Loading...
HomeMy WebLinkAboutBack-Up DocumentsDocuSign Envelope ID: C72B58A0-8ADC-45F0-BEOB-6AF153ED9E74 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V DATE- March 8, 2022 City Manager FROM: �1_me,Perez, CPPO Director/Chief Procurement Officer Department of Procurement RECOMMENDATION: SUBJECT: Recommendation of Award for Landscaping Services Contractor Pool REFERENCES: IFB No. 1380386 ENCLOSURES: Bid Tabulation Based on the findings below, the Procurement Department ("Procurement") hereby recommends the award of Invitation for Bid ("IFB") No. 1380386 to Greco International, Corp., Project Xerofitus, LLC, Coco Tree Services, Corp., SFM Services Inc., VisualScape, Inc., SFL Property Maintenance, Corp., Florida Lawn Service, Inc., and Lawn Keepers of South Florida, Inc., the responsive and responsible Bidders, to provide landscape contractor services for the Department of Resilience and Public Works ("RPW") and Department of Parks and Recreation Services ("Parks"), on an as needed basis. The awarded vendors and contract terms are shown below. Contract Number/Title: IFB No. 1380386, Landscape Services Contractor Pool Contract Amount: Approximately $2,164,582.00 Contract Term: Initial term of two (2) years, with the option to renew for three (3) additional two (2) year periods. Recommended Vendors: Greco International, Corp., Project Xerofitus, LLC, Coco Tree Services, Corp., SFM Services Inc., VisualScape, Inc., SFL Property Maintenance, Corp., Florida Lawn Service, Inc., and Lawn Keepers of South Florida, Inc. BACKGROUND: On January 10, 2022, Procurement issued IFB No. 1380386 for the provision of an open Citywide landscape services contractor pool, under full and open competition. On February 7, 2022, at bid closing fifteen (15) bids were received. The bids were evaluated following the guidelines published in the bid. Nine (9) bids were found to be responsive. The recommended vendors were found to be the responsive and responsible Bidders. In addition, this is an open pool and vendors can be added in the future. Consequently, approval of this recommendation to award is requested. Your signature below will indicate approval of this recommendation. Approved: Ca­u 9 Arthur Noriega V. City Manager AP:tg c: Juvenal Santana, P.E., Director, RPW Barbara Hernandez, CPRP, Director, Parks March 9, 2022 1 12:23:08 EST Date: DocuSign Envelope ID: C72B58A0-8ADC-45F0-BEOB-6AF153ED9E74 Yadissa A. Calderon, CPPB, Assistant Director, Procurement DocuSign Envelope ID: C72B58A0-8ADC-45F0-BEOB-6AF153ED9E74 IFB 1380386 Landscape Services Contractor Pool Bid Tabulation Supplier GROUP A Alleyways, Right -of - ways, and Areas less than 2,500 sgft GROUP B City -Owned Lots Maintenance GROUP C Median/Main Corridor Landscaping GROUP D Traffic Circle Maintenance GROUP E Park Owned Lots COCO TREE SERVICE CORP YES YES NO NO YES FLORIDA LAWN SERVICE INC YES YES NO NO YES GRECO INTERNATIONAL CORP YES YES NO NO YES LAWNKEEPERS OF SOUTH FLORIDA INC. YES YES NO NO YES PROJECT XEROFITUS LLC YES YES NO NO YES SFL PROPERTY MAINTENANCE CORP YES YES NO NO YES SFM SERVICES INC YES YES NO NO YES VISUALSCAPE INC YES YES YES YES YES 4/8/22, 12:57 PM Detail by Entity Name DIVISION OF CORPORATIONS lr DI vjr«y i, I Lfi ,.org W urkr131r1r© uj!!ur/�lss syd/,sit� Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation COCO TREE SERVICE CORP Filing Information Document Number P11000094072 FEI/EIN Number 45-3695565 Date Filed 10/28/2011 Effective Date 10/27/2011 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 10/01/2018 Principal Address 1720 NW 33RD ST MIAMI, FL 33142 Changed: 10/03/2018 Mailing Address 1720 NW 33 ST MIAMI, FL 33142 Changed: 10/30/2019 Registered Agent Name & Address ALVARADO, JOSUE E 1720 NW 33 ST MIAMI, FL 33142 Name Changed: 04/23/2020 Address Changed: 04/23/2020 Officer/Director Detail Name & Address ALVARADO, JOSUE E https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetaiI?inquirytype=EntityName&directionType=Initial&search NameOrder=COCOTR... 1 /2 4/8/22, 12:57 PM 1720 NW 33 ST MIAMI, FL 33142 Detail by Entity Name Title VP Michelena, Joshua 1720 NW 33 ST MIAMI, FL 33142 Annual Reports Report Year Filed Date 2020 04/23/2020 2020 09/11 /2020 2021 02/19/2021 Document Images 02/19/2021 --ANNUAL REPORT View image in PDF format 09/11/2020 -- AMENDED ANNUAL REPORT View image in PDF format 04/23/2020 -- ANNUAL REPORT View image in PDF format 10/30/2019 -- AMENDED ANNUAL REPORT View image in PDF format 10/11/2019 -- Reg. Agent Change View image in PDF format 04/30/2019 -- ANNUAL REPORT View image in PDF format 10/15/2018 -- AMENDED ANNUAL REPORT View image in PDF format 10/01/2018 -- REINSTATEMENT View image in PDF format 04/28/2017 -- ANNUAL REPORT View image in PDF format 04/30/2016 -- ANNUAL REPORT View image in PDF format 08/04/2015 -- Amendment View image in PDF format 04/02/2015 -- ANNUAL REPORT View image in PDF format 04/11/2014 -- ANNUAL REPORT View image in PDF format 04/19/2013 -- ANNUAL REPORT View image in PDF format 04/30/2012 -- ANNUAL REPORT View image in PDF format 10/28/2011 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetaiI?inquirytype=EntityName&directionType=Initial&search NameOrder=COCOTR... 2/2 2/14/22, 11:03 AM Detail by Entity Name DIVISION OF CORPORATIONS Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation FLORIDA LAWN SERVICE, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Principal Address 5845 S.W. 125 AVE. MIAMI, FL 33183 Changed: 07/02/2004 Mailing Address P.O. BOX 831719 MIAMI, FL 33283 V64307 65-0362696 09/14/1992 FL ACT IVE REINSTATEMENT 09/06/1995 Changed: 09/06/1995 Registered Agent Name & Address VIAMONTES, ANDRES E. 5845 S.W. 125 AVE. MIAMI, FL 33183 Address Changed: 07/02/2004 Officer/Director Detail Name & Address Title P VIAMONTES, ANDRES 5845 S.W. 125 AVE. MIAMI, FL 33183 Ilr[iM"I https://search.sunbiz.org /Inquiry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType=Initial &searchN ameOrder= F LOR I DALAWN S... 1 /2 2/14/22, 11:03 AM Detail by Entity Name VIAMONTES, ELENA 5845 S.W. 125 AVE. MIAMI, FL 33183 Annual Reports Report Year Filed Date 2019 05/31 /2019 2020 06/12/2020 2021 04/30/2021 Document Images 04/30/2021 —ANNUAL REPORT View image in PDF format 06/12/2020 — ANNUAL REPORT View image in PDF format 05/31/2019 — ANNUAL REPORT View image in PDF format 04/16/2018 — ANNUAL REPORT View image in PDF format 02/16/2017 — ANNUAL REPORT View image in PDF format 04/25/2016 — ANNUAL REPORT View image in PDF format 04/22/2015 — ANNUAL REPORT View image in PDF format 04/21/2014 — ANNUAL REPORT View image in PDF format 04/29/2013 — ANNUAL REPORT View image in PDF format 04/30/2012 — ANNUAL REPORT View image in PDF format 04/06/2011 --ANNUAL REPORT View image in PDF format 04/22/2010 — ANNUAL REPORT View image in PDF format 04/16/2009 — ANNUAL REPORT View image in PDF format 04/10/2008 — ANNUAL REPORT View image in PDF format 02/09/2007 — ANNUAL REPORT View image in PDF format 03/30/2006 — ANNUAL REPORT View image in PDF format 03/02/2005 — ANNUAL REPORT View image in PDF format 07/02/2004 — ANNUAL REPORT View image in PDF format 04/29/2003 — ANNUAL REPORT View image in PDF format 02/01/2002 — ANNUAL REPORT View image in PDF format 03/08/2001 —ANNUAL REPORT View image in PDF format 05/02/2000 — ANNUAL REPORT View image in PDF format 04/07/1999 — ANNUAL REPORT View image in PDF format 04/21/1998 — ANNUAL REPORT View image in PDF format 04/16/1997 — ANNUAL REPORT View image in PDF format 04/25/1996 — ANNUAL REPORT View image in PDF format Florida Department of5tate, Division of Corporations https://search.sunbiz.org /Inquiry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType=Initial &searchN ameOrder= F LOR I DALAWN S... 2/2 2/14/22, 12:10 PM Detail by Entity Name DIVISION OF CORPORATIONS Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation LAWN KEEPERS OF SOUTH FLORIDA, INC. Filing Information Document Number P00000061037 FEI/EIN Number 65-1019275 Date Filed 06/22/2000 State FL Status ACT IVE Last Event AMENDMENT Event Date Filed 01/19/2005 Event Effective Date NONE Principal Address 21550 SW 184 PL MIAMI, FL 33187 Changed: 08/12/2005 Mailing Address P.O BOX 770763 MIAMI, FL 33177 Changed: 03/06/2002 Registered Agent Name & Address BORREGO, DAVID 21550 SW 184 PL MIAMI, FL 33187 Name Changed: 03/21/2006 Address Changed: 02/07/2007 Officer/Director Detail Name & Address Title PD BORREGO, DAVID https://search.sunbiz.org /Inquiry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType=Initial &searchN ameOrder= LAWN KEEPERS... 1 /3 2/14/22, 12:10 PM 21550 S.W. 184 PL MIAMI, FL 33187 Detail by Entity Name Title Executive Secretary Borrego, Janice 21550 SW 184th PI Miami, FL 33187-4127 Annual Reports Report Year Filed Date 2019 04/21 /2019 2020 03/09/2020 2021 03/13/2021 Document Images 03/13/2021 —ANNUAL REPORT View image in PDF format 03/09/2020 — ANNUAL REPORT View image in PDF format 04/21/2019 — ANNUAL REPORT View image in PDF format 02/15/2018 — ANNUAL REPORT View image in PDF format 03/07/2017 — ANNUAL REPORT View image in PDF format 03/07/2016 — ANNUAL REPORT View image in PDF format 03/20/2015 — ANNUAL REPORT View image in PDF format 04/28/2014 — ANNUAL REPORT View image in PDF format 01/29/2013 — ANNUAL REPORT View image in PDF format 02/26/2012 — ANNUAL REPORT View image in PDF format 03/17/2011 -- ANNUAL REPORT View image in PDF format 04/09/2010 — ANNUAL REPORT View image in PDF format 04/15/2009 — ANNUAL REPORT View image in PDF format 01/07/2008 — ANNUAL REPORT View image in PDF format 02/07/2007 — ANNUAL REPORT View image in PDF format 08/21/2006 — ANNUAL REPORT View image in PDF format 03/21/2006 — ANNUAL REPORT View image in PDF format 08/12/2005 — ANNUAL REPORT View image in PDF format 01/19/2005 — Amendment View image in PDF format 01/14/2005 — Amendment View image in PDF format 04/28/2004 — ANNUAL REPORT View image in PDF format 02/20/2004 — Amendment View image in PDF format 12/22/2003 — Amendment View image in PDF format O5/20/2003 — Amendment View image in PDF format 02/21/2003 — ANNUAL REPORT View image in PDF format 03/06/2002 — ANNUAL REPORT View image in PDF format 07/20/2001 — Amendment View image in PDF format 04/27/2001 —ANNUAL REPORT View image in PDF format 06/22/2000 — Domestic Profit View image in PDF format https://search.sunbiz.org /Inquiry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType=Initial &searchN ameOrder= LAWN KEEPERS... 2/3 2/14/22, 12:10 PM Detail by Entity Name Florida Department of5tate, Division of Corporations https://search.sunbiz.org /Inquiry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType=Initial &searchN ameOrder= LAWN KEEPERS... 3/3 2/14/22, 1:27 PM Detail by Entity Name DIVISION OF CORPORATIONS lr f/������, ta►� ujJtrlsrJ' 3Y�r© uj!!ur/�lss syd/,sit� Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Limited Liability Company PROJECT XEROFITUS, L.L.C. Filing Information Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Event Effective Date Principal Address 185 SE 14TH TERRACE STE 2307 MIAMI, FL 33131 Changed: 02/05/2022 Mailing Address 185 SE 14TH TERRACE STE 2307 MIAMI, FL 33131 L16000167463 30-0956931 09/07/2016 09/07/2016 FL ACT IVE LC AMENDMENT 11 /23/2020 NONE Changed: 02/05/2022 Registered Agent Name & Address SILVAS FINANCIAL SERVICES, LLC 5220 S UNIVERSITY DR STE C-102 DAVIE, FL 33328 Name Changed: 02/05/2022 Address Changed: 02/12/2018 Authorized Persons) Detail Name & Address hftps://search.sunbiz.org/Inq ui ry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType= Initial &searchN ameOrder= PR OJ ECTXER O... 1 /2 2/14/22, 1:27 PM Title MGR Detail by Entity Name PETRILLI, ANTONIO 185 SE 14TH TERRACE STE 2307 MIAMI, FL 33131 Title MGR TOBIA, GIUSEPPINA 185 SE 14TH TERRACE STE 2307 MIAMI, FL 33131 Annual Reports Report Year Filed Date 2020 02/22/2020 2021 02/15/2021 2022 02/05/2022 Document Images 02/05/2022 — ANNUAL REPORT View image in PDF format 02/15/2021 —ANNUAL REPORT View image in PDF format 11/23/2020 -- LC Amendment View image in PDF format 02/22/2020 — ANNUAL REPORT View image in PDF format 03/15/2019 — LC Amendment View image in PDF format 03/01/2019 — LC Amendment View image in PDF format 01/26/2019 — ANNUAL REPORT View image in PDF format 02/12/2018 — ANNUAL REPORT View image in PDF format 08/29/2017 — LC Amendment View image in PDF format 08/03/2017 — LC Amendment View image in PDF format 05/01/2017 — ANNUAL REPORT View image in PDF format 09/07/2016 — Florida Limited Liability View image in PDF format Florida Department of5tate, Division of Corporations hftps://search.sunbiz.org/Inq ui ry/CorporationSearch/SearchResultDetai I?i nq ui rytype= EntityN ame&di recti onType= Initial &searchN ameOrder= PR OJ ECTXER O... 2/2 4/8/22, 1:05 PM Detail by Entity Name DIVISION OF CORPORATIONS lr DI vjr«y i, I Lfi ,.org W urkr131r1r© uj!!ur/�lss syd/,sit� Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation SFL PROPERTY MAINTENANCE CORP. Filing Information Document Number P12000063196 FEI/EIN Number 45-5621968 Date Filed 07/18/2012 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 06/12/2020 Event Effective Date NONE Principal Address 10890 QUAIL ROOST DRIVE UNIT 27 MIAMI, FL 33157 Changed: 12/06/2021 Mailing Address 3345 SW 81 AVENUE MIAMI, FL 33155 Changed: 06/12/2020 Registered Agent Name & Address FIGUEREDO, ARMANDO J, JR 3345 SW 81 AVENUE MIAMI, FL 33155 Address Changed: 06/12/2020 Officer/Director Detail Name & Address Title P FIGUEREDO, ARMANDO J, JR 3345 SW 81 AVENUE MIAMI, FL 33155 https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetaiI?inquirytype=EntityName&directionType=Initial&search NameOrder=SFLPROP... 1 /2 4/8/22, 1:05 PM Title VTS Detail by Entity Name PEREZ, NICOLE 3345 SW 81 AVENUE MIAMI, FL 33155 Annual Reports Report Year Filed Date 2020 03/03/2020 2021 03/16/2021 2022 03/16/2022 Document Images 03/16/2022 -- ANNUAL REPORT View image in PDF format 03/16/2021 --ANNUAL REPORT View image in PDF format 06/12/2020 -- Amendment View image in PDF format 03/03/2020 -- ANNUAL REPORT View image in PDF format 03/07/2019 -- ANNUAL REPORT View image in PDF format 02/20/2018 -- ANNUAL REPORT View image in PDF format 01/12/2017 -- ANNUAL REPORT View image in PDF format 03/10/2016 -- ANNUAL REPORT View image in PDF format 04/05/2015 -- ANNUAL REPORT View image in PDF format 04/17/2014 -- ANNUAL REPORT View image in PDF format 04/13/2013 -- ANNUAL REPORT View image in PDF format 07/18/2012 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetaiI?inquirytype=EntityName&directionType=Initial&search NameOrder=S FLPROP... 2/2 4/8/22, 1:06 PM Detail by Entity Name DIVISION OF CORPORATIONS lr DI vjr«y i, I Lfi ,.org W urkr131r1r© uj!!ur/�lss syd/,sit� Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation SFM SERVICES, INC. Filing Information Document Number M44559 FEI/EIN Number 59-2766887 Date Filed 01/09/1987 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 01/26/2006 Event Effective Date NONE Principal Address 9700 NW 79TH AVE. HIALEAH GARDENS, FL 33016 Changed: 04/15/2010 Mailing Address 9700 NW 79TH AVE. HIALEAH GARDENS, FL 33016 Changed: 01 /26/2012 Registered Agent Name & Address TRIAY, CARLOS ESQUIRE 2301 NW 87 AVENUE SUITE 501 DORAL, FL 33172 Name Changed: 09/19/1996 Address Changed: 03/30/2009 Officer/Director Detail Name & Address Title VP, S INFANTE, JOSE MJR https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetaiI?inquirytype=EntityName&directionType=Initial&search NameOrder=SFMSER... 1 /3 4/8/22, 1:06 PM 9700 NW 79TH AVE. HIALEAH, FL 33016 Detail by Entity Name Title P, T INFANTE, CHRISTIAN H 9700 NW 79TH AVE. HIALEAH, FL 33016 Annual Reports Report Year Filed Date 2019 04/08/2019 2020 04/28/2020 2021 04/06/2021 Document Images 04/06/2021 --ANNUAL REPORT View image in PDF format 04/28/2020 -- ANNUAL REPORT View image in PDF format 04/08/2019 -- ANNUAL REPORT View image in PDF format 04/10/2018 -- ANNUAL REPORT View image in PDF format 03/21/2017 -- ANNUAL REPORT View image in PDF format 03/21/2016 -- ANNUAL REPORT View image in PDF format 02/02/2015 -- ANNUAL REPORT View image in PDF format 02/17/2014 -- ANNUAL REPORT View image in PDF format 02/21/2013 -- ANNUAL REPORT View image in PDF format 01/26/2012 -- ANNUAL REPORT View image in PDF format 01/27/2011 --ANNUAL REPORT View image in PDF format 04/15/2010 -- ANNUAL REPORT View image in PDF format 03/30/2009 -- ANNUAL REPORT View image in PDF format 02/11/2008 -- ANNUAL REPORT View image in PDF format 01/29/2007 -- ANNUAL REPORT View image in PDF format 03/16/2006 -- ANNUAL REPORT View image in PDF format 01/26/2006 -- Name Change View image in PDF format 04/27/2005 -- ANNUAL REPORT View image in PDF format 04/01/2004 -- ANNUAL REPORT View image in PDF format 02/17/2003 -- ANNUAL REPORT View image in PDF format 02/26/2002 -- ANNUAL REPORT View image in PDF format 02/28/2001 --ANNUAL REPORT View image in PDF format 06/08/2000 -- ANNUAL REPORT View image in PDF format 04/21/1999 -- ANNUAL REPORT View image in PDF format O5/21/1998 -- ANNUAL REPORT View image in PDF format 02/05/1997 -- ANNUAL REPORT View image in PDF format 09/19/1996 -- ANNUAL REPORT View image in PDF format O5/01/1995 -- ANNUAL REPORT View image in PDF format https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetaiI?inquirytype=EntityName&directionType=Initial&search NameOrder=S FMSER... 2/3 4/8/22, 1:06 PM Detail by Entity Name Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetaiI?inquirytype=EntityName&directionType=Initial&search NameOrder=S FMSER... 3/3 4/8/22, 1:07 PM Detail by Entity Name DIVISION OF CORPORATIONS lr DI vjr«y i, I Lfi ,.org W urkr131r1r© uj!!ur/�lss syd/,sit� Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation VISUALSCAPE, INC. Filing Information Document Number P11000057735 FEI/EIN Number 45-2599402 Date Filed 06/21/2011 State FL Status ACTIVE Principal Address 17801 NW 137th Ave MIAMI, FL 33018 Changed: 01 /25/2017 Mailing Address 17801 NW 137th Ave MIAMI, FL 33018 Changed: 01 /25/2017 Registered Agent Name & Address KESHEN, NELSON CESQ 9155 SO DADELAND BLVD, SUITE 1718 MIAMI, FL 33156 Officer/Director Detail Name & Address Title President VILA, IVAN CARLOS 17801 NW 137th Ave MIAMI, FL 33018 Annual Reports Report Year Filed Date 2020 01 /21 /2020 2021 01 /14/2021 2022 03/14/2022 https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetaiI?inquirytype=EntityName&directionType=Initial&search NameOrder=VISUALS... 1 /2 4/8/22, 1:07 PM Detail by Entity Name Document Images 03/14/2022 -- ANNUAL REPORT View image in PDF format 01/14/2021 --ANNUAL REPORT View image in PDF format 01/21/2020 -- ANNUAL REPORT View image in PDF format 02/04/2019 -- ANNUAL REPORT View image in PDF format 01/31/2018 -- ANNUAL REPORT View image in PDF format 01/25/2017 -- ANNUAL REPORT View image in PDF format 01/28/2016 -- ANNUAL REPORT View image in PDF format 01/22/2015 -- ANNUAL REPORT View image in PDF format 02/18/2014 -- ANNUAL REPORT View image in PDF format 02/17/2013 -- ANNUAL REPORT View image in PDF format 03/28/2012 -- ANNUAL REPORT View image in PDF format 06/21/2011 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetaiI?inquirytype=EntityName&directionType=Initial&search NameOrder=VISUALS... 2/2 IFB NO.: 1380386 ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name - co 'bw 60f4�_ Business Address 1-7 3 ��� d" ivy �.� P Business Representative Primary Contact (REQUIRED) Contact Name: E-mail Address: /j OC,D Contact Telephone Number: Cellular Phone Number (if applicable): Fax Number (if applicable): -3D/ �Vz_— uC Secondary Contact (OPTIONAL) Secondary Contact: E-mail Address: Contact Telephone Number: Cellular Phone Number (if applicable): Fax Number (if applicable): Please check the Group(s) your firm wishes to be pre -qualified under: El Group A - Alleyways/Rights-of-way/Areas under 2,500 sgft Maintenance ❑Group B - City Lot Landscaping Maintenance ❑Group C - City Median/Main Corridor Landscaping ❑Group D - Traffic Circle Landscaping Maintenance ❑ Group E - Parks -Owned Lot Landscaping Maintenance I Groups **NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to acceptor reject all or any part of this submission. Prices should he firm fora minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices, We (1) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 1 g-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (1) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: ` Ja Ti -D-0 5t? r-u It e jLi-cp ADDRESS: 1)10 F r i i rL 33 f Z PHONE: " ` k l FAX: C` 7— `-- C.9 152 3 EMAIL: ee CoCe»? CELL(Optional): SIGNED BY:��t 2►'t1t"C�t'it� t0_.� FAIL RF TO COMPLETE. SIGN AND RFTURN THIS FORM SHALL QIS I AI WW"t, TILIS RFSP()NSF. Legal Name of I=i �.71 Certifications I Y"QL�. 