the Contractor. During the period when delivery of grounds maintenance 8

services are affected by the matters identified in this paragraph, Contractor is expected to make all reasonable efforts to complete the requested work. A.12 EFFECTIVE DATES OF STANDARDS AND REGULATIONS: Whenever in these specifications certain standards or regulations are referred to by name and/or number, the applicable publication shall be the latest revision thereof. A.13 INDEMNITY AND INSURANCE: A.13.1 To the fullest extent permitted by laws and regulations, the Contractor shall indemnify and hold harmless OWASA and its officials, agents, and employees from and against all claims, damages, losses, and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers or architects, attorneys, and other professionals and costs related to court action or arbitration) arising out of or resulting from the performance of this Contract or the actions of the Contractor or its officials, employees, or contractors under this Contract or under the contracts entered into by the Contractor in connection with this Contract. This indemnification shall survive the termination of this agreement. A.13.2 In addition, Contractor shall maintain, at its expense, the following minimum insurance coverage: Bodily Injury Liability....$1,000,000 Property Damage Liability...... $100,000 Combined Single Limit Bodily Injury and Property Damage....$1,000,000 Workers Compensation for employer s liability and bodily injury by disease for each employee...... $100,000 Workers Compensation for disease for each employee policy limit... $500,000 A.13.3 Contractor shall have OWASA named as an additional insured on Contractor s insurance policy. A.13.4 Contractor shall furnish a certificate of insurance from an insurance company, licensed to do business in the State of North Carolina and acceptable to OWASA verifying the existence of any insurance coverage required by OWASA. The certificate will provide for sixty (60) days advance notice in the event of termination or cancellation of coverage. A.14 HEALTH AND SAFETY: Contractor shall be responsible for initiating, maintaining, supervising and assuring compliance with all safety precautions and programs required by law or regulation, including but not limited to OSHA and all other regulatory agencies, while providing services under this contract. A.15 ASSIGNMENT: Contractor shall not assign its interest in the resulting contract without the written consent of OWASA. Contractor has no authority to enter into contracts on behalf of OWASA. 9

A.16 NON-DISCRIMINATION IN EMPLOYMENT: It is the policy of OWASA to provide minority businesses an equal opportunity to participate in all aspects of OWASA s contract activities. A.16.1 The Contractor shall commit to a good faith effort for minority participation. However, nothing in this policy nor the guidelines or goals set forth shall be construed to require OWASA or contractors to award contracts to minority businesses who do not submit the lowest responsible and responsive bid. A.16.2 The Contractor shall not discriminate against any employee or applicant for employment because of age, sex, race, creed, national origin, or disability. CONTRACTOR shall take affirmative action to ensure that applicants are employed and that employees are treated fairly and legally during employment with regard to their age, sex, race, creed, national origin, or disability. In the event CONTRACTOR is determined by the final order of an appropriate agency or court to be in violation of any non-discrimination provision of federal, state or local law or this provision, this Contract may be canceled, terminated or suspended in whole or in part by OWASA, and CONTRACTOR may be declared ineligible for further OWASA contracts. A.17 TERMINATIONS AND CANCELLATIONS A.17.1 TERMINATION OF WORK ON INDIVIDUAL JOB ORDERS: The Owner shall have the right at any time to terminate all or any portion of the Work without cause by verbal or written notice to the Contractor. Termination shall be effective upon receipt of such notice by Contractor who, shall immediately discontinue work with respect to the terminated portion or portions of the Work and take all reasonable steps with its subcontractors and suppliers to effect termination of all existing commitments to such subcontractors and suppliers upon terms satisfactory to Owner and to minimize cancellation charges. Owner shall pay Contractor for all work completed prior to receipt of the termination notice and reasonable cancellation charges as determined by the Contract Administrator. A.17.2 TERMINATION OF THE CONTRACT: The resulting contract may be canceled in whole or in part by either party by giving 30 days prior notice to the other party. Nothing in this provision shall limit or affect the right of OWASA to cancel a contract for breach by the Contractor. Termination of any resulting contract shall not form the basis for any claim for loss of anticipated profits by either party. A.18 GOVERNING LAW AND DISPUTES: The laws of the state of North Carolina shall govern any contract arising out of this solicitation. Any disputes must be brought before the North Carolina Court of Justice in Orange County, N.C. 10

