Loading...
HomeMy WebLinkAboutProposal Bid FormOOAO ROPOSA t_ BID FORM: (Page 1of 17) firm's Name: t" (Orick L&Ir �erY 4cc Address: l 2SS S St %barn+ i.r 33tilS Date: City of Miarni, Florida Office of the City Clerk City Hall, 1" Floor 3500 Pan American Drive Miami, Florida 33133-5504 The undersigned, as Bidder, hereby declares that the only persons interested n this b nid thisor inbtd as Cprincipal o ae entre med ed herein and that no person other than herein mentioned has any into; that this bid is made without connection with any other person, firm, or parties making a bid; and that It is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the�site hoi the has orkam in the Contract It rr ct Documents andelf fully of all tions all pertaining to the place where the Work is to be do that it addenda t thereto furnished hed performed; and e the opening t has submitted as the n equirred Bid ed below; Gua Guaranty; and all other required satisfied equ ed about the Work to be pe information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a State of Florida municipal corporation, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: Bid No: 06-07-007 Title: US-1 MEDIANS LANDSCAPING MAINTENANCE CONTRACT, B-60489A ve form of The Bidder also agrees to furnish the required notless hanotheance Bond and t total bid price plus a terns esnif anysand taifurn furnish the security, if permitted by the City, each fo required Certificate(s) of Insurance. The undersigned further agrees that the bid guaranty accompanying the bid shall be forfeited if Bidder falls to execute said Contract, or fails to furnish � a tr'ifteenedi 5} calendars aysdand after being tea of the award or falls to furnish of the required Certificate(s) of insurance w (15) In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern. Bidder agrees atat the total. In case of anit price derrorhe in the extension ofd is to be ultiplied pr prices, the numericalthe dquantity unit price requirements in order to arrive will govern. • Page 18 Q:.d I+I., n4_m_nn7 00400. PROPOSAL BID FORM: (Page 2 of 17) Note: Bidders are bidding on a TOTAL bid cost basis for the purpose of determining the lowest responsive and responsible bidder. However, Bidders will be paid based on the line item breakdown, contained in the Bid Form, with payments based on actual work performed. Bidders must submit bid prices for all items. Failure to bid on all Items will result in the bid beIng_relected as non -responsive. The • City will award a Contract to the lowest responsive responsible Bidder based on the total Combined Total Price stated below. Our items and lump sum bid prices include the total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required, in accordancewith the Bid Specifications. BASE BID: The sum of Items 1 through 9 based on a one (1) year completion time $ I1.o{ass, One_ kutAareci 4-en -tvlouSanc1_ ve hundred -civc.. dollars. Written Amount • Note to Bidders: The City reserves the right to reject all bids. The City reserves the right to award Base Bid and/or any combination of items, whichever arrangement is best for the City of Miami. 1. The medians on US-1 to be maintained are located approximately between S.W. 37th Avenue and U.S. Highway I-95, in the City of Miami. The pink wall location is a strip of land located between an existing pink wall and the curb at the north bound US-1 between SW 24 Avenue and Viscaya. 2. The term of the contract shall be for an initial term of one (1) year, commencing on the date of execution. The City shall have the option for the maintenance portion of the contract to extend the contract for four (4) additional one-year periods by given the contractor at least (60) days prior written notice and base on availability of funding and contractor's performance. 3. The Base Bid Maintenance work (Items 1 through 9) shall be paid by the City on a monthly basis of twelve (12) payments for the satisfactory performance of the items required during the invoice period to be submitted. 4. Contractor is not to perform maintenance work during peak hour traffic. Working hours must be coordinated with City Engineer prior to start work. 5. Individual Activity prices shall be completed on page 16 and 17 of PROPOSAL. Bid No. 06-07-007 Page 19 0040?. PROPOSAL BID FORM: (Page 3 of 17) DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PART III. Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Part II: J No addendum was received in connection with this Bid. Part III; Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements. 