5(24-()c 0 Entity Type: Partnership. Sole Proprietorship, Corporation, etc. Year Established: Zo t( Office Location: City of Miami, Miami -made County, or Other Business Tax 1 2e P-i 33 /d 5- •r F4- 3?ocz License; Number: Business Tax Receipt/Occu ational Licen a Issuing Agency: Business Tax ense Expiration Date: 7Z Federal Employee Identification Number (FEIN): 14 S- -.3 � I X-r6,s` Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. k 1" Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1. I/10/20). If no addendum/addenda was/were issued, please insert N/A. A V= 01 2c. If Bidder has a Local Office, as defined under Chapter 18/Article 111, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The: City of Miami Local Office Certification form is attached to this solicitation as Attachment 11- Local Office Certification.) Attachment B: Reference Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAME: ` � T .t � :� c� Reference Section 2.13 Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 1 Company/Organization Name: �A r-)i C_ ` }-•+,J a0-,,k Address: Contact Person: �a✓ ` Contact Phone Number and Email VA US k x 0- cG. Date of Contract or Sale: A D ` q 19'7 Prime or Subcontractor: �r scrip tion of Serv` ,Total dollar y�i a of Contractetc.): Past Pert rmance Reference Check #2 Com an /Qr anization,/Name: Address: 1 NA) 7 3 1 3 Contact Person: Pe,- } e Contact Phone Number and Email: vS- LAW Contact E-mail if applicable :11 �Y,, ttv�s ov C.G7vt ©ate of Contract or Sale: Prime or Subcontractor: Other { scription f Service 'total d ilar value of C r etc.) S Past Performance Referen C #3 Com an CQr anization Name: Address: Contact Person: - 5�e_ Contact Phone Number and Gait, q Contact E-mail if applicable): i GL ` Date of Contract or Sale: ) - Prime or Subcontractor: Other (Des i tion of Service, 7' i dollar vahie of C tract, tc.): 4 a OP CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number:_:k1-Mo3_s,.fit (i.e. IFQ/IFB/RFP/RFQ/RFLI No. 123456) licitation Titl Se: thA 5mef-vj, cgj. _kn+i_c1_04c.y POL) 1� 'I (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapte 181Article 111, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for Purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, r. principal i or owner of the local business; a Post offic e box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or Proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior WY -executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum Of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum Of twelve (12) months immediately Preceding the date bids or proposals were rcceived for the purchase or contract at issue, any license or certificate Of Competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance and of said business operations; (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or Proposal to be eligible for consideration under this section, provided, however, that the burden of roof to provide all supporting documentation in Support of this local Office Certification is home by the busiries P proposal. s applicant submitting a bid or FORM-C'ty of Miami Local Office Certification 7 /22/2013 7/22/zulj PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: 13 26PW - 3 Ycl rl-�-- Does Bidder/Proposer conduct verifiable, full- M-11 time, on -site employment at the local office YES LeJ NO for a minimum of forty (40) hours per calendar week? If Bidder/Proposer`s Local Office tenancy is pursuant to a lease, has Bidder/Proposer YES NO J�N/A enclosed a copy of the lease? (` City of Miami: (_,_! YES NO Exempt Cite Exemption: Has Bidder/Proposer enclosed a copy of the Business Tax Receipt (BTR) issued by the City Miami Miami County? Miami -Dade County: RYES NO Exempt of and -Dade Cite Exemption: Has Bidder/Proposer enclosed a copy of the Iicense, certificate of competency and �-'`� certificate of use that authorizes the YES L.J NO performance of Bidder/Proposer's business operations? Bidder/Proposer's signature below certifies compliance with the Local Office requirements stated under Chapter 18/Article 111, Section 18-73, of the Code of the City of Miami, Florida, as amended. cz u 9- Y?luo_ x. o Print Name Oidder/Proposer Authorized Representative) Signature FORM -City of Miami Local Office Certification Date STATE OF FLORID COUNTY OF Certified to and subscribed before me this day of by Notary Public State of Florida DimelZa M Perestelo My Commission HH 038843 SF A LY).E A A Personally Known (Signature of Notary Public -State of Florida MMi�M-1.,.21 OR Produced Identification Jaf A. ANNIE PEREZ, CPPO ARTHUR NORIEGA V Procurement Director City Manager '..0 Yiy ss.xxas ADDENDUM NO. 1 IFB 1380386 January 26, 2021 invitation for Bid ("IFB"), Landscaping Services Contractor Pool TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned iFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.5, Structure of Pool, Paragraph 2 has been deleted in its entirety and hereby replaced with the following: At the sole discretion of the City, additional vendors may be added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new Categories will be done through a competitive process utilizing a set of minimum qualification requirements such as those established in this Solicitation as described in Section 2.6, Bidders' Minimum Requirements. B. Attachment O, Local Office Certification, has been added to the Solicitation Document Section of IFB 1380386 in the Periscope S2G e-procurement system. C. The following is the City's response to questions received from prospective Bidders: Q1. Please provide the budget, bid tabulation, and bid bond information for this IFB. Al. (A) Budget information is not available for this IFB. (B) There is currently no active contract for these services, therefore a bid tabulation is unavailable. (C) There is no bid bond requirement for this solicitation. ALL OTHER TERMS AND CONDITIONS OF THE iFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. i� .'4 Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department AP:tg c. Juvenal Santana, P.E., Director, Public Works. Barbara Hernandez, CPRP, Director, harks and Recreation Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: _ l,Ab �', T,,tr.A eru( (2e— DATE: CZ, Oq 101 . SIGNATURE: 2 A�VRO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 02/01/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: rf the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Professional Insurance Services of Florida Inc 5757 Blue Lagoon Dr #140 NA TACT Aiexandersardinas PHONEJAC (305) 300-8291 FaX (305) 357-1830 A/c No). _Er L inform roinservtl.com AES ; P INSURERS AFFORDING COVERAGE NAIC fI Miami FL 33126-2057 INSURER A . Burlington Insurance Company 23620 INSURED INSURER 13, Nautilus insurance Co 17370 COCO TREE SERVICE CORP INSURER C : Granada Insurance Co. 524210 1720 NW 33rd St INSURER D : INSURER E. Miami FL 33142-6173 INSURERF: vv�a.wwev I =Mf EVE"AiAC mafmmS K- Of9 n4MRf Ll LA. ISAIM- �.fvavn �wmocf�. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INS�R TYPE OF INSURANCE AIMDDL SWVDUER POLK Y NUMBER MM D EFF M� Y EXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ 5,000 PERSONALBADVINJURY $ 1,000,000 A Y N 864B008282 06/29/2021 06/29/2022 GEN'L X AGGREGATE LIMIT APPLIES PER: ❑ GENERAL AGGREGATE $ 2,000,000 PRODUCTS -COMP/OP AGG $ 1,000.000 POLICY JECT LOC $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 50,000 ANY AUTO BODILY INJURY (Per person) $ C OWNED X SCHEDULED AUTOS ONLY AUTOS N N 0110FL00045170-1 11/04/2021 11/04/2022 BODILY INJURY Per accident ( ) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Per accident $ PIP $ 10,000 x UMBRELLALIAB HcLAIms-mADE OCCUR EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 B EXCESS LL46 N N AN1243263 06/29/2021 06/29/2022 DED I I RETENTION $ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS' LIABILITY Y I N STATUTE ER,� E.L.ACH ACCIDENT _T. $ ANYPROPRIETOR/PARTNER/EXECUTIVE NIA OFFICER/MEMBEREXCLUDED? (Mandatary in NH) If yes, describe under E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Tree service City Of Miami I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 444 SW 2nd Ave 6th Floor THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Miami FI 33130 AUTHORIZED REPRESENTATIVE IA"w S" ACORD 25 (2016/03) ©1 The ACORD name and logo are registered marks of ACORD All rlrahtA rmgarvrarf Date CERTIFICATE OF LIABILITY INSURANCE 120 2ozz Producer: Plymouth Insurance Agency This Certificate is issued as a matter of information only and confers no rights 2739 U.S. Highway 19 N. upon the Certificate Holder. This Certificate does not amend, extend or alter Holiday, FL 34691 the coverage afforded by the policies below. (727) 938-5562 Insurers Affording Coverage NAIC # Insured: South East Personnel Leasing, Inc. & Subsidiaries Insurer A: Lion Insurance Company 11075 2739 U.S. Highway 19 N. Insurer B: Insurer C: Holiday, FL 34691 Insurer D: Insurer E: Coverages The policies of insurance listed below have been issued to the insured named above for the policy period indicated. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of such policies. Aggregate limits shown may have been reduced by paid claims. INSR LTR ADDL INSRD Type of Insurance YP Policy Number Policy Effective Date Policy Expiration Date Limits (MM/DD/YY) (MM/DD/YY) ENERAL LIABILITY Commercial General Liability Each occurrence - Damage to rented premises (FJa occurrence) Claims Made 0 Occur Med Exp General aggregate limit applies per: Personal Adv Injury General Aggregate Policy Project ❑ LOC Products - Comp/Op Agg AUTOMOBILE LIABILITY Combined Single Limit Any Auto (EA Accident) All Owned Autos Bodily Injury Scheduled Autos (Per Person) Bodily Injury Hired Autos Non -Owned Autos (Per Accident) Property Damage (Per Accident) EXCESS/UMBRELLA LIABILITY Each Occurrence Occur ❑ Claims Made Aggregate Deductible A Workers Compensation and Employers' Liability WC 71949 01/01/2021 01/01/2022 X WC Statu- tory Limits OTH- ER E.L. Each Accident $1,000,000 Any proprietor/partner/executive officer/member excluded? NO If Yes, describe under special provisions below. E.L. Disease- Ea Employee $1,000,000 E.L. Disease -Policy Limits $1,000,000 Other Lion Insurance Company is A.M. Best Company rated A Excellent). AMD # 12616 Descriptions of Operations/Locations/Vehicles/Exclusions added by Endorsement/Special Provisions: Client ID: 90-68-060 Coverage only applies to active employee(s) of South East personnel Leasing, Inc. & Subsidiaries that are leased to the following "Client Company": Coco Tree Service Corp Coverage only applies to injuries incurred by South East Personnel Leasing, Inc. & Subsidiaries active employee(s), while working in: FL. Coverage does not apply to statutory employee(s) or independent contractor(s) of the Client Company or any other entity. A list of the active employee(s) leased to the Client Company can be obtained by faxing a request to (727) 937-2138 or email certtficates@lioninsurancecompany.com Project Name: ISSUE 01-20-22 (AR) Begin Date: 10 4 2021 CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI 444 SW 2ND AVE 6TH FLOOR Should any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. ,.. �,����. �- 4�✓��^__, MIAMI, FL33130. LAVISION OF l.ONPURATIONS Department of State / Division of Corporations / Search Records / Search tay Entity Name / Detail by Entity Name Florida Profit Corporation COCO TREE SERVICE CORP Filing Information Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Principal Address 1720 NW 33RD ST MIAMI, FL 33142 Changed: 10/03/2018 Mailing Address 1720 NW 33 ST MIAMI, FL 33142 P11000094072 45-3695565 10/28/2011 10/27/2011 FL ACTIVE REINSTATEMENT 10/01 /2018 Changed: 10/30/2019 Registered Agent Name & Address ALVARADO, JOSUE E 1720 NW 33 ST MIAMI, FL 33142 Name Changed: 04/23/2020 Address Changed: 04/23/2020 Officer/Director Detail Name & Address Title P ALVARADO, JOSUE E I I LV 11 Y Y NJ %J I MIAMI, FL 33142 Title VP Michelena, Joshua 1720 NW 33 ST MIAMI, FL 33142 Annual Reports Report Year Filed Date 2020 04/23/2020 2020 09/11/2020 2021 02/19/2021 Document Images 02/19/2021 --ANNUAL REPORT View image in PDF format 09/11/2020 -- AMENDED ANNUAL REPORT _ View image in PDF format I 04/23/2020 -- ANNUAL REPORT View image in PDF format f 10/30/2019 -- AMENDED ANNUAL REPORT View image in PDF format 10/11/2019 -- Reg. Agent Change View image in PDF format 04/30/2019 - ANNUAL REPORT _ View image in PDF format 10/15/2018 AMENDED ANNUAL REPORT View image in PDF format 10/01/2018 - REINSTATEMENT View image in PDF format 04/28/2017 -- ANNUAL REPORT View image in PDF format 04/30/2016 -- ANNUAL REPORT View image in PDF format 08/04/2015 -- Amendment View image in PDF format j 04/02/2015 -- ANNUAL REPORT View image in PDF format 04/11/2014 -- ANNUAL REPORT View image in PDF format 04/19/2013 ANNUAL REPORT View image in PDF format 1 04/30/2012 -- ANNUAL REPORTView image in PDF format 10/28/2011 -- Domestic Profit View image in PDF format i EQUIPMENT LIST Equipment Serial # Tractor Honda 21 " 5-M2C91173141 Equipment Serial # Tractor Toro32" 316000325 Equipment Serial # _ Tractor Bob Cat 5-9426325295 Tractor SCAG -61 5TT61V77CH Tractor Bob Cat 48 S-9426310295 Grand Stand SN-316111208 Equipment Serial# Tractor Toro 32" 3009227000405 Grand Stand SN-40126067 Tractor Toro 52" 2800008408 Equipment Serial # TOL 3000 PSI PRO Pressure cleaner SN1008206001 GAL Honda 50 SPRAYER K12557 STETS 400-14 STIHL CUTQUIKS Concrete saw 177427635 HOEEU200012000WattGenerator SN-EAAJ-1806638 Equipment Serial # Stihl Hedge Trimmer SN-512725865 Stihl Hedge Trimmer SN-512725888 Stihl EDGER SN-512725697 Stihl Trimmer HL-91 K S-514060019 Stihi Trimmer HL-94K S-513200803 Stihl Chain Saw SN-183000830 Sthill edger SN-512909939 ZM 60 500 RD DECK SN-400025467 ZM 60500 RD DECK SN-400055472 QUANTITY EQUIPTMENT MAKE AND MODEL 8 LAWNMOWERS TORO600060" 8 TRUCK ISUZU NPR HD 3 TRACTOR KUBOTA 15" MS031 23 WEEDKILLER MS 270 16 TRIMMER STIHL FS 91R 4 BUCKETTRUCK FORD F 750 SUPER DUTY 60" 3 CHIPPER VEERMEER1000 3 GRAPPLE TRUCK MACK GRANITE 4 DUMP TRUCK GMC750030YARDS 6 PICK UP TRUCK FORD F3S0 4 GATOR JOHN DEERE 4 RTV KUBOTA RTV 900 1 WATER TANK F750 500 GALLONS 4 LAWNMOWERS TORO GROUNDMAST€R 4700-D 5 BLOWERS BILLYGOATZ3000 12 TRAILER TRAILER 7X16X6FT51N 4 LAWN MOWERS 61" 37HP VANGURD TURF TIGER ELECT 10 CHAIN SAW M5311 CHAIN SAW 3 SPRAYER 50 GALALUMINUM FRAME SPRAYER Form W-g Request for Taxpayer (Rev. October2018) Identification Number and Certification Give Form to the requester. Do not Department of the Treasury Internal Revenue Service ► Go to wwwJrs.gov1FormW9 for instructions and the latest information. send to the IRS. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. coco tree service corp 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see sZ o ❑ Individual/sole proprietor or p p' O C Corporation ❑ S Corporation El ❑ Trust/estate instructions on page 3): Csingle -member LLC Exempt payee code (if any) ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► O Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is d another LLC that is not disregarded from the owner for U.S, federal tax purposes. Otherwise, a single member LLC that code (if any) is disregarded from the owner should check the appropriate box for the tax classification of its owner. fl. i h Oter (see instructions) ► ❑ \ ) (Applies to accounts maintained outside the US) N 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) cDn 1720 nw 33rd st 6 City, state, and ZIP code miami, fl 33142 7 List account number(s) here (optionaq 1 axpayer IQentirrlcatlon NurnDer (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SHowever, fora _ M - resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identificatlon number Number To Give the Requester for guidelines on whose number to enter. TT v©0©"U©©0© Under penalties of perjury, 1 certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instruptions for Part 11, later. 01911 I Signature of t Here U.S. person ► ;e K, General Instruceions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormIN9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (MIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. e Form 1099-INT (interest earned or paid) Date ► 1 1 r is iJ i p • Form 1099-DIV (dividends, including thos4from stocks or mutual funds) i • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form w-9 (Rev. 10-2018) IN The International Society of Arboriculture Hereby Announces That 6rturo YzpleNdo Has Earned the Credential ISA Certified Arborist RO By successfully meeting ISA Certified Arborist certification requirements through demonstrated attainment of relevant competencies as supported by the ISA Credentialing Council Caitlyn Pollihan CEO & Executive Director 18 February 2012 30 June 2024 FL-6380A Issue Date Expiration Date Certification Number ANSI National, Board A C C R E D I T E D PERSONNEL CERTIFICATION BODY #0847 ISA Certified Arborist I A. FNGLAa No oi CERTIFIED PROFESSIONAL INSTALLATION The Florida Nursery, Growers & Landscape Association Confers on Arturo Izqui*erdo T33 00431 The Title of FNGLA Certified Landscape Technician (FCLT) Expiration Date: 3/31/2023 Certified Since: 12/212016 -, -6L Shawn Thomas, FNGLA President Merry Mott, F GLA Certification Director 1; Matt, UIFAS Extension UNIVERSITY of FLORIDA Commercial Horticulture Program 3245 College Avenue Davie, FL. 33314 JOSUE ALVARADO 1720 NW 33 STREET MIAMI, FL. 33142 ILI PFL BOR I D A COURSE: ADVANCED LEVEL — ENGLISH — TREE TRIMMING CLASS: TUESDAY — JULY 29, 2021 Congratulations'; You have passed the Tree Trimmer Certification test. Your certification card is enclosed. Please keep it with you always when at work. If you have any questions, please contact: betancourt.i@ufl.edu. Aprob® el examen de certification de podador de arboles. Su tarjeta de certification esta incluida. Llevelo siempre consigo mientras este en el trabajo. Si tiene alguna pregunta, comuniquese con: betancourt.i@ufl.edu. Sincerely/Sinceramente, �k - Isabel Betancourt Administrative. Support Assistant I Commercial Horticulture Program University of Florida IFAS Extension, Sroward County 3245 College Avenue Davie, Florida 33314-7719 TEL: 954-756-3527 I;at�az�en�rt.�;� i1fl�tlu IFAS Extension VNIVERSMof T1 ORIDA B ��jA! D Certificate of Completion ADVANCED/TREE TRIMMING ✓ JOSUE ALVARADO has successfully completed the training conducted by UFAFAS Broward County Extension office (Lit lsfy+.:ia_ i, Class bate: JULY 29,2021 Exp. Date: JULY 29, 2023 THIS CARD IS A TRAINING CERTIFICATE — NOT A LICENSE. September 9, 2021 BRC)WARD COUNTY TREE TRIMMER LICENSE STANDARDS FOR MAINTAINING YOUR BRONVARD COUNTY TREE TRIMMER LICENSE 1. The following shall be available for inspection at every work site where tree trimming is being carried out: + A copy of the company's Broward County Tree Trimmer license + Proof of the company's current insurance coverage + At least one person should possess a current Tree Trimmer training card. Current training cards reflect that training was completed within + the past two (2) years • Picture identification issued by a government entity or agency 2. At least one trained person must be available at every work site where tree trimming is being carried out. 3. The company's Tree Trimmer license number shall be prominently displayed on both sides of vehicles used in tree trimming. 4. Tree trimmer license number must appear in ads offering tree trimming and/or removal services. Advertisements include business cards, telephone directory advertisements, quotes for tree services, flyers and vehicles advertising tree services. 5. License holders shall ensure that all employees engaged in tree trimming are adequately trained regarding safety procedures in accordance with applicable federal and state law including the federal Occupational Saftey and Health Act of 1970 (OSHA). 6. Retraining is required before licenses can be renewed. Tree trimmer licenses are renewable every two years. 7. Each license holder shall notify the County, in writing, if there is a change in any of the standards required for licensure. COCO Tree Service Corp. 1720 N W 33 ST. MIAMI, FL 33142 BR, FW CLASS: -CUNT Y TREE TRIMMER LICENSE TTL#: B_ 1084 EXPIRES: 08/31/2023 COCO TRUE SERVIC1, CORP. 1720 NW 33 ST, MIA10% F1. 33142 TRAiNI D FNiPLOYTF. JOSUE F ALVARADO 204-4A (Rev. 511 S ) PC201249985 •6utsuaarl JaeuwtJl aaJl 6utpJa6a� uo!;uwioltat Jo) t}DC•59L-t°5S le 9Sa8 Dili 10eju03 •PernauaJ ale sastsao!l aJolaq petalduioo aq lsnui 6wute;lay 'mei alels Pue'luiapat elgea;ldde ql!,-A aauepJozae u! sampenoid Alales 6u!pae6 •a1 pau!pil aq 1snw"saaAoldut3 �pailglyoid Allopis..rie 6uilitl•m%o pue sing ttsnil - 6u!KseJ•leN'i'££t Z Pue 00l -V ISNV'Dlnlllsul spJspuvlS IeuoRuN ueo!JawV aqi Aq, tli=ol las spiepuels aaueuelulew pue 6utunJd Dan aql paldopp, se4 Altinoo piumole -Gaul!) lie to salts 1!iom it, uo!l-adsu! Jo,; alguliene oq pinogs OBOJOAOS aoueJnsui to looict pue '(plo sJeaA oml uegi ssat) ateo!i!lJaa 60luluil lualino a asue3tl Jawlutal aaJi aql "13'Aluno:j pieatoig lnog6noigl saotnJas 6tuwwiJl Dail aptaoJd of pasuaa}! st Aundtuoa sigl legt sa!t!iJao Pug 'Wsoe) saa!Aaag apoo 6uipiin9 aql Aq panssl sure pava still CERTIFICATE OF CO'MPFETENCY J07SE VARADO S Oe 31 2021 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 6901970 BUSINESS NAME/LOCATION COCO TREE SERVICE CORP OPERATING IN DADE COUNTY OWNER COCO TREE SERVICE CORP CIO JOSUE ALVARADO PRIES Employee(s) RECEIPT NO. RENEWAL 7177686 EXPIRES SEPTEMBER 30, 2022 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC. TYPE OF BUSINESS PAYMENT 213 SERVICE BUSINESS BY TAX COLLECTOER 75.00 09/14/2021 GV916669-1 INT-21-383418 This Local Business Tax Receipt only confines payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holders qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec 8a-276. Mt® for more information, visit www miamidade govhaxcallector BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2021 THROUGH SEPTEMBER 30, 2022 DBA: Business Name: COCO TREE SERVICE CORP Owner Name: JOSUE ALVARADO Business Location: 1720 NW 33 ST MIAMI DADE COUNTY Business Phone: 3057289445 Receipt #:A 8 9 OTHER 9TYPES CONTRACTOR Business Type: (TREE TRIMMER) Business Opened: 0 8 / 2 5 / 2 0 2 0 State/County/Cert/Reg:B-10 8 4 Exemption Code: Rooms Seats Employees Machines Professionals 10 For Vending Business Only Numher of Marhinoc- Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cost Total Paid 27.00 0.00 0.00 0.00 0.00 0.00 27.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This tax is levied for the privilege of doing business within Broward County and is non -regulatory in nature. You must meet all County and/or Municipality planning WHEN VALIDATED and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. Mailing Address: COCO TREE SERVICE CORP 1720 NW 33 ST MIAMI, FL 33142 2021 - 2022 Receipt #WWW-20-00238514 Paid 09/14/2021 27.00 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2021 THROUGH SEPTEMBER 30, 2022 DBA: Business Name; Coco TREE SERVICE CORP Owner Name: JOSUE ALVARADO Business Location: 1720 NW 33 ST MIAMI DADE COUNTY Business Phone: 3057289445 Receipt#:189-307999 Business Type: ALL OTHER TYPES CONTRACTOR (TREE TRIMMER) Business Opened: 0 8 / 2 5 / 2 0 2 0 State/County/Cert/Reg: B-10 8 4 Exemption Code: Rooms Seats Employees Machines Professionals 10 Signature For Vending Business Only Numhn� of 11R�whiw . Tax Amount Transfer Fee NSF Fee Penalty c Prior Years , Collection Cost Total Paid 27.00 0-00.1 0.001 0.00 0.00 0.0 - 01 27.00 Receipt #WWW-20-00238514 Paid 09/14/2021 27.00 )�,. �is ` {J` This Certifies that K:\ Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced Course. Date Expires: 05/07/2025 Certificate # 73380 Instructor: Ryan Murray FOOT Provider # 225 U.S. Safety Alliance, LLC Phone: 904-705-5660 Approved MOT Provider ,USA US SAFETY www.USsafetyAil iance.com ryan@ussafetyalliance.com ALLIANC Cert1*f1*cate of Co pleti'on JOSHUA MICHELENA Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced Course, 05/071202'iJ Date Expires 225 FDOT Provider # Ryan Murray Instructor U.S. Safety Alliance, LL� Approved MOT Provider ' USA www.uSsafetyAlliance.coni ryan@Lissafetyalliance.corTi Certificate # For more information about Temporary Traffic Control (TTC) or to verify this certificate www.motadmin.com The Florida Nursery, Growers & Landscape Association Confers ot Firturo Izquierdo C33 00321 The Title of FNGLA Certified Landscape Contractor (FCLC) Expiration Date. 3/31/2023 Certified Since: 3/27/2017 -Z! L Shawn'Thomas, FNGLA President Merry Mott,LIGLA Certification Director Pon t4J.ffi�"c 4.tS�K STATE OF FLORIDA CONSTRUCTION INDUSTRy WCENSING BOARD h iu.yyM 4. C ! tvww 28TH sT Q,. 33,142 c 76 VI FAW E PIRATION DATE, AUGUST 31., 2022 •Y M form, oml ..a I ridai Department of Agriculture and Consumer Services Pesticide Certifimtion Office /' Wj ..Q- 0 WIMMKIZ Appftaw Lkaftm This card is your license. it r CMZ2" authorizes you, the license holder, is" xabMA AVE SA, 21, & 3 to purchase and aPl"Y Reacted Use Pesticides (RUPs). Please sign your card and lC+sep it with you F� when applying or purchasing RUPs. lawd: ivovrabw 2, 2018 Expkvs- Orobw3l.2022 https:lloutlook.office.comlmaillidlAAQkADFjMGFh7TQ4LTViNTktNGJhNiO4MjczLTJhZTZiOGVjyjgyOQAQAGiZBEEMtE%2BXtIXGgiSmLP8%3DIsxsf... 112 James While Hereby Announces That ,7afflp� (1, .10ite I las Earned the Credential ISA Certified Arborist ®R By successfully inceling ISA Certified Arborist certification requirements through demonstrated attainment of' relevant competclicics as SUpportcd by the ISA Credentlafing Council Al J I3c UTIN k! Dif C, 101 Mwch 2918 i1 Isceta 2024 AAB AN. e I . I 1 21 �, A 4, (,' to qTif TCAT#OK WD, p"Al ,pup ml .4 II)NA (r,,,,,,,,,,,,,,, i,%tjjjjhCf P FNGLAa, CERTIFIES PROFESSIONAL HORTICULTURE The Florida Nursery, Growers & Landscape Association Confers on Arturo Izquierdo H33 10914 The Title of FNGLA Certified Horticulture Professional (FCHP) Expiration Date: 3/r 31/2023 Certified Since: 2/5/2017 GLA CerVfication Director Shawn Thomas, FNGLA President Merry me" e" mom, 6/11/2021 Mail - Josue Alvarado - Outlook ISIATF Of 1'11)RIDA mtwrtmtw Ot I z DDY A MCWA I i lit 4110 Pt, ISO t 0 kl\ I I R( IN I ft 141 It I I VA AM," A It #14 14 WN" VA10 Itil t I t 101A hftps:lloutlook-offir,e-comlmailfidlAAQkADFjMGFhZTQ4LTViNTktNGJhNiO4Mj-LTJhZTZiOGVjYjgyOQACLAGiZBEEMtE%2BXtIXGgISMLP8%3DIsxsI 1/1 Department of Environmental Protection UF IFAS 2600 Blair Stone Road, M.S. 3570 IUNIX'FRI;I'rY f>;"FI.t;,RIPI—k Tallahassee, Florida 32399-2400 ''n .t •- GI-i3MP Trainee ID: GV9I6669 C ertilic ttirtn date: .3 {l ?{) I (:cln ratt3lariatnx tin scltt€swti311Y tatl,l[Act ithe Horit1i Green lndLlltries lic,t ti�Iatl.Itelll�nt 1'ra(tf«� lrai farm l'rfwralfl. 