Loading...
96-22018 RESO RESOLUTION NO. 96-22018 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ISSUE AN INVITATION TO BID FOR AN ANNUAL LANDSCAPING AND IRRIGATION MAINTENANCE CONTRACT OF THE MIAMI BEACH BOARDWALK AND DUNE AREAS WITHIN THE CITY OF MIAMI BEACH. WHEREAS, due to the resurfacing of the Miami Beach Boardwalk and improvements of adjacent areas, there is a need to keep this valuable City asset in excellent condition; and WHEREAS, pursuant to an Invitation to Bid, responses will be sought for an annual landscaping and irrigation maintenance contract of the Miami Beach Boardwalk and dune areas within the City of Miami Beach; and WHEREAS, the Administration would herein recommend authorization to issue an Invitation to Bid; and NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission herein authorize the administration to issue an Invitation to Bid for an annual landscaping and irrigation maintenance contract of the Miami Beach Boardwalk and dune areas within the City of Miami Beach. PASSED and ADOPTED this 19th day of June, 1996. ATTEST: _~O~(>~ CITY CLERK FORM APPROVED LEGAL DEPT. iy ,AI /~/Jh$ .::.J/{~" Date _'- ~ / r; -t..( I " '- CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33139 . CITY OF MIAM! BEACH COMMISSION MEMORANDUM NO. 3~9-q~ FROM: Mayor Seymour Gelber and Members of the City Commission Jose Garcia_pedrot!.a City Manager Request for Appr val to Issue an Invitation To Bid for an Annual Landscaping and Irrigation Maintenance Contract of the Boardwalk and Dune Areas within the City of Miami Beach. DATE: June 19, 1996 TO: SUBJECT: Administration Recommendation: It is recommended that the Mayor and the City Commission authorize the City Manager to issue an Invitation to Bid for an annual landscaping and irrigation maintenance contract of the BoardwalklDune areas within the City. Background: Due to the resurfacing of the Boardwalk and improvements of adjacent areas, there is a need to keep this valuable City asset in excellent condition. The attached specifications are to furnish labor, equipment, materials and supervision needed for the maintenance of landscaping and irrigation of the Boardwalk / Dune areas, streetends adjacent to the Boardwalk and specific areas of sand adjacent to named parks and parking lots within the City of Miami Beach . The Miami Beach Boardwalk begins at 21 Street, and continues North to 46 Street. The streetends included in this contract are as follows, 15th Street, 17th Street, 18th Street, 19th Street, 20th Street, 21st Street, 22nd Street, 23rd Street, 29th to 46th Street. All streetends are accessible from Collins Avenue. The sand areas included in this Contract are located adjacent to 3rd Street Park (3rd Street & Ocean Drive), Lummus Park (5th Street to 15th Street), 46th Street Parking Lot (4600 Collins Avenue), 53rd Street Parking Lot (5300 Collins Avenue), 63rd Street Parking Lot (6300 Collins Avenue), 72nd Street Band Shell (7200 Collins Avenue) and 7300-7600 Ocean Terrace. Conclusion: Since the City is resurfacing the Boardwalk, extending the streetends, and refurbishing the surface parking lots, increased landscaping and irrigation maintenance of the surrounding areas is desirable. Therefore, it is recommended that the Mayor and the City Commission authorize the City Manager to issue an Invitation to Bid for an Annual Landscaping and Irrigation Maintenance Contract of the BoardwalklDune areas within the City. JGP/MDB/JMF /al DATE ~(A, Co-t3-q~ AGENDA ITEM Specifications Annual Maintenance Boardwalk, Dune Area Miami Beach, Fla .. .. 1.0 NATURE OF WORK: To furnish labor, equipment, materials and supervision needed for the maintenance of landscaping and irrigation of the Boardwalk I Dune areas, Street ends adjacent to the Boardwalk and specific areas of sand adjacent to named Parks and Parking lots within the City of Miami Beach. The Boardwalk begins at 21 street, Miami Beach and continues North to 46 Street. The Street Ends included in this contract are as follows, 15 ST, 17 St, 18 St, 19 St, 20 St, 21 St, 22 St, 23 St, 29, to 46 St. All Street ends are accessible from Collins Ave. The Sand Areas included in this contract are located adjacent to 3 St Park (3 St & Ocean Dr), Lummus Park (5 St-15 St), 46 St Parking Lot (4600 Collins Ave), 53 St Parking Lot (5300 Collins Ave), 63 St Parking Lot (6300 Collins Ave), 72 St Band Shell (7200 Collins Ave) and 7300-7600 Ocean Terr. 2.0 TERMINOLOGY: For the purpose of the details of this bid, the following shall be used: A. Contractor: Shall be the company, contractor or any other entity submitting a bid. B. Owner: Shall be the City of Miami Beach, as represented by the Recreation, Culture & Parks Director. C. Authorized Representative: Shall be the person designated by the Recreation, Culture & Parks Director. D. Boardwalk I Dune Areas: Shall be all structures and vegetation bordered by the beach sand to the East of the Boardwalk and all vegetation 30 linear feet to the West side of the boardwalk running the entire length of the boardwalk. E. Street Ends: Shall be all sidewalks, pathways, walls and vegetation at the above listed streets bordered to the West by the curb edge at the east end of each named street. Street Ends are bordered to the east by the Boardwalk I Dune areas and bordered to the north and south by the limits of city owned property. F. Sand Areas: Shall be all sand and vegetation at the above listed Parks and Parking lots, bordered to the east by the Dune Area, to the west by a coral rock wall, and bordered to the north and south by the limits of City owned property. 