14
THIS IS NOT AN ORDER! DATE: August 27, 2018 REQUEST FOR QUOTATION Cecil County, Maryland 200 Chesapeake Blvd. Suite 2300 Elkton, MD. 21921 Email: [email protected] R.F.Q. NO. 19-10 RETURN QUOTES TO: Bryan Lightner PH. 410-996-8354 QUOTES ARE DUE: SEPTEMBER 17, 2018 AT 3:00 PM TITLE: RFQ # 19-10: Mount Harmon Planting Project (This is a formal quote for the price of tree planting. Do not confuse this quote as a formal contract. A Purchase Order will be issued as needed to the selected vendor according to the quoted prices and conditions.) Description Location: Property is located at 600 Mount Harmon Road off Grove Neck Road. Tax Map: 61; Parcel: 11, Lot: 5 Sub-watershed: Back Creek in Cecil County Riparian Forest Buffer Planting: 1.5 acres Linear Feet of Buffer: 3,150 feet Primary Objective: Improve water quality and enhance wildlife habitat by establishing a 200-foot buffer around McGill and Back Creeks; to provide a riparian buffer consisting of a diversity of native plants around McGill and Back Creeks, before draining to the Sassafras River. Overview: Cecil County Department of Land Use & Development Services is interested in enhancing a riparian forest buffer on land held within a Conservation Easement, to consist of native trees, shrubs, and grasses along the north and west sides of McGill and Back Creeks. The creeks then drain into the Sassafras River, which eventually makes it way to the Chesapeake Bay. Soils in the planting areas consist of Collington sandy loam.

R.F.Q. NO. 19-10

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: R.F.Q. NO. 19-10

THIS IS NOT AN ORDER! DATE: August 27, 2018

REQUEST FOR QUOTATION

Cecil County, Maryland 200 Chesapeake Blvd. Suite 2300

Elkton, MD. 21921 Email: [email protected]

R.F.Q. NO. 19-10

RETURN QUOTES TO: Bryan Lightner PH. 410-996-8354

QUOTES ARE DUE: SEPTEMBER 17, 2018 AT 3:00 PM

TITLE: RFQ # 19-10: Mount Harmon Planting Project

(This is a formal quote for the price of tree planting. Do not confuse this quote as a formal contract. A Purchase Order will be issued as needed to the selected vendor according to the quoted prices and conditions.)

Description

Location: Property is located at 600 Mount Harmon Road

off Grove Neck Road.

Tax Map: 61; Parcel: 11, Lot: 5

Sub-watershed: Back Creek in

Cecil County Riparian Forest Buffer Planting: 1.5 acres Linear Feet of Buffer: 3,150 feet

Primary Objective: Improve water quality and enhance wildlife habitat by establishing a 200-foot buffer around McGill and Back Creeks; to provide a riparian buffer consisting of a diversity of native plants around McGill and Back Creeks, before draining to the Sassafras River.

Overview: Cecil County Department of Land Use & Development Services is interested in enhancing a riparian forest buffer on land held within a Conservation Easement, to consist of native trees, shrubs, and grasses along the north and west sides of McGill and Back Creeks. The creeks then drain into the Sassafras River, which eventually makes it way to the Chesapeake Bay. Soils in the planting areas consist of Collington sandy loam.

Page 2: R.F.Q. NO. 19-10

Recommendations:

Site Preparation:

The planting areas lie within grass areas that are not in hay production, as well as, understory in forest patches. The contractor will be responsible for any mowing or weed-eating they deem necessary for installing the plants.

Planting:

The planting project is to expand a riparian forest buffer along the north and west sides of McGill and Back Creeks and will consist of 98 container grown trees planted within 2.5-foot diameter mulched circles. Each tree planted needs to be at least one-inch caliper or two-inch caliper as delineated on Figure 2. The planting will also consist of 152 container grown shrubs and 480 container grown grasses in the areas delineated on Figure 2. The shrubs must be grown in 3-gallon containers and the grasses, in 1-quart containers.