4<>etr �f rtifi�at 01 cor"Pictieul and wal1r t card are att tc3 ud. if dicre are error% in thc• t.z rtiticatc, or il' %� c tan hc of hirt%er aNsi,tancc, t kmsc� e:on[,tt:t thy. C 1-MII3 O#flee of the Uf:;I A. Horida-Fric-ridly l_sah{ kaping; ` I'rogratat at i.l,rilif€:rif.t4,ttl3.cc tl car i.�` 2t ' .?�- 1 < !' -,- note that rhi, training ter ifi,,a[c flonc z ouN ntxt .2tt[lt4)1"3?' t,oti It) al),tl� {t'r� tilizcr Lill,IIncr ialI . Nou Itltltr t.tkt' tldinonal �tc'�sti 6u he,onle titenwd 601, s.ci111110-Lial Ict-tililk-t-alsllli,aftoll ill file!:ac of IItfrUt. litlt' I,id3liwd t.'rimn i�o I3FnIt't's fal l`C'rf tlft'r :117171 tE ltilj� (,CrIiII(ation (Starr Ac'rtili/uf li cn• ,L- , I} i,aled I,%- the I' orida I )cparmic'tit Aft Agri, ultuic and C.oll'ftinwr `1+:rvitxs f I'DA S 11 AIfpIly fInlillc; I'm llsl- .?a'wtonIill,lrt°wlttrolllilttrid a.Lmll, 'His xrtif-hatC ni117111cr ftoln tilis taucft3llCn1 iS rCtlttrrCd ttf al1izti` (ter I't'rt3lif:.'r` ApplIC.Itor (.crtifc-trion. I'trC aSRlsdiiticC cffnt.al t: till' Burcatt of l.tcenti1w Ind I'_Ill€Ft'c.Cr3ltiLf. ESsbl 611---0,)-'' It y-lie tv,,i (err is 90(11, of F catcr. you rttat' ter fdil tiff, u) bt•cf,int .I rlstrlIt, tfer; httlltr'Ifi.ita%.tltl,cdII'prfrit'>,Sititl aL'irl4ertrcr er ln(e4°rain.htnll Joshua Michelena Tcst Scare: 90% State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Joshua Michelena GV 9 16669-1 G V 916669 GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM _ W -.-777 =. _ ... _ -ARMIAW 7 SRilW.7 7 -W- . ti 'a� s i '�Z x ii( i -t , t 5 f Uff IFAS f y Certificate o raisin %iRII i Best Management Practices G`916669-1 Florida Green Industries t :-itlilf•.,ic �� � ��; '�tq Cv916669 °I lic !<tricivf-si�mcc1 licr(:l)\, atdkncltt Ie:cics Il1at Joshua Mi-cn ha titicc.CSSft.tllr 111C1. all requircm nts n c(ssary to bc fuf \ 11-1611t d 11111)tlgh tltc C arc c t� It7cltt tt ii' BCS1 TaE c t r°tit 11t t ric c° i rcl rant b\ tli Honda Dc partmc lit of 1.'Inviro ninctital Prc�tcctio n m-itli the Vim-crsin ot- Florida itINtitute tat I-oo d an(l AgriCtlltclral SCICIIcc:S. I �... f; i•1" i 1:��-r-l4l tl.a, .t -., - E)I. to c .. _.... STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires September 3, 2021 JB249118 August 31, 2022 THE PEST CONTROL COMPANY FIRM NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 31, 2022 AT 15457 SW 21 ST TERRACE MIAMI, FL 33185 TRUE LAWN TECHS Lawn and Ornamental 15457 SW 21 ST TERRACE MIAMI, FL 33185 "F NICOLE "NIKKI" FRED, COMMISSIONER STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires September 3, 2021 JE109423 August 31, 2022 THE ID CARD HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 31, 2022 AT TRUE LAWN TECHS MIAMI, FL 33185 JULIO CESAR POSSO Certified Operator TRUE LAWN TECHS 15457 SW 21ST TERRACE MIAMI, FF�L'/33185 NICOLE "NIKKI"MMISSIONER rz STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT TRUE LAWN TECHS 15457 SW 21 ST TERRACE PEST CONTROL COMPANY FIRM JB249118 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING August 31, 2022 n 1 CJ' t 4-1�� Signature COMMISSIONER Mallet Card Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT JULIO CESAR POSSO TRUE LAWN TECHS ID CARD HOLDER JE109423 Certified Operator HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING August 31, 2022 n 1 Signature COMMISSIONER ATTACH PHOTO ON REVERSE UAvl Card Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1650 GV910ICA"c087-1 CL-ruf- Trainec. 11) Certiflit"ate of Training Best Management Practices, Florida Green Industries h,,as successfulh, inct I Jose J. Gllr..a,nados A�7 '111 rCCILlirements necessary to`].-�.)e All- UF IFAS U N 1 VI 14 S IT I i if f WRIDA traincti thr(.)ugh thc (.3rcen tridustries Best Alanagment Practices Program (icx-lel(.)ped by the FIc.)rida'Departaient of t.'tivironmental Protectirn) wl'th the University cat Flonda Institutc (,,)f FOod anclAgricUltUral Scicnces. "L Wichman 3/22/2019 11 S T r uct or DtItC 4 CIASS DF p r)lll/vani Administrare-r N4 At vilidvabout i d 1:144pi4 r4 IT61 : i %%// NATIONAL >>(( LADSCAPEATION OF II %% PROFESSIONALS CEO of the National Association of Landscape Professionals �'p-... � �J 0 �''4�, !t K! V k' gt•��lA'� t.}�. � ffi" Jlt t�'�±'��"��'18 � 17R���V' •YY.iI�'�°.A�N w•'AY,p�ajp�^� }'�d'r iM1F�n`1k� a'w}>w B'�°''�"" �}Y'r1Ya �e#a.�4htwT�"�'+Mw w'PAT',�'"�'.�'KnIJM �"�"�yryy C "fir- • a �� ��;��, M�,.ra ��'� �# �r a �� ° t � M ��yr�,t.* �'�1 * � �'+�a'��'w" K e,w try,°�,rsv.* r►,� # �w r s� ,w �,.. w wq ds"'s",�� M s""n''+'�,",�,`.t.�� �w,p""re`,�,w.•r.��;a,•rn,,,+..s. �.,�,. ,� t $ . � � � � x �a *•e ! � N,w �rt•,p. A�iP�r,t,t,t�rawT p.. t:,tr t,r •�O tl ynrt,w A ,IF * e,tra�+kYf:R ioire as,*'i►.w,�wat '- ''i�r�� � �,ili��8���6;.*.;4�;!!��!'1;�.',�.',1�'�1���d,`�l; a `!l� 11 //, rt �1�,71„�id r• et s' • a:�r,t .� f � t ,.... ! • \ 4 � i t a \ �' / �s� �V^B���I�B� �' i � rt� PS�fI'�fv � * 4\!'►i� r� aM :rwr. 91 �Certiiioation No. 2021 'Upiration data: December 31, 2023 This certifies that ,Vanue(Ttorres Having shown to possess the necessary qualifications and having complied with the requirements of the Landscape Inspectors Association of Florida was by an order of this body recognized as competent in dispensing of the duties of a Landscapes Inspector Given under the seal of the Landscape Inspectors Association of Florida this 3 Ist day of December, 2020 Kevin Hunt r Department of 4Q r= Environmental Protection OF 1FAS 2600 Blair Stone Road, M.S. 3570 UNIVERSM of FLORIDA Tallahassee, Florida 32399-2400 61-BMP Trainee ID: (IV916669 Certification date: 4/30/27021 Congratulation,, oil Successfully completing the Florida Green Industries Best Nrn lariageent Practices Training Program. Your certificate of - (-onipictionand wallet card are attached. If there are errors in the certificate, or if we can be of further assistance,, please cont,l�t the -. GI-BN111 Office of -the UF/IFA,,S Florida -Friendly br1dSCaPiDg' eduor(352)273-i 1— please note that this training certificate alone do(-, not authorize You to apply fertilizer commercially. You rnwt take:additional steps to become licensc(l 60r,.onirnercial fertilizer application in the state of Fhmkia. Jbe Limited Urban Corniner, ial Fertilizer Applicator Certification (state ­1ertilizcr license") is issued by ffic Florida Dep.irtnivnt of'and Consurner Services (FDACS). I - Apply online: littps://ae,-,ecomni.freshfromflorida.cof-n. 'Ihe certiflikAtC oLlinber front this document is required to apply for Fertilizer Applicator Ccrtification. For assistance contact: 'Ihe Bureau of Licensing and Eli force rnen t, (850) 617-799", If your test score is 901%' or greater, you may be eligible to become a GI-BMP Instructor: littp:/ffl.itils.kiii.cdtl/[)rc),fe&sioiials/itisti-Llk till -, prograni.hrrill Joshua Michelena GV916669-1 Certiticate # GV916669 r.imcc ltl# Test Score: 90% State of Florida DEPARTMENT OF ENVIRONMENTAL PROTECTION Joshua Michelena GV916669-1 GV916669 Tranwc 11) ft GREEN INDUSTRIES BEST MANAGEMENT PRACTICES TRAINING PROGRAM Certificate of Training Best Management Practices Florida Green Industries The undersigned hereby acknowledges, that Joshua Michelena RIV" A US 14 L& has successfully met all requirements necessary to fie fully trained through the Green Industries liest Management Practices Program developed by the Florida Department of Li-tvironmental Protcc6on with the Universm, of Florida Institute of Food and A(,ricultural Sciences. Issuer Instructor Date of 01/1'r,grani Admirtimrator \,t valid without .cal Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your riles. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part ofthis submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (1) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: �(Ori c a L-AW,i Servpf c�,- -Tn c- . ADDRESS: 2595 S.�nl. 5'Co S�re�-t r M1aM; , F�-- 3311S goS PHONE: 30S 1$ -40oo 1500FAX: (30S) SS3 -- 213G EMAIL: I do _ P o Hilo.. da laWn . n et CELL(Optional): SIGNED BY: XX- b ��tn� VI , TITLE:_%erp. Stcre 'a+-�,'UTTi ce mot n - DATE: FGL . o 4 20 2 Z. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. 0-O!To I,&+1 on Year Established: (5q2- Ofce Location: City of Miami, Miami -Dade County, or Other Miami bade. eo" - 125�iS S.W. So S+rec# mia-A; . �Z 3.317s- Business Tax Receipt/Occupational License Number: ISTt%1 -3 Business Tax Receipt/Occupational License Is/s�uing Agency: Iyi 1 arj ba 4p_ Business Tax Receipt/Occupational License Expiration Date: Se& 30, ZoZZ Federal Employee Identification Number (FEIN): 6S— 03CP2.c.9c. Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. e.S Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1, 1/10/20). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Local Office Certification.) Attachment B: Reference Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAME: Florida Lawn Service Inc. Reference Section a Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name: City of Miami, Dept of Resilience and Public Works Address:444 S.W. 2nd Ave., 8th Floor, Miami, FL 33130 Contact Person: Ralph Gonzalez Contact Phone Number and Email: (305)416-1089 ragonzalez@miamigov.com Date of Contract or Sale: 2012 to present Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Coral Way Medians Landscape Maintenance $165,495.00 Past Performance Reference Check #2 Company/Organization Name: City of Miami Address:444 S.W. 2nd Ave., Miami, FL 33130 Contact Person: Achmed Valdes Contact Phone Number and Email: (305)416-1204 or (305)898-1035 Contact E-mail if applicable): avaldes@miamigov.com Date of Contract or Sale: 2010 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): US 1 Medians Landscape Maintenance, Brickell Ave Medians Maintenance Past Performance Reference Check #3 Company/Organization Name: cristai villas ii inc. Address: P.O. Box 832024 Miami, FL 33283 or 625 S.E. 8 Street, Hialeah, FL 33010 Contact Person: Paul Hernandez Contact Phone Number and Email: (305)903-6292 cristalvillas2@gmail.com Contact E-mail if applicable): Date of Contract or Sale: 2008-present Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Landscape Maintenance services, Landscape Installation, Tree trimming, at various locations $50,000 IFB NO.: 1380386 ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name Florida Lawn Service Inc. Business Address 12595 S.W. 56 Street, Miami, FL 33175 Business Representative Primary Contact (REQUIRED) Contact Name: Andres Viamontes E-mail Address: info@floridalawn.net Contact Telephone Number: (305)788-4000 Cellular Phone Number (if applicable): (305)788-4000 Fax Number (if applicable): (305)553-2136 Secondary Contact (OPTIONAL) Secondary Contact: Elena Viamontes E-mail Address: info@floridalawn.net Contact Telephone Number: (305)519-7900 Cellular Phone Number (if applicable): (305)519-7900 Fax Number (if applicable): (305)553-2136 Please check the Group(s) your firm wishes to be pre -qualified under: 2Group A — Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance 2Group B — City Lot Landscaping Maintenance 2Group C — City Median/Main Corridor Landscaping El Group D — Traffic Circle Landscaping Maintenance 2Group E — Parks -Owned Lot Landscaping Maintenance ❑All Groups "NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. Title: LANDSCAPE SERVICES CONTRACTOR POOL IFB No.: List of Subcontractors 1380386 Completion of Form This form is to be updated after award;of the Contract as additional Subcontractors are added or changed. Submit additional pages as neceassary. Name of Firm Address Scope of Work Licenses % of Work Albi-Tech Prof Pest Eliminator 275 S.W. 38 Ct., Miami, FL 33134 Pest Control Pest Control 2% Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fiftenn percent (15%) of the total work for the Contract. 2. The foregoing list of Subcontractors may not be amended after award of the Contract without the prior written approval of the City's Project Manager identified in the Solicitation, whose approval will not be unreasonabley withheld. Name of Proposer: Florida Lawn Service, Inc. Name of Individual Completing Form: Elena Viamontes Date: February 4, 2022 Signature: d— �� Titv of 49tami ANNIE PEREZ, CPPO ARTHUR NO RI EGA V Procurement Director City Manager 4yty It i s r A- y rt a:t ADDENDUM NO. 1 IFB 1380386 January 26, 2021 Invitation for Bid ("IFB"), Landscaping Services Contractor Pool TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.6, Structure of Pool, Paragraph 2 has been deleted in its entirety and hereby replaced with the following: At the sole discretion of the City, additional vendors may be added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new Categories will be done through a competitive process utilizing a set of minimum qualification requirements such as those established in this Solicitation as described in Section 2.6, Bidders' Minimum Requirements. B. Attachment O, Local Office Certification, has been added to the Solicitation Document Section of IFB 1380386 in the Periscope S2G e-procurement system. C. The following is the City's response to questions received from prospective Bidders: Q1. Please provide the budget, bid tabulation, and bid bond information for this IFB. Al. (A) Budget information is not available for this IFB. (B) There is currently no active contract for these services, therefore a bid tabulation is unavailable. (C) There is no bid bond requirement for this solicitation. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department AP:tg c. Juvenal Santana, P.E., Director, Public Works. Barbara Hernandez, CPRP, Director, Parks and Recreation Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: FIOrVice '37�_C.. DATE: re—k. OLf �y;w SIGNATURE: A.s yam` Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices sbould be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.Q.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terns and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: Grteca:c.2o2,\. CCx1P ADDRESS: 1 SRS Sw 13-A ^y %0G t-- ,2)r--v:, IT,, S5%%G PHONE: 3oS- ZSZ - Lk(. $3 FAX: 365-VS?-3Z'A Z EMAIL: 1J (-'K e C�< ec c-')U-�Z - Con SIGNED BY: TITLE: V F V trtGC>Uv Z c 30:j •a4q -tol,A DATE: 1 I ZC,i Z2 FAILURE TO COMPLETE, SIGN, AND RETURN TIIIS FORM SHALL DISQUALIFY THIS RESPONSE. Legal Name of Finn: Cf IN3'S <CN_N� l Certifications Entity Type: Partnership, Sole Proprietorship, Corporation, etc. CCjr ?0'(3N %Call Year Established: ZIZII t(- Office Location: City of Miami, Miami -Dade County, or Other IZSgS SW 13:4 A\)e,n\jc- iL tyG kA;ar Tt- 3318� Business Tax Receipt/Occupational. License Number: �lABgZ�. Business Tax Receipt/Occupational License Issuing Agency: k : ?,q-n 9 PkdG C_0Q rVN y Business Tax Receipt/Occupational License Expiration Date: C( 130 l ZC>Z"Z Federal Employee Identification Number (FEIN): GS-063$935 Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. \1DO Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1, 1/ 10/20), If no addendum/addenda was/were issued, please insert NIA. 1d! If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Local Office Certification.) U0 Attachment B: Reference Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAME: !:S�C2 Reference Section a Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name: -* Address: IdSo F- ?-va'C�EE ;c�0 C3euc� �t 33G►4t Contact Person: Lec Contact Phone Number and Email:-AjkC>. 4S Date of Contract or Sale: %-%a '\ Zc>va - cutceyvN Prime or Subcontractor: C'c she Other (Description of Service, Total dollar value of Contract, etc.): %a%rv%-KCA r-cN-AcaC* ►ou' s ncc, avZ�crY1 cUn-NICU t ccAhE1 lv:i ue"B"' ►cD Past Performance Reference Check #2 Company/Organization Name: CG7 ry-�c Address: L\Li -5w ZP\venvc. SW60 Contact Person: `1 C)"cKYv%c:> Contact Phone Number and Email: Ar3G -553-G ZG Contact E-mail if applicable): Y Ecrnev e�c; Z v.: �cGc,�1. c�K Date of Contractor Sale: 4ZjAkzorc> Prim or Subcontractor: 9c "e. Other (Description of Service, Total dollar value of Contract, etc.): U C r,Pi ri ts, Ow Past Performance Reference Check #3 Company/Organization Name: %A ac- Address: SUoo 9tayNo ?yiwjG�,crt�tt �x �kSU�U Contact Person: A-z�%p, Contact Phone Number and Email: -AZ -s tz - U\z.Z Contact E-mail if applicable): A-- \vkaa;exnac, cc Date of Contract or Sale: sirtics. Zoosb-GU[[MN Prime or Subcontractor: p�rn2. Other (Description of Service, Total dollar value of Contract, etc.): �'({](�C<'ti PCC�E4V aat;C�(1 :.�jfi�SGv1 id1 �74C�tC� �C`�'�QVA\ £AG c.cm-czch c�. nUr.� &vec7 -\ej(=, Ye-'sc'� . Gv,cce\r►k Z.-^o%rn-r t t -3aS. 'AA S-G© Z'rjva\tiy Title: LANDSCAPE SERVICES CONTRACTOR POOL IFB No.: List of Subcontractors 1380386 Completion of Form This form is to be updated after award of the Contract as additional Subcontractors are added or changed. Submit additional pages as neceassary. Name of Firm Address Scope of Work Licenses % of Work Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fiftenn percent (15%) of the total work for the Contract. 2. The foregoing list of Subcontractors may not be amended after award of the Contract without the prior written approval of the City's Project Manager identified in the Solicitation, whose approval will not be unreasonabley withheld. Name of Proposer: Gye-co Date: Name of Individual Completing Form: ��C�r�C�\3� Vec�;Z� Signatui 1 fe0tzZ L Ocal Business Tax Receipt tE Miami -Dade County, State of Florida ; � -THISiS NOTA 133ILL -DO NOT PAY (LB 87409 1111SINI:SS NAMIAOCArrON RI:CrIPT NO. EXPIRES GRECO INTERNATIONAL CORP RENEWAL SE'PTEMBER 30, 2022 12595 SW 137TH AVE STE 106 4739211 Must be displayed al Dace of husMC-ss MIAMI FL 33186--4218 Pursu wr to Comity Code Chapter HA - Arr. 9 & 10 uwNl'ti SFC. TYPIi Of! 11USMISS PAM[. NI' III-ri, IVI u GRECO INTERNATIONAL 213 SERVICE [BUSINESS sYTAXCAMIcroe C/O GEORGE VERGOULIAS PROS EXEMPT $75.00 07/20/2021 DI-1Ployce(s) 3 FPPU10-2.1-005810 This Local Business Tax Ret,eiptonly confirms payment of the Loral Business Tax, The Rere,pl is not license, permit, Or a certification of the boldot s qualifications, to do business. tiolder mum comply with any gavenomental or nongovernmental regulatory laws and requiramaniswhich apply to the business, The RECEIPT NO. above must be displayed oil all commercial voldrles - Mianti-Bade Code Sec Sa-276. f-er mn ro i nfu rm all o 11, vlSit WNfWyt,llQRlt October 20, 2021 To Whom It May Concern: I am the Manager of Code Enforcement for the City of Deerfield Beach. The city contracts with Calvin, Giordano and Associates for their Code needs. Code has a need for a contractor to handle Nuisance Abatement throughout the city. These items include mowing overgrowth, taking down or trimming trees, large trash clean outs, vacant home board ups and swimming pool cleanings or coverings. The City puts out the RPF and vendors apply. We chose Greco International several years ago. I am the person Greco deals with most of the time. They have been extremely reliable and reputable. The company has integrity. They move quick and resolve the abatements without any issues. They have solid crews and all the equipment they need to get the jobs I need done quickly and efficiently. i have had nothing but good experiences with them over the years. I would absolutely recommend them to anyone who asks me. If you require anything further, please do not hesitate to call or e-mail me. I know you will be happy with the services Greco provides. Sincerely, Lenore Graber, Manager Deerfield Beach Code Compliance (964)740-4643 Igraber@cgasolutions.com 2021 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# P96000010654 Entity Name: GRECO INTERNATIONAL CORPORATION Current Principal Place of Business: 12595 SW 137 AVE SUITE 106 MIAMI, FL 33186 Current Mailing Address:. 12595 SW 137TH AVE STE 106 MIAMI, FL 33186 US FEI Number: 65-0633935 Name and Address of Current Registered Agent: VERGOULIAS, NANCY 12595 SW 137 AVE SUITE 106 MIAMI, FL 33186 US FILED Jan 25, 2021 Secretary of State 9918660721 CC Certificate of Status Desired: No The above narned enllfy submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida, SIGNATURE: NANCY VERGOULIAS 01/25/2021 Electronic Signature of Registered Anent Date Officer/Director Detail Title P, T, S, D Name VERGOULIAS, NANCY Address 12595 SW 137 AVE SUITE 106 City -State -Zip: MIAMI FL 33186 Title VP, D Name VERGOULIAS, NATHALIE Address 12595 SW 137 AVE SUITE 106 City -State -Zip: MIAMI FL 33186 Title VP, D Name VERGOULIAS, NICHOLAS G. Address 12595 SW 137 AVE SUITE 106 City -State -Zip: MIAMI FL 33186 I hereby cortify that the information indicalcd on this report or supplornonlal reporl is true and accurate and War my efoctroaic signature shaft havo tho same logal affect as it rnado under oalh; Thal i am an officor or diroctor of Ibo corporalion or The roceiver or Irusloe empowered To oxecuta this report as required by Chaplar 607, Florida Statutes; and that my name appears abovo, or on an attachment with all olhor like ornpowsrod. SIGNATURE: NANCY VERGOULIAS P 01/25/2021 Electronic Signature of Signing Officer/Director Detail Date IFB NO.: 1380386 ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name Business 12S qS sw kSj AVE.+f\VL 5tsv>vE_ % Address Business Representative Primary Contact (REQUIRED) Contact Name: �UAUi3J V Gt V lt3 ,� E-mail Address: 1. C'y"s -.Ccc3U->a-cxj Contact Telephone Number: 3C>S-ZSz- Cellular Phone Number (if applicable): 3OS-S34q _ tou.\ Fax Number (if applicable): 3oS- ZSZ-32�2 Secondary Contact (OPTIONAL) Secondary Contact: E-mail Address: Garr a ( cGt�v - GG Contact Telephone Number: Cellular Phone Number (if applicable): Fax Number (if applicable): Please check the Group(s) your firm wishes to be pre -qualified under: Group A — Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance Group B — City Lot Landscaping Maintenance El Group C —City Median/Main Corridor Landscaping ❑Group D —Traffic Circle Landscaping Maintenance FslGroup E — Parks -Owned Lot Landscaping Maintenance ❑AII Groups "NOTE: BE ADVISED BIDDER SHALL MEETALLTHE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. City of Miami Solicitation 1380386 Solicitation 1380386 LANDSCAPING SERVICES CONTRACTOR POOL Solicitation Designation: Public City of Miami 1/10/2022 6:04 AM I City of Miami Solicitation 1380386 Solicitation 1380386 LANDSCAPING SERVICES CONTRACTOR POOL Solicitation Number 1380386 Solicitation Title LANDSCAPING SERVICES CONTRACTOR POOL Solicitation Start Date Jan 10, 2022 8.02:20 AM EST Solicitation End Date Feb 7, 2022 3.00:00 PM EST Question & Answer End Date Jan 24, 2022 2 D0:00 PM EST Solicitation Contact Tahlia Gray 305-416-1912 tgray@miamigov.com Contract Duration 2 years Contract Renewal See Specifications Prices Good for 180 days Pre -Solicitation Conference Jan 18, 202210,00,00 AM EST Attendance is optional Location: SEE IFB IN ATTACHMENTS FOR LINK AND PHONE NUMBER TO PRE -BID. SECTION 2A IN IFS 1380386 Item Response Form Item 1380386--01-01 - SEE ATTACHMENT IFB 1380386 Quantity 1 each Unit Price / Delivery Location City of Miami No Location Specified Qty 1 Description BIDDERS ARE NOT REQUIRED TO ENTER A UNIT PRICE IN THE LINE ITEM LISTED IN THE ACTUAL IFB. BIDDERS SHALL COMPLETE ATTACHMENT E, BID SUBMITTAL FORM, TO IDENTIFY WHICH GROUP THE BIDDER IS REQUESTING CONSIDERATION FOR. BIDDERS MAY RESPOND TO ONE OR MORE GROUPS. BIDDER MUST MEET ALL REQUIREMENTS OF EACH GROUP THE BIDDER SELECTS IN ORDER TO BE CONSIDERED AS RESPONSIVE 1/10/2022 6:04 AM p. 2 City of Miami Solicitation 1380386 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual parry nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (1) certify that any and all information contained in this submission is true; and we (1) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (1) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME�ic/ tP I 12 - ` -t V a- i zj,A, ADDRESS: 1 '� 5 PHONE: -5'C) 5 - -3_9 � CC) FAX: o[ - h! � �✓ 37N Q l..hua hr lfe P��15 1< iwhif�uS -� EMAIL: ELL(Optional):�i SIGNED BY: TITLE: 1L � S ] C� 111 DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL, DISQUALIFY THIS RESPONSE. 