3.0 AUTHORITY: The Authorized Representative of the Owner shall have the authority to make or approve decisions and I or modifications to said work. Any request by the Contractor for modifications regarding work must be submitted in writing and approved by the Authorized Representative. A copy of all such correspondence must also be submitted to the Purchasing Agent. The Contractor shall not at any time during the tenure of the agreement subcontract any part of the operations or assign any part of this Agreement, except under and by virtue of permission granted by the City through the proper officials. The Authorized Representative shall be responsible for the site supervision and routine communication with the Contractor, any subcontractors, and residents. 4.0 CONTACT PERSON: The Contractor shall provide the City with the name and telephone I beeper numbers of his designated project manager. This person shall be available 24 hours per day in order to answer questions and correct deficiencies in the maintenance work. 5.0 SCOPE OF WORK: Provide all labor, equipment and materials necessary to perform maintenance and plant material replacement as described hereinafter. 5.1 PLANT MATERIAL: Trimming, pruning, weeding, disease and insect control, cultivating, mulching, tightening and repairing of all guying and staking, resetting plants to proper grades or upright positions, restoration of planting saucer, fertilization, raking and leaf removal and removal and disposal of all debris wh,ther Contractor generated or resulting from site conditions. · Provide all the labor and equipment necessary for the removal and replacement of all plant material that seems diseased or damaged for any cause. 5.2 LAWN: Mowing, fertilization, edging, thatch removal, trimming; insect, disease and weed control; repairing damage, or any other causes and disposal of all debris. 5.3 IRRIGATION SYSTEM: Make all necessary adjustments, repairs and replacement to the mechanical systems including leaks, piping valves, valve boxes and irrigation heads etc., as may required if Irrigation system is present or as directed by the City. Contractor shall operate the system as described hereinafter. 5.4 LITTER CONTROL: Provide all labor and equipment necessary for the removal of alllitterl trash from all areas within the Project limits. Litter control shall be completed once for the entire Proiect every 24 hour period. 5.5 SAND REMOVAL: Provide all labor and equipment necessary for the removal of excessive Beach Sand from the Boardwalk access rampsl pathways as prescribed below. Rampsl pathways are to be maintain free of sand not to exceed 1/4 · accumulation to allow the use of same by wheelchairs and pedestrians. Beach Sand along the coral rock wall at the West edge of the Project is to be maintained at a height of no more than 24 ' from the top of the coral rock wall. 6.0 SCHEDULING OF WORK: The Contractor must submit a detailed work schedule calendar, including dates and days of the week when each of the maintenance tasks are to be performed. Said schedule of work should have descriptions of manpower and equipment involved for the specific tasks and should cover a period of at least one calendar year. No work shall be performed until the work schedule is approved by the City. 7.0 PERSONNEL: All maintenance tasks shall be performed by personnel familiar with the various tasks to be performed. The Contractor and 1 or his sub-contractors must submit in writing the requirements listed hereinafter. 1. The Contractor must submit records showing training and experience in all of the tasks to be performed. A minimum of five years experience in the maintenance of projects of similar size and scope must be demonstrated. 2. List brief description of similar or satisfactorily completed work with locations, dates, and amounts of contracts, and names and addresses of owners. 3. List equipment, manpower and facilities available to do the work. Indicate whether the equipment is owned or leased by bidder. 8.0 PROTECTION OF EXISTING IMPROVEMENTS: The Contractor shall exercise extreme caution while conducting his work. All D.E.R.M. and State of Florida regulations relating to the Dune area vegetation must be strictly adhered to Any damage inflicted to any existing man made or natural element above or below grade, shall be promptly repaired to the City's satisfaction and in accordance with these specifications at no additional cost to the city. Any damage caused to existing utilities shall be immediately reported to the pertinent utility branch and to the City. The Contractor is responsible for payment of the cost of all repairs required. 