1. Affirmative Action Plan Successful bidder(s) shall establish an Affirmative Action Plan or an Affirmative Action Policy pursuant to Ordinance #10062 as amended. Effective date of implementation must be indicated on the policy: and 2. First Source Hiring Bidder certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032, pertaining to the implementation of a "First Source Hiring Agreement". Evaluation of bidder's responsiveness to Ordinance No. 10032 may be a consideration in the award of a contract. Violations of this Ordinance may be considered cause for annulment of a contract between the successful bidder and the City of Miami; and 3. Non -Collusion Bidder certifies that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and 4. Druo Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in 'the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; Bid No. 06-07-007 Page 20 00400. PROPOSAL BID FORM: (Page 4 of 17) (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (I) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) {ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs(1) through (6); and 5. Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. Bid No. 06-07-007 Page 21 00400. PROPOSAL BID FORM: (Page 5 of 17) (2)If any funds other than Federal appropriated funds have been paid to any person for influencing or 'attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that ail sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon whichreliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. * Note: In these instances, "Ail" in the Final Rule is expected to be clarified to show that it applies to covered contract/grant transactions over $100,000 (per QMB). 6. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. b. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civily charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami. Bid No. 06-07-007 Page 22 00400. PROPOSAL BID FORM: (Page 6 of 17) vie Attached is a Bid Bond [ ], Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher V] or Certified Check [ ] No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid and certifies to the above stated in Part III and IV by signing and completing the spaces provided below. Firm'sName: F(O6d, Lay.'n ecvInc_ ice_ T, • Signature: fQQ Printed Name/Title: e more S �rp ec( e* o-c7 City/State/Zip: M'‘ o rvi Ft- (3 l ^1 5 Telephone No.: (145) 345-902- `3o5�'14? 0 (3o ss 3- 23"7`) Facsimile No.: (36S)55'3 - 2i 3fp E-Mail Address: Flora WrN S'erd (P AL ,Cro rr� Social Security No. or Federal I.D.No.: G'J-03(o2%9(c Dun and Bradstreet No.: If a partnership, names and addresses of partners: (if applicable) Bid No. 06-07-007 Page 23 400.; PROPOSAL BID FORM: (Page 7 of f7) I CERTIFICATE OF AUTHORITY (IF CORPORATION) HEREBY CERTIFY that al a meeting of the Board of Directors of Flar 1 dq �� wn S�fvl ce v(,nc . a corporation organized and existing under the laws of the State of F(_ , held on the iLl day of 4Se • crV,b4r 6Sli a resolution was duly passed and adopted authorizing (Name) Ar"dr�s V 46\1'0r, s as (Title) (fir e c'►derCh of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect.. i IN WITNESS EREOF, I have hereunto set my hand this 3rd day of Apr 1 1 , 20 o r? . Secretary � Print: lcc, V +c-C`n0(- -- CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Partner: Print: CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint venturers must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joins venture agreement each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or Individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, 1 (Name) individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Signed: Print: Bid No. 06-07-007 Page 24 00400. PROPOSAL BID FORM: (Page 8 of 17) NOTARIZATION STATE OF F `a 64-.0 r ) SS: COUNTY OF X� I ) The foregoing instrument was acknowledged before me this 4/ day of ^ , 200 1, by ao it., 01-fl-, �� S who is personally known to me or who has produced Oar iti 4- i t as identification and who (did / did not) take an oath. SIGN I RE OF NOTARY PUBLIC STATE OF FLORIDA LEANA Z. LOPEZ MY COMMISSION # OD 296463 EXPIRES: March 4, 2008 based Thru Notary Public Underwriter! PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Bid No. 06-07-007 Page 25 TYPE OF WORK 1. Landscaping/Planting 2. 3. 4. 5. (Other) 6 7. 