SECTION B. SPECIFICATIONS: B.1 GENERAL INSTRUCTIONS B.1.1 The Contractor shall keep himself fully informed of all Federal, State and local laws, ordinances, and regulations. B.1.2 WORKING HOURS: All work shall be done between 7:00 a.m. - 7:00 p.m., Monday through Friday. The Contractor shall not work outside of these hours or on Saturday, Sunday, or OWASA recognized holidays unless the Ordering Officer gives written approval. B.1.3 The Contractor shall be responsible for any damage that he caused during the course of work, as determined by the Ordering Officer and Contractor shall repair such damage and restore the area to the original existing condition at no charge to OWASA. B.1.4 SITE SUPERVISION/COVERAGE: Quality control inspections will be held periodically with the Ordering Office. A written report of any deficiencies is to be completed by the Ordering Officer and submitted to the Contractor no later than one week after inspection. The Contractor shall submit a timeframe in which the deficiencies are to be corrected. B.2 GROUNDS MAINTENANCE B.2.1 PRUNING: B.2.1.1 Plants will be pruned to keep the plant in a neat and healthy condition as required by industry recommendations for the type of plant, or when new growth reaches 6-8 inches (approximately every 8-12 weeks during the growing season). B.2.1.2 Major pruning will occur during late winter months when there is less stress on the plant. B.2.1.3 Ground cover requires periodic pruning of runners to keep a neat appearance. Ground cover along walkways or buildings will be pruned so to prevent blocking of walkways or climbing of building walls. B.2.1.4 Winter damage to plants will be pruned in early spring. B.2.1.5 Contractor will remove dead trees, when needed, up to 6 in diameter. B.2.1.6 Pruning shall be done to maintain trees and shrubs in their natural shape. Except for formal hedges, which will be pruned to keep the shape of the hedge. B.2.1.7 Planted trees will be maintained so that they are of a uniform limb height. Pruning will be done when limbs are small so that they heal over faster and are less noticeable. 11

B.2.2 FERTILIZATION: B.2.2.1 Shrubs, perennials, and ground cover will be fertilized two (2) times per year. The rate and type of fertilization will be determined by soil sample completed by the Contractor. B.2.2.2 Lawn will be fertilized two (2) times a year. The rate of fertilization will be determined by soil samples completed by the Contractor. B.2.3 MULCHING: B.2.3.1 Mulched areas will be inspected periodically to maintain a fresh and neat appearance and new mulch applied when necessary to maintain a depth of 2-3 inches. B.2.3.2 Ground, brown-dyed, hardwood mulch will be used. B.2.3.3 Caution will be taken to prevent the accumulation of too much mulch, which can be detrimental to the plants. B.2.4 WEEDING AND HERBICIDES: B.2.4.1 A copy of the Contractor s State of North Carolina Pesticide Application license is required with this proposal and the Contractor is required to stay licensed during the contract period. B.2.4.2 The Contractor will supply OWASA with a copy of the Material Safety Data Sheet (MSDS) of all chemicals used on OWASA property. B.2.4.3 Weeding of plant beds and line trimming is to be a routine item for the entire year. B.2.4.4 Fence lines shall be kept neat by line trimming or herbicide application. B.2.4.5 Spot spraying of herbicides will be done as needed before the weeds are noticeable. B.2.4.6 All untreated noticeable weeds will be hand pulled. B.2.4.7 Chemical misuse is the Contractor s liability. If a plant is killed by accident, the Contractor shall replace the plant at no cost to OWASA. B.2.4.8 Crab grass preventer will be applied in March. A post emergent will be applied to the lawn to control weeds such as crab grass, clover, hen bit, chickweed, and nut grass. The post emergent application will be applied per the manufacturer s recommendations and must be in pellet form. B.2.4.9 The Contractor is responsible for chemical misuse and disposal. 12

B.2.5 CLEAN UP: B.2.5.1 The Contractor will remove all debris from the lawn before cutting the grass. B.2.5.2 Noticeable grass clippings will be removed from lawn areas by bagging with mower, blowing with power blowing, or raking. Grass clippings will be removed from the site and disposed of by the Contractor. B.2.5.3 All litter, debris, clippings, pruning material, weeds shall be removed during each visit and disposed of by the Contractor. B.2.5.4 Fallen leaves and pine needles will be removed from lawn areas, sidewalks, driveways, and parking areas. B.2.5.5 All entrances, sidewalks, loading docks, driveways, and parking lots will to be cleaned with mechanical blowers during each visit. B.2.6 FLOWERS B.2.6.1 Flowerbeds will be planted two times per year in the spring and fall. The Ordering Officer and Contractor will negotiate the specific type of flowers and cost of flowers at the time of planting. The CLIN with flowers should include the labor cost for planting the beds two times per year only. B.2.6.2 The perennials will be fertilized following the shrub specifications. B.2.6.3 Pruning and deadheading plants to promote longer blooming will be completed as needed. B.2.7 CUTTING GRASS: B.2.7.1 All grassed areas at each site are to be maintained. B.2.7.2 During the growing season an additional weekly mowing might be necessary. Mowing outside of the contract will be considered urgent response and be at the rate determined in CLIN 34. B.2.7.3 The height of the grass is to be maintained at 3-4 inches. B.2.7.4 Surrounding area outside of the fences line shall be maintained and cleared at a minimum of 3 to 5 feet width unless otherwise noted. B.2.8 EDGING: B.2.8.1 All sidewalks and curbs will be mechanically edged each time the grass is cut. 13