9.0 SAFETY ON AND OFF THE JOB SITE: In performing the scope of work, all safety on or off the job site shall be the sole responsibility of the C~ntractor. The City shall not be responsible for safety on or off the job site. The City's on-site observations or inspections shall be only for the purpose of verifying that the maintenance Specifications are being implemented properly. The City's on-site observations or inspections are not for safety on or off the job site. The Contractor must provide barricades and traffic control devices as he deems necessary or as may be required by the governing agencies or as directed by the City to protect the work, workmen and the general public while conducting the work. 10.0 TRAFFIC CONTROL: The Contractor shall, at his cost, observe all safety regulations, including the placing and displaying of safety devices, provisions of Police to control traffic, etc. as may be necessary in order to conduct the public through the project area in accordance with the F.D.O.T.'s "Manual on Traffic Controls and Safe Practices for street Highway Construction, Maintenance and Utility Operations". The Contractor's attention is directed to the fact that work may be performed on a limited access roadway, with special regulations for traffic control. The Contractor's employees are expected to obey all traffic regulations pertaining to this system. Upon completion of a contract each day, all equipment shall be promptly removed from the job site. 11.0 EQUIPMENT: The Contractor must show proof of appropriate ownership of equipment necessary to provide all maintenance tasks or specify intended method of providing that equipment for use. 12.0 MATERIALS: 12.1 MATERIALS PROVIDED BY THE CITY: (The City will provide the plant materials, mulch, sod and soil required for replacement and repair for reasons not attributable to Contractor negligence.) 12.2 MATERIALS PROVIDED BY THE CONTRACTOR: The materials described below shall be provided by the Contractor. Before any application of any fertilizer, pests or disease control measures, the Contractor will request in writing the presence of a City Official during said applications: A. Staking: All materials required for the staking of trees and palms. B. Water: Potable water for the hand watering of all plant materials and sod every other day for four weeks after replacements. C. All barricadin9 and Traffic Control Devices: As might be required. D. Plantina Soil for Replacement Plants: Planting soils shall be an evenly blended mixture of 40% Everglades Peat and 60% course Silica sand. No stockpiling of soil mixture will be allowed at the site. Submit certificates of compliance and two samples prior to purchase. E. Fertilizers: 1. Lawn Areas and Small Trees: #2657,16-4-8 by Atlantic F.E.C. 2. Palms: #7617, 12-4-12 with sulfur coatednitrogen and sulfate of potassium by Atlantic F.E.C. . F. Pests and Disease Control: All chemical and biological insect and disease control products as required hereinafter. G. Herbicides: Surflan and Roundup as recommended by Manufacturer. ". H. Irri9ation Components: Except valves, backflow preventer, timers and pumps. 13.0 EXECUTION: 13.1 PLANTING MATERIALS: A. Fertilization: Where irrigation is available always thoroughly water before and after granular fertilization. Apply the following materials at the prescribed frequency or as required to keep plants in a healthy growing condition. Apply secondary fertilizer elements as needed to correct specific deficiencies. 1. Palms: Apply 12-4-12 three times a year at the rate of 3 pounds per palm. 2. Small Trees: Apply 16-4-8 one time per year at the rate of 3 pounds per tree. B. Chemical-Pest. Disease and Weed Control: Apply on an as needed basis or as directed by the City; Contractor is to submit proposed treatment in writing for review and approval by the City prior to proceeding. Special attention shall be given to chinch bug control. 1. General Use of Chemicals: The Contractor shall submit a list of all chemical herbicides and pesticides proposed for use under this Contract for approval by the Project Manager, including MSD sheets for each item. Materials included on this list shall be limited to chemicals approved by the State of Florida, the Department of Agriculture, and the Florida Department of Transportation, and shall include the exact brand name and generic formulation. The use of any chemical on the list shall be based on the recommendations of and be performed under the direction of a Certified Pest Control Operator. 