BRENTWOOD/I-64 GATEWAY WATER FEATURE & LANDSCAPE MAINTENANCE SPECIFICATION MANUAL BRENTWOOD, MO 63144

Size: px
Start display at page:

Download "BRENTWOOD/I-64 GATEWAY WATER FEATURE & LANDSCAPE MAINTENANCE SPECIFICATION MANUAL BRENTWOOD, MO 63144"

Transcription

1 ADDENDUM #1 October 18, 2011 CITY OF BRENTWOOD, MISSOURI 2348 BRENTWOOD BOULEVARD BRENTWOOD, MO PLANNING DESIGN STUDIO LLC 727 NORTH FIRST STREET SUITE 360 SAINT LOUIS, MO TO: SUBJECT: PROSPECTIVE BIDDERS BRENTWOOD/I-64 GATEWAY WATER FEATURE & LANDSCAPE MAINTENANCE SPECIFICATION MANUAL BRENTWOOD, MO PDS Project No. J1104 This addendum forms a part of the contract documents and modifies the original bidding documents dated October 3, Contractor shall acknowledge receipt of this addendum in the space provided on the Bid Form. Failure to do so may subject bidder to disqualification. A. GENERAL The following questions and responses are provided for clarification for preparing bids. 1. How many zones are included in the irrigation controller? Response: The approved shop drawing indicates 29 zone valves. The controller is Rain Bird Model ESP-LX-M. 2. Will there be parking areas available for vehicles such as trucks with mowing trailers. Response: There is no off-street parking available so parking will have to be off of the shoulder along the Eager Road side of the site. Contractor, at his option, can request approval for parking on the shoulder of Eager Road through St. Louis County Department of Highways and Traffic. Contractor shall follow all safety requirements, such as placing orange warning cones, and maintenance work signs, etc. required by approval/permit. 3. Who installed the pond liner? Response: Baxter Gardens installed the pond liner and a Firestone Representative was on-site for quality control purposes. Baxter Gardens Wild Horse Creek Road, Chesterfield, MO Phone Who installed the below grade vault and equipment? Response: Hydro Dramatics 1228 South Eighth Street, St. Louis, MO Phone J1104 A1-1

2 ADDENDUM #1 B. BID FORM REVISIONS 1. The following unit prices were added to the bid form. A revised bid form is attached that includes these items. SUBMIT BIDS ON THE REVISED BID FORM. Requirements listed with the description of the unit prices below shall be a part of the specifications. A. Unit Price for spring 2013 start up of irrigation system. B. Unit Price for 6 additional mowings for the 2012 season. C. Unit Price for 2011 Winterization visit for the Water Feature. D. Unit Price for mulching the prairie dropseed area to assist in weed control with 2 inch depth of double ground bark mulch after plants have reached sufficient size as not to be covered by the mulch. Mulch to be worked in around individual plants. C. DRAWINGS 1. Drawing Sheet 8.06 of the below grade vault and equipment is included for reference as an attachment to this addendum. END OF ADDENDUM #1 J1104 A1-2

3 REVISED FORM OF BID PROJECT: Brentwood/I-64 Gateway Water Feature and Landscape Maintenance Location of Project: Brentwood, Missouri Proposal of (Hereinafter called Bidder ) a corporation, organized and existing under the laws of the State of a partnership, or an individual doing business as TO: Bola Akande, City Administrator Office of the City Clerk City of Brentwood 2348 South Brentwood Blvd. Brentwood, Missouri Pursuant to and in compliance with your Advertisement for Bids, the information for Bidders, and other documents relating hereto, the undersigned Bidder hereby proposes to furnish all labor, materials, and supplies, and to maintain the project in accordance with the Contract Specifications, as prepared by Planning Design Studio, within the time set forth therein, and at the prices stated below. These prices are to cover all costs incurred including overhead and profit in performing the work required under the Contract Specifications, of which this proposal is a part. BASE PROPOSAL: Bidder proposes to perform all of the work described in the Specifications and Task Matrices 2.1 to 6.1 for all visits and maintenance activities listed below, including all incurred costs for the combined sum of ($ ) (Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.). List the individual costs for matrix sections in the spaces provided below for Owner s reference. Lawn Care Base Costs $ Refer to Unit Costs for items indicated as TBD Lawn Area = ±62,695 S.F. (±1.44 Ac.) (Revised ) FB-1

4 Woody & Herbaceous Plant Care Base Costs $ Refer to Unit Costs for items indicated as TBD Planting Bed Areas = ±12,480 S.F. and Prairie Dropseed Area = ±32,090 S.F. Water Feature Care Base Costs $ Refer to Unit Costs for items indicated as TBD Pond Area = ±10,630 S.F. FB-2

5 Irrigation System Care Base Costs $ Refer to Unit Costs for additional irrigation system zone adjustments Hardscape System Care Base Costs $ Refer to Unit Costs for additional hardscape system costs Walk, Plaza and Traffic Island Areas = ±7,660 S.F. FB-3