00400. PROPOSAL BID FORM: (Page 9 of 17} SUB -CONTRACTORS Contractor shall identify below all Sub -Contractors. Categories shall be added as necessary. If no Subcontractors are to be used, insert the word "Self' in the spaces under "Name of Subcontractor". SU BCONTRACTOR'S COUNTY -MUNICIPAL OCCUPATIONAL LICENSE NUMBER NAME OF SUB -CONTRACTORS Bid No. 06-07-007 Page 26 A 00400. PROPOSAL BID FORM: (Page 10 of 17) US 1 MEDIANS LANDSCAPE MAINTENANCE CONTRACT-2007 ITEM 1: MOWING AND EDGING (BI-WEEKLY) For furnishing of all labor, equipment and materials necessary for a one year period, the mowing and edging of all grass areas and as noted in these specifications, including sweeping the grass clippings, of n and t the landtwee thedpinkmedians wall and curb, nbetween orthbound US-1 between SW 24Avenue and US hway Av Avenue and and a strip 1-95, for of land located between the lump sum of: Y14ne�oUS�d rllne_ hur�dr- Dollars and 2 t7t0,°a �p Cents Lump Sum IT M 1 ITEM 2:PRUNING AND THINNING OF TREES (EVERY THREE MONTHS) For the furnishing of all labor, equipment and materials necessary for a one year period, the pruning of trees, palms, plants and the initial thinning and shaping of existing trees as noted in these specifications, within and on the landscaped medians on US-1 between 37 h Avenue and US Highway I- 95, and a strip of land located between the pink wall and curb, northbound US-1 between SW 24 Avenue and 1-95, for the lump sum of: -- 1wUSc r\ a --r Lump Sum Dollars and Cents $ 1000," ITEM 2 ITEM 3: WEEDING OF PLANTING BEDS (BI-WEEKLY) For the furnishing of all labor, equipment and materials necessary for a one year period, the weeding of planting beds as noted in these specifications, within and on the landscaped medians on US-1 between 37th Avenue and US Highway I-95, and a strip of land located between the pink wall and curb, northbound US-1 between SW 24 Avenue and 1-95, for the lump sum of: �' ou v. � \r\-\- undred r i51,,4/ Dollars and $ Sio 00 - era Cents Lump Sum ITEM 3 Bid No. 06-07-007 Page 27 00400. PROPOSAL BID FORM: (Page 11 of 17) US 1 MEDIANS LANDSCAPE MAINTENANCE CONTRACT-2007 ITEM 4: MULCHING (MONTHLY) For the furnishing of all labor, equipment and materials necessary for a one year period, the mulching of trees, palms, and planting beds as noted in these specifications, within and on the landscaped medians on US-1 between 37th Avenue and US Highway 1-95, in the City of Miami, Florida, for the lump sum of: rout- 4kAov,S(knc\ - ovr eNurncl.rec €ish4i Dollars and zero Cents Lump Sum $°° ITEM 4 ITEM 5: SPRAYING AND CONTROL OF DISEASE AND INSECTS (BI-MONTHLY) For the furnishing of all labor, equipment and materials necessary for a one year period, the spraying and control of disease and insects as noted in these specifications, within and on the landscaped medians on US-1 between 37th Avenue and US Highway 1-95, and a strip of land located between the pink wall and curb, northbound US-1 between SW 24 Avenue and 1-95, for the lump sum of: ur - VLous cr,c1 -14 ree kur\dred set sand -Ze-.a Cents $ 143'1S.°o Lump Sum ITEM 5 ITEM 6:CLEAN-UP AND LITTER REMOVAL (BI-WEEKLY) For the furnishing of all labor, equipment and materials necessary for a one year period, the general clean-up and proper disposal of the litter removed as noted in these specifications, within and on the landscaped medians on US-1 between 37th Avenue and US Highway 1-95, and a strip of land located between the pink wall and curb, northbound US-1 between SW 24 Avenue and 1-95, for the lump sum of: iSln� -\ ousc c \ Are e hundred *collars and 7_err) Cents $ 32o Lump Sum ITEM 6 Bid No. 06-07-007 Page 28 00400. PROPOSAL BID FORM: (Page 12 of 17) US 1 MEDIANS LANDSCAPE MAINTENANCE CONTRACT-2007 ITEM 7:FERTILIZING OF PLANT MATERIALS (MONTHLY) For the furnishing of all labor, equipment and materials necessary for a one year period, the fertilizing of plant materials (trees, palms, plants, and grass sod) as noted in these specifications, within and on the landscaped medians on US-1 between 37th Avenue and US Highway 1-95, in the City of Miami, Florida, for the lump sum of: OAR_ -AouScr Sl . �ur e d e —Dollars and Cents $ JLoW. o0 ze_ro ITEM 7 Lump Sum ITEM 8: WATERING OF PLANT MATERIALS (MONTHLY) For the furnishing of all labor, equipment and materials necessary for a one year period, watering of plant materials (trees, palms, plants, and grass sod) by water truck within the landscaped medians on US-1 between 37th Avenue and US Highway 1-95, in the City of Miami, Florida, for the lump sum of: 1-6 e ous s(\c ntine_ nund r4v,.1 Dollars and ents zee Lump Sum $ 392o,°° ITEM 8 ITEM 9: CASH ALLOWANCE Provision for special items, as noted in Division 2 Special Provisions, the lump sum of: Forty Thousand No Lump Sum Cents Dollars and $40,000.00 ITEM 9 Bid No. 06-07-007 Page 29 00400. PROPOSAL BID FORM: (Page 13 of 17) US 1 MEDIANS LANDSCAPE MAINTENANCE