B.2.8.2 All edges where turf and mulch meet are to be mechanically edged each time the grass is cut. B.2.9 AERATION B.2.9.1 Aeration will occur two (2) times a year. Aeration will occur in the fall prior to over seeding and in the spring prior to the application of the crab grass prevention agent. B.2.9.2 Core type aeration is to be used. B.2.10 INSECT AND FUNGI CONTROL B.2.10.1 Shrubs and ground cover will be periodically checked for insect and disease problems. The Contractor shall be environmentally aware and try to limit the use of chemicals as much as possible. All insecticides shall be used according to their label specifications. All plant diseases will be treated as early as possible. Periodic visits by the Contractor s Supervisor are to be used to spot any insect and disease problems, once noticed corrective measures are to be implemented within one week. B.2.10.2 Harmful fungi and insects will be treated to keep the lawn and plants in a healthy and attractive condition at all times. B.2.10.3 Chemicals will be applied according to label recommendations. B.2.10.4 The Contractor will monitor the turf areas. Problems that arise will be passed along to the Ordering Officer. B.2.11 RESEEDING B.2.11.1 Over seeding of all lawn areas will occur in the fall after aeration. A turf type tall fescue will be used. B.2.11.2 Small damaged lawn areas shall be repaired as they occur. B.2.12 FENCE WEEDING: Maintain vegetation adjacent to all fencing. B.2.12.1. MISCELLANEOUS: Cattails in the storm water pond at the Administration Building need to be cleaned out periodically. 14

SECTION C. SPECIAL CONDITIONS: C.1 REFERENCES: C.1.1 The contractor shall provide a description of the company, a statement of qualifications for the specified work, and at least three references from current or past commercial customers for whom work of a comparable size and scope was performed. C.2 SITE DESCRIPTION C.2.1 Table 1 lists the OWASA sites that require grounds maintenance services. The maintenance activities required at each station are indicated with an X in the descriptive column. C.2.2 A map with general site locations is included. The site names and CLIN numbers on the map correspond to the Section D Bid Form. C.2.3 There will be a pre-proposal meeting with selected OWASA facility site visits on Monday, November 16, 2015. All contactors are encouraged, but not required, to attend the pre-proposal meeting. The pre-proposal meeting will begin at 9:00 A.M. at the OWASA Administration Building at 400 Jones Ferry Road, Carrboro, NC 27510. 15

B.2.12 Fence Weeding B.2.11 B.2.9 B.2.8 B.2.6 B.2.5 B.2.4 Weeding and/or Herbicides B.2.3 B.2.2 B.2.1 Reseeding B.2.10 Insect and Fungi Control Aeration Edging B.2.7 Cutting Grass Flowers Clean Up Mulching Fertilization Pruning TABLE 1: Bidder's Name CLIN Site Name Jones Ferry Road and Mason Farm Road Sites 01 Jones Ferry Road Site (Water Treatment Plant, Administration Building, Operations Center, Maintenance & Storage Areas) X X X X X X X X X X X X 02 Mason Farm Wastewater Treatment Plant X X X X X X X 1 X X X X X Water Storage Facilities 03 Carrboro Elevated Tank X X X X 04 Hilltop Elevated Tank X X X X X X X X X 05 Manning Drive Elevated Tank X X X X 06 Nunn Mountain Tanks X X X X Booster Pumping Stations 07 NC 54 Booster Pumping Station X X X 08 I-40 Booster Pumping Station X X X X X X X X X X 09 Calvander Booster Pumping Station X X X X X X 10 Hillsborough Booster Pumping Station X X X X Wastewater Pumping Stations 11 Heritage Hills Pump Station X X X X X 12 Clayton Road Pump Station X X X 13 Manning Drive Pump Station X X X X 14 Forest Creek Pump Station X X X X 15 North Lakeshore Pump Station X X X X 1 Grass cutting at the Mason Farm WWTP includes 10 to 20 feet clearing along the outer fence line. 16

