Loading...
HomeMy WebLinkAboutLetter - US-1 Landscaping Contract(City of KENNETH ROBERTSON Chiet Frowrement Officer Mr. Christian Infante SFM Services, Inc. 9700 NW 791' Avenue Hialeah Gardens, FL 33016 October 31, 2012 RE: US-1 Landscaping Maintenance Contract (Bid No. 11-12-052) Dear Mr. Infante: JOHNNY MARTINEZ, P.E. City Manager SENT VIA EMAIL and FAX Section 18-89(b) of the City Code, as amended and adopted on July 14, 2011, states: 'when a responsive, responsible non - local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local binders who maintain a local office, as defined cn section 18-73 is within 15 percent of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best end final bid equal to or lower than the amount of the low bid previously submitted by the nor, -local bidder_ Contract award shall be made to the Iowest responsive, responsible bidder submitting the lowest best and final bid. in the case of e tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder:" With the above in mind, SFM Services, inc., as e non -local bidder, is hereby provided witfl the opportunity to submit 'a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder'. Please indicate your firm's best and final bid offer in the spaces provided In the last column of this table" 'tern Description Total Price (Units"item Cost*Frequency) ,t.OW bid amount of Total Price (Units*item Cost*Frequency) (Best and Final Bid) the von-iocst bid r Mfl1NING AND EDGING: For furnishing all labor, equipment, and materials necessary for the litter pick up, mowing, edging, trimming hedges, trimming branches, weed eating, herbicide and insect spray, sweeping and picking all grass clippings and bags, within and on the landscaped medians along us-1 between 5W 37t Avenue and 1-95, and a strip of land located between the wall and curb, northbound Us-1 between SW 19"' Avenue and I-95 embankments. This work is on a bi-weekly basis, $24,310.00 2 PRUNING AND THINNING OF TREES/ PALMS: For furnishing all labor, equipment, and materials. necessary for pruning and thinning of trees, palms, plants and the initial thinning and shaping of existing trees as noted in these specifications, within and on the landscaped medians of US-1 between SW 37 Avenue and I-95, and a strip of land located between the wall and curb, northbound Us-1 between SW 19th Avenue and I- 95, and the I-95 embankments. This work Is every 3 months. 11 700 00 3 WEEDING OF PLANTING BEDS: For furnishing all labor, equipment and materials necessary for the weeding of planting beds as noted in these specifications, within and on the landscaped medians on US-1 between SW 37th Avenue and 1- 95, and a strip of land located between the wall and curb, northbound Us-1 between SW 19i'' Avenue and 1-95, and the 1-95 embankments. This work is on a bi-weekly basis. $11,440.60 $10 '7j1 {r,,C MULCHING: For furnishing all labor, equipment, and materials necessary to install "red" mulch around each tree, palm, and planting beds as noted in these specifications within and on the landscaped medians.on U5-1 between SW 37" Avenue and 1- 95, and a strip of land located between the wall and curb, northbound Us-1 between SW 19th Avenue and 1-95, and the 1-95 embankments. Thls work is every month. S°,fl08.06. , j���, 5 SPRAYING AND CONTROL OF DISEASE AND INSECTS: For furnishing all labor, equipment and materials necessary to.spray and control of disease and insects as noted in these specifications at all existing and proposed landscaping along US-1 between 5 37' Avenue and 1-95, and a strip of land located between the wall and curb, northbound Us-1 between SW 19`' Avenue and 1- 95, and the I-95 embankments. This work is every 2 months. $2,880,00 2 3, , lab s CLEAN-UP AND LITTER REMOVAL For furnishing all labor, equipment and materials necessary to clean up and litter removal arid properly disposed of the litter removed as noted in these specifications, 1 within and on the landscaped medians on US-1 between SW 37n' Avenue and 1-95, and a strip of land located between the wall and curb, northbound Us-1 between SW 19"' Avenue and 1- 95, and the 1-95 embankments. This work is on a bi-weekly basis. $3,640.00 £3 08 U� 1 t? 7 FERTILIZING OF PLANT MATERIALS: For furnishing all labor, equipment and materials necessary to fertilize