1 /1012022 6:04 AM P 4 City of Miami Solicitation 1380386 Certifications Name of Firm: 7;�/, E ��ntit Type: Partnership, Sole Proprietorship, Corporation, etc. le- FO0/Z14--TIv/l Year Established: Office Location: City of Miami, ami-Dade County, or Other Business Tax Receipt/Occupational License Number: Business Tax Receipt/Occupational Lic se Issuing Agency: Al// .rv"�, Jam/ / {� -Tax Receipt/Occupational License Expiration Date: e/cl-? 17 � 0 1�-> 0 �- -Z-1 Federal Employee Identification Number (FEIN): Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. C-7' Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1, 1/10/20). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Local Office Certification.) yE's 1/10/2022 U4 AM P. 5 Attachment B: Refg e'h4e Submittal Form sordtafion 13803M IFB 1380386 - Landscape Maintenance Services Pool FIRM NAMEy^s�I11,Wiv Reference Section Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the Information provided will suffice as proof of meeting the requirements -of this solicitation. Past Performance Reference Check #1 Company/Organization Named.'- /% i,' �,T, I r/✓C'f', Q /✓ 'Gib" � ��F,� Address: SG&, LNG�ci'�," Contact Person: Contact Phone Number and Email: &,% - &) C)f= 4e,042,4l,rOml' -m I& i.1, Date of Contract or Safe: 75 # Prime or Subcontractor: J /4 r rz-? E- Other (Description of Service, Total doliaalue of Contract, . tc.): j`' Past Performance Reference Check #2 Company/Organization Name: 4"I= 7 Address: U 0 . C. � 3th", � fi � � � � �7a..Y1 T �1 .5 % 14 J a 1C Contact Person: X Contact Phone Number and Email: 3 r," — - Contact E-mail if applicable): b1 0 E ,4 C z'n t Date of Contract or Sale: / 2,.,/ 6ew7; ,jd7� 4P z 1 .� Prime or Subcontractor: Other (Description of Service, Total dollar value of Contract, etV12A rtaiJS !•.'% '' 9,'!/�/ TF'iV.%7v [6 �� !c'b'i F'� /T' Past Performance Reference Chec #3 Com an /Or anizatioi , e) /L, Al Address:/c, ON Fe 2Ewe� ittVE r'A I �'w Contact Person: ' iL ­ H &S Contact Phone Number and Email:�- Contact E-mail if a licable :. FSNv)� jA 2 i/? T Date of Contractor Sale: 'S' i�1 ? ��'� / - �e�.+, art,? 3.. lUfs': ,5;.,4„�,,,,E•y,2 ' �,r-fG iar;i Prime or Subcontractor:,�i'� ft7.t/ifs ,4� i'�: r2 ►+s'� Other (Description of Service, Total dollaFYalue of Contrqcl, etc.): f�S A)�%' c'--'-'.5 A _/7. ;473 �L2 -1A 111012022 6:04 AM P. 58 Attachment B: Ref'gr°elnce Submittal Form Solicitation 1380386 IFB 1380386 - Landscape Maintenance Services Pool FIRM NAMEt &,K`i�'/cN�$'' Reference Section 2.13 Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name_: Flv,,e, �.. /Onr5i 2 &}t' i)UN 1 Address: 6'j - X/TL �,`" 1.�� r �'�'i2 I've, Contact Person: d Contact Phone Number and Email , - 6;V3 - &V3 A. es fs PjAg t(e7 ..g440e)'411- 9 � r�,�.la�. , r� Date of Contract or Sale: d-7 /7 - C`v�`n_4rT0 S03Ce�'L-r 44 - 00 Prime or Subcontractor: v efts /1/ 71e, ' 61 J�/2 O her (Description of Service, Total dollar value of Con ract, etc.): c/ ,� Past Performance Reference Check #2 Company/Organization Name: Address: Contact Person: Contact Phone Number and Email: Contact E-mail if applicable): Date of Contract or Sale: Prime or Subcontractor: Other (Description of Service, Total dollar value of Contract, etc.): Past Performance Reference Check #3 Company/Organization Name: Address: Contact Person: Contact Phone Number and Email: Contact E-mail if applicable): Date of Contract or Sale: Prime or Subcontractor: Other (Description of Service, Total dollar value of Contract, etc.): .T 1 /10/2022 6:04 AM p 58 City of Miami Solicitation 1380386 Title: LANDSCAPE SERVICES CONTRACTOR POOL IFB No.: List of Subcontractors 1380386 Completion of Form This form is to be updated after award of the Contract as additional Subcontractors are added or changed. Submit additional pages as neceassary. Name of Firm Address Scope of Work Licenses % of Work flit) L'Si PiL✓l«-� /V'G� / 14 � j 2? . � +ram' .vI �3.3 FYMs Pz"V `✓ L!� �ii'�J.e•v,4A,e,A, 7 ' - Ra b0Ipa Al 5,d_1 _,0t ,km,FL.331iS /1PU2lSI n .A, 6v'ers7 Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fiftenn percent (15%) of the total work for the Contract. 2. The foregoing list of Subcontractors may not be amended after award of the Contract without the prior written approval of the City's Project Manager identified in the Solicitation, whose approval will not be unreasonabley withheld. ,+)C17Name of Propose rDate: �f Name of Individual Completing Form: Signature: 1 /10/2022 6:04 AM p 62 Detail Information Close Name: COST SERVICES INC Print Original Issue Date: Issue Date: Expiration Date: Status 2/23/1987 11/18/2021 12/31/2022 NOrmal License Categories: Address Phone 305-498-8280 Company-E—mployees Please click a name to view the details. Name License: License Num JE94362 JF163812 LF200717 JE268482 JE246321 JE292447 JE301330 JE317793 JE304829 JE179035 LF250 559 JE25396 JE260671 Employee Count 13 /-i,:f-Zz_ STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires December 3, 2020 JB959 December 31, 2021 THE PEST CONTROL COMPANY FIRM NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 492 FOR THE PERIOD EXPIRING: December 31, 2021 AT 1745 W 37TH ST � HIALEAH, FL 33012 LOW COST SERVICES INC Household Pest and PO BOX 650173 Rodent Control MIAMI, FL 33265 Lawn and Ornamental Termite and Other WDO Control nl ``ICOLS "NI[CIC1' FKLED, COMMISSIONER j STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires December 3, 2020 JB959 1745 W 37TH ST, HIALEA THE NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: 1745 W 37TH ST, IILALEAtI, FL 33012 AT This permit, in conjunction with a valid business license e LOW COST SERVICES INC PO ROX W173 MIAMI, FL 33265 I n i u-tt NICOLE �NUKI"FKIED, COMMISSIONER STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT LOW COST SERVICES INC 1745 W 37TH ST PEST CONTROL COMPANY FIRM JB9S9 HAS PAID THE FEE REQUIRED BY CHAPM 482 FOR THE PERIOD EXPIRING December 31, 2021 r1 I C ru — Signature COMMISSIONER Nalht C„u Wallet Csrd - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-I650 STATE OF FLORIDA Department of Agriculture and Consumer Services BUREAU OF LICENSING AND ENFORCEMENT LOW COST SERVICES INC This permit, in conjunction with a valid business license endorsed with pest control operations in the Termite and Other Wood - Destroying Organisms category, authorizes the licensee named above to perform preventative ter mite treaunents for new construction in Florida as prescribed by law. HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING 1745 W 37TH ST, HIAIEAH, FL 33012 11 ialt�CaN �.t COMMISSIONER_ C! Department of Agriculture and Consumer Florida Department of Agriculture & Consumer Services Buren of Licensing and Enforcement 3125 Conner Blvd, BIdE 8 Tatlalrassec, FL 32399-I650 (http://wwwi (/home) (http://www.i sa- tcc-isa.com/) rr >�- -'� - earch... SEARCH TREES AR 'GOOD" Brought to ynu try ISA ON } About (https://www.treesaregood.org/about) Tree Owner Information (https://www.treesaregood.org/treeowner) Educational Activities (https://www.treesaregood.org/education) Find an Arborist (https://www.treesaregood.org/findanarborist) Get Involved (https://www.treesaregood.org/getinvolved) Newsroom (https://www.treesaregood.org/newsroom) Shop (https://www.treesaregood.org/shop) About me ttp:/ /www. facebook.com/pages/'1'reesAreGoodorg/ 1175726349873(17), (https: jwww.treesare 4s://www.treesaregood-org/abo good.orgl) Find an Arborlst (http/lwww.treesaregood.orglfindonarborist). Verify an ISA Credential Patrons (Ups://www.treesaregoodorglfindanarbodsVverify) ttps://www.treesaregood.org/patr Tree Owner Information Ltps://www.treesaregood.org/tree rner) Benefits of Trees Ltps://www.treesaregood.org/tree aver/benefitsoftrees) Choosing the Right Tree ttps://www.treesaregood.org/tree aver/choosingtherighttree) Managing Tree Hazards and Risk ttps://www.treesaregood.org/tree aner/treehazards) Plant Health Care ttps://www.treesare ood.org/tree aver/planthealthcare Planting a Tree ttps://www.treesaregood.org/tree aver/plantingatree) Pruning Your Trees ttps://www.treesaregood.org/tree Tree Owner's Manual s://www,treesaregood.org/tree !r/treeownersmanual) Why Hire an Arborist? s://www'treesaregood.org/tree Translated Brochures s://www.treesaregood.org/tree Educational Activities Ltps://www.treesaregood.org/edu Find an Arborist ftps://www.trE Credential Verification Name search Rudolph Alemany'returned 1 records Back to Search Credentials Rudolph Alemany Miami FL UNITED ISACertifiedArboristO STATES Explanation of ISA certification credentials (https_// iisa-arbor.com/Credentials/\X'Nch-(,redential- is—Right-for-You) Explanation of ISA qualifications (https: w .isa-arbor. om Credentials V'hi •h-Credential-is-RigLit for-You#CertY ual), Find an Arborist (http://www.i (/home) (http://www.i sa- tec-isa.com/) TREE 0- IIIGQQD� // t1- �- 4 / 15A, eSiCh... SEARCH r � Brought to rna by ISA rf 4 �'jr A.i About (https://www.treesaregood.org/about) Tree Owner Information {https://www.treesaregood.org/trecowner) Educational Activities (https://www.treesaregood.org/education) Find an Arborist (https://www.treesaregood.org/findanarborist) Get Involved (https://www.treesaregood.org/getinvolved) Newsroom (https://www.treesaregood.org/newsroom) Shop (https://www.treesaregood.org/shop) About me-(http: / /www facebook.coi-n/pages/TreesAreC;oodorg/1175726,34987-ioz). ,( ham ps:l/vrww. tre e s a r e good. o rg t) ps://www.treesaregood.org/abo Find an Arborist (httpsalwww.treesaregood.orglf'indanarborist) Verify an ISA Credential Patrons (jttps;flwww.treesaregoad.orglfindanarboris veeify} ttps://www.treesaregood.org/patr Credential Verification Tree Owner Information Certification 1D search FL-0257A' returned 1 records ttps://www.treesaregood.org/tree I Back to Search Benefits of Trees Choosing the Right Tree s://www.treesaregood.org/tree �r/choosingtherighttree) Managing Tree Hazards and Risk s://www.treesaregood.org/tree :r/treehazards) Plant Health Care s://www.treesare ood.org/tree ,-r/planthealthcarel, Planting a Tree s://www.treesaregood.org/tree °r/plantingatree) Pruning Your Trees s://www.treesaregood.org/tree :r/pruningyourtrees) Tree Owner's Manual ,S://www.treesaregood-org/tree !r/treeownersmanual) Why Hire an Arborist? �s://www.treesaregood.org/tree Translated Brochures s://www.treesaregood.org/tree Educational Activities ttps://www.treesaregood.org/edu Find an Arborist .tps://www.treesaregood.org/find First Last .. ... C[t% t 0111[ty, Credentials Nam,- ,- I.,a k, f'1'(1'.—. .. Rudolph Alemany Miami FL UNITED ISA Certified Arborist8' STATES aplanation-of ISA certification credentials (ittp-s: isa-arbor.co ',redentials X'hich-Credendal- is=Right-for-You), E_xptanation of ISA qualifications (https://-,vwwisa-arbor.com/Credentials/Which-Credential-is-RigIht- for-You#CertVOual). Find an Arborist PFNGLA. CERTIFIED PROFESSIONAL OP CONTRACTOR The Florida Nursery, Growers & Landscape Association Confers on Eduardo Arazoza The Title of C32 00148 -1C FNGLA Certified Landscape Contractor (FCLC) Expiration Date: 3/31/2022 Certified Since: 11/8/1996 to oravo, rivuW trresioent Merry Mott, F GLA Certification Director Verify an FNGLA Certification Please input the following information to find an FNGLA Certified Professional: Name: Eduardo Arazoza Organization: Arazoza Brothers Corp. v Organization Phone: 1-305-246-3223 o Organization email: Certification: FNGLA Certified Landscape Contractor Certified Since: 11/8/1996 Certification Expiration Date: 3/31/2022 Additional Memberships; Miami -Dade Chapter Membership Name: Eduardo Arazoza Organization: Arazoza Brothers Corp. o Organization Phone: 1-305-246-3223 o Organization email: Certification: FNGLA Certified Landscape Contractor Certified Since: 11/8/1996 Certification Expiration Date: 3/31/2022 Additional Memberships: Organizational Membership Not finding what you need? Click on 'Advanced View' button above to expand your search. 'IV Home I Product Control I Contractors I Building Officials I Contact us Jili.�llli:.t�:,(�r,��� Contractor Number: Contractor name: Address: City, St, Zip: Phone: Other Phone: Fax: Email: DIBIA: Contractor Status: Contractor License Information 000013956 ALEMAN'S SPRINKLERS & DESIGN INC 14047 SW 139 CT. MIAMI FL 331860000 (305) 378-1804 ACTIVE Class Category Category Description Expiration Date PLUM 3 LAWN SPRINKLER 09/30/2023 UUN I rKAU I UK INUUIKY (,;UM1JLt I t BCCt] Contractor Inquiryand Complaint Search I BCC© Home Page I State License Search Menu 4 Home I About I Phone Directory I Privacy I Disclaimer d 2001 Miami -Dade County. All rights reserved. Municipal Contractor's Tax Receipt Miami —Dade County, State of Florida —THIS IS NOT RILL —DO NOT PAY CC NO: 000013956 MC BUSINESS NAME/LOCATION RECEIPT NO. EXPIRE ALEMANS SPRINKLERS & DESIGN INC 14047 SW 139TH CT 7618209 SEPTEMBER 309 2022 MIAMI, FL 33186 Pursuant to County Code Sec10-24 OWNER TYPE OF BUSINESS PAYMENT RECEIVED ALEMANS SPRINKLERS & DESIGN INC SPECIALTY PLUMBING CONTRACTOR BY TAX COLLECTOR C/O JOSE A ALEMAN QUALIFIER 175.00 09/15/2021 C204-21-004087 This receipt is not valid in the following Municipalities: Aventura, Doral, Hialeah, Key Biscayne, Miami Gardens, Miami Lakes, Palmetto Bay, Pinecrest, Sunny Isles Beach, Town of Cutler Bay. =—D For more information, nisi .miamidade. o ollector Local Business Tax Receipt Miami —Dade County, Stag Of Florida THIS ISNOT ASit L-WW,, FAY 476104 REMPT NO. DUSMESS MAMU"CATtOIY RENEWAL. ALE=MAN$ SPRINKLERS & 471€194 DESIGN INC 14047 SW 139TH CT LB EXPIRES SEPTEMBER 3Q, Musa bO displayed at puce of fY IAMI, FL 33186 to cow dy $c OWNER � i1fFy t?F $t3S7R1Ci �5 1` A1OAIUS SPRIWUR3 & DE3$IG'N 1� PAY REC D q ECIALTY PLUMBING sic TAX COLLECTOR,* r It7 A.Al FM" Of Al IFTFR ADONTRAC TOR 75-00 0712712G2Q ar& s� 44 000013 0223.20-000976 ��tq IBainesei onlyoesY. x.iitsfteelptlsnut&limse. Psnidtawecertifivatta, hair s1oNR olden amply with a erpaair+eetsl bye nYgovermRetat ThwMWff gl.abaru s♦ t111 E+'s•MAlsm�lle ftrs>Ansl *I--- 4- / (�, ce-s� F)'KI M IAM I•DADE Search all services we offer.. Q Vehicle Registration Business Tax Search 7592055 C� BTEx ru ess•" Apply for your Business Tax account. Result 1 of 1 ALEMANS SPRINKLERS & DESIGN INC Property_Tax Business Tax Teurist Tax BUSINESSADDRESS OCCUPATION ALEMANS SPRINKLERS & DESIGN INC SPECIALTY PLUMBING PAID 2020-07-27 $IT5.00 14047 SW 139TH CT CONTRACTOR Receipt #0223-20-00091 MIAMI, FL33186 (` multiple payment: Account Number4751941 Receipt Number7592055 0 ilsb email Q Print this receipt 'PDI This account has changed since 2021, when it last matched your search. Latest account information is shown above .2`21 a%i 0 2019-2022 Grant Street Group. All rights reserved. City of Miami I131304 fiorign ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name s , v%71�L7` i `�' /u / ► C re�J �I� Jr 1efl Business Address /g e Business Representative Primary Contact (REQUIRED) Contact !Name: �� J / c�- O E-mail Address - Contact Telephone Number: Cellular Phone Number (if applicable): T — 15-1 r Fax Number (if applicable): Secondary Contact (OPTIONAL) Secondary Contact: E-mail Address: Contact Telephone Number: Cellular Phone Number (if applicable): Fax Number (if applicable): Please check the Group(s) your firm wishes to be pre -qualified under: ❑Group A —Alleyways/Rights-of-way/Areas under 2,500 sgft Maintenance ❑Group B—City Lot Landscaping Maintenance E]Group C — City Median/Main Corridor Landscaping ❑Group D —Traffic Circle Landscaping Maintenance El Group E — Parks -Owned Lot Landscaping Maintenance E !All Groups "NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. 1/10r2022 6:04 AM p. 63 ' op x CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number:... F 8 13"R 03 3� (i.e. IFQ/IFB/RFP/RFQ/RFLI Nq. 123456) Solicitation Title: 1 F � NbSC 4 � r � ✓ L'efv Tn: c>7 lL Ix ram; (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. FORM -City of Miami Local Office Certification 7/22/2013 PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: ":2/ 3 & 'sL.Z) Does Bidder/Proposer conduct verifiable, full- time, on -site employment at the local office for a minimum of forty (40) hours per calendar week? YES ❑ NO If Bidder/Proposer's Local Office tenancy is pursuant to a lease, has Bidder/Proposer enclosed a copy of the lease? 0 YES ❑ NO N/A City of Miami: ❑ YES ❑ NO ❑ Exempt Cite Exemption: Has Bidder/Proposer enclosed a copy of the Business Tax Receipt (BTR) issued by the City of Miami and Miami -Dade County? Miami -Dade County: r YES �NO� Exem t p Cite Exemption: Has Bidder/Proposer enclosed a copy of the license, certificate of competency and certificate of use that authorizes the performance of Bidder/Proposer's business �� L`=1 YES ❑ NO operations? BidderlProposer's signature below certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. r Print Name (Bidder/Proposer Aut 'zed Representative) - 72 Signature Date FORM -City of Miami Local Office Certification 7/22/2013 STATE OF FLORIDA _ COUNTY OF A7/ , � i G Certified to and subscribed before me this , day of Fz--,5.e c,/,t/�j , 20,RJ , by Teresa L. Palacio6NOTAR STATE PUBLIC(Signature of Notary Public -State of Florida) STATE OF FLORIDA�LC)R COMM# GG342082 Expires 6/5/2023 (NOTARY SEAL) �' /L E' � r� � - -es•- � � l� l G� a (Name of Notary Typed, Printed, or Stamped) Personally Known OR Produced Identification Type of Identification Produced FORM -City of Miami Local Office Certification 7/22/2013 C1114"t of fflianti ANNIE PEREZ, CPPO ARTHUR NORIEGA V Procurement Director City Manager W�z ADDENDUM NO. 1 IFB 1380386 January 26, 2021 Invitation for Bid "IFB" Landscaping Services Contractor Pool TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.5, Structure of Pool, Paragraph 2 has been deleted in its entirety and hereby replaced with the following: At the sole discretion of the City, additional vendors may be added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new Categories will be done through a competitive process utilizing a set of minimum qualification requirements such as those established in this Solicitation as described in Section 2.6, Bidders' Minimum Requirements. B. Attachment O, Local Office Certification, has been added to the Solicitation Document Section of IFB 1380386 in the Periscope S2G e-procurement system. C. The following is the City's response to questions received from prospective Bidders: Q1. Please provide the budget, bid tabulation, and bid bond information for this IFB. Al. (A) Budget information is not available for this IFB. (B) There is currently no active contract for these services, therefore a bid tabulation is unavailable. (C) There is no bid bond requirement for this solicitation. ALL OTHER TERMS AND CONDITIONS OF THE lF13 REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department AP:tg c. Juvenal Santana, P.E., Director, Public Works. Barbara Hernandez, CPRP, Director, Parks and Recreation Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIR .� �r'C�'r�5 i DATE: SIGNATURE: 2 City of Miami Certification Statement Solicitation 1380386 Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: ADDRESS: 185 SE 14TH TERR UNIT2307 MIAMI FLORIDA33131 PRONE: 7543084377 FAX: EMAIL: SIGNED BY: FITUS@GMAIL.COM CELL(Optional): TITLE: MGR DATE: 01/24/2022 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. 1 /10/2022 6:04 AM p. 4 City of Miami Certifications Solicitation 1380386 Legal Name of Firm: PROJECT XEROFITUS, L.L.C. Entity Type: Partnership, Sole Proprietorship, Corporation, etc. LIMITED LIABILITY COMPANY Year Established: 2016 Office Location: City of Miami, Miami -Dade County, or Other MIAMI-DADE COUNTY Business Tax Receipt/Occupational License Number: Business Tax Receipt/Occupational License Issuing Agency: MIAMI-DADE COUNTY, STATE OF FLORIDA Business Tax Receipt/Occupational License Expiration Date: SEPTEMBER 30, 2022 Federal Employee Identification Number (FEIN): 30-0956931 Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. NO Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1, 1/10/20). If no addendum/addenda was/were issued, please insert N/A. N/A If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Local Office Certification.) NO 1 /10/2022 6:04 AM P. 5 Attachment B: Retrence Submittal Form Solicitation 1380386 IFB 1380386 - Landscape Maintenance Services Pool FIRM NAME: PROJECT XEROFITUS, L.L.0 Reference Section 2.13 Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name: DORAL CAY/MIAMI MANAGEMENT Address: 10451 NW 58TH ST DORAL FL 33178 Contact Person: Estella Piccionello Contact Phone Number and Email: 786.725.5815 doralcaycommunity@gmail.com Date of Contract or Sale: EFFECTIVE FROM 12/01/2021 TILL 11/30/2022 Prime or Subcontractor: PRIME Other (Description of Service, Total dollar value of Contract, etc.): Grounds Maintenance: Mowing, Edging, Plant, Tree Trimming. Landscaping: Design, Planting. Annual contract: $51,000 Past Performance Reference Check #2 Company/Organization Name: Address: 10044 NW 77TH ST DORAL FL 33178 Contact Person: LEON BORENSTEIN Contact Phone Number and Email: 786-633-0813 Lborenstein@associaflorida.com Contact E-mail if applicable): Date of Contract or Sale: EFFECTIVE FROM 05/01/2021 TILL 04/30/2024 Prime Or Subcontractor: PRIME Other (Description of Service, Total dollar value of Contract, etc.): Past Performance Reference Check #3 Company/Organization Name: MANSIONS AT DORAL/ALLIED PROPERTY GROUP Address: Contact Person: Stephanie Kurnick Contact Phone Number and Email: 305.504.9563 skurnick@alliedpropertygroup.net Contact E-mail if applicable): Date of Contractor Sale: EFFECTIVE FROM 08/01 /2017 TILL 07/30/2023 Prime or Subcontractor: PRIME Other (Description of Service, Total dollar value of Contract, etc.): Grounds Maintenance: Mowing, Edging, Plant, Tree Trimming. Landscaping: Design, Planting. Annual contract: $58,100 1 /10/2022 6:04 AM p. 58 City of Miami I FBIiN0i°"1W V% ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name PROJECT XEROFITUS, L.L.C. Business Address 185 SE 14TH TERR UNIT 2307 MIAMI FL 33131 Business Representative Primary Contact (REQUIRED) Contact Name: CHRISTIAN PETRILLI E-mail Address: PETRILLICHRISTIAN1998@GMAIL.COM Contact Telephone Number: 9547061556 Cellular Phone Number (if applicable): Fax Number (if applicable): Secondary Contact (OPTIONAL) Secondary Contact: GIUSEPPINATOBIA E-mail Address: PROYECTOSXEROFITUS@GMAIL.COM Contact Telephone Number: Cellular Phone Number (if applicable): Fax Number (if applicable): Please check the Group(s) your firm wishes to be pre -qualified under: VGroup A — Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance ®Group B — City Lot Landscaping Maintenance El Group C — City Median/Main Corridor Landscaping El Group D —Traffic Circle Landscaping Maintenance ©Group E — Parks -Owned Lot Landscaping Maintenance ❑AII Groups "NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. 1 /10/2022 6:04 AM p. 63 411-tv of ANNIE PEREZ, CPPO ARTHUR NO RI EGA V Procurement Director City Manager ADDENDUM NO. 1 IFB 1380386 January 26, 2021 Invitation for Bid ("IFB"), Landscaping Services Contractor Pool TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.5, Structure of Pool, Paragraph 2 has been deleted in its entirety and hereby replaced with the following: At the sole discretion of the City, additional vendors may be added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new Categories will be done through a competitive process utilizing a set of minimum qualification requirements such as those established in this Solicitation as described in Section 2.6, Bidders' Minimum Requirements. B. Attachment O, Local Office Certification, has been added to the Solicitation Document Section of IFB 1380386 in the Periscope S2G e-procurement system. C. The following is the City's response to questions received from prospective Bidders: Q1. Please provide the budget, bid tabulation, and bid bond information for this IFB. Al. (A) Budget information is not available for this IFB. (B) There is currently no active contract for these services, therefore a bid tabulation is unavailable. (C) There is no bid bond requirement for this solicitation. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department ow c. Juvenal Santana, P.E., Director, Public Works. Barbara Hernandez, CPRP, Director, Parks and Recreation Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: Projectxerofitus, L.L.0 DATE: 02/01/2022 ZY SIGNATURE. 2 cv� or Qy uair �Ln Qe OE,c� �4v0� CITY OF MIAMI LOCAL OFFICE CERTIFICATION Solicitation Type and Number: (City Code, Chapter 18, Article 111, Section 18-73) Solicitation #1380386 Solicitation Title: LANDSCAPING SERVICES CONTRACTOR POOL (i.e. IFQ/IFB/RFP/RFQ/RFLI No. 123456) (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) if the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is bome by the business applicant submitting a bid or proposal. FORM -City of Miami Local Office Certification 7/22/2013 PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: 185 5E 14TH TERRACE UNIT 2307 MIAMI FLORIDA33131 Does Bidder/Proposer conduct verifiable, full- time, on -site employment at the local office YES ❑ NO for a minimum of forty (40) hours per calendar week? If Bidder/Proposer's Local Office tenancy is pursuant to a lease, has Bidder/Proposer ❑ YES ❑✓ NO _aN/A enclosed a copy of the lease? City of Miami: ❑✓ YES ❑ NO ❑ Exempt Cite Exemption: Has Bidder/Proposer enclosed a copy of the Business Tax Receipt (BTR) issued by the City of Miami and Miami -Dade County? Miami -Dade County: YES _aNO_J� Exempt Cite Exemption: Has Bidder/Proposer enclosed a copy of the license, certificate of competency and certificate of use that authorizes the ❑✓ YES ❑ NO performance of Bidder/Proposer's business operations? Bidder/Proposer's signature below certifies compliance with the Local Office requirements stated under Chapter 18/Article 111, Section 18-73, of the Code of the City of Miami, Florida, as amended. CHRISTIAN PETRILLI Print Name (Bidder/Proposer Authorized Representative) Signature FORM -City of M ami Loca Office Certification 7/22/2013 02/01/2022 Date STATE OFF ORIDA COUNTY OF%k- Certifie to and subscribed before me this 0_ F�Bondad KEVIN MUMAW Notary Public - State of FloridaCommission # GG 925g64 (Signature My Comm. Expires Oct 24, 2023 through National Notary Assn. (NOTARY SEAL) Personally Known VIVI \ day rtl(j of to OR Produced Identification f Type of Identification Produced �JG�I �Icw)c FORM -City of Miami Local Office Certification 7/22/2013 -,by IFB NO.: 1380386 ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name SFL Property Maintenance Corp Business 10890 Quail Roost Drive Unit 27 Miami, FL 33157 Address Mailing Address: 3345 SW 81 st Ave Miami, FL 33155 Business Representative Primary Contact (REQUIRED) Contact Name: Nicole Perez E-mail Address: Nicole@sflpropertymaintenance.com Contact Telephone Number: 786-382-4240 Cellular Phone Number (if applicable): Fax Number (if applicable): N/A Secondary Contact (OPTIONAL) Secondary Contact: Armando Fi ueredo E-mail Address: armando@sflpropertymaintenance.com Contact Telephone Number: 786-382-4574 Cellular Phone Number (if applicable): Fax Number (if applicable): N/A Please check the Group(s) your firm wishes to be pre -qualified under: 'Group A — Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance OGroup B — City Lot Landscaping Maintenance El Group C — City Median/Main Corridor Landscaping El Group D — Traffic Circle Landscaping Maintenance OGroup E — Parks -Owned Lot Landscaping Maintenance ❑All Groups "NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any Part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (1) certify that any and all information contained in this submission is true; and we (1) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (1) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: SFL Property Maintenance Corp 10890 Quail Roost Drive Unit 27 Miami, FL 33157 ADDRESS: Mailina Address :3345 SW 81 st Avenue iami FL 33155 PHONE: 786-382-4240 FAX: NIA EMAIL: nicole(aD_sflpropertymaintenance_com _CELL (Optional): SIGNED BY: TITLE: Owner DATE: 2— 7 - 2o)LL FAILURE TO COMPLETE SIGN AND RETURN THIS FORM SHALL DIS UALIFY THIS RESPONSE. Certifications Legal Name of Firm: SFL Property Maintenance Corp Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Corporation Year Established: 2012 Office Location: City of Miami, Miami -Dade County, or Other Miami -Dade County Business Tax Recent/Occupational License Number: Local Business I ax Account Number 7303409 / Receipt Number 7593417 (Landscaping) Local Business Tax Account Number 7177278 / Receipt Number 7457286 (General Contractor) Business Tax Receipt/Occupational License Issuing Agency: Miami Dade County Business Tax Receipt/Occupational License Expiration Date: 09/30/2022 Federal Employee Identification Number (FEIN): 45-5621968 Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. No Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1, 1/10/20). If no addendum/addenda was/were issued, please insert N/A. Addendum No. 1 Final Received 1/26/2022 If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Local Office Certification.) N/A %Titiv of ffliami ANNIE PEREZ, CPPO ARTHUR NORIEGA V Procurement Director City Manager ADDENDUM NO. 1 IFR 1380386 January 26, 2021 Invitation for Bid ("IFB"), Landscaping Services Contractor Pool TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.5, Structure of Pool, Paragraph 2 has been deleted in its entirety and hereby replaced with the following: At the sole discretion of the City, additional vendors may be added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new Categories will be done through a competitive process utilizing a set of minimum qualification requirements such as those established in this Solicitation as described in Section 2.6, Bidders' Minimum Requirements. B. Attachment O, Local Office Certification, has been added to the Solicitation Document Section of IFB 1380386 in the Periscope S2G e-procurement system. C. The following is the City's response to questions received from prospective Bidders: Q1. Please provide the budget, bid tabulation, and bid bond information for this IFB. Al. (A) Budget information is not available for this IFB. (B) There is currently no active contract for these services, therefore a bid tabulation is unavailable. (C) There is no bid bond requirement for this solicitation. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department AP:tg c. Juvenal Santana, P.E., Director, Public Works_ Barbara Hernandez, CPRP, Director, Parks and Recreation Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: SFL Property Maintenance Corp DATE: 2 - 7 - 2DII SIGNATURE: 2 Attachment B: Reference Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAME: SFL Property Maintenance Corp Reference Section a Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name: Grounds Group Address:1110 S Flamingo Road Davie, FL 33325 Contact Person: Joe Williams Contact Phone Number and Email: 954-325-4562 / joew@groundsgroup.com Date of Contract or Sale: 04/01 /2021 to present Prime or Subcontractor: Other (Description of Service, Total dollar value of Contract, etc.): Landscaping Maintenance Tree Trimming, Irrigation services of 67 commercial sites $315,765 annually Past Performance Reference Check #2 Company/Organization Name: City of Homestead Police Department Address:45 NW 1st Ave Homestead, FL Contact Person: Lt. Acosta Contact Phone Number and Email: 786-387-8527 / macosta homestead olice.com Contact E-mail if applicable): Date of Contract or Sale: 10/01/2021 - 09/31 /2022 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Landscaping Maintenance, Tree Trimming, Irrigation $12,930 Past Performance Reference Check #3 Company/Organization Name: Department of Solid Waste Management Address: 2525 NW 62 Avenue, Miami, Florida Contact Person: Humberto Contreras Contact Phone Number and Email: 786-641-7794 / humberto.contreras@miamidade.gov Contact E-mail if applicable): Date of Contract or Sale: 7/25/21-10/24/21 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Maintenance Pressure Washing 36 730 u ❑' 1Ao Ron DeSantis, Governor STATE OF FLORIDA Halsey Beshears, Secretary JEPARTMEIVT OF DUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES PEREZ, NICOLE SFL PROPERTY MAINTENANCE CORP. 3345 SW 81ST AVENUE MIAMI FL 33155 LICENSE NUMBER: CGC1527912 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. bFloricia L' --) r I The International Society of Arboriculture Hereby Announces That Nicole 51)(Irez Has Earned the Credential ISA Certified Arborist' By successfully meeting ISA Certified Arborist certification requirements th1-ough demonstrated attainment of relevant competencies as supported by the ISA Credentialing Council Caitiyn PoHihan CEO & Executive Director-- 08 December 2020 31 December 2023 FL-9687A Issue Date Expiration Date Certification Number r Jlo-_. ._..... +� C C R E UI T C U F'}_ry5(]YNCI. CCiil IFiCAI"fiN Bonr ##0847 ISA Certified Arborist City of Miami Certification Statement Solicitation 1380386 Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part ofthis submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSERNAME: VisualScape Inc. ADDRESS: 17801 NW 137 Avenue, Miami, FL 33018 PHONE: (305) 362-2404 FAX EMAIL: IVila@visualscapeinc.com SIGNED BY: / l/ TITLE: (305) 362-2403 CELL(Optional): (786) 859-1331 President DATE: 02/07/2022 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. 1 /26/2022 12:07 PM p. 4 City of Miami Certifications Solicitation 1380386 Legal Name of Firm: VisualScape Inc. Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Corporation Year Established: 2011 Office Location: City of Miami, Miami -Dade County, or Other Miami -Dade County Business Tax Receipt/Occupational License Number: 7553190 General Contractor, 7478421 Irrigation, 7130750 Service (Landscape) Business Tax Receipt/Occupational License Issuing Agency: Miami -Dade County Business Tax Receipt/Occupational License Expiration Date: September 30, 2022 Federal Employee Identification Number (FEIN): 45-2599402 Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. Yes, see completed Attachment D Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1, 1/10/20). If no addendum/addenda was/were issued, please insert N/A. Addendum #1, 01/26/2022 If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Local Office Certification.) No - VisualScape is not located within the City of Miami limits 1 /26/2022 12:07 PM P. 5 City of Miami Solicitation 1380386 IMPORTANT NOTICE TO BIDDERS: • FAILURE TO COMPLETE, SIGN AND UPLOAD THE CERTIFICATION STATEMENT AND CERTIFICATIONS SECTION WILL RENDER YOUR BID NON -RESPONSIVE. • FAILURE TO COMPLETE AND UPLOAD ANY REQUIRED DOCUMENTS WILL RENDER YOUR SUBMISSION AS NON -RESPONSIVE • IF ANY DOCUMENT IS TOO LARGE FOR UPLOADING, SPLIT THE DOCUMENT INTO MULTIPLE FILES, NAME THE FILES APPROPRIATELY AND UPLOAD INTO BIDSYNC. • CONTACT BIDSYNC VENDOR SUPPORT TOLL -FREE NUMBER 800-990-9339, OR EMAIL SUPPORT(c�r�,BIDSYNC.COM, FOR BIDSYNC TECHNICAL DIFFICULTIES AND PROBLEMS. 1 /26/2022 12:07 PM p. 6 IFB NO.: 1380386 ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name VisualScape Inc. Business Address 17801 NW 137 Avenue, Miami, FL 33018 Business Representative Primary Contact (REQUIRED) Contact Name: Ivan C. Vila E-mail Address: IVila@visualscapeinc.com Contact Telephone Number: (305) 362-2404 Cellular Phone Number (if applicable): (786) 859-1331 Fax Number (if applicable): (305) 362-2403 Secondary Contact (OPTIONAL) Secondary Contact: Jose M. Quintero E-mail Address: JQuintero@visualscapeinc.com Contact Telephone Number: (305) 362-2404 Cellular Phone Number (if applicable): n/a Fax Number (if applicable): (305) 362-2403 Please check the Group(s) your firm wishes to be pre -qualified under: El Group A — Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance El Group B — City Lot Landscaping Maintenance El Group C — City Median/Main Corridor Landscaping El Group D — Traffic Circle Landscaping Maintenance ❑Group E — Parks -Owned Lot Landscaping Maintenance 'All Groups "NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. Attachment B: Reference Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAME: VisualScape Inc. Reference Section a Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name: Town of Cutler Bay Address: 10720 Caribbean Blvd, Cutler Bay, FL 33189 Contact Person: Alfredo Quintero Contact Phone Number and Email: (305) 234-4262, aquintero@cutlerbay-fl.gov Date of Contract or Sale: June 2013 to 2024 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Landscape Management - Maintenance, Arbor, Landscape, Irrigation, Pesticide - $424,720.00 Past Performance Reference Check #2 Company/Organization Name: Village of Pinecrest Address: 8200 SW 124 Street, Pinecrest, FL 33156 Contact Person: Tony Lamazares Contact Phone Number and Email: (305) 234-2110, tlamazares@pinecrest-fl.gov Contact E-mail if applicable : tlamazaes@pinecrest-fl.gov Date of Contract or Sale: April 2016 - 2025 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Landscape & Irrigation Maintenance, Landscape & Irrigation Installation, Arbor Care - $1,648,988.00 for 5 years Past Performance Reference Check #3 Company/Organization Name: Florida Department of Transportation District - Turnpike Address: Mile Post 19, FHP Post 1, Florida's Turnpike -Snapper Creek Servfice Plaza, Miami, FL 33186 Contact Person: Andrew Seibel Contact Phone Number and Email: (305) 964-4864, andrew.seibel@dot. state. fl.us Contact E-mail if applicable): andrew.seibel@dot.state.fl.us Date of Contract or Sale: April 2018 - 2024 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Landscape & Irrigation Maintenance, Landscape & Irrigation Installation, Arbor Care, $395,004.00 annualy Title: LANDSCAPE SERVICES CONTRACTOR POOL IFB No.: List of Subcontractors 1380386 Completion of Form This form is to be updated after award of the Contract as additional Subcontractors are added or changed. Submit additional pages as neceassary. Name of Firm Address Scope of Work Licenses % of Work Martinez Spray Service PO Box 924227, Princeton, FL 33092 Pest Control JB182032 / JE182033 2% Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fiftenn percent (15%) of the total work for the Contract. 2. The foregoing list of Subcontractors may not be amended after award of the Contract without the prior written approval of the City's Project Manager identified in the Solicitation, whose approval will not be unreasonabley withheld. Name of Proposer: VisualScape Inc. Name of Individual Completing Form: Ivan C. Vila Date: 02/07/2022 Signature: %Titiv of ffliami ANNIE PEREZ, CPPO ARTHUR NORIEGA V Procurement Director City Manager ADDENDUM NO. 1 IFR 1380386 January 26, 2021 Invitation for Bid ("IFB"), Landscaping Services Contractor Pool TO: ALL PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein, reflect same on the documents you have on hand. A. Special Conditions, Section 2.5, Structure of Pool, Paragraph 2 has been deleted in its entirety and hereby replaced with the following: At the sole discretion of the City, additional vendors may be added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new Categories will be done through a competitive process utilizing a set of minimum qualification requirements such as those established in this Solicitation as described in Section 2.6, Bidders' Minimum Requirements. B. Attachment O, Local Office Certification, has been added to the Solicitation Document Section of IFB 1380386 in the Periscope S2G e-procurement system. C. The following is the City's response to questions received from prospective Bidders: Q1. Please provide the budget, bid tabulation, and bid bond information for this IFB. Al. (A) Budget information is not available for this IFB. (B) There is currently no active contract for these services, therefore a bid tabulation is unavailable. (C) There is no bid bond requirement for this solicitation. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department AP:tg c. Juvenal Santana, P.E., Director, Public Works. Barbara Hernandez, CPRP, Director, Parks and Recreation Yadissa A. Calderon, CPPB, Assistant Director of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM. VISUaISCape Inc. DATE: 02/07/2022 SIGNATURE: PA VISUALSCAPE LICENSES AND CERTIFICATIONS: db r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS. CERTIFIED UNDER THE PROVISIONS OF CHAPTER 469, FLORIDA STATUTES VILA, IVAN CARLOS VISUALSCAPE. INC 17801 "W 137TH AVE MtAM1 FL 33018 LICENSE NUM8ER=CGC15215893 EXPIRATION DATE: AUGUST 31.2022 Arraysverity lice—orii w at AyFlaritiaLicensexam Do rwt aner this document in arty I— T his is your license. It is unlawful for anyone Other Iturr Ure III-- to use IN, dotunreni. INTERNATIONAL SOCIETY OF ARBopucu Tm CERTIFIED ARBORlsv Ivan Carlos Vila Having mccessiullp completed tht requirements stt by the lntematmml Society of Ancoxicultum, I:he allow named is hemby recognized as an ISA Cernrwd. ArLu mt° sra+rar, roe. sets of aezosi ,u+°e°`cr�r tir owcer r.r c.ww r�r�orrs 510riaa rDevartmeltt of z1gricidtilre 00 conounter 9>erbjCejt Pesticide Certification Office Commercial Applicator License License # CM26239 VILA. IVAN C. Categories 17801 NW 137TH AVE 5A, b MIAMI, FL 33018 Issued; July 14 2U ires: July 31, 2023 n r Ulu . re of i sec NTCOLE "NIKKI" FRIED, COMMISSIONER The abuvn individual is IkCnKd under the provisiwu OrChaptrs 487, F.S. to pvmhavo and apply msuieted use pcsticidu. STATE Of FLORIDA db r *DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION raIIIIaaa- CONSTRUCTION INDUSTRY LICENSING BOARD THE IRRIGATION SPECIALTYCONTRACTOR HEREIN 1S CERTIFIED UNDER THE PROVISIONS OF CHAPTER 4$9_ FLORIDA STATUTES VILA, IVAN CARLOS " VISUALSCAPE. INt 17801NW F37TH AVEi � � UCELSE ..._ER3C 11517UQ EKPIRATION DATE-. AUGUST 31,2022 Ahx.�yrvvnty lirerv�,rwJu�e zr htyrbnrl.>3,r�reK.epm Do rwt aIW this document In any form. This Is your license. It Is unlawful far anyone other If— the licensee to use this docrnnent. PFNGLA CERTIFIED PROFESSIONAL ■ INSTALLATION The Florida Nursery, Growers & Landscape Association Confers on Ivan C. Vila T62 00550 The Me of FNGLA Certified Landscape Technician (FCLT) Ewation Dace: 6130121722 Cemnni:Sf :4j2W2019 R Ts �KK1AA Maker. tL*+y s [tntltnon.. uremx f - Florida Department of Agriculture and Consumer Services License_Categories lAl AgRou Crop 5B Organotin Paint IA2 Ag Tree Crop 6 Right of Way I AgAnimal 7A Wood Treatment IC Private ApplicatorAg 7B Chlorin,-- Car, i D Suit and Greenhouse Fum 7C Server Hoot Control IF, Haw Ag Commodity Fum 9 Regulatory Pest Control 2 Forest Pest Control 10 Remonstration and Research 3 Ornamental and Turf I l Aerial Apptication 4 Seed Treatment 20 Regulatory insp. and Samp 5A Aquatic Pest Control 21 Natural Areas Weed Mgmt b Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7265536 BUSINESS NAME/LOCATION VISUALSCAPE INC 17801 NW 137TH AVE MIAMI, FL 33018 OWNER VISUALSCAPE INC CIO IVAN C VILA QUALIFIER Worker(s) 10 I�LBT.11 EXPIRES SEPTEMBER 30, 2022 Must be displayed at place of business �..' Pursuant to County Code Chapter 8Q - Art. 9 & 10 i O SEC. TYPE OF BUSINESS PAYMENT RECEIVED 196 GENERAL BUILDING BY TAX COLLECTOR CONTRACTOR 45.00 07/28/2021 CG C1526863 IN7-21-353750 RECEIPT NO. RENEWAL 7553190 This Local Business Tax Receipt silly confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do husiness. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which applyto the business. The RECEIPT NO. above must he displayed on all commercial vehicles -Miami-Dade Code Sec ea-276. MI 0 For more information, visit www.miamidade.uovhaxcol lector Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7196149 BUSINESS NAME/LOCATION VISUALSCAPE INC 17801 NW 137TH AVE MIAMI, FL 33018 OWNER VISUALSCAPE INC CIO IVAN C VILA FIRES Worker(s) 10 RECEIPT NO. RENEWAL 7478421 01 LBT_1� EXPIRES SEPTEMBER 30, 2022 Must be displayed at place of business �. �. Pursuant to County Code Chapter 8A- Art. 9 & 10 SEC. TYPE OF BUSINESS 196 SPECIALTY BUILDING PAYMENT RECEIVED BY TAX COLLECTOR CONTRACTOR 75.00 07/28/2021 SCC131151702 INT-21-353750 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is unto license, Permit, or a certification of the holder's qualifications, to do business. Holder mustcomply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec Ba-276. MIAMI— Far more information, visit www.miamidade.noMaxcol lector Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS N 0T A BILL - DO NOT PAY 6856166 BUSINESS NAME/LOCATION VISUALSCAPE INC 17801 NW 137TH AVE MIAMI, FL 33018 OWNER VISUALSCAPE INC C/O IVAN C VILA, PRIES Employee(s) 10 RECEIPT NO. RENEWAL 7130750 LBT-., EXPIRES SEPTEMBER 30, 2022 Must be displayed at place of business 0•' Pursuant to County Code Chapter 8A - Art. 9 & 10 iI SEC. TYPE OF BUSINESS 213 SERVICE BUSINESS PAYMENT RECEIVED BY TAX COLLECTOR 75.00 07/28/2021 LC233818 INT-21-353750 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which applyto the business. The RECEIPT NO. above must be displayed on all commercial vehicles -Miami-Dade Code Sec Ba-276. MIMI®- For more information, visit www miamidade govhaxcollector STATE OF FLORIDA At'jurtment of 01[grilulture ana cangumer Nerkles BUREAU OFLICEISL C—NDENFORCE_MENT Date File NO. Expires October 6, 2021 LC239818 October 31. 2022 THE C ONLNIERC.LAI. L_ NDSCAPE ALkElI. HOLDER V 1hfED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CEAPTER 482FOR THE PERIOD E.VIRLNG: October 3L 2022 IV AN C.17ILA 17801 NW 137TH.AVE N AhII.FL 33018 r1 t P.d u d MCOLE -r =" FR F , COMMISSICCVER BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., dim. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2021 THROUGH SEPTEMBER 30, 2022 DBA: Business Name: VISUALSCAPE INC Owner Name: TvAN c vTL,A Business Location: 17601 NW 137 AVE MIAMI DADE COUNTY Business Phone: 786-331-9350 Rooms Seats Employees 6 Number of Machines: Receipt e:LAwN MAINTTENANCE/LANDSCAPE Business Type:(LAWN MAINTENANCE) Business Opened:02/1G/2012 StatefCo u my/Cert/Reg: Exemption Cade: For Vending Business Only Machines Vendina Tvae: Professionals Tax Amount Transfer Fee NSF Fee Penalty Prior Years Collection Cast Total Paid 81.00 D.OD 0.00 0.00 0.00 0.00 81.00 " `` CITY OF CORAL GABLES. FLORIDA CusT. NO, 224696 LOCAL BUSINESS TAX RECEIPT Rt CEIPTNO. t ar 8T•0025013320 THIS 15 rrar A BILL -Do NOT PAY2021-20 BUSINESS NAME. VISUALSCAPE INC I.CICAT114N: VARtUGS LQCA.T110N$ DBA NAME: LANDSCAPE CLASSIFICATION:. 