2. Disease and Pest Control a. The Contractor shall check for infestations during each mowing cycle. The Contractor shall also apply all pesticides as needed, for complete control of injurious pests. The materials and methods used shall be in accordance with the highest standard horticultural practices. MSD sheets are required on all materials used. b. The Contractor shall advise the Project Manager within four (4) days after disease or insect infestation if found. He shall identify the disease or insect and recommend control measures to be taken, and upon approval of the Project Manager, the Contractor shall supply and implement the approved control measures, exercising extreme caution in application of all spray material, dusts or other materials utilized. Approved control measures shall be continued until the disease, or insect is controlled to the satisfaction of the Project Manager. c. When a chemical is being applied, the person using it shall have in their possession all labeling associated with the chemical. Also, the chemical shall be applied as indicated on the said labeling. A specimen label and the Material Safety Data Sheet for each product shall be supplied to the City. d. All pesticides shall be applie~ by an operator licensed pursuant to Chapter 487 of the Florida Sta(utes. The operator shall have the license/certification in his or her possession when insecticides are being applied. The implementation of control measures for pests and disease infestations shall be in strict compliance with all federal and local regulations. Upon request, the Contractor shall furnish documentation of such compliance. e. The Spraying of pesticides and other such chemicals are to be confined to the individual plant. Spraying techniques which may introduce the material being spayed beyond the immediate area of the individual plant are strictly prohibited. f. Spraying of dust material on foliage only during calm days. Do not apply when leaves are wet, when rain is expected within 3-4 hours after spraying, or when temperatures exceed 88 degrees Fahrenheit. Spray at times when traffic is lightest. Use a spreader-sticker to aid in adherence and absorption of the material. Pay particular attention to the identification and control of infestations of chinch bugs on St. Augustine grass. g. The Contractor shall utilize all safeguards necessary during disease, weed or insect control operations to ensure safety to the public and the employees of the Contractor. h. Pre-Emergence Herbicides are to be applied 4 times a year to all plant material beds. Round-up shall be used where appropriate to eliminate weeds in the project area. C. Weedin9: All plant material beds shall be maintained weed free. Manual removal of weeds will complement herbicide application, as required or directed by the City. Weedeaters shall not be used for weed control in beds or around small trees. Weedeater damage to City plant material other than the target weed is unacceptable. D. Trimming: 1. Large Trees: Maintain so as to provide an area 8' above the soil surface free of suckers and low hanging limbs. Remove and dispose of any fallen branches anywhere in the project area. 2. Palms: Trim only dead leaves. 3. Small Trees: Trim trees to provide a 6' clearance from soil surface. 4. Trim all other shrubs and ground covers as directed by the City. E. OBLIGATION TO REPLACE DAMAGED PLANT MATERIAL: The Contractor shall replace at the cost of the City any and all plant material damaged or destroyed by means other than lack of proper /sufficient maintenance. The contractor will be compensated at a rate of two (2) times the average wholesale cost of the plant material as specified in the latest edition of the "Plant Finder", Bedrock Information Systems, Inc. (305 - 981-2821). Before replacing any plants, the Contractor will obtain written approval by the Project Manager. All labor and mate~ials shall be included in this service. .. The Contractor is to provide all the labor, equipment, and incidental material such as staking, soil, fertilizer, preventative sprays, Pre-emergence herbicides, water and barricades as required. In additional to removal, repair and replacement of plant material, the Contractor will restore the grade, shape and size of all planting beds and be responsible for resetting plants to proper grades and upright positions and for the repair and resetting of all staking. Removal, replacement and repairs shall be made within five (5) days of having ascertained the need of such action and upon notification of the Project Manager. F. Mulching: Mulch all planting beds, trees and palms with a 3"layer of clean cypress mulch, two times per year. 13.2 LAWN AREAS: A. Fertilizing: Where irrigation is available always water thoroughly before and after granular fertilization. Apply 16-4-8 at the rate of 6.26 pounds per 1,000 square feet, two times a year in March and September. B. Pest and Disease Control: As per 13.1B above. C. Mowing and Trimmin9: Mow all lawn areas every 14 days (26 cycles per year) at a 2-1/2" to 3" height of cut. The mower used shall produce a smooth even cut surface. At every mowing, trim and edge around all curbs, sidewalks, driveways, manholes, valve boxes, sprinkler heads, walks, signs, irrigation control enclosures, all plant beds and mulched areas. Establish where necessary and maintain the size and shape of all plant beds, by edging. Grass runners shall not be allowed to over take the edges of beds or landscape elements. String trimmers shall not be used to trim at the base of small trees, palms or around hedge plants. D. Replacements: Remove, repair an replace any lawn areas that have become damaged, diseased or dead for any reason; grade said areas in a smooth, even manner conforming to adjacent grading; roll and top dress newly laid sod with lawn sand and thoroughly water. Provide appropriate extra maintenance until sod is established. 