as noted in these specifications all existing and proposed landscaping along US-1 between SW 37`" Avenue and 1-95, and a strip of land located between the wail and curb, northbound Us-1 between SW 19"' Avenue and 1-95, and the i-95 embankments, This work is every month. $1,5560.00 3t� ss i3 WATERING OF PLANT MATERIALS: For furnishing all labor, equipment and materials necessary to water as noted in these specifications all existing and proposed landscaping along US-1 between SW 37t° Avenue and 1-95and a strip of land located between Cite wall and curb, northbound Us 1 between SW 19 Avenue and 1-95, and the 1-95 embankments. This work is every month as directed by the Engineer (14 as per schedule table). $3'?49'00 4 �f �r 090 -1 , 9 S SPECIAL PROViSIONs = Contingency Allowance $40,000.00 $40,000.00 TOTAL $102,778.OD44413izz0.41 Please sign and date below to certify your response above: Name: C.Irt 4; „LA Title: This offer should be emailed or faxed to the attention of Monica Rodriguez, Legislative & Contracts Manager, at MURodnquezcr,miamigov-com or 305-41E3-1278 by no later than 5:00 pm on Wednesday, November 7, 2012. Your interest in doing business with the City of Miami is always appreciated. KR:rnur Sincerely, Al,g/z. K nneth Robertson Director/Chief Procurement Officer 00400. PROPOSAL BID FORM: (Page 1 of 15) City of Miami, Florida City Hall, 151 Floor 3500 Pan American Drive Miami, Florida 33133-5504 Firm's Name: Shn y`, /11 (C) 1T(. Address: i 1 0 0 1`1 lk) " t-r jj e T h a l e64 h 5 L Date: l t 2- - The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered 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 existing sites of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto fumished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required 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 fumish 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: 11-12-052 Title: US-1 LANDSCAPE MAINTENANCE CONTRACT, M-0087 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not Tess than the total bid price plus alternates, if any, and to furnish the required Certificate(S)of Insurance. The undersigned further agrees that the bid guaranty accompanying the bid shall be forfeited if Bidder fails to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond or fails to furnish the required `Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. 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 that any unit price listed in the bid is to be multiplied by the stated quantity requirements in order to arrive at the total. In case of an error in the extension of prices, the numerical unit price will govern. Bid No. 11-12-052 Page 18 00400. PROPOSAL BID FORM: (Page 2 of 15) Note: Bidders are bidding on a BASE BID or 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 rejected 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 accordance with the construction plans and the Bid Specifications. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *.* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * BASE BID: The sum of items 1 through 9 based on 00 a one (1) year completion time $ /O)7 ! 1, One- /-Iz0,tdrec 1 ' 1,00ai-L Salem th r Aoi fs Written Amount j ********************************************************************** Note to Bidders: The City reserves the right to reject all bids. The City reserves the right to award the Base Bid, 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 SW 37th Avenue and U.S. Highway 1-95, in the City of Miami. The wall location is on a strip of land located between an existing wall and the curb and the trellis along the northbound lane of US-1 between SW 19th Avenue and Vizcaya and the 1-95 embankments approximately SW 32 Road to west of S. Miami Avenue as shown in Division 5 of the contract specifications. 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 giving the contractor at least sixty (60) days written notice and based 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 the peak hour traffic, and not before 9:OOAM each day. Working hours must be coordinated with City Engineer prior to start of work. 5.. individual Activity prices shall be completed on page 3 PROPOSAL. Bid No. 11-12-052 Page 19 00400. PROPOSAL BID FORM: (Page 3 of 15) DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PART III. Part 1: Listed below are the dates of issue for each Addendum received in connection with this Bid: elb s� :� ( see a -i cl -ed. Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Part II: 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. 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 3. Drub 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_ 11-12-052 Page 20 00400. PROPOSAL BID FORM: (Page 4 of 15) (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 4. 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 ofany 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. 11-12-052 Page 21 00400. PROPOSAL BID FORM: (Page 5 of 15) (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 all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance 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, "AII" in the Final Rule is expected to be clarified to show that it applies to covered contract/grant transactions over $100,000 (per QMB). 5. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. b. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; c_ Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami. Bid No. 11-12-052 Page 22 00400. PROPOSAL BID FORM: (Page 6 of 15) Attached is a Bid Bond [✓)!Cash [ J, Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of Dollars ($ for the sum of 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's Name: S-0V) (IA GC S / .fin C Signature: Printed Name/Title: C- f is f1 :Fr) -L r V c - • Pk s I r ✓1- City/State/Zip: 110100 G C (61-e OS L D �'- Telephone No: C7 'g I - Facsimile No.: . S 6 ( - 3 S J7) E-Mail Address: C.I►'l &I 1'11-k.( `D,3--(rr)ScC Social Security No. or Federal Dun and Bradstreet No.: (vO 'Y 36 (if applicable) If a partnership, names and addresses of partners: v- Bid No. 11-12-052 Page 23 00400 PROPOSAL BID FORM: (Paqe 7 of 15) CERTIFICATE OF AUTHORITY (IF CORPORATION) C� I HEREBY CERTIFY that at a meeting of the Board of Directors of 7 m SC t1/) c , 3 n G . a corporation organized and existing under the laws of the State of fi.l orj C/4 , held on the j day of S(p k m Lx -70r 2 , a reso t►on was duly passed and adopted authorizing (Name) h , S f r t�.-i 1, n /0 ✓► fas (Title) VI C7_ OW r' S lax off 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. .IN WITNFrSyS WHEREOF, I have hereunto set my hand this /7 day of Sef2k 4 0 I a. Secrets rv:e7 Print: --1-71-L-1 CERTIFIC TE dF AUTHORITY t (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 joint 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, I (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. 11-12-052 Page 24 00400. PROPOSAL BID FORM: (Page 8 of 15) NOTARIZATION STATE OF F 1 d ) SS: COUNTY OF n1 IGrr), The foregoing instrument wasr r day of I�� h S'' pie 0.1 hei 20 i2 C.- .who . is personally known OP- as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBUY'po"%, Erika G. Borrego STATE OF FLORIDA =_ :=COMMISSIO?I#EE210414 EXPIRES: JUN. 24, 2016 —; o` WWW.AARONNOTARY.com PRINTED, STAMPED OR TYPE NAME OF NOTARY PUBLIC me or who - has produced Bid No. 11-12-052 Page 25 00400. PROPOSAL BID FORM: (Page 9 of 15) ITEMS 1 00402 SCHEDULE OF BID PRICES - PAY ITEMS , M-0087 1 Pay Item Description -- Page 1 of 5 US-1 Median Landscaping Contract MOWING AND EDGING: For furnishing all labor, equipment, and materials necessary for the litter pick up, mowing, edging, trimming hedges, trimming branches, weed eating, herbicide and insect spray, sweeping and picking all grass clippings and bags, within and on the landscaped. medians along US-1 between SW 371h Avenue and 1-95, and a strip of land located between the wall and curb, northbound Us-1 between SW 191" Avenue and 1-95 embankments. This work is on a bi-weekly basis. PRUNING AND THINNING OF TREES/ PALMS: For furnishing all labor, equipment, and materials necessary for pruning and thinning of trees, palms, plants and the initial thinning and shaping of existing trees as noted in these specifications, within and on the landscaped medians of US-1 between SW 371" Avenue and 1-95, and a strip of land located between the wall and curb, northbound Us-1 between SW 191" Avenue and 1-95, and the 1-95 embankments. This work is every 3 months. 