All mulch to be used for the planting plan shall be shredded pine bark mulch and must be applied to a depth of at least 3 inches. Mulch should be topped once a year in the spring for each of the three years of required maintenance. Additionally, tree bark protectors made with open mesh netting are required to be installed around each tree, and they must be at least 4 feet tall. Each tree bark protector must be tied to one wood stake, to ensure longer term protection. This protection will help limit the damage caused by deer and other wildlife, while allowing for air, water, and light to reach the trees. All bamboo stakes that are meant to support the young trees inside the containers must be removed at the time of planting. The 98 trees, 152 shrubs, and 480 grasses must be installed by October 15, 2018.

The plants to be planted were selected based on an analysis of the surrounding native forest. They were also selected due to their suitability to grow in the Coastal Plain Region of Maryland, as well as their abilities to reduce sediment and nutrient pollution and their high value to wildlife. The trees and shrubs should be randomly mixed, arranged in clusters to mimic natural forest stand distributions, and planted in accordance with Figure 2. Plants which demonstrate some resistance to deer browse were also selected.

To meet the objectives for this planting, the following plant lists must be used.

Page 3: R.F.Q. NO. 19-10

Tree List

Name Quantity Size

Ilex opaca 3 1-inch caliper

Cornus florida 20 1-inch caliper

Cornus florida 5 2-inch caliper

Juniperus virginiana 6 2-inch caliper

Nyssa sylvatica 4 2-inch caliper

Pinus virginiana 4 2-inch caliper

Acer rubrum 4 2-inch caliper

Cercis canadensis 20 1-inch caliper

Cercis canadensis 10 2-inch caliper

Betula nigra 3 2-inch caliper

Sassafras albidum 3 1-inch caliper

Amelanchier canadensis 10 1-inch caliper

Amelanchier canadensis 5 2-inch caliper

Magnolia virginiana 1 2-inch caliper

98

Page 4: R.F.Q. NO. 19-10

Shrub List

Name Quantity Size

Aralia racemosa 1 3-gallon container

Myrica pensylvanica 20 3-gallon container

Clethra alnifolia 20 3-gallon container

Sambucus canadensis 2 3-gallon container

Ilex glabra 25 3-gallon container

Rhus copallinum 12 3-gallon container

Lindera benzoin 10 3-gallon container

Viburnum dentatum 25 3-gallon container

Viburnum prunifolium 2 3-gallon container

Ilex verticillata 35 3-gallon container

152

Grass List

Name Quantity Size

Chasmanthium latifolium 480 1-quart container

Page 5: R.F.Q. NO. 19-10

Maintenance:

Watering:

The plants shall be watered thoroughly the day of the planting. At least two gallons of water must be released slowly on each tree. A follow-up watering of all the plants shall occur by the middle of November in 2018, if there’s a drought. There is currently no water source available on the property.

Survival Inspection:

The Contractor shall provide a 3 year warranty on all plant material and shall replace plant material as needed to ensure 75% survival. In September of 2019, after the first full growing season, Cecil County Department of Land Use and Development Services will conduct a joint survival inspection with the contractor to determine a survival rate and the need for reinforcement plantings. The survival inspection is typically performed before the trees lose their leaves in the fall. In September of 2020, Cecil County Department of Land Use and Development Services will conduct a second joint survival inspection with the contractor to determine a survival rate and the need for reinforcement plantings. In September of 2021, the final inspection will take place with both the Cecil County Department of Land Use and Development Services and the contractor present to determine whether the 75% survivability requirement has been met. If it has not been met, reinforcement plantings will be provided by the Contractor at no additional cost to the County, in order to meet the threshold prior to warranty release. The 75% survivability threshold must be maintained each year throughout the duration of the 3 year warranty. Reinforcement plantings will also require new mulch to be installed.

Mulch:

Mulch must be topped once a year by May 1st for each of the three years of required maintenance. Mulch circles must be provided around the trees and shrubs, and the planting area for the grasses must also be mulched.

*See Concept Maps: Figure 1 – Site Location & Figure 2 – Planting Plan.

Page 6: R.F.Q. NO. 19-10

Special Provisions:

1. Cecil County and the Friends of Mount Harmon agree to provide rights of ingress and egress to the planting site for all persons, materials and equipment necessary to perform the planting job.

2. Cecil County agrees to provide the Contractor with concept maps showing the locations of the planting areas to be planted. A copy of the Planting Plan and concept maps are included in the request for quote packet.