CONTRACT-2007 NOTE: This work shall be considered in addition to the work described in the Base Bid items. The City of Miami reserves the right at its option, to request that the Contractor furnish and install Trees, Palms, Shrubs, and Groundcover materials on a unit price basis and to erect, stake, and brace fallen trees and palms on a unit price base in accordance with the following specifications and unit prices. The following Additive Item Unit Prices shall be considered as "installed prices" including all labor, equipment and materials such as planting soil, fertilizer, mulching to a minimum of 2" layer at base of plants, staking & bracing and watering by hose soaking daily for the period specified in the Technical Specifications (Division 6). ADDITIVE ITEM 1: MAHOGANY (SWMA) For the furnishing of all labor, materials and equipment necessary to install and to water for one (1) week (5 days period) one (1) Mahogany Tree (14'ht. x 14' spr. , 6' clear trunk, matching trees), as directed by the City and including delivery, the Unit price of: fLk( Uv\cred C 1 7 Unit Price ADDITIVE ITEM 2: YELLOW TABEBUTA (TACA) For the furnishing of all labor, materials and equipment necessary to install and to water for one (1) week (5 days period) one (1) Yellow Tabebuia trees, (12'ht. X 8' spr., 5' clear trunk, matching trees)as directed by the City and including delivery, the Unit price of: our \AunAreri #wenk-- Dollars and , Cents $ 42-a ADDITIVE ITEM 1 -Dollars and Cents Unit Price $420,". ADDITIVE ITEM 2 Bid No. 06-07-007 Page 30 00400. PROPOSAL BID FORM: Mane 14 of 17) US I MEDIANS LANDSCAPE MAINTENANCE CONTRACT-2007 ADDITIVE ITEM 3: PINK TABEBUIA (TAHE) For the furnishing of all labor, materials and equipment necessary to install and to water for one (1) week (5 days period) one (1) Pink Tabebuia tree (12'ht. X 8', spr., 5' clear trunk, matching trees), as directed by the City and including delivery, the Unit price of: COW" nundreg -ic, kr „1 Dollars and o0 Zr ex-0 Cents $ 424, Unit Price ADDITIVE ITEM 3 ADDITIVE ITEM 4: ASSORTED 1 GALLONS CONTAINER GROUNDCOVER PLANTS (Bouganvillea dwarf, Green Island ficus, Purple Queen) For the furnishing of all labor, materials and equipment necessary FOR assorted 1 gallon container groundcover plants as directed by the City, the Unit price of: C\ye. — '----- Dollars and A\ne '4\N,e. — Cents $ S,9S Unit Price ` ADDITIVE ITEM 4 ADDITIVE ITEM 5: ARGENTINA BAHIA SODDING For the furnishing of all labor, materials and equipment necessary to install and to water for one (1) week (5 days period) Argentine Bahia Sodding, as directed by the City, the Unit price of: e.r-o - Dollars and (POSlx� ants $ � Square of ADDITIVE ITEM 5 ADDITIVE ITEM 6: ERECTING STAKING AND BRACING FALLEN EXISTING TREES AND PALMS (Fallen by traffic accidents, high winds, or other forces) For the furnishing of all labor, materials and equipment necessary for erecting, staking and bracing existing trees and palms (including digging underneath tree and filling the area with treated planting soil, bracing tree with Al” x 4" wood boards., as directed by the City, the unit price of: W o \if\un & -e e i S VA Dollars and zero • Cents $ Unit Price ADDITIVE ITEM 6 Bid No. 06-07-007 Page 31 00400. PROPOSAL BID FORM: (Page 15 of 171 US 1 MEDIANS LANDSCAPE MAINTENANCE CONTRACT-2007 ADDITIVE ITEM 7: STUMP REMOVAL For the furnishing of all labor, materials and equipment necessary to remove, haul to dump site and dispose of tree stumps, including roots, any size at various locations if necessary as directed by the City's Engineer, the unit price of: 1 1 O Ywn�red o 1 Dollars and Cents $ 2'--O °O Unit Price ADDITIVE ITEM 7 ADDITIVE ITEM 8: WATER TRUCK For the furnishing of all labor, materials and equipment necessary to water the entire length of median along US-1 (15,278 Ft.), as necessary and as directed by the City's Engineer, the unit price of: even `Ru rn Are 6 -C+� Dollars and Z �—o — ---dents $ i SO. °° Unit Price ADDITIVE ITEM 8 ADDITIVE ITEM 9: TOP SOIL For the furnishing of all labor, materials and equipment necessary to install 20 yards of fertilized top soil, as necessary and as directed by the City's Engineer, the unit price of: —1-64,1 Dollars and z, Cents x 20= (000 p0 Unit Price per yard ADDITIV ITEM 9 ADDITIVE ITEM 10: ASSORTED 3 GALLONS CONTAINER GROUNDCOVER PLANTS 20 ds . 30.° For the furnishing of all labor, materials and equipment necessary FOR assorted 3 gallon container groundcover plants as directed by the City, the Unit price of: Dollars and 'J� Cents Unit Price 1 $ ADDITIVE ITEM 10 Bid No. 06-07-007 Page 32