2 3 4 5 WEEDING OF PLANTING BEDS: For furnishing all labor, equipment and materials necessary for the weeding of planting beds as noted in these specifications, within and on the landscaped medians on US-1 between SW 37th Avenue and 1-95, and a strip of land located between the wall and curb, northbound Us-1 between SW 191h Avenue and 1-95, and the 1-95 embankments. This work is on a bi-weekly basis. MULCHING: For furnishing all labor, equipment, and materials necessary to install "red" mulch around each tree, palm, and planting beds as noted in these specifications within and on the landscaped medians on US-1 between SW 371" Avenue and 1-95, and a strip of land located between the wall and curb, northbound Us-1 between SW 1911' Avenue and 1-95, and the 1-95 embankments. This work is every month. SPRAYING AND CONTROL OF DISEASE AND INSECTS: For furnishing all labor, equipment and materials necessary to spray and control of disease and insects as noted in these specifications at all existing ancf proposed landscaping along US-1 between SW 371h Avenue and 1-95, and a strip of land located between the wall and curb, northbound Us-1 between SW 191" Avenue and 1-95, and the I-95 embankments. This work is every 2 months. Item Cost $9s5.°p $3,,cZSO' sqLle $33y Item Quantity 26 times per year 4 times per year 26 times per year 12 times per year 6 times per year Total Cost a Item Cost Item Quantity $Q43t3.°° $ l j-jc..o . °o $ 2./St.`' Bid No. 11-12-052 Page 26 ITEMS 00400. PROPOSAL BID FORM: (Page 10 of 15) 00402 SCHEDULE OF BID PRICES - PAY ITEMS , M-0087 Pay Item Description -- Page 2 of 5 US-1 Median Landscaping Contract Item Cost Item Quantity Total Cost e Item Cost' Item Quantity CLEAN-UP AND LITTER REMOVAL: For furnishing all labor, equipment and materials necessary to clean up and litter removal and properly disposed of the litter removed as noted in these specifications, within and on the landscaped medians on US-1 between SW 37th Avenue and 1-95, and a strip of land located between the wall and curb, northbound Us-1 between SW 19th Avenue and 1-95, and the 1.95 embankments. This work is on a bi-weekly basis. FERTILIZING OF PLANT MATERIALS: For furnishing all labor, equipment and materials necessary to fertilize as noted in these specifications all existing and proposed landscaping along US-1 between SW 37`h Avenue and 1-95, and a strip of land located between the wall and curb, northbound Us-1 between SW 19`h Avenue and 1-95, and the 1-95 embankments. This work is every month. WATERING OF PLANT MATERIALS: For furnishing all labor, equipment and materials necessary to water as noted in these specifications all existing and proposed landscaping along US-1 between SW 37`h Avenue and 1-95, and a strip of land located between the wall and curb, northbound Us-1 between SW 19`h Avenue and 1-95, and the 1-95 embankments. This work is every month as directed by the Engineer (14 as per schedule table). SPECIAL PROVISIONS = Contingency Allowance Bid No. 11-12-052 Page 27 $I(-1oc $ \�D: Eb (. 26 times per year 12 times per year 18 times er ear 00 $ \�S6O. 3e`Zoe(O IN Schedule nfActivity Mowing Pruning Weeding of Mulching Insects .mrb|dd* Clean-up and Watering Edging Trimming Planting Beds FwrdUdng Control Spraying Litter Pick-up Week u04M*dion. pinkwoUond|'V5 embankment U34Median. pinkwmond|'g5 U oembankmentso US4� and I- �5�mbMed�nonh,' embankments USMedian ond|'SS embankments US4yNed|mn. P|nh*mond|' U sS embankments US-1 Median, P|nkwmmnd|' U 95 embankments US-1 Median, pink wnUand |'Ms embankments US-1Med�n pink ~mUand '|' g* embankments x x x x x x x x x x x x » x x x x x x x 10 x x 12 x x x x 14 x16 x x x x x x x ' ." ^ x x 20 x x 21 x x x zz . ` Bid No. 1142'052 00400. PROPOSAL BID FORM: (Page 12nf`15) L-CII-//eUuV^ M MEMO Nal.-__~_,_�.~-~,~,'^�.~=�°=r,=s,m�o�r`^�a�''� Schedule of Activity Mowing Pruning Weeding of. Mulching Insects Herbicide Clean-up VVmhedng Edging Trimming Planting Beds Fertilizing Control and Spraying Litter Pick-up Week U84Mmdon' pink wall U5 embankments US-1 Median' pink U �nbonhmunembankmentsmn»onmm*n� �US4 �eu8onond|' ' Rs � U S4K8od|~ m ond|�5 embankments USA Median, U P|nkwmand|' 95 embankments US-1 4K8 n. p/nkwmond(' U 85 embankments US-1 4K8 pink wmUmn- ` 1'95 embankments US-1 Median, pink wall I. nm"d' 95 embankments 23 x x ^ 24 x � x x x x 25 x x x 20 ' 27 x x ` x / 28. x x co x x x 30 31 x x x 32 � x x x x 33 « » x 34 Bid No. 11'12-052 00400. PROPOSAL BID FORM: (Page 13 of 15) Week 35 36 37 38 39 40 41 .T• Mowing Edging US-1 Median, pink wall and 1-95 embankments Pruning Trimming US-1 Median, pink wall and 1-95 embankments fl 10, 011 Cost Each Activit 9, en ,r,fg 1A":),•11' ',ei.