2025 Waukee Street Median/Right-of-Way Maintenance RFQ

Agency: Waukee city
State: Iowa
Type of Government: State & Local
NAICS Category:
  • 561730 - Landscaping Services
Posted Date: Jan 27, 2025
Due Date: Feb 12, 2025
Original Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Title: 2025 Waukee Street Median/Right-of-Way Maintenance RFQ
Category: General Requests for Proposals
Status: Open
Description:

Please find attached RFP for 2025 Median/ROW Maintenance for consideration, you may submit your proposal of fees and signed RFP document to the Waukee City Hall (230 W Hickman Road) on or before 10:00 Wednesday February 12, 2025. Please mark all submissions as “Median Maintenance/ ROW RFP”. Please take note that there has been changes to the RFP. Also, a reminder that both the RFP and quote sheet need to be signed for proposal to be considered.

Publication Date/Time:
1/27/2025 12:00 AM
Closing Date/Time:
2/12/2025 10:00 AM
Contact Person:
Joe Carroll, Facilities Manager
jcarroll@waukee.org
Related Documents:

Attachment Preview

REQUEST FOR QUOTES
RIGHT-OF-WAY MAINTENANCE
CITY OF WAUKEE
The City of Waukee, Iowa, solicits interested parties to submit quotes for maintenance of
street medians and right-of-way areas. Maintenance shall generally consist of turf
maintenance, tree maintenance, and landscape bed maintenance.
Submittals marked “Street Right-of-Way Maintenance” will be received no later than
10:00 a.m. local time on, Wednesday, February 12, 2025. Submit signed copy of this
Request for Quotes and attached Quote Sheet to:
City of Waukee
Attn: Right-of-Way RFP
230 W. Hickman Road
Waukee, IA 50263
Quote Procedure
Mark outside of envelope with proposal subject, “Street Right-of-Way Maintenance”.
Quotes received after the announced time and date of receipt, by mail or otherwise, will
be returned unopened. Nothing herein is intended to exclude any responsible firm or in
any way restrain or restrict competition. The City of Waukee reserves the right to award
in part or in whole or to reject any or all quotes.
Any quote submitted MUST be signed by an individual authorized to bind the submitter.
All quotes submitted without such signature will be deemed non-responsive, and will not
be acceptable. Both the Request for Quotes and the Quote Sheet must be signed.
1
I. Description
A. The intent and purpose of this Request for Quotes is to establish a contract
to provide Street Right-of-Way Maintenance and mowing for all areas
outlined in the Maps attached (Attachment A).
B. The Contractor shall furnish all labor, equipment, materials, and products
needed to manage and maintain the turf and landscape beds as outlined in
the detailed specifications on the attached quote sheet.
II. Performance Requirements
A. Personnel. The Contractor shall provide the City with the name, address
and telephone number(s) for at least one designated contact person
responsible for insuring response to the City’s request for services.
Personnel applying pesticides and fertilizers shall be licensed as required
by the State of Iowa.
B. Response Time. Although the majority of maintenance shall be done on a
regular basis according to the detailed specifications, maintenance may
occasionally be needed on an “as-needed” basis. In these cases, the
Contractor shall respond within 24 hours after a request for maintenance is
made by the City unless stated otherwise in the specifications.
C. Records. The Contractor shall maintain all maintenance records including
time/date of maintenance, name and quantity of any products used, and
any other pertinent information. A copy of these records shall be provided
at the City’s request. All records of chemical and fertilizer applications
shall be provided to the City following each application.
D. Authority/Direction. The Contractor and their designated personnel shall
respond to requests made by the City in a positive, courteous and timely
manner. The City reserves the right to reject any equipment or personnel
from continued or further engagement of services due to incompetence or
insubordination or inability of equipment to function properly for the
requested services.
E. Property Damage. The Contractor shall be responsible for any and all
damage to public property (including public utilities) due to its own or its
employees’ negligence in maintaining the medians.
F. Traffic Control. Due to the nature of the median locations, traffic control
and the safety of personnel and motorists is of the utmost importance. All
access to medians shall be from street turn lanes, not from through/travel
lanes, whenever possible. Equipment shall be entirely within the turn lane
and out of the through/travel lane. Mowers and other equipment will need
to be unloaded and loaded at each median and shall not be driven on the
street between medians.
2
If work needs to occur within or equipment needs to be located in a
through/travel lane, the Contractor shall follow City of Waukee Public
Works Department procedures for a lane closure. All traffic control
procedures shall comply with the latest edition of Manual on Uniform
Traffic Control Devises for Streets and Highways. All temporary traffic
control provisions shall be furnished, erected, maintained and removed by
the Contractor. Parking of private vehicles on right-of-way and/or closed
streets will not be allowed.
III. Length of Agreement
A. If approved by the Waukee City Council at their meeting on February 18,
2025, this Agreement shall commence on April 1, 2025, and end on
December 31, 2025, inclusive. The City reserves the right as its sole
option to renew this contract per the same terms and conditions as set forth
in the resulting contract. The City, at its option, may renew the contract,
under the same terms for an additional one year period by giving
contractor notice of its intent to renew at least 90 days prior to the
expiration of the term specified herein. In such case contractor shall
provide services in the following calendar year commencing on April 1,
2026, and ending on December 31, 2026, inclusive.
B. This Agreement may be terminated for any reason whatsoever, including
but not limited to failure to perform in accordance with Section II of this
Agreement, by the City during the Agreement period, upon 30 days
written notice being sent by registered mail to the Contractor at the
address referenced on the quote form.
IV. Payment
Contractor will be paid on a monthly basis in arrears. All invoices must be
turned in 10 days prior to the end of the month, which will be paid upon
approval of the City Council at their regularly scheduled first meeting of each