3. The Contractor agrees to begin planting the plants at a date mutually acceptable to both parties and to complete the planting of 98 trees, 152 shrubs, and 480 grasses by October 15, 2018, provided that planting shall not be done when excess water is standing on the tract or when the ground is frozen or extremely dry. Tree planting and associated mulching shall conform to industry standards.

4. The Contractor will plant the trees and remove from the premises any grasses or debris within the 2.5 foot diameter circles around the trees.

5. The Contractor agrees to repair, replace or pay for damages done to any property in the performance of the contract, beyond ordinary wear and tear.

6. The Contractor agrees to hold harmless Cecil County and the property owner for any injury or damage to any person which arises out of the contractual performance of this contract.

7. The Contractor agrees to remove all man-made debris from the planting site on a daily basis.

8. In case of failure of the Contractor to plant the total area under contract by October 15, 2018, a penalty will be assessed at 10 % of the total contract price. Cecil County has the right to seek another contractor to finish the project in a timely fashion.

9. In case of failure of the Contractor to plant at least 90 % of the plants in a satisfactory manner or at the locations agreed upon, a penalty shall be assessed in an amount needed for replanting, plus the cost of the plants.

10. Contractors are responsible for inspecting the site prior to submitting bids. No additional costs will be allowed. There will be a one-time inspection meeting with the Cecil County Department of Land Use and Development Services on Thursday, September 6th, 2018 at 9:00 am on-site. We will meet at the parking lot just southeast of the main house, go back Mount Harmon Road approximately 1.5 miles, and see Figure 1 for the location.

11. All prices quoted must be F.O.B. (Freight on Board) destination and shall include all labor. Prices must remain firm for 90 days from the date of submittal.

Page 7: R.F.Q. NO. 19-10

12. The Contractor shall warrant all work and materials furnished by her/him for a period of three (3) years. The date of “Conditional Acceptance” of all work performed by the Contractor will be the commencement date for the warranty period and this must be established within 10 calendar days after the contract is awarded. If during this 3-year period any work performed by the Contractor or materials furnished by the Contractor become defective, or show evidence of failure, based upon the opinion of the County, the Contractor shall correct said defects or failures to a condition satisfactory to the County. Any and all costs arising out of correction of unsatisfactory work or materials furnished, or performed by the Contractor shall be borne by the Contractor. At the end of the warranty period, if no claims have been made or claims have been corrected, the Conditional Acceptance shall automatically become “Final Acceptance.”

13. The Contractor shall take every precaution to avoid damage to existing utilities within or outside the limit of work. He/she shall further avoid damage to structures, trees, lawns, fences, etc. outside the limit of work. Should any damage occur to any utilities, structures, trees, lawns, fences, etc. as a result of the work being performed by the Contractor, he/she shall, at no expense to Cecil County or the property owner, repair said damage to a condition satisfactory to the parties involved.

14. Payment shall be made within thirty (30) days after receipt of invoice and conditional acceptance of the project. The County shall retain 10 % of the total project cost for a period of three (3) years during the warranty period. The retained amount shall be released within thirty (30) days after final acceptance.

15. Should the Contractor not meet target dates established herein, the County will either deduct 10 % off the total cost of the invoice, or the County will, at its discretion, seek another contractor to complete the project and that cost will be deducted from the invoice.

Page 8: R.F.Q. NO. 19-10

INSURANCE REQUIREMENTS

WORKER’S COMPENSATION AND EMPLOYER’S LIABILITY INSURANCE

The Contractor shall take out and maintain during the life of the Contract the Statutory Worker’s Compensation and Employer’s Liability Insurance for all of his employees to be engaged in work on the project under the Contract.

In case any portion of the project is sublet, the Contractor shall require all of the sub-contractors similarly to take out and maintain during the entire life of the Contract the Statutory Worker’s Compensation and Employer’s Liability Insurance for all of their employees to be engaged in work in the project under the Contract.

The Contractor and the sub-contractor shall not begin work until the Contractor has first filed with the County satisfactory evidence that insurance of the above nature is in full force and effect (receipt of Certificate of Insurance naming the Cecil County, Maryland as an additional insured).