-..e6Teee' le; 'IL Schedule of Activity Weeding of Mulching Insects. Planting Beds US-1 Medlan and 1-95 embankments Fertilizing US-1 Median and 1-95 embankments Control US-1 Medlan, pink wall and I- 95 embankments Herbicide Spraying US-1 Median, pink wall and 1-95 embankments Clean-up and Litter Pick-up US-1 Median, pink wall and I- 95 embankments _ Watering US-1 Median, pink wall and 1-95 embankments x 42 43 44 x 45 46 47 48 x • x 49 50 51 52 x x Bid No. 11-12-052 Page 30 Line No. 00400. PROPOSAL BID FORM: (Page 14 of 15) US-1 LANDSCAPING CONTRACT Page 5 of 5 M-0087 Pay Item Description Item Quantity Item Cost Unscheduled Additive Items: Al the option of the City, the price below for the items identified by the City Engineer may be added to the appropriate Base Bid item for determining the total cost of a Work Order and no additional compensation will be allowed. 10 Plumbago- Plumbago Ariculata (18"x18") — 3 gal. Each $ Q 11 Dwarf bougainvillea (18" x 18") — 3 gal. Each $ 9. Lc0 12 Firebush - Hamelia patens (18" x 18") — 3 gal. Each $ el, 3-0 13 Green Island ficus — Ficus microcarpa (14" x14") — 3 gal. Each $ 9, co 14 Trinette — Scheffiera arboricola (18"x18")- 3 gal. Each $ % , S 0 15 Gold Mound — Duranta erecta (18" x 20") — 1 gal. Each $ 00 16 Pink Crape Myrtle —Largerstroemia indica 'muskogee' — 30 gal. Each $ /6 j v 17 Florida Royal Palm — Roystonea elata — 45 gal. Each $ D S" co 18 West Indian Mahogany — Swestenia mahagoni — 45 gal. Each $ Zr op 19 Silver Buttonwood tree — Conocarpus erectus sericeus — 30 gal. Min 2" DBH Each $ i 8d, 00 20 Green Buttonwood tree — Conocarpus 12' OAH — 30 gal. Min 2" DBH Each $ / gd, OD 21 Pink Trumpet Tree — 31abebuia heterophylla — 12' OAH, 8' CT — 45 gal. Min 2" DBH Each $ -'. yd 00 22 Yellow Trumpet tree — Tabebuia caraiba - 12' OAH, 6' CT — 45 gal. Min 2" DBH Each $ •, y0, 00 23 Alexander Palm'— Ptychosperma — 30 gal. Min 2" DBH Each $ /so 00 24 Bismarck Palm —Bismarckia nobilis "Silver"- 45 gal. Min 2" DBH Each $ goo. OD 25 Cabbage Palm — Sabal palmetto — 45 gal. Min 2" DBH Each $ .00. 00 26 Macarthur Palm — Ptychosperma macarthuri — 30 gal. Min 2" DBH Each $ / 1-10 ,0 0 27 Fakahatchee Grass — Tripsacum dactyloides (18" x 18") — 3 gal. Each $ q. s-0 28 St. Augustine Grass (Floratam) — 2500 Square foot price for furnish all labor, material and equipment necessary to install and to water for one (1) week per planting specifications. 2500 Sq. ft $ 87 S oa 29 Erecting, staking and bracing fallen existing trees and palms (fallen by traffic accidents, high winds, or other forces) — furnishing all labor, materials and equipment necessary to erect, stake and brace any existing tree/ palm (including digging underneath tree, filling the area with treated planting soil, bracing tree with 4"x 4" wood boards, as directed by City. Each $ ) f cb 3 30 Stump Removal: for furnishing all labor, materials and equipment necessary to remove; haul to dump site and disposed of tree/palm stumps, including root balls, any size at various locations if necessary and as directed by the City. Each $ —. 31 Water Truck: for furnishing all labor, materials and equipment necessary to provide water for the entire length of the median (15, 278 ft.), the wall portion (1,200 ft) and the 1-95 embankments (49,760 sq. ft.) Each r $� oD 32 Top Soil: for fumishing all labor, material and equipment necessary to install ten (60) cubic yards of fertilized top soil (50/50), as necessary and as directed by the City. 60 cubic yards $ 1S CO °° 33 Lantana camara 'Gold Mound' — 3 gal. Each $ Bid No. 11-12-052 Page 31 00400. PROPOSAL BID FORM: (Page 15 of 15) 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". The work performed by all Subcontractors listed below cannot be more than 10% of the total work for this contract_ TYPE OF WORK 1. Landscaping 4. 5. 6. 7. 8. 9. Other NAME OF SUB -CONTRACTORS SUBCONTRACTOR'S COUNTY -MUNICIPAL OCCUPATIONAL LICENSE NUMBER Bid No. 11-12-052 Page 32