13.3 IRRIGATION SYSTEM: Contractor shall be responsible for operating the irrigation system, (where present) for 45 minutes prior to 9:00 a.m. or after 5:00 p.m., one time during each maintenance cycle period. Watering may be skipped depending on rainfall, only after approval by the City. A. Inspections: The entire system shall be visually and functionally inspected at every mowing cycle. Any malfunctions'or need for replacements or repair, for any cause, shall be immediately reported to the City. Repairs or replacements shall be made immediately. The inspections shall cover but not be limited to: All mechanical systems; balancing and adjusting of all heads and valves; leaks; broken pipes; irrigation heads for correct spray patterns, clogging, retracting, prevel}tion of over spray over paved areas; etc. .. 13.4 BOARDWALK / DUNE AREAS: Fertilize as prescribed (12.2), maintain all small trees and shrubs along the west side of the Boardwalk in order to ensure a three foot clearance from the structure of the boardwalk and clear visibility from ground is maintained. Maintain all shrubbery below the bottom rail of the Boardwalk structure. Maintain assorted grasses and ground cover to a height of six inches along the West side of the Boardwalk. Provide for the removal of sand ,litter glass, cigarette butts and other debris from the deck surface and between the deck boards three times per week, Monday's, Wednesday's and Saturday's. The use of vacuum type equipment appropriate for this location is mandatory, the use of blowers to remove the litter is not sufficient. Maintain the area East of the Boardwalk as prescribed (13.7) only, No trimming or maintenance of the Dune vegetation is permitted. Sand removal a prescribed (5.5) 13.5 STREET ENDS: Maintain as prescribed (13.2), Irrigation System (13.3) and Cleanup/ Litter control as prescribed (13.7) and (5.4). 13.6 SAND AREAS: Maintain as prescribed in Sand Removal (5.5), Lawn Areas (13.2) and Cleanup/Litter Control (13.7) , (5.4). 13.7 CLEAN UP: The Contractor shall be responsible at all times for the removal and disposal of all debris, trash, rocks, grass clippings, excess soil, leaves, branches, etc., within the project area whether they result from hi operations or not. Litter control shall be removed from the entire project once per 24 hour Deriod 365 days per calendar year. 13.8 PAYMENTS: Payments shall be made in monthly installments equal to 1/12 ofthe lump sum bid amount, for all maintenance operations described in these Specifications which were performed during the previous month. The Contractor shall schedule monthly meetings with The Department Director or his designee at least 5 days prior to submitting his monthly invoice to ensure that all requirements contained within these specifications, have been complied with. The Contractor shall immediately repair and remedy any deficiencies that might be noted by the City. The City reserves the right to withhold payment in total or part until the Contractor has satisfactorily corrected any deficiencies found. Unless the Contractor makes all the corrections prior to submittal of the invoices, the portion of payment withheld shall not be paid until the following month, assuming that the corrective work is found to be to the City's satisfaction. READ AND AGREED (SPECIFICATIONS) LANDSCAPE MAINTENANCE GENERAL CONDITIONS A. PERFORMANCE OF WORK: The Contractor shall supply all labor, transportation, materials, and equipment necessary for the entire p~oper and substantial completion of his work, and be accountable for the safe, proper and reasonable use of same during maintenance, and shall remove all equipment of maintenance upon completion, and shall perform all work in the best and most workmanlike manner. B. EXAMINATION OF THE PREMISES: Before submitting proposal for his work, each Bidder will be held to have examined the premises and satisfied himself as to the existing conditions under which he will be obliged to work, including all conditions which will in any way affect the work under the contract. C. USE OF PUBLIC STREETS: Maintenance shall be performed in such a manner as to provide a minimum of inconvenience to the residents of the area. Any material spilled from trucks shall be removed