TABLE 1: Bidder's Name Countryside Pump Station X X X 17 16 Rangewood Pump Station X X X X 18 Rogerson Drive Pump Station X X X 19 Lake Ellen Pump Station X X X X 20 Sherwood Forest Pump Station X X X X X 21 Eubanks Road Pump Station X X X X 22 Oaks III Lancaster Drive Pump Station X X X X X X 23 Tinkerbell Pump Station X X X X 24 Knolls Pump Station X X X X 25 Legion Road Pump Station X X X X 26 Eastowne Pump Station X X X X 27 Meadowmont 2 Pump Station X X X X 28 Chapel Hill North Pump Station X X X X 29 Meadowmont 1 Pump Station X X X X 30 Headwaters Storage Facility X X X X Reservoirs 31 Stone Quarry Reservoir X X X X X X X 2 32 UniversityLake X 3 Miscellenous 33 Storm Water Pond X X X X 2 Stone Quarry - only fence weeds visible from Highway 54 and Hickory Bethel Church Road. 3 University Lake - only fence weeds visible from Jones Ferry Road. 17

SECTION D: STANDARD UNIT COST FORM Bidder's Name: CLIN Site Name Jones Ferry Road and Mason Farm Road Sites 01 Jones Ferry Road Site (Water Treatment Plant, Administration Building, Maintenance & Storage Areas) A. Estimated Frequency of Grounds Maintenance April September Times/Month B. Estimated Frequency of Grounds Maintenance October, November, & March Times/Month C. Estimated Number of Site Visits Per Year D. Unit Price per Site per Visit 4 2 30 $ $ 02 Mason Farm Wastewater Treatment Plant 4 2 30 $ $ Water Storage Facilities 03 Carrboro Elevated Tank 2 1 15 $ $ 04 Hilltop Elevated Tank 2 1 15 $ $ 05 Manning Drive Elevated Tank 2 1 15 $ $ 06 Nunn Mountain Tanks 2 1 15 $ $ Booster Pumping Stations 07 NC 54 Booster Pumping Station 2 1 15 $ $ 08 I-40 Booster Pumping Station 2 1 15 $ $ 09 Calvander Booster Pumping Station 2 1 15 $ $ 10 Hillsborough Booster Pumping Station 2 1 15 $ $ Wastewater Pumping Stations E. Extended Price 18

SECTION D: STANDARD UNIT COST FORM Bidder's Name: CLIN Site Name A. Estimated Frequency of Grounds Maintenance April September Times/Month B. Estimated Frequency of Grounds Maintenance October, November, & March Times/Month C. Estimated Number of Site Visits Per Year D. Unit Price per Site per Visit 11 Heritage Hills Pump Station 2 1 15 $ $ 12 Clayton Road Pump Station 2 1 15 $ $ 13 Manning Drive Pump Station 2 1 15 $ $ 14 Forest Creek Pump Station 2 1 15 $ $ 15 North Lakeshore Pump Station 2 1 15 $ $ 16 Countryside Pump Station 2 1 15 $ $ 17 Rangewood Pump Station 2 1 15 $ $ 18 Rogerson Drive Pump Station 2 1 15 $ $ 19 Lake Ellen Pump Station 2 1 15 $ $ 20 Sherwood Forest Pump Station 2 1 15 $ $ 21 Eubanks Road Pump Station 2 1 15 $ $ 22 Oaks III Lancaster Drive Pump Station 2 1 15 $ $ 23 Tinkerbell Pump Station 2 1 15 $ $ 24 Knolls Pump Station 2 1 15 $ $ 25 Legion Road Pump Station 2 1 15 $ $ 26 Eastowne Pump Station 2 1 15 $ $ E. Extended Price 19

SECTION D: STANDARD UNIT COST FORM Bidder's Name: CLIN Site Name A. Estimated Frequency of Grounds Maintenance April September Times/Month B. Estimated Frequency of Grounds Maintenance October, November, & March Times/Month C. Estimated Number of Site Visits Per Year D. Unit Price per Site per Visit 27 Meadowmont 2 Pump Station 2 1 15 $ $ 28 Chapel Hill North Pump Station 2 1 15 $ $ 29 Meadowmont 1 Pump Station 2 1 15 $ $ 30 Headwaters Storage Facility 2 1 15 $ $ Reservoirs 31 Stone Quarry Reservoir 2 1 15 $ $ 32 University Lake 2 1 15 $ $ Miscellenous 33 Storm Water Pond (as needed) $ $ TOTAL COST OF SERVICE UNDER THIS PROPOSAL $ E. Extended Price 34 Urgent Response Time shown as a percentage of the unit price per site visit shown above. Percentage Increase in Site Visit Cost % Urgent Response Time (in hours) 20

21

22

23

24

25

26

27

28