month. Invoices must contain the contract number and detail of any services
provided outside the scope of this document. Invoices shall be sent to:
City of Waukee
Parks & Recreation Department
805 University Avenue
Waukee, IA 50263
V. Insurance
A. General.
1. The Contractor shall purchase and maintain insurance to protect
the Contractor and Owner against all hazards enumerated herein.
All policies shall be in the amounts, form and companies
satisfactory to the Owner.
2. All certificates of insurance required herein shall state that thirty
(30) days written notice will be given to the Owner before the
policy is canceled or changed. All certificates of insurance shall
be delivered to the Owner prior to the time that any operations
under this Contract are started.
3
3. All of said Contractor’s certificates of insurance shall be written
by an insurance company authorized to do business in the State
of Iowa.
B. The Contractor shall purchase and maintain such insurance as will protect
the Contractor from claims set forth below which may arise out of or
result from the Contractor’s operations under the Contract, whether such
operations be by the Contractor, or by anyone for whose acts any of them
may be liable:
1. Claims under workers’ compensation, disability benefit and other
similar employee benefit acts;
2. Claims for damages because of bodily injury, occupational
sickness or disease, or death of the Contractor’s employees;
3. Claims for damages because of the Contractor’s injury, sickness
or disease, or death of any person other than the Contractor’s
employees;
4. Claims for damages insured by usual personal injury liability
coverage which are sustained:
a. By any person as a result of an offense directly related to
the employment of such person by the Contractor, or
b. By the other person;
5. Claims for damages, other than to the work itself, because of
injury to or destruction of tangible property, including loss of use
resulting therefrom; and,
6. Claims for damages because of bodily injury or death of any
person or property damage arising out of the ownership,
maintenance or use of any motor vehicle.
C. Limits of Liability
1. The insurance required by Paragraph V shall be written on an
occurrence form of policy for not less than any limits of liability
specified herein, or required by law, whichever is greater:
General Liability;
contractually,
Independent Contractors
Broad Form Property Damage
$500,000 (including
single limit
per occurrence)
Personal Injury, Underground
Explosion and Collapse
$500,000
(Aggregate hazards)
Automobile Liability
(Including all owned, non-
owned and hired autos)
Single Limit
$500,000
Combined Single Limit
Workers Compensation
(Applying directly excess
of above liability coverages)
Statutory Benefits
$100,000 Coverage B
$1,000,000 Aggregate
4
D. Contractual Liability Insurance
1. The insurance required by Paragraph V shall include contractual
liability insurance applicable to the Contractor’s obligations as
follows:
a. To the fullest extent permitted by law, the Contractor shall
indemnify and hold harmless the Owner and their agents,
officers and employees from and against all claims,
damages, losses and expenses, including, but not limited to
attorney’s fees, arising out of or resulting from the
performance of the work, provided that any such claim,
damage, loss or expense (1) is attributable to bodily injury,
sickness, disease or death, or to injury to or destruction of
tangible property (other than the work itself)including the
loss of use resulting therefrom, and (2) is caused in whole
or in part by any negligent act or omission of the
Contractor, any Subcontractor, anyone directly or indirectly
employed by any of them or anyone for whose acts caused
in part by a party indemnified hereunder. Such obligation
shall not be construed to negate, abridge, or otherwise
reduce any other right or obligation of indemnity which
would otherwise exist as to any party of person described in
this Paragraph.
b. In any and all claims against the Owner or any of their
agents, officers or employees by any employee of the
Contractor, any subcontractor, anyone directly or indirectly
employed by any of them or anyone for whose acts may be
liable, the indemnification obligation under this
Subparagraph D shall not be limited in any way by any
limitation on the amount or type of damages, compensation
or benefits payable by or for the Contractor or any
Subcontractor under workers’ compensation acts, disability
benefit acts or other employee benefit acts.
E. Contractor’s Insurance for other Losses for the consideration in this
agreement heretofore stated, in addition to the Contractor’s other
obligations, the Contractor assumes full responsibility for all loss or
damage from any cause whatsoever to any tools owned by the mechanics,
any tool machinery, equipment, or motor vehicles owned or rented by the
Contractor, the Contractor’s agents, Subcontractors, materials owned or
rented by the Contractor, the Contractor’s agents, Subcontractors, material
suppliers or their employees, tool sheds or other temporary structures,
scaffolding and staging, protective fences, bridges and sidewalk hooks.
The Contractor shall also assume responsibility for all loss or damage
caused by, arising out of or incident to larceny, theft, or any cause
whatsoever (except as hereinbefore provided) to the structure on which the
work of this Contract, and any modifications, alterations, enlargement
thereto, is to be done, and to the following items and labor connected or to
be used as a part of the permanent materials, and supplies necessary to the
work.
5
This page summarizes the opportunity, including an overview and a preview of the attached documents.
* Disclaimer: This website provides information about bids, requests for proposals (RFPs), or requests for qualifications (RFQs) for convenience only and does not serve as an official public notice. Individuals who wish to respond to or inquire about bids, RFPs, or RFQs should contact the relevant government department directly.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Repair of Vertical Situational Display Unit (VSDU) & Fully Integrated Data Link

DEPT OF DEFENSE

Bid Due: 4/15/2025

Bid Information Bid Number 005-RFP-1513-2025 Solicitation Social Engineering & Cybersecurity Education Solicitation Type

State Government of Iowa

Bid Due: 3/26/2025

Beyer Hall-Swimming Pool-Electrical Repairs Prebid Meeting: 3/11/2025 11:00:00 AM Prebid location: Beyer Hall-Swimming

Iowa State University

Bid Due: 3/27/2025

bid date activity id project name addenda bid info 03/25/2025 12-2024-001 2025 Bridge

City of Des Moines

Bid Due: 3/25/2025