by the Contr~tor and the streets shall be cleaned. D. EXISTING UTILITIES AND STRUCTURES: The contractor shall be fully responsible for locating all existing underground utilities and make every effort to avoid damaging the same. The Contractor shall make good all damages to buildings, and grounds, telephone or other cables, sewer, water pipes, or other structures which may be encountered whether or not shown on the plans. Contractor to remove, relocate or re-route, as necessary all electrical, water, gas or nay other utility lines encountered during maintenance or as required for a new planting. E. EXISTING SIGNS AND EQUIPMENT ITEMS: All existing signs and equipment items shall be preserved and shall remain the property of the City of Miami Beach. F. FIELD VERIFICATION: The Contractor shall be responsible for field verification of all conditions and dimension which related to the work under this Contract. The Contractor shall be required to make all adjustments which are necessary to accommodate the work in accordance with the intent of the Contract Documents at no additional cost. G. PERMITS: The Contractor shall obtain all required occupational licenses and permits. Any permits issued by the City of Miami Beach will be issued for work under the Contract. H. CLEANING UP: The Contractor will be required to leave the work and adjacent areas free of any accumulated rubbish or surplus materials, unless otherwise directed by the Public Service Director. In the event of failure or undue delay on the part of the Contractor, the City may employ such equipment and labor as may e necessary, and charge such costs against the Contractor and deduct the amount from the monies due the Contractor for work performed. I. ACCEPTANCE: Acceptance by the City shall not relieve the Contractor of the responsibility of correcting any defective part. of the work resulting from either workmanship or materials or replacing or repairing damaged property resulting from any phase of the Contractor's work. J. DISCREPANCIES: Contractor must notify the Recreation, Culture and Parks Director or his representative, immediately of any unexpected or unknown conditions, any discrepancies, errors or omissions in the Contract Documents and/or field conditions prior to bidding and before proceeding with the work and/or shop fabrication. Contractor will be responsible for reporting immediately any discrepancies between existing conditions and details outlined in the contract documents. .. K. TRAFFIC CONTROL: Adequate accommodations for"intersection and across traffic shall be provided and maintained and, except where specific permission is given or specified, no road or street shall be blocked or unduly restricted. L. OPERATIONS CONTROL: The Contractor shall conduct his operations in such a manner that no undue hazard will result due to the requirements called for herein and the procedures and policies described herein shall in no way act as a waiver of any of the terms of the liability of the Contractor or his surety. READ AND AGREED (GENERAL CONDITIONS) BIDDER BID Provide all services, labor, equipment and incidental materials necessary for "Boardwalk Area Landscape Maintenance. II as described herein for a period of one year. .. For the Lump Sum of _dollars and cents ($ --l (payable as described in article 13.5). Which is calculated at a cost per acre of $ Additional locations may be added solely at the City's discretion when in the best interests of the City and with the consent of the Contractor. Pricing for Landscape Maintenance services for addition locations that are not on the original contract, shall be based on the same rate as the standard per acre cost of this contract. However, at the City's discretion when in the best interest of he City, the City may negotiate with the Contractor for the addition, deletion or modification of specific services as included in the set of standard specifications. For the purpose of adding or deleting these services, the following unit prices may be used: Provide unit price for: Fertilization as specified/1,OOO sq. ftJapplication Mowing/1,OOO sq.ftJcycle Provide & Install 3" of Cypress Mulch/1,OOO sq.ftJapply. Pesticide application/1,OOO sq.ftJapplication Litter Removal/1,OOO sq.ftJcycle ~ Provide & Install including planting surface preparation/sq.ft. Provide & Deliver only/sq.ft. The City may further negotiate the terms, conditions and costs of these or any added or deleted services so as to insure the proper maintenance of the areas in question. The City shall not be bound to offer additional work to the Contractor and reserves the right to seek other vendors to provide these services either through the bidding process or any other process which best suits the particular project and as allowed by Florida law. The contract(s) may be renewed separately for four consecutive one (1) year periods at the option of the City Manager, if said extension is mutually agreed upon by the City and the Contractor.