BODILY INJURY, LIABILITY AND PROPERTY DAMAGE LIABILITY INSURANCE

The Contractor shall take out and maintain during the life of the Contract Bodily Injury Liability and Property Damage Liability Insurance to protect him and any sub-contractor performing work covered by the Contract from claims for damages for personal injury, including accidental death, as well as claims for property damage, which may arise from operations under the Contract, whether such operations be by himself or by any sub-contractor or by anyone directly or indirectly employed by either of them and the amount of such insurance shall not be less than amounts shown in the following chart:

- General Liability: $2,000,000 Annual Aggregate $1,000,000 Each Occurrence $1,000,000 Products and Completed

Operations $1,000,000 Personal Injury and Advertising

- Automobile Liability: $1,000,000 Combined Single Limit - Worker’s Compensation: -- Statutory - Excess $1,000,000 Each Occurrence - Professional Liability: $1,000,000 (As Required)

(Upon award of contract, the Contractor shall provide a copy of a Certificate of Insurance, with the Cecil County, Maryland named as an Additional Insured to liability coverage on the certificate, for the duration of the contract.

Page 9: R.F.Q. NO. 19-10

NOTICE OF CANCELLATION

Commercial General Liability Insurance, Automobile Liability Insurance and Workers Compensation insurance, as described above shall include an endorsement stating the following:

"Thirty (30) days advance written notice of cancellation, non-renewal, reduction and/or material change shall be sent to: Cecil County, Maryland, Attn: Purchasing Department, 200 Chesapeake Blvd., Suite 1400, Elkton, MD 21921."

Prior to starting performance of the contract and for each extension of the contract, a certificate of insurance shall be furnished to the County. Insurance companies providing insurance shall be acceptable to the County. The contractor shall obtain at its own cost and keep in force and in effect during the term of the contract. The proposer shall provide a Certificate of Insurance prior to award of this contract.

TYPE OF CONTRACT

The Contractor is obligated to perform the services as agreed upon within the proposal, which the Cecil County, Maryland requires in its operation. Should an emergency arise and the Contractor cannot perform the required service as outlined within this agreement, the County reserves the right to contract these services from other sources to meet these needs without prejudice of this contract.

CONTRACT TERM

Cecil County, Maryland intends that the contractor awarded a contract, will perform the work commencing upon the date specified in the Notice to Proceed or notification of award and terminate upon expiration or completion of the project or product delivery, unless terminated by the County with the delivery of written notification of contract termination. All contracts extending beyond the County’s fiscal year (June 30th annually) shall be subject to budget appropriation. In the event the on-going contract does not acquire funding to continue, the awarded contractor shall be notified in writing at the earliest possible and contract termination shall be coordinated.

DAMAGES

The Contractor shall be responsible for any and all injuries to persons and damages to property resulting from the performance of the work specified, materials applied and/or equipment used.

If you have any questions, please e-mail Bryan Lightner, at [email protected] or call Bryan Lightner at 410-996-8354.

Page 10: R.F.Q. NO. 19-10

Vendor’s Name, address & telephone:

____________________________ ______________________________ Vendor’s Printed Name and Signature

____________________________ ____________________________ Cellphone _______________________ Email: __________________________

Page 11: R.F.Q. NO. 19-10

THIS IS NOT A PURCHASE ORDER!!

Cecil County, Maryland 200 Chesapeake Blvd

Elkton, MD 21921

Indemnity/Hold Harmless Agreement

To the fullest extent permitted by law, the undersigned Organization agrees to indemnify and hold Cecil County, Maryland its elected and appointed officials, employees, and volunteers, and others working on behalf of Cecil County, Maryland harmless from and against all loss, cost, expense, damage, liability or claims, whether groundless or not, arising out of the bodily injury, sickness or disease (including death resulting at any time therefrom) which may be sustained or claimed by any person or persons, or the damage or destruction of any property, including the loss of use thereof, based on any act or omission, negligent or otherwise, of the Organization, or anyone acting on its behalf in connection with or incident to RFQ #19-10: Mount Harmon Planting Project except that the Organization shall not be responsible to Cecil County, Maryland on indemnity for damages caused by or resulting from Cecil County, Maryland’s sole negligence; and the Organization shall, at its own cost and expense, defend any such claims and any suit, action, or proceeding which may be recovered in any suit, action, or proceeding, and any and all expense including, but not limited to, costs, attorney's fees and settlement expenses, which may be incurred therein. Name of Organization: ______________________________________________ Authorized Signature: ______________________________________________ Address of Organization: ____________________________________________ Phone: ____________________________ Fax: ________________________ Date: _____________________ E-Mail Address: ________________________ Return this letter with Quote Package