1 Landscape Maintenance Contract 2 3 4 5 6 NO. OF UNITS UNIT DESCRIPTION 9 PERSONS BUSINESS TAX REGPT RENEWAL This receipt dries mt constitute authority to begin operating at this location without a Certificate of Use and Inspection Approval " AMOUNT PAID; S 41.00 VALID ONLY AT LOCATION ABOVE. RECEIPT EXPIRES OW30=22 40 Tam EATER ORLANDO M FDC] WS� In eiratWAirpori imrtal 4 AV ATI41V AR,FFIURRAY w Disadvantaged Business Enterprise (DBE) Certificate of Eligibility VISUALSCAPE INC MEETS THE REQUIREMENTS OF 49 C,F'R, PART 26 APPROVF,D NAICS CPDET, 561730 �-� l l4CiM�NYLi BKV,► i!' ll D "��trlN •LIYs � tx+tit♦ R�.w�e+a Minority Business Certification VisualScape Inc. Is certified under the provisions of 287 and 295.187, Florida Statutes, for a period from: 01/27/2022 01i27l2024 (,\— 1�— Todd Inman ► A - Florida Department of Management Services office nf-applier Divers ty "r'­tl - ap59 Esplanade Way, Suite 380 MANAG€,ENT Tallahassee. FL 323A SERVICES-aar-D915 r —ofS w.pl-Di—irw ww.w.dms•rwyflo.ida.wm/ux� Department of State ! Division of Corporations 1 Search Records 1 Detaii By Document Number 1 Previous On List Next On List Retum to List No Events No Name History Detail by Entity Name Florida Profit Corporation VISUALSCAPE. INC. Filing Information Document Number FEU EIN Number Date Filed State Status Principal Address 17801 N','•;' 137th . ;ve MIAMI, FL 33018 Changed: 0112512017 Mailing Address 17801 NW 137th Ave MIAMI, FL 33018 Registered Agent Name & Address KESHEN, NELSON CESQ 9155 SO DADELAND BLVD, SUITE 1718 MIAIAI, FL33156 OfficerfDirector Detail Name & Address Title President VILA, IVAN CARLOS 17801 NW 137th Ave MIAIAI, FL33018 Annual Reports Report Year Filed Date 2019 0210412019 2020 0112112020 2021 01/14/2021 P11000057735 45-2599402 0612112011 FL ACTIVE Document Images 0111412021 —ANNUAL REP'OR7 01/2112020 - ANNUAL REPORT 0210412019 - ANNUAL REPORT 0113112018 -- ANNUAL REPORT 01/2512017 - ANNUAL REPORT 01/2812016 - ANNUAL REPORT 0112212015 -- ANNUAL REPORT 0211812014 - ANNUAL REPORT 0211712013 - ANNUAL REPORT 0312512012 -- ANNUAL REPORT W2112011 - Domestic Profit EntityName search Search 0 ++�+ CERTIFICATE OF LIABILITY INSURANCE ° �°�21 t2'28.•7D21 THIS CERTIFICATE IS ISSUEDAS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORD EC BY THE POLICIES BELOW.. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE ACONTRACT BETWEEN THE ISSUING INSURERfS),AUHOR17EL} REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER - IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy;ies) must have ADDMONAL INSURED provisions ar be endorsed. If SUBROGATION IS WANED, subject to the terms and oDnditiens of the policy, certain policies mayrequire an endorsement A statement an this certhloate does not confer rights to the certificate holder in lieu of such endorsements} PFAIDUCER ODN"' Benny Camera NAM GII, Galden,Avetarll Insurance Group FHONE {3105] 6313- 777 {3Cdj 379-3422 ACOFIF_E>f: bmbrera(i�ggalg.cnm VI&H N. Kendall ❑rfae Suite2D9 MIUREIIIINAFFDR01103013YERMIE rwres NSyrEmA- FCC I In611rance Co. 1101M Maml FL 33176 M9URE1 I ZLRERB- monme Guaranty Inairwee Ccrnpalgr 325D6 'AsualStape, Inc, INSURERC- Calory lnsmlranoe Company 39993 176131 NW 137ALvenue INSURER D: 3rdge'led Cauuaty Co. 103M NBURER E: FCC I I92jraice Co. Wlya MIww FL 33018 MEURER F: COVERAGES CERTIFICATE NUMBER: ❑I21122118661 REYISIONNUMOER= THIS IS TO CERTIFY THATTHE PIDUCIES OF I NSURA4CE LIGnID IBELCW HAVE BEEN ISSUED TO THE I WUR=J 4AA1E❑ ABDVE FOR THE POLICY PERIO❑ IN❑LGATE❑. NOTVI'ITH`,TANDINO ANY RE❑UIREVE47 TERN OR CONDMON OF ANY CCNTRNCT OR OTHER DOCUNENTVATH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE 140JRA40E AFFO;DE❑ BYTFE POLICIES ➢E`.3CRIEEJ HEREIN IS SUBJECT TDALL THE TERMS,. EXCLUSIONS AND CON❑M04S OF PJCH POLICIES. UMITD .5HOVN NAY HAVE BEEN REDUCED BY PAD CJJMB. LTR Tlp, NRUNRANCE MID WVD PoLlur IMlrffR 0Mff00Jr r WMT1GlrrrM LINTS X CCLEOE13AL sIENERAL LLABILUr CHI FUIEN.E # 1,C43D.D3D C.h:LG-'.4'LE OCOLR PRDAISI3e iEs ocnerrsKe1 { JaD.DDo kEDEXP -E { 1Qd❑C PEa�soN+Larau nr.Aar i 1,CSD.MD A - --130D7"S7M 011012022 alf0112023 GEMLA GFEMAiE UMT.-PPLE5 PER PoLIGY �JE# LCG 804EFPLADORE3KIIIE IF ZOUD.D30 PRCCLIClB-oor.Qr�nyD i2, ❑,Cf1D i OTHEF[ ssnorrDERE 1-410LRY iEa xtld~rli i 1,0A1),C ]D ECCIL"1W-IRYYPa P—W i } AWAUM BCUNIINEDoraEY D MirosFIRE13 Y Y 7bi8➢D OA.I OCU6 D1ffll22 1iI t111➢V2923 ECCHLY IN.uRr IAt7 xrwm� s PFnf--JTTY DAWI iE iPC aLntltlF1', { NON-OVMIM ALMUSCILY ALTOS €PL.Y Up. UAD ccr EACH OCAAARRENCE # 3.MD.MD C X E40FAS UAB CLJQrAs v Y 036-753 Dil1312022 SIM312123 Atiara { 3.MD,C13D Mr R-=n3f ICN # ❑ '&ORKERS COWENSATXM AND EMPL.O'YERS' IUABJT7' WE[ST74T1JTE VW Pri;1R dET€F.PPHrNEidEZE€1ITILE Z-CERMEMEEF EXr�LC1$? pa.ddvy,mrq NL Nfri Y D520.461fi2 U1fD1J77L132 A11➢1f2923 PER DT}h ER EL Ei�GFi ACY:DE7fT s I.MD'MD E MEE+SE-E,4EPAPLOYEE T, 1,M❑,C9O DEB ` CEi9CRPnCN C fi- CN8 OPBiN1locc.• E L [NBE+IE - F'CUCY LNrt # 1,Dao,CAD SrJeEgUlpmem $ 769rM6 E InLaW Madrie CM19OD7d488DO 011➢IM22 911➢1Y2➢23 �RcLreMd nlEdlteaSed Equlp. %25➢,'D0L1 ❑eduolGle ; 11wo MCPoPn0N OF OPeR4TIONr1 10CATION31 VEHICLES 'ACOFC 101. A WIJ—1 R--M tduk/c, rap b dmatrd N mac w— Ic nqulftM P roW m COVeMge CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICES BECANCELLED BEFORE THE EXP1 RATION DATE THEREOF, NOTICE'WtLL BE DE.LPfERED IN Viu alwape In(. ACCORDANCEIVITH THE POLICY PROMIONS.. 17601 NW 13TM Avenue AUrF ZR= REPREM3rTATrVE N1a Tl F. 33C18 - 1966-2015A00RD CORPORATION_ All rights reserved. ACFRD 25 1201&03) The ACORD name and logo are registered marks ofACORD 6n FIT Florida Department of Transportation RM DE5ANTLS 605 Suwannee stmet M-IN d. TMAULT. F-L C4yVEjMR Tallahassee. FL 32399--0450 SECRETARY Apmil 22, 2021 ❑ISDAL3CAPE INC- 17301 NW 237TH AVE MIAKI, FLORIDA 33D12 R.E. CERTIFICAaE OF QUALIFItiATION Dram Six/Yadar The Deppaxtment of Tranmpoxtation has qualified your company for the type of waxl indicated below. Unless your company im notified otherwise, this £extificate of Qualification will expire C/3DJ2022_ However, the new application is due 4f3€1/2022_ In acaorda&nc vith 9_337,.14 (1) q_S_ your next applicatiom must be filed within (.4) waonths of the ea.ding date: of the applicant's mudited a ual fie—iml state nts. If -your company's mma� capacity has been revised, you awn access it by logging Into the Contractor Prequalification Application System vkm the followimg lim'k: H'1PS.[/£dotxpl-dot. state:_ El. us f lContrmc tarpreQ] I±fiaation/ Ole logged in, selmct "Vixew" for the: x,ost recently approved mppl.iamtion,, and then click the "Manage" and "Application Sh s zy'T tmbs. PDOT A13PRCVMD WORK CLASSES. 1..bNDSCAPING, IRRIGATION You nay apply fox a R,evisen Ce= !i-irate of Qualification at any time Prior to the expiration date of this cermificate according to Section 14-22.OD91(2), Florida Administxative Cade {F_A_C_), by accessing your most recently approved ape --cation am shown above and choosing "Update" instead of 'View_" If certification in additional clasmes of work is desired, documentation is neededto show that your c=p any has done much work with your awn forces and equipment or that experience was gained with another contxactax and that you have the necessary equipment for each additionalclams of work xequemted_ All prequali£i.ed contracture awe required by Section =4-22.OD6(3), F_A- C_, to certify their waxh underway monthly in order to adjust maxima:.: aiddinq capacity to availahle bidding capacity_ You can find .he link to this reporm at the webmite shown abmve- AA.cg Sincerely, Z�)a4&1� 14xeZ��xl'?ql Alan Autry, Manager Contracts Adm=nimzxatio= Office Improw Wety, Enhance Mobjlhi , Inspire Iranova Hon w%v% •.fdat_gov 79 PFNGLA, . CER11FIED PROFESSIONAL INSTALLATION The Florida Nursery, Growers & Landscape Association Confers On Adrian Rivero T32 00102 The Tale of FNGLA Certified Landscape Technician (FCLT) EaPkaNm. llsk: 3f31(2022 �/j Y 5' - CertlReC5lnce: F.6' 'S tat aaw, fxr�n�n r tiara ""o.amo. �" C MGM -I CER71FIlD PROFESSIONAL HORTICl1LTtJRE The Florida Nursery, Growers & Landscape Association Confers on Adrian Rivero H32 10344 The Title of FNGLA Certified Horticulture Professional (FCHP) Eapuarbn taare: 3f31fM22 �/I �-.ry?{ �rmaee sfros.: sllasf2oss .�/ rye sue, nxan nr�n akm a IPFNGLA �E CERTIFIED PROFESSIONAL F INSTALLATION The Florida Nursery, Growers & Landscape Association Confers on Rodoifo Hernandez T92 00098 The rt/e of FNGLA Certified Landscape Technician (FCLT) ratin D. 6JIM022 i-412212D0� 4� -1 Ed RaafliCAA P'eadee[ Mery. IA Cc�aLan p'ar RA _'PFNGLA,, PFNGLA,. I� CERTIFIED PROFESSIONAL I INSTALLATION CERTIFIED PROFESSIONAL ; INSTALLATION The Florida Nurseryr Growers & Landscape Association The Florida Nursery, Growers & Landscape Association Confers on Confers on Adrian Rivero Jr T62 10551 Luis Sosa M 00641 The T7t1e Of The Tib'e of FNGLA Certified Landscape Technician (FCLT) FNGLA Certified LandscapeTechnician(FCLT) rrpbatbn bare: 6736fM22 [ Mr d S ! 4f26jMt4 7 j ra ae`v, arwu areaaenl nem non, uctnun�:0000� Explratlon Gate: t2n 112023 (/J �l C.tIW S—: 10f512026 KK JJr�— _ iiiNNNiii s,.a,'maH;, HF�e,mueorc 14rvr». cu ccror�aeo�pn�ao: J r PFNGLA, CERTIFIED PROFESSIONAL it LNSTALLATION The Florida Nursery, Growers & Landscape Association Confers on Victor Perez TO 00642 The Title of FNGLA Certified Landscape Technician (FCLT) C@rV n-. 11f3111021 f �¢tl Sixe: 1019j1920 SM1ewnTprr., .NGG Retldrt %+ate, Win. III J OFNGLA.. r EE331©HAL MAI MAI-eNANNArvCe The Florida Nursery, Growers & Landscape Association Confers on Ivan. C. Vila S91746 The ritk of FNGLA Certified Landscape Irrigation Service Technician (FCLIST) epiaern oxe, gz/3a/xaxa -` cfrt;nea s�na, 41211xo21 .wmw>..r•�wo�� �a.r.mn.. n� ce.ao 'WNGLA rMn 31 IEEI dNAl E3 MAIWANC I MAINT€NE The Florida Nursery, Growers & Landscape Association Confers on Wilfredo Maldonado S9351381 The Tlde of FNGLA Certified Landscape Irrigation Service Technician��(FCLIST) G�tlfletl Slnw4121l2A21 ruian eivlaee �mmn0.r o..er r PFNGLA. r CERTIFIED PROFESSMNAL I INSTALLATION The Florida Nursery, Growers & Landscape Association Confers on Philip Thibeaux T62 00549 The Title of FNGLA Certified Landscape Technician (FCLT) €x'IT ion Date 126/2019 �ninW SIB: a/26l3019 TA Brew. R1GIA AraWeM Mary Mr11. PFNGLA, CERTIFEN^N,:M.115511111.1. nnAINTENANCE The Florida Nursery, Growers & Landscape Association Confers on Adrian Rivero Jr. S122674 The Title of FNGLA Certified Landscape Irrigation Service TechnicianM1(FCLIST) pV%1 EM.b, �.: Uj3W2024 1 eerbRed 5nce: aR11M21 14 : - Vi IFIAIi k trot Certificate of Training ' GV24762-I Best Management Practices _ -elm,= rr 0 Florida Green Industries av2a7Ea The undersigned hereby acknowledges that Ivan IC. Vila has successfully met all regvircmenrs neccasaty to be fully trained through the (rtcen Industries Beat Mana6 mcnt Pr ri ,, Program d:1 eloped by the .. Florida department of Environmental P-tection with the University of Iq Florida Institute of Pond and Agricultural Sciences. M. od-edes 925f2013 r _ - leaer li..eni.,mr ❑.xenf Clvsa DtiPPmprervr Ad un.ued.�ed.r..al rrron e.i� ��Sit fir. r�llr iSd - z g ZIF°IPLOI2ib.k a {en Certificate of Training GV23627-2 Best Management Practices rrdnrareu Florida Green Industries rGV23Z7 .: 1 °`°"" 11) a The undetsigned hereby acknowledges that Rodolfo M. Hernandez has successfully met all requirements necessary to be fully trained thmugh �v ➢t • the Gt tries n hidu Boo hlanagctncnt Pt -rice. Program developed k. dtc Florida ❑epartmenr of Envlmnmen tal Protection with the University of ' Florida Institute of Food and Agricultural Sciences. K 0,F—dry 91252019 s Iuue. In.ieuexor nxxeur 0— NOWslt/iisfi till ' d I,BF.II'ELS .a ors n 11 Certificate of Training ` rv30173-I Best Management Practices �- ada-. N Florida Greenludnsiries OV30173_ , a.;osroa The undersigned hcrchy aul ux wledvcs 'n't Aucencio F. Mendoza has successfully rr et rdl requirements necessary to he fvtl trained rluough the Green Industue, Bear M.—getilent Yracuces Prugr rut developed by the Florida Depmu rent of Laavu"onmental Protectiori with the University of ' Floid. Ins❑ntte of Food and Agricultural Sctoncc's. . ♦ D Rei.q U2_ 12014 G `'4 leaurr Inc rex lnr N—f el— 'rp O'A er�rm i�l �i�i>31irg,U C�r�,.5t4'i 74. tW. C It . r�4h N1 4yr.N. 7 fl,' , t iI ., a - ttlu tl 91 ..UFFL4Rit7A '-� Certificate of Training IIA Gv23se2-2 Best Management Practices crrnsmlr rt Florida Green Industries ov23962 Tramm In L The undersigned hereby acknowledges that Adrian Rivero has successfully met all requuemeat nee ssary ru he fully rained through tl (seen Industries Be r M—gement Practices Program dewl-rpedby the Flerida department of rmvimnmeand Prmt,crinn wtrh the IJmvecsity of Florch Institute of Food and Agticultutal Screo es, �� M orf 1cs 4252413 � �— d r o°a �rc� true n..sr>,�ndmwuw.. - -_ OF IFAS - Certificate of Training Best Management Practices (MM79 I Florida Green Industries ­� a OV405279 The undersigned hereby acknowledges that awn Luis D. Sosa has successfully ruct ail requirements necessary to he fully trained through the Green Industries Besr Management Practices Program developedby the Florida Department of E vironmental Ptotection with the University of Florida In nn1t, of Food d and Agricultural Sciences. Ii M y — IY152Il1a c I In,nrcrur J .0 ll�u. n mgnn hMd�uetnwr wor..td »,dww;w OFIAS ExtesroFlorida-Friendly Landscapinpra afe t t FLORIDA-FRIENDLY LANDSCAPINGT CERTIFIED PROFESSIONAL Ji#I I This certifies that Ivan Vila - has successfully completed the Florida -Friendly Landscaping'-" Certified Professional Training µµ I` A9 t_ i � slants Lewis R M I d Flatre rewoa. mini scaxewrdde slot da Flo 1 dreaor tie c mmun tea coot tnator crap ng�� vrogram V - . L 115 2021 f call 2021000s 40 OSHAeeeupdieen aaMly .nID Il.11lft ►OniNytnllon This card acknowledges that the recipient has successfully completed a 30-hour Occupational Safety and Health Training Course in Construction Safety and Health Adrian Rivero lo-lnathcrw acc�i�i. _ Q3L20/2017 (Trainer name - print or type) (Course end date) Thts Certifies that Adrian A- Rivero Has C.ompWed a Floncia Department of Tsansponatlon Approved Temporary Tralnc Control (TTC) ultermedlate, Course Data Expires- C11 W-2 23 Codmeate. a 46S 19 instructor Jeremiah mcCamy FOOT Provider a 1 Metro Fionaa Sit" Council phone 754 403-19fi0 Trl�County } Da0s.6rowaro.Palm Beach, nnr*trotiorlwitifetycou ncil.eom "Yon 6lipmetronomdasatatycouncrtcorn stern srerrtanca This Certifies that ADRIAN RIVERO Has C Omplated a Florlrts Dlep3rtment of Trans pDrrafion Approved Temporary Traffic Cmltrol iTTCJ Advanced {Rerraaheo Course - Date Expin ia: W201' 5 Certlfleate a 69261) Instmct0r. Messier R- GlcP 1st FDOTPrOVlderN 14C Matto Florlda Safaiy COundl Phone: `54- 03-1501) TrlCounty D3ds1,BrOward,Palm Beach, TlefronOrldasawycounell.cem mlyons@,rnetrolloridaeaMtycouncil.corn OSHA 600338869 40 of 5- Departrrley�t o, Cation - Occupational Sgrety and Health Aar, usrrahon Rodolfo Hernandez has SWC*"#LAy compieled a 30-hour (jr,CupalKWr V Safety and Heaah Training Course in Construction Safe 16a. _. 1- Rirharrf L. Fe�eil`a 3J16�` — atzi uineri FDDT'� This Certifies that RODOfFO HERNANDEZ Has Completed a Florida Department of Transportation Approved Temporary Traffic Control ITTCI Advanced Course. Date Expires: 01122l2025 Certificate a 09311 Instructor. Messier R Grechnst FOOT Proveer a t80 Metro Flonda Safety Council Phone 954-603-1900 Tri-County Dade,Broward,Palm Beach.. metrpfl orld a s of et ycou n c i I. c om myonsa rnttrofloridasaretycouncil.com Ilt rinrirutmrraa.or FDOTt j This CertrfleS that -� P141JP TH13EAUX Hae Comilehd a Ronda Departrnant of Transportatldn Approved Temporary Trafnc Control f"C} advanced (Renewer) Course Date Expires: C7,21SM24 Certnlcate a 642 10 instructor. Jeremiah McCarAy FOOT Pfovrdera 14C Me" F*rlda Sit" Council 77 Phone. 954%03.19W TriCounty Oade.Browaro.Palm Beach, metrowdaSst"councll.tom 0 miyons@ltletrotiomdasatetycountrl.com i F9 STATE OF FLORIDA Departnum at 2gruu[tare aub tanguntr Lublin BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires danuar727, E021 JR192432 December 31, 2011 THE PEST CONTROL COMPANY FIRM NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING- December 31, 2021 AT 13351 SW 256 ST PRINCETON, FL 33032 MARTINEZ SPRAY SERVICE Lawn and Ornamental PO BOX 924227 MINCE70N, FL 334132 rICGLE'NIKKI" NMISSIONER STATE OF FLORIDA Mrpartuirnt of ftwulxu[e arts 1!,[q[!#uruer *erhiag BUREAU OF LFCF.NSING AND ENFORCEMENT MARTINEZ SPRAY SERVICE 13351 SW 256 ST PEST CONTROL COMPANY FIRM JB192032 HAS PAID THE FEE REQUIItED BY CHAPTER 482 FOR THE PERIOD EXPIRING De"minr 31, 2021 rt I utt --41i1 Signeturc C10MVISSICNER "i" (w Wallet Cmti - Fuld 11eR BUREAU OF LICENSING & ENFORCEMENT 3I 25 CONNER BLVD, BLDG. S TALLAHASSEE, FLORIDA 32399-JE50 STATE OF FLORIDA department of Agriculture ano �Coti�' mer Aerbireg BUREAU OF LICENSING AND ENFORCEMENT Datc File No. Expires February 12, 2018 LF215163 February 14, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: February 14, 2022 IVAN C VILA ,1780 t N W 137 AVE MIAMI, FL 33018 ��,�.,. - �"'- ADAM H. PUTNAM, COMMIS STATE OF FLORIDA �rpnrtrnetlt nt z1grittl[ture Allb (coll$uma'ScCbi d BUREAU OF LICENSING AND ENFORCEMENT Date File No, Expires May 4, 2018 LF217909 Mareb 30, 2022 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISMRRD UNDER THE PROVISIONS OP CHAPTER 482 FOR THE PERIOD EXPIRING: Mardi 30, 2022 ADRiY, : iiJ':IiRO MIAMI. FL IT)18 ,--2 cw.. ADAM R,PUTAAM coMM15S1ONEH STATE OF FLORIDA Department of Rgncufture anb Consumer : erbices BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires August 15, 2020 LF248579 August 4, 2024 THE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 4, 2024 WILFRID MILIEN £7801 NW 137TH AVE MIAML FL 33018 NICOLE "NBCHI" FRIED. COMQNIbIISSIONER STATE OF FLORIDA Oepartlnent of 21gricu(ture anb Consumer *erbices BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires August 15, 2020 LF248583 August 4, 2024 TIE LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 4, 2024 OSNEL MATHURIN 15980NW HTFH AVE. MIAMI, FL 33018 NICOLE "NKI" FRI D, BKCONI IISSIONER STATE OF PL.ORIOA 01maBlrnt of Bpk0ure anb +&oa ftmtr iWrWres BUREAU OF LICENSING AND ENFORCEMENT A.DRIAhIRIVEPO LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LFZ179M }IAS PAID 7HP FEEREQUIRED ELY £HAP3'BR 492 FOR THE PERIOD EXPIRING MRrch 30,=2 Slat wre BUR EA U OF LICENSING A ENFORCIWENT M25CONNER RLVD, BLDG. S TALLAAASSEL, FLORJDA 32399.1050 STATE OF FLORIDA Brpartment of Rgricu(ture anb Consumer 1�1CrImce8 BUREAU OF LICENSING AND ENFORCEMENT WILFRID MILIEN LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LF248579 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING August 4, 2024 rl 1 ciyu * d Signature COna ISSIONER Wand card Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE, FLORIDA 32399-1550 STATE OF FLORIDA Bcpartment of Agricu(ture anb Consumtr 1kr1mres BUREAU OF LICENSING AND ENFORCEMENT OSNEL MATHURIN LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LF248583 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING August 4, 2024 n 1 &JU .- � Signature COhMUSSIONER W.[I. Card Wallet Card - Fold Here BUREAU OF LICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE. FLORIDA 32399-1650 r] SPATE OF FLORIDA ]rpa:tllleslt of Rgriruiture mill Qlansumer *t Wro ISURI AU OF LICENSBgG AND ENFORCEMENT File Ne, Expwm May 4, 2i1I$ LF217910 Mardm 30, 2022 THE LTD C MMERCIAL FERTILIZER APPLICATOR HOLDER NAMET) BELOW HAS REGISTERED UNDER THE PROVISIONS O: CHAPTER 482 FOR THE PERIOD EXPIRING March 30, 2022 RODOLFO HERNANDEZ 17801 H W 137THAVE MIAM, FL 13018 AGAM H�U'fAl ]SSIOHER STATE DF FLORIDA �Aepsrrmmt of Aviculture mllif ¢rnlgunler gberftireg IIIIRRAU OF LICENSING AMD ENFORCEMENT Date f711eND. Expires May 4,2018 LY213086 April12022 l I I£ LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED UNDOR THE PROVISIONS OF CHAPTER 482 FOR THE FSRIOD EXPIRING; April 3, 2a22 A X- C10 FRANCO MENDOZA 5'180 N :4� I17 AYE mLAMI,FL 33018 ADAM H. PUI 1� AM. COMMISSIONER STATE OF FLORIDA 13rPtTtttlTtlTt of t" grtrllltarr Ina Con511nrtr fltrbirt5 BUREAU OF LICENSING AND EN FORCEAIE-NT Date File No. Expires .august 15, 2020 LF301283 August 15, 2024 THE LTD COMMERCIAL FERTILIZ,ER APPLICATOR HOLDER NAMED BELOW HAS REGISTERED CINDER THE PROVISIONS OF CHAPTER 482 FOR THE PERIOD EXPIRING: August 15, 2024 ADRIAN A. RTVERO JR. 1D66 NlV 16TH ST HOMESTEAD, FL 33030 NICOLE "N='FYIED,�COMMISSIONER f STr's`I'E OF FLOR IDA 'EleOMllfllt Qi ff8rlt (IMP oM16 it0f19lIMU Abtttlftff RY.11L•AJ OF UCRNSIHG AHD ENFORCEMENT :tODOLFO HERNANDEZ LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER . LF,2179L0 HAS PAID THE• FFE RNu)vP.D BY CHAPTER 4RL POR THE PERIOD EAPIRING Marsh 30, 2022 WOW cud - EIIREAV OF ICENSING & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSEE,PLORIDA 32399.1650 STATE OF FLORIDA Ilieparfl ml: of 941koltme allb c411mu ex :9 rW t6 BUREAU OF LICENSING AND ENFORCEMENT AUCENCiO FRANCO MENDOZA LTD COMMERCIAL FERTILIZER APPLICATOR HOLDER LF21,$M HAS FAM THE FER REgU]RFD )3Y CHAPTER d 82 FOR THE PERIOD EXPIRING Awll 3,2922 Signature BUREAU OF L[CENd LNG & ENFORCEMENT 3125 CONNER BLVD, BLDG. 8 TALLAHASSMFLORIDA 32399-1650 STATE OF FLORIDA alwoueut of fgrtlulfure aH0 Cmmmer aaertmg BUREAU OF LICENSING AND ENFORCEMENT ADRIAN A. R1VERO 7R. LTD COAIAIERCL-iL FERTILIZER APPLICATOR HOLDER LE301283 HAS PAID THE FEE REQUIRED BY CHAPTER 482 FOR THE PERIOD EXPIRING Auwst 15, 2024 f) I ezu - Signature CONUMSIONER wallrt Cflttl Wallet Card - Fald Here BUREAU OF LICENSING &: ENFORCEMENT 3125 CONNER BLVD, BLDG_ 8 TAt i AHASSEE, FLORIDA 32399-1650 0 -VI W 6�G::. BR pF'v rFit�t� I p pp p� � .. ou���SysE.ae�� WARD CLASS A R 1 Fvo o l- JUNTY G R ' t�Go;o,, :` TREE TRIMMER LICENSE c �p GO TfLiY: A- 1090 EXPIRES: 08/31/1023 �E�R ��Ty GOUI 51s,` il5l':11 4t.�PL Ili GO�1 �R.0) p � MgAM1 Fi1334!]SE ^RQ�I� rF 11 pSDp • •0.vo 1'S?�� R 15 Rd G b ZR1t' TRAINED EMPLOYEE IVAN C, VIt A -1DP • gR0,4 0.t h5 N1 BK"c'.-YVARD An- COUNTY CERTIFICATE OF COMPLETION BASIC TREE TRIMMING corvine aid Hplcutum A..ni Adrian Rivera Jr. has successfully completed the training conducted by Broward County Extension Education (broward.org/Parks/Extension). c:wm ode Feb. 7. 2019 Ey. owe Feb. 7, 2021 IDN 116251 THIS CARD IS A TRAINING CERTIFICATE % `T R"o"..-YWARD COUNTY CERTIFICATE OF COMPLETION ADVANCED TREE TRIMMING Felix Vargas Commercial HorocuNure Agem has successfully completed the training conducted by UFIIFAS Broward County Extension(httpalsfyl.ifas.ufl.edulbrowardloommercial-harticulture-program-1) Class Date Aug. 27, 2020 Exp. Date Aug. 27, 2022 THIS CARD IS A TRAINING CERTIFICATE, NOT A LICENSE: Rc;AARD COUNTY CERTIFICATE OF COMPLETION ADVANCED TREE TRIMMING re u l �dv Adrian Rivero Commercial HOMICUIUm Agent has suocessfully completed the training conducted by URFAS Bmward County Extension(http:llsfy1.rfas.Wl.edulbrawardlcommercial-horticulture-¢grogram-4) Class Date July 23, 2020 Exp. Date July 23, 2022 THIS CARD IS A TRAINING CERTIFICATE, NOT A LICENSE BIR"QWARD COUK CERTIFICATE OF COMPLETION BASIC TREE TRIMMING Wilfred Millen commerdal Horticulture Agent has successfully completed the training conducted by Broward County Extension Education (broward.org/Parks/Extension). cw.Date Feb. 7, 2019 Ev.Date Feb. 7, 2021 ID# 116246 THIS CARD IS A TRAINING CERTIFICATE. NOT A LICENSE BK*c"�,,WARD -- COUNTY CERTIFICATE OF COMPLETION BASIC TREE TRIMMING IL c—n mal Hatlaulhlra Agent Luis Sosa has successfully completed the training conducted by Broward County Extension Education (broward.org/Parks/E)ctension). Claa Date Feb. 7, 2019 Erp.D.te Feb. 7, 2021 ID# 116254 THIS CARD IS A TRAINING CERTIFICATE. NOT A LICENSE Cityof Miami Invitation for Bid (IFB) Procurement Department IFB Number: Title: Issue Date/Time: IFB Closing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: www.miamigov.com/procurement 1380386 Invitation for Bid for Landscaping Services Contractor Pool January 10, 2022 @ 8:OOAM February 7, 2022 @ 3:OOPM Voluntary January 17, 2022 @ 10:00AM VIRTUAL January 24, 2022 @ 2:OOPM TAHLIA GRAY NO HARDCOPIES SUBMITTALS ALLOWED TGRAY@MIAMIGOV.COM 305-400-5019 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part ofthis submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: ADDRESS: PHONE: FAX: EMAIL: SIGNED BY: TITLE: CELL(Optional): DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami, Miami -Dade County, or Other Business Tax Receipt/Occupational License Number: Business Tax Receipt/Occupational License Issuing Agency: Business Tax Receipt/Occupational License Expiration Date: Federal Employee Identification Number (FEIN): Will Subcontractor(s) be used? (Yes or No) If yes, complete Attachment D - Subcontractors and submit with your bid response. Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e., Addendum No. 1, 1/10/20). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is attached to this solicitation as Attachment H - Local Office Certification.) IMPORTANT NOTICE TO BIDDERS: • FAILURE TO COMPLETE, SIGN AND UPLOAD THE CERTIFICATION STATEMENT AND CERTIFICATIONS SECTION WILL RENDER YOUR BID NON -RESPONSIVE. • FAILURE TO COMPLETE AND UPLOAD ANY REQUIRED DOCUMENTS WILL RENDER YOUR SUBMISSION AS NON -RESPONSIVE • IF ANY DOCUMENT IS TOO LARGE FOR UPLOADING, SPLIT THE DOCUMENT INTO MULTIPLE FILES, NAME THE FILES APPROPRIATELY AND UPLOAD INTO BIDSYNC. • CONTACT BIDSYNC VENDOR SUPPORT TOLL -FREE NUMBER 800-990-9339, OR EMAIL SUPPORT(c�r�,BIDSYNC.COM, FOR BIDSYNC TECHNICAL DIFFICULTIES AND PROBLEMS. General Terms and Conditions 1.0 GENERAL TERMS AND CONDITIONS FOR INVITATION FOR BID (IFB) - References to goods only apply insofar as they are applicable to "Goods" as defined in Section 18-73 of the City Code. References to "Professional and Personal Services" are as defined in Section 18-73 of the City Code. Intent: The General Terms and Conditions described herein apply to the acquisition of goods/ services with an estimated aggregate cost of $25,000.00 or more. Definition: A Formal Solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami (City) Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1 ACCEPTANCE OF GOODS - Any good(s) delivered under this Formal Solicitation, if applicable, shall remain the property of the Bidder until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods supplied to the City are found to be defective or do not conform to specifications, the City reserves the right to cancel the order upon written notice to the Successful Bidder/Contractor and return the product to the Successful Bidder/Contractor at the Successful Bidder/Contractor's expense. 1.2 ACCEPTANCE OF OFFER - The signed or electronic submission of a Bidder's response shall be considered an offer on the part of the Bidder; such offer shall be deemed accepted upon issuance by the City of a Purchase Order. 1.3 ACCEPTANCE/REJECTION - The City reserves the right to accept, reject any or all, or portion of responses after opening/closing date, and request re -issuance on the goods/services described in the Formal Solicitation. In the event of a rejection, the Director of Procurement shall notify all affected Bidders and provide a written explanation for such rejection. The City also reserves the right to reject the Response of any Bidder which has previously failed to properly perform under the Terms and Conditions of a City Contract, to deliver on time contracts of a similar nature, and which is not capable to perform the requirements defined in this Formal Solicitation. The foregoing is not an all-inclusive list of reasons for which a response may be rejected. The City further reserves the right to waive any irregularities, minor informalities, or technicalities in any or all responses and may, at its sole discretion, re -issue the Formal Solicitation. 1.4 ADDENDA - It is the Bidder's responsibility to ensure receipt of all Addenda. Responses to questions/inquiries from prospective Bidders will be provided in the form of an Addendum. Addenda are available on the BidSync Procurement Solutions Platform (`BidSync") only. 1.5 ALTERNATE RESPONSES -Alternate responses will not be considered, unless specifically requested by the City. 1.6 ASSIGNMENT - Successful Bidder/Contractor agrees not to subcontract, assign, transfer, convey, sublet, pledge, encumber, or otherwise dispose of the resulting Contract, in whole or in part, or any or all of its rights, title or interest herein, without the City's prior written consent. 1.7 ATTORNEY'S FEES - In connection with any litigation, appellate, administrative, mediation, and/or arbitration arising out of the resulting Contract, each party shall bear their own attorney's fees through and including, appellate litigation and any post judgment proceedings. 1.8 AUDIT RIGHTS AND RECORDS RETENTION -The Successful Bidder/Contractor agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Successful Bidder/Contractor which are directly pertinent to this Formal Solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Contractor shall maintain and retain any and all of the books, documents, papers, and records pertinent to the resulting Contract for three (3) years after the City makes final payment and all other pending matters are closed. Successful Bidder's/Contractor's failure to, or refusal to comply with this condition, shall result in the immediate cancellation of this Contract by the City. The Audit Rights set forth in Section 18-102 of the City Code apply as supplemental terms and are deemed as being incorporated by reference herein. 1.9 AVAILABILITY OF CONTRACT STATE-WIDE - Any governmental, not -for -profit, or quasi - governmental entity in the State of Florida, may avail itself of this Contract and purchase any, and all goods/services, specified herein from the Successful Bidder/Contractor at the Contract price(s) established herein, when permissible by Federal, State, and local laws, rules, and regulations. Additionally, any governmental entity outside of the State of Florida but, within the Continental United States of America, may avail itself to this Contract and purchase any and all goods/services, specified herein from the Successful Bidder/Contractor at the Contract price(s) established herein, when permissible by Federal, State, and local laws, rules, and regulations. Each governmental, not -for -profit or quasi -governmental entity which uses this Formal Solicitation and resulting Contract will establish its own Contract, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the Successful Bidder/Contractor. 1.10 AWARD OF CONTRACT - A. The Formal Solicitation, any addenda issued, the Bidder's response, and the Purchase Order shall constitute the entire Contract, unless modified in accordance with any ensuing Contract, or amendment. B. The award of a Contract, where there are Tie Bids, the tie breaker will be decided by the Director of Procurement or designee, in the instance that Tie Bids cannot be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this Contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Specifications/Scope of Work. Bidder may be found non- responsive if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder is found non -responsive, the City, through action taken by the Department of Procurement, will void its acceptance of the Bidder's Response and may accept the Response from the next lowest responsive, responsible Bidder most advantageous to the City or may re -solicit for the goods/services. The City, at its sole discretion, may seek monetary restitution from Bidder and/or its bid bond or guaranty, and/or similar security, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's failure to satisfy the City's requirements. D. The term of the Contract shall be specified in one of three documents which shall be issued to the Successful Bidder. These documents may either be, a Purchase Order, Notice of Award, and/or Contract Award Sheet. E. The City reserves the right to automatically extend this Contract for up to one hundred eighty (180) calendar days beyond the stated Contract term, in order to provide City departments with continual service and supplies while a new Contract is being solicited, evaluated, and/or awarded. If the right to extend is exercised, the City shall notify the Successful Bidder/Contractor, in writing, of its intent to extend the Contract in accordance with the existing terms and conditions for a specified number of days. Additional extensions beyond the first one hundred eighty (180) day extension may occur, if, the City and the Successful Bidder/Contractor are in mutual agreement of such extensions. F. Where the Contract involves a single shipment of goods to the City, the Contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the Contract on a split -order, lump sum, individual -item basis, or such method of award in the best interest of the City, unless otherwise specified. H. A Contract may be awarded to the Successful Bidder/Contractor by the City Commission based upon the minimum qualification requirements reflected herein. 1.11 BID BOND/ BID SECURITY - A cashier's or certified check issued by a bank authorized to transact banking business in Florida, or a Bid Bond/Bid Security signed by a surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount as specified in the bid, is required from all Bidders, if so indicated under the Special Conditions. This check or bond guarantees that a Bidder will accept the Contract, as bid, if it is awarded to Bidder. Bidder shall forfeit bid deposit to the City, should City award Contract to Bidder and Bidder fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful Bidders within ten (10) days after the award and Successful Bidder's acceptance of award. If one hundred eighty (180) days have passed after the date of the Formal Solicitation closing date, and no Contract has been awarded, all bid deposits will be returned on demand. 1.12 BID SECURITY FORFEITED LIQUIDATED DAMAGES -Failure to execute a Contract and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Bond/Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained which cannot be determined at the time of award. Award may then be made to the next lowest responsive and responsible Bidder, or all Bid responses may be rejected. 1.13 BID RESPONSE FORM - All required forms in the Formal Solicitation should be completed, signed, and submitted accordingly as specified to in the Formal Solicitation. Digital signatures may only be utilized if expressly permitted in the solicitation. 1.14 BRAND NAMES - If, and wherever in the specifications, brand names, makes, models, names of any manufacturers, trade names, or Bidder catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade, or quality of goods only. When the City does not desire to rule out other competitors' brands or makes, the phrase "APPROVED EQUAL" is added. Unless otherwise specified, any manufacturers' names, trade names, brand names, information or catalog numbers listed in a specification are descriptive, not restrictive or exclusive. The Bidder shall provide any equipment that meets or exceeds the applicable specifications, including without limitation the following: Equal in every important attribute, to include industry quality measurable standard, quality of product, accessibility of distribution, durability/reliability/dependability and warranty coverage, and the delivery schedule. When bidding an "APPROVED EQUAL", Bidders shall submit, with their response, complete sets of necessary data (e.g., factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid. The Bidder shall demonstrate comparability, including appropriate catalog materials, literature, specifications, test data, etc. The City shall be the sole judge of equality and its decision shall be final. The City shall determine in its sole discretion, subject to the concurrence of the Project Manager whether goods are acceptable as an equivalent. Unless otherwise specified, evidence in the form of samples may be requested, if the proposed brand is other than specified by the City. Such samples are to be furnished after Formal Solicitation opening/closing, upon request of the City. If samples are requested by the City, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. When "NO SUBSTITUTION" is used in conjunction with a manufacturer's name, brand name, and/or model number, that named item is the only item that will be accepted by the City in that particular instance. 1.15 CANCELLATION -The City reserves the right to cancel this Formal Solicitation, before its opening/closing. In the event of cancellation, the Director of Procurement shall notify all prospective Bidders and provide a written explanation for the cancellation. There shall be no recourse against the City for a cancellation made in accordance with this Section. 1.16 CAPITAL EXPENDITURES - Successful Bidder/Contractor understands that any capital expenditures that the Successful Bidder/Contractor makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the Successful Bidder/Contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any Successful Bidder/Contractor. If Successful Bidder/Contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17 CITY NOT LIABLE FOR DELAYS -It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Bidder, any subcontractor, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction, or other legal or equitable proceedings, or on account of any delay for any cause over which the City has no control. 1.18 COLLUSION - Bidder, by submitting a response, certifies that its response is made without previous understanding, agreement, or connection either with any person, firm, or corporation submitting a Bid for the same goods/services, or with the City of Miami's Procurement Department or initiating department. The Bidder certifies that its response is fair, without control, collusion, fraud, or other illegal action. Bidder certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred, and the City reserves the right to reject any and all Bids where collusion may have occurred. 1.19 COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Successful Bidder/Contractor understands that contracts between private entities and local governments are subject to certain laws, codes, and regulations, including laws pertaining to public records, sunshine (open meetings), conflict of interest, ethics records keeping, etc. City and Successful Bidder/Contractor agree to comply with and observe all applicable laws, codes, regulations, and ordinances, and to secure all applicable public approvals and/or consents, of any governmental agency and/or owner of intellectual property rights as that may in any way affect the goods or services offered, including, but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation. L City Procurement Ordinance, City Code Section 18, Article III. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.70 to 218.79, the Prompt Payment Act. Lack of knowledge by the Successful Bidder/Contractor will in no way be a cause for relief from responsibility. Non-compliance with all applicable local, State, and Federal directives, orders, codes, rules, regulations, and laws may be considered grounds for termination of Contract at the option of the City Manager. Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20 CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each Formal Solicitation once advertised and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Formal Solicitations for the provision of goods and services for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding Formal Solicitations between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff, the Mayor, City Commissioners, or their respective staffs. The provision does not apply to, among other communications: oral communications with the City Procurement staff, provided the communication is limited strictly to matters of process or procedure already contained in the Formal Solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -bid conferences, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable Formal Solicitation documents; or communications in connection with the collection of industry comments or the performance of market research regarding a particular Formal Solicitation by City Procurement staff. Bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the City Clerk's Office, which shall be made available to any person upon request. Written communications may be in the form of an e-mail, or fax with a copy to the City Clerk's Office being required. In addition to any other penalties provided by law, violation of the Cone of Silence by any Bidder shall render any award voidable. A violation by a particular Bidder, lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Miami Dade County Commission on Ethics. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk's Office at 305-250-5360 or clerks@miamigov.com, to obtain a copy of same. 1.21 CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Government in the Sunshine (public Meetings) Act and Public Records Act. If this Contract contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.22 CONFLICT OF INTEREST - Bidders, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder or its employees must be disclosed in writing to the City. Further, Bidder shall disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in Bidder's firm. A. Bidder further agrees not to use or attempt to use any knowledge, property, or resource which may be within his/her trust, or perform his/her duties, to secure a special privilege, benefit, or exemption for himself/herself, or others. Bidder may not disclose or use information not available to members of the general public and gained by reason of his/her position, except for information relating exclusively to governmental practices, for his/her personal, or benefit, or for the personal gain, or benefit of any other person, or business entity. B. Bidder hereby acknowledges that he/she has not contracted or transacted any business with the City or any person, or agency acting for the City, and has not appeared in representation of any third party before any board, Commission, or agency of the City within the past two years. Bidder further warrants that he/she is not related, specifically the spouse, son, daughter, parent, brother, or sister, to: (i) any member of the Commission; (ii) the Mayor; (iii) any City employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder to immediate termination of any contract with the City, and imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 1.23 COPYRIGHT OR PATENT RIGHTS - Bidders warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services provided as a result of this Formal Solicitation, and Bidders agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.24 COST INCURRED BY BIDDER - All expenses involved with the preparation and submission of Bids to the City, or any work performed in connection therewith shall be borne by the Bidder. 1.25 DEBARMENT AND SUSPENSIONS (SECTION 18-107) - A. Authority and requirement to debar/suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of City Contracts. The debarment shall be for a period of not fewer than three (3) years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of City Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar/suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. B. Causes for debarment/suspension. Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. 4. Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative ofnon-responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a parry shall not be considered a basis for debarment/suspension. 5. Debarment/suspension of the Contractual Parry by any federal, state or other governmental entity. 6. False certification pursuant to paragraph C below. 7. Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. 8. Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. 9. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the Contractual Party performing city Contracts. C. Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). D. Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said parry's right to seek judicial relief. 1.26 DEBARRED/SUSPENDED VENDORS - An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a Response for a solicitation to provide goods or services to a public entity; may not submit a Response to a solicitation with a public entity for the construction or repair of a public building or public work; may not submit response on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. 1.27 DEFAULT/FAILURE TO PERFORM -The City shall be the sole judge of nonperformance, which shall include any failure on the part of the Successful Bidder/Contractor to accept the award, to furnish required documents, and/or to fulfill any portion of this Contract within the time stipulated. Upon default by the Successful Bidder/Contractor to meet any terms of a Contract, the City will notify the Successful Bidder/Contractor of the default and will provide the Successful Bidder/Contractor three (3) days (weekends and holidays excluded) upon notification, by the City, to remedy the default. Failure by the Successful Bidder/Contractor to correct the default within the required three (3) days, shall result in the Contract being terminated upon the City notifying in writing the Successful Bidder/Contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract, and/or within the time required, or failing to use the subcontractors, entities, and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment, or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the Successful Bidder/Contractor incapable of performing the work in accordance with, and as required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default, or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due, or which may become due on this Contract to the Successful Bidder/Contractor. 1.28 DETERMINATION OF RESPONSIVENESS AND RESPONSIBILITY - Each Bid will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A. Responsive Bid is one which follows the requirements of the Formal Solicitation, includes all documentation, is submitted in the format outlined in the Formal Solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure to comply with these requirements may deem a Bid non -responsive. B. Determination of Responsibility. A Responsible Bidder shall mean a Bidder who has submitted a Bid and who has the capability, as determined under Section 18-95 of the City Code, in all respects to fully perform the Contract requirements, and the integrity and reliability of which give reasonable assurance of good faith and performance. 1. Bids will only be considered from any person or firm who are regularly engaged in the business of providing the good(s)/service(s) required by the Formal Solicitation. Bidder must be able to demonstrate a satisfactory record of performance and integrity, and have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. 2. The City may consider any information available regarding the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City or any other governmental entity, in making the award. 3. The City may require the Bidder(s) to provide documentation that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.29 DISCOUNTS OFFERED DURING TERM OF CONTRACT -Discount prices offered in the Response shall be fixed after the award of a Contract by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts, off the original prices quoted in the Response, will be accepted from Successful Bidder/Contractor during the term of the Contract. Such discounts shall remain in effect for a minimum of one hundred and eighty (180) days from approval by the City Commission. Any discounts offered by a manufacturer to Successful Bidder/Contractor will be passed on to the City. 1.30 DISCREPANCIES, ERRORS, AND OMISSIONS -Any discrepancies, errors, or omissions in the Formal Solicitation, or Addenda (as applicable), should be reported in writing to the City's Procurement Department. Should it be found necessary, a written Addendum will be incorporated in the Formal Solicitation and will become part of the Purchase Order (Contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. A. Order of Precedence. Any inconsistency in this Formal Solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1. Addenda (if applicable) 2. Specifications 3. Special Conditions 4. General Terms and Conditions 1.31 EMERGENCY/DISASTER PERFORMANCE -In the event of a natural disaster or other emergency, or disaster situation, the Successful Bidder/Contractor shall provide the City with the commodities/services defined within the scope of this Formal Solicitation at the price contained within Bidder's response. Further, Successful Bidder/Contractor shall deliver/perform for the City on a priority basis during such times of emergency. 