6 A. Sales Tax The City of Brentwood is sales tax exempt. The Base Proposal shall not include any sales tax. B. Unit Prices: The undersigned agrees to perform additional or deductions in base bid work tasks as required for the following unit prices; said prices to include all costs incurred including overhead and profit. UNIT PRICE SUMMARY Operation 2.0 Lawn Care Unit Prices Soil Tests for Lawn Areas $ Application of Soil Amendments to Lawn Areas $ Compost Top Dressing for Lawn Areas $ Additional or Reduced Routine Mowing $ Bagging & Disposal of Clippings $ Additional Stress Reducer $ Mechanical Thatch Removal $ Additional or Reduced Post-Emergent Weed Control for Lawn Areas $ Six(6) additional Mowings for 2012 Growing Season $ Insect/Disease Control Application for Lawn Areas $ 3.0 Woody & Herbaceous Plant Care Unit Prices Soil Tests for Planting Bed Areas $ Application of Soil Amendments to Planting Bed Areas $ Additional or Reduced Post-Emergent Weed Control in Planting Bed Areas $ Additional or Reduced Selective Tree & Shrub Pruning (Evergreen & Deciduous) $ Mulch Prairie Dropseed Area with 2 Depth of Double-ground Bark Mulch $ Optional Controlled Burn of Prairie Drop Seed Area $ Insect/Disease Control Application for Planting Bed Areas $ 4.0 Water Feature Care Unit Prices 2011 Winterization Visit Tasks $ Additional Filter Backwashing $ Additional Replenishment of Automatic Chlorine Dispenser $ Re-Lamping of 250 Watt Fixture (Each) $ Re-Lamping of 500 Watt Fixture (Each) $ Re-Lamping of Floating Fountain Light Fixtures (Each Fixture) $ 5.0 Irrigation System Care Unit Prices Spring 2013 Irrigation System Start up (includes backflow certification) $ Additional or Reduced Irrigation System Adjustment $ 6.0 Hardscape System Care Unit Prices Additional or Reduced Post-emergent Weed Control for Hardscape Paving Areas $ Cost per Occurrence ($ ) For required repairs or replacements documented during specified visits and not covered by the construction contractor s oneyear and five-year warranties, the base proposal scope of work or unit prices above, the Contractor shall comply with the following: Submit a written proposal and cost estimate for repair/replacement efforts to Owner for review and pre-approval. Owner will evaluate each proposal on a case-by-case basis and shall issue a Notice to Proceed to the Contractor if it is determined repairs/replacements are warranted. FB-4

7 Notes: 1. Maintenance task occurrences are intended to overlap to ensure that as much work as possible is completed on a single visit to the site. 2. All blank spaces in the form above shall be filled in with the appropriate text or amounts. 3. Base Proposal Costs and Unit Price Costs per "occurrence" shall include all incurred costs, including but not limited to, shipping/delivery costs, travel/mileage, installation, guarantee, all material and supply costs and all markups, overhead and profit, performance bonds and insurance, general conditions, special conditions, etc. necessary for proper completion of specified maintenance work. Additional cost claims for base proposal and unit cost pricing will not be accepted. 4. The owner reserves the right to add and or subtract from the base proposal lump sum contract amount based on unit pricing on this bid form for items indicating additional or reduced number of individual tasks. 5. All unit prices shall include shipping costs, installation, guarantee, all material costs and supplies necessary for maintenance activity. 6. All quantities and amounts shall equal the bid amount. C. Subcontractors The Bidder hereby indicates that the following subcontractors and or suppliers as listed below shall be employed under contract with the Bidder for use on this project subject to Owner and Planning Design Studio (Owners Representative) review and approval. Work to be Performed Name of Subcontractor/Supplier The undersigned, as Bidder, declares that the only persons or parties interested in this Proposal as principal are those named herein; that this Proposal is made without collusion or combination of any kind or character with any other person, firm, association, or corporation, or any member or officer thereof. The undersigned Bidder agrees that, if awarded the Contract for the above work, he will commence the work promptly upon receipt of the Notice to Proceed and will complete the same in accordance with the Contract Specifications. The undersigned Bidder further represents that he has visited and examined the site of the proposed maintenance and has carefully examined the Contract Specifications which include the Advertisement for Bids, Information for Bidders, Bid Proposal, Contract Agreement, General Conditions, and Specifications. Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum No. Addendum No. Addendum No. Dated: Dated: Dated: Dated: FB-5

8 The undersigned Bidder guarantees that the bid bond submitted with this proposal is from a surety that is authorized to do business in the State of Missouri and is authorized to issue bonds in the State of Missouri. Name of Bidder (Corporation, Firm, or Individual) By Signature Typed or Printed Name Title Business Address ATTEST: Title Business Telephone Number Dated: Attach Corporate Seal, if Applicable Enclosures: Bid Security, 5% of Bid Amount Non-Collusive Affidavit Certificate of Insurance FB-6

9 Bidder s Prior Experience (This sheet is to be completed as described in Information for Bidders, Item #4.) Prior Services Performed For: Address: City: State: Zip: Contact Person or Person Familiar with Performance: Title: Phone: Contract Periods: From: To: Brief Written Description of Prior Services Performed: Description of capacity and capability to complete this contract as it relates to available man power and current work load: FB-7

10 Bidder s Prior Experience (This sheet is to be completed as described in Information for Bidders, Item #4.) Prior Services Performed For: Address: City: State: Zip: Contact Person or Person Familiar with Performance: Title: Phone: Contract Periods: From: To: Brief Written Description of Prior Services Performed: Description of capacity and capability to complete this contract as it relates to available man power and current work load: (BIDDER SHALL SUBMIT TWO COPIES OF BID PROPOSAL) END OF FORM OF BID FB-8

11