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