Page 12: R.F.Q. NO. 19-10

CERTIFICATION OF VENDOR’S QUALIFICATIONS

All applicable questions must be answered and included with the RFP. The data given must be clear and comprehensive. A copy of the Vendor’s State of Maryland Construction Firm License or required applicable license shall be attached to this form. Information concerning this license can be obtained from Cecil County Clerk of the Court’s Office at (410) 996-5373. You can also receive information necessary for corporations to do business in the State of Maryland from the State of Maryland Sales and Use Tax Division. Ask for a Corporation Qualifying Package at (410) 225-1340. All vendors shall ensure they are qualified to do business within the State of Maryland. Businesses established outside the State of Maryland must be qualified as a Foreign Business to be eligible to provide service within the State of Maryland. Questions concerning Foreign Businesses may be referred to (410)-767-1170.

1. Name of Contract: Mount Harmon Planting Project 2. Contract No.: RFQ #19-10 3. Name of Vendor:_______________________________________________ 4. Vendor’s Federal Employee I.D. No.:_______________________________ 5. State of Maryland Construction Firm License No.:____________________ 6. State of Maryland Control No.:___________________________________ 7. Business Address: ___________________________________________

___________________________________________ 8. When Organized:_____________________________________________ 9. Where Incorporated:___________________________________________ 10. Foreign Business No.: _________________________________________ 11. Has the Vendor paid any sales tax on the equipment to be used on the project?

Yes_______________ No__________________ 12. If so, at what rate was the sales tax paid?_________________________

_____________Percent to State of_______________________________ 13. How many years has the bidder been engaged in this business under your present firm

name?__________________________________________ 14. Have you ever refused to sign a contract at your original RFP/Bid?

Yes_____________ No_______________ 15. Have you ever defaulted on a contract? Yes____________ No________________

Remarks: ___________________________________________________ 16. Will you, upon request, furnish any other pertinent information that Cecil

County Government may require? Yes____________ No__________________ 17. Does your business maintain a regular place of business in the State of Maryland (Resident) _______ or would your business be considered Non-Resident? Dated this _________ day of _________________, 2014. 18. Has the vendor or firm ever been disbarred, suspended or otherwise prohibited from doing work with the federal government. Yes ____ No ____ (If yes, explain _______________________________________________________) With the submission of this certification, the bidder thereto certifies that the information supplied is, to the best of your knowledge, accurate and correct.

(NO LOCAL PREFERENCE) _____________________________ (Name of Bidder)

By: __________________________

Title: ________________________

Page 13: R.F.Q. NO. 19-10

Planting Areas

Parking for Site Inspection Meeting

600

µ0 200 400100

Feet!(

Planting Site

GROVE NECK RD

MOUN

T HAR

MON R

D

GETT

YSBU

RG D

R

ckamit
Typewritten Text
Figure 1
Page 14: R.F.Q. NO. 19-10

n

n

n

nnnnnnnnnnnnnnn

nn

nnn

n

n

nnnnnn

nnnn

nnnnnnnnn

nnn

n nnnnnn

nnn

nnnnn

nnnnn

nnnnnn

nnnnnnnnn

nnnnnnnn

nnnn

nnnn

nnnn

nnnnnnnnnnnnnnnn

nnnn

nnn

nn

nn

nn

nn

n

n

nn

nn

n

nnnnn

nnnn

nnn

nn

n

n

nnnn

nnnnnnnn

nnnnnnn nnnnnnn

nnnnnnn

nn

nnn

n

nn

nn

nn

nnn

nnn

nn

n

nn

nn

n

n

nnn

n

n

n

nn

nn

n

nn

n

nnn

nn

nn

n

nnn

nn

nn

nn

nn

n

Parking for Site Inspection Meeting

600

580

µ0 200 400100 Feet

n 98 Treesn 152 Shrubs

480 River Oats

ckamit
Typewritten Text
Figure 2