1.32 ENTIRE BID CONTRACT -The Bid Contract consists of any amendments to the Bid Contract, the Formal Solicitation, including any addenda, Bidder's Response and any written agreement entered into by the City of Miami and Successful Bidder/Contractor, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding, and representations, if any, made by and between the parties. To the extent that the Bid Contract conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Bid, the Formal Solicitation, including any addenda, and then the Bid shall control. This Contract may be amended only by a written agreement signed by the City and Successful Bidder/Contractor. 1.33 ESTIMATED QUANTITIES - Estimated quantities or dollars are provided for the Bidder's guidance only: (a) estimates are based on the City's anticipated needs and/or usage during a previous contract period and (b) the City may use these estimates to determine the low Bidder. Estimated quantities do not contemplate or include possible additional quantities that may be ordered by other government, quasi -government or non- profit entities utilizing this Contract. No guarantee is expressed or implied as to quantities that will be purchased during the Contract period. The City is not obligated to place an order for any given amount subsequent to the award of the Contract. Said estimates may be used by the City for purposes of determining the low Bidder meeting specifications. The City reserves the right to acquire additional quantities at the prices bid or at lower prices in this Formal Solicitation. 1.34 EVALUATION OF RESPONSES A. Rejection of Bids. The City may reject a Bid for any of the following reasons: I. Bidder fails to acknowledge receipt of addenda; 2. Bidder misstates or conceals any material fact in the Bid; 3. Bid does not conform to the requirements of the Formal Solicitation; 4. Bid requires a conditional award that conflicts with the method of award; 5. Bid does not include required samples, certificates, licenses; and, 6. Bid was not executed by the Bidder's authorized agent. The foregoing is not an all-inclusive list of reasons for which a Bid may be rejected. The City may reject, and/or re -advertise for all or any portion of the Formal Solicitation, whenever it is deemed in the best interest of the City. B. Elimination from Consideration. 1. A Bid Contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. 2. A Bid Contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or failed to deliver on time, under contracts of a similar nature. 3. A Bid contract may not be awarded to any person or firm who has been debarred by the City, in accordance with the City's Debarment and Suspension Ordinance (Section 18-107), or is currently debarred by the State of Florida or any political subdivision, or is on the convicted vendor's list per Section 287.133, Florida Statutes. 1.35 EXCEPTIONS TO GENERAL TERMS AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed in the Bid and shall reference the applicable section. Any exceptions to the General Terms and/or Special Conditions shall be cause for a Bid to be considered non- responsive. 1.36 FREIGHT ON BOARD (F.O.B) DESTINATION -Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the Bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of Bid. 1.37 FIRM PRICES - The Bidder warrants that prices, terms, and conditions quoted in its Bid will be firm throughout the duration of the Bid Contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance, or resulting purchase orders, or Bid Contracts. 1.38 FLORIDA MINIMUM WAGE AND CITY OF MIAMI LIVING WAGE ORDINANCE - A. Florida Minimum Wage. In accordance with the Constitution of the State of Florida, Article X, Section 24, employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the Successful Bidder's/Contractor's and their subcontractor's responsibility to understand and comply with this Florida minimum wage requirement and pay its employees the current established hourly minimum wage rate. This minimum wage rate is subject to change or adjusted by the rate of inflation using the consumer price index ("CPI") for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated, shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January 1 st. It is the Bidder's and their subcontractor's (if applicable), full responsibility to determine whether any of their employees may be impacted by this Florida Minimum Wage Law, at any given point in time during the term of the Bid Contract. If impacted, Bidder must provide, with its bid, employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of bid submittal constitute Successful Bidder's/Contractor's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of the Bid Contract, and a waiver of any contractual price increase request(s). The City reserves the right to request, and the Successful Bidder/Contractor must provide for any, and all information to make a wage and contractual price increase(s) determination. B. City of Miami Living Wage Ordinance. The City of Miami adopted a Living Wage Ordinance for City Service Contracts with a total contract value exceeding $100,000 annually, and that have been competitively solicited and awarded on, or after January 1, 2017, by the City. "Service Contract" means a contract to provide services to the City, excluding, however, professional services as defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and Section 18-87 of the City Code, and/or the other exclusions provided by Section 18-557 of the City Code. Section 18-557. If a solicitation requires services, effective on January 1, 2017, Contractors must pay to all its employees, who provide services, a living wage of no less than $15.00 per hour without health benefits; or a wage of no less than $13.19 an hour, with health benefits. This language is only a summary of the key provisions of the City of Miami Living Wage Ordinance. Please review Section 18-557 of the City Code for a complete and thorough description of the City of Miami Living Wage Ordinance. 1.39 GOVERNING LAW AND VENUE - The validity and effect of any Bid Contract as a result of this Formal Solicitation shall be governed by the laws of the State of Florida. The parties agree that any action, mediation, or arbitration arising out of the Bid Contract shall take place in Miami -Dade County, Florida. In any action or proceeding each party shall bear their own respective attorney's fees. 1.40 HEADINGS AND TERMS - The headings to the various paragraphs of the Bid Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending, or affecting in any way, the expressed terms and conditions hereof. 1.41 HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person, firm, or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (IIHI), and/or Protected Health Information (PHI), shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996, and the City of Miami Privacy Standards. HIPAA mandates for privacy, security, and electronic transfer standards, which include, but are not limited to: A. Use of information only for performing services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; C. Reporting to the City of Miami of any non -permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder and reasonable assurances that IIHI/PHI will be held confidential; E. Making PHI available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; G. Making PHI available to the City of Miami for an accounting of disclosures; and H. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (i.e., paper records, and/or electronic transfer of data). The Successful Bidder/Contractor must give its customers written notice of its privacy information practices, including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION -Successful Bidder/Contractor shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Successful Bidder/Contractor and persons employed or utilized by Successful Bidder/Contractor in the performance of this Contract. The Successful Bidder/Contractor shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted Work, even if it is alleged that the City, its officials, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Successful Bidder/Contractor shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Successful Bidder/Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Bidder/Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Successful Bidder/Contractor to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Successful Bidder/Contractor, or persons employed or utilized by the Successful Bidder/Contractor. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Successful Bidder/Contractor shall require all sub-consultant/contractor agreements to include a provision that each sub -contractor will indemnify the City in substantially the same language as this Section. The Successful Bidder/Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Successful Bidder/Contractor in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Successful Bidder/Contractor or other acts of the Successful Bidder/Contractor, the City, in no way, assumes or shares any responsibility or liability of the Successful Bidder/Contractor or sub-consultant/contractor under this Contract. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Successful Bidder/Contractor. 1.43 FORMATION AND DESCRIPTIVE LITERATURE - Bidders must furnish all information requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data Sheets (MSDS) as required, covering the products offered. Reference to literature submitted with a previous bid, or on file with the City, will not satisfy this provision. 1.44 INSPECTIONS - The City may, at reasonable times during the term of the Bid Contract, inspect Successful Bidder's/Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be provided by the Successful Bidder/Contractor, under the Bid Contract conform to the terms and conditions of the Formal Solicitation. Successful Bidder/Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-101) City Code, as same may be amended or supplemented, from time to time, which, in conjunction with Section 18- 102, providing for audits of City contractors, are applicable and are deemed as being incorporated by reference as supplemental terms. 1.45 INSPECTION OF BID - Bids received by the City, pursuant to a Formal Solicitation, will not be made available until such time as the City provides notice of a decision, or intended decision, or within 30 days after bid closing, whichever is earlier. Bid results will be tabulated and may be furnished upon request, via fax or e- mail, to the City's Procurement Contracting Officer, issuing the Formal Solicitation. Tabulations are also available on the City's website following a recommendation for award. 1.46 INSURANCE - Within ten (10) days after receipt of Notice of Award, the Successful Bidder/Contractor, shall furnish the evidence of insurance to the Procurement Department, as applicable. Submitted evidence of insurance shall demonstrate strict compliance with all requirements stipulated in the Special Conditions section titled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the certificate of insurance is received within the specified time frame but not in the manner prescribed in the Formal Solicitation, the Successful Bidder/Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Successful Bidder/Contractor fails to submit the required insurance documents in the manner prescribed in the Formal Solicitation within fifteen (15) calendar days after receipt of the Notice of Award, the Successful Bidder/Contractor shall be in default of the contractual terms and conditions and will not be awarded the contract. Information regarding any insurance requirements shall be directed to the Risk Management Director, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1384. The Successful Bidder/Contractor shall be responsible for ensuring that the insurance documents required in conjunction with this Section remain in effect for the duration of the contractual period; including any renewals and extensions that may be exercised by the City. 1.47 INVOICES - Invoices submitted by Successful Bidder/Contractor to the City shall include the Purchase Order number and description of goods and/or services delivered (i.e., quantity, unit price, extended price, etc.); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.48 LOCAL PREFERENCE -City Code Section 18-85, states, "when a responsive, responsible non -local Bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local Bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) 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 and final bid equal to or lower than the amount of the low bid previously submitted by the non -local Bidder. Contract award shall be made to the lowest responsive, responsible Bidder submitting the lowest best and final bid. In the case of a 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." 1.49 MANUFACTURER'S CERTIFICATION - The City reserves the right to request from Bidders a separate Manufacturer's Certification of all statements made in the Bid. Failure to provide such certification may result in the rejection of the Bid, or termination of the Bid Contract, for which the Bidder/Successful Bidder/Contractor shall bear full liability. 1.50 MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No Contract or understanding to modify the Formal Solicitation and the resultant Purchase Order(s) or Bid Contract, if applicable, shall be binding upon the City, unless made in writing by the City's Director of Procurement through the issuance of a change order, addendum, amendment, or supplement to the Bid Contract, Purchase Order, or award sheet, as applicable. 1.51 MOST FAVORED NATIONS - Successful Proposer shall not treat the City of Miami ("City") worse than any other similarly situated local government and, in this regard, grants the City a "most favored nations clause" meaning the City will be entitled to receive and be governed by the most favorable terms and conditions that Successful Bidder/Proposer grants now or in the future to a similarly situated local government. 1.52 NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in the Bid Contract will be deemed or construed to create a partnership or joint venture between the City and Successful Bidder/Contractor, or to create any other similar relationship between the parties. 1.53 NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services, or by other appropriate testing laboratories as determined by the City. The data derived from any test for compliance with specifications is public record, and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered, not conforming to specifications may be rejected, and returned at Successful Bidder's/Contractor's expense. The non -conforming items not delivered in accordance with the stipulated delivery date in the Bid and/or Purchase Order, may result in Successful Bidder/Contractor being found in default, in which event, any and all re -procurement costs may be charged against the defaulted Successful Bidder/Contractor. Any violation of the above stipulations may also result in the Successful Bidder/Contractor being removed from the City's supplier's list. 1.54 NONDISCRIMINATION - Successful Bidder/Contractor affirms that it shall not discriminate as to race, gender, color, age, religion, national origin, marital status, or disability, in connection with its performance under the Formal Solicitation. Furthermore, Successful Bidder/Contractor affirms that no otherwise qualified individual shall solely by reason of their race, gender, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Successful Bidder/Contractor shall not discriminate against any person on the basis of race, gender, color, age, religion, national origin, marital status or disability. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.55 NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve in the City's best interest, the City reserves the right to advertise for, receive, and award additional contracts for the goods and/or services described herein, and to make use of other competitively bid (governmental) contracts, agreements, or other similar sources, for the purchase of the goods and/or services described herein, as may be available in accordance with the applicable provisions of the City of Miami Procurement Ordinance. It is hereby agreed and understood that the Formal Solicitation does not constitute the exclusive rights of the Successful Bidder(s)/Contractor(s) to receive all orders that may be generated by the City, in conjunction with the Formal Solicitation. In addition, any and all goods, and/or services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under the Formal Solicitation, unless such purchases are determined to be in the best interest of the City. 1.56 NOTICE REGARDING "CURES" - Bids submitted with irregularities, deficiencies, and/or technicalities that deviate from the minimum qualifications and submission requirements of Request for Qualifications (RFQ), Request for Proposals (RFP), invitation to bid (ITB), invitation forbids (IFB), invitation to quote (ITQ), Requests for Letters of Interest (RFLI) and Request for Sponsorships (RFS) shall result in a non -responsive determination. any solicitation issued after May 6, 2019, shall comply with APM 2-19. APM 2-19 is attached hereto. only minor irregularities, deficiencies, and technicalities may be allowed to be timely cured by the proposer at the sole discretion of the city. material irregularities, deficiencies, and technicalities cannot be cured by the proposer, and are not waivable by the city. BIDS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS IFB SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not give consideration to the curing of any Bids that fail to meet the minimum qualifications and submission requirements of this IFB. Proposer understands that non -responsive Bids will not be evaluated. 1.57 OCCUPATIONAL LICENSE/BUSINESS TAX RECEIPT - Any person, firm, corporation, or joint venture, with a business location within the City's municipal boundaries and is submitting a Bid under the Formal Solicitation shall meet the City's Business Tax Receipt requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside of the City's municipal boundaries shall meet their local Occupational License/Business Tax Receipt requirements. A copy of the Occupational License/Business Tax Receipt must be submitted with the Bid; however, the City may, in its sole discretion, and in its best interest, allow the Bidder to provide the Occupational License/Business Tax Receipt to the City during the evaluation period, but prior to award. A Certificate of Use ("CU") will be required if applicable under City regulations. 1.58 ONE PROPOSAL - Only one (1) Bid from an individual, firm, partnership, corporation, or joint venture will be considered in response to the Formal Solicitation, unless otherwise stipulated in the Formal Solicitation. 1.59 OWNERSHIP OF DOCUMENTS - It is understood by and between the parties, that any documents, records, files, or any other matter whatsoever, which is given by the City to the Successful Bidder/Contractor, pursuant to the Formal Solicitation shall at all times remain the property of the City and shall not be used by the Successful Bidder/Contractor for any other purposes whatsoever, without the written consent of the City. 1.60 PARTIAL INVALIDITY - If any provision of the Bid Contract or the application thereof, to any person or circumstance, shall to any extent be held invalid, then the remainder of the Bid Contract or, the application of such provision to persons or circumstances other than those as to which it is held invalid, shall not be affected thereby, and each provision of the Bid Contract shall be valid and enforced to the fullest extent permitted by law. 1.61 PERFORMANCE/PAYMENT BOND - A Successful Bidder/Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of the Bid Contract, in an amount equal to one hundred percent (100%) of the Bid Contract price. Any bond furnished will comply with Florida Law and be in a form acceptable to the City of Miami Risk Management Director. 1.62 PREPARATION OF BIDS - Bidders are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bid amounts, if required, shall be either typewritten, or manually entered into the space provided, with ink. Failure to do so will be at the Bidder's risk. A. Each Bidder shall furnish the information required in the Formal Solicitation. The Bidder shall sign the Bid, and print type or manually enter the name of the Bidder, the Bidder's address and telephone number, on the face page and on each continuation sheet thereof, on which the Bidder makes an entry, where required. B. If so required, the unit price for each unit offered, shall be shown, and such price shall include packaging, handling, and shipping, and F.O.B. Miami delivery inside City premises, unless otherwise specified. Bidder shall include in their Bid all taxes, insurance, social security (if applicable), workmen's compensation, and any other benefits normally paid by the Bidder to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will prevail. C. The Bidder must state a definite time, if required, in calendar days, for delivery of goods and/or services. D. The Bidder should retain a copy of all response documents for future reference. E. All Bids, as described, must be fully completed, and typed, or printed in ink and must be signed in ink with the Bidder's name, and by an officer or employee having authority to represent the Bidder by their signature. Bids having any erasures or corrections, must be initialed in ink by person signing the Bid or the Bid may be rejected. F. Bids shall remain valid for at least 180 days. Upon award of a Bid Contract, the content of the Successful Bidder's/Contractor's Bid, may be included as part of the Bid Contract, at the City's discretion. G. The City 's Bid Forms shall be used when Bidder is submitting its Bid. Use of any other forms, will result in the rejection of the Bid. 1.63 PRICE ADJUSTMENTS - Any price decrease effectuated during the Bid Contract period, either by reason of market change, or on the part of the Successful Bidder/Contractor to other customers shall be passed on to the City. 1.64 PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Bid Contract, the Successful Bidder/Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery, and that the new product meets or exceeds all quality requirements. 1.65 CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - Successful Bidder/Contractor represents and warrants to the City, that it has not employed, or retained any person, or company employed by the City to solicit or secure the Bid Contract and that the Successful Bidder/Contractor has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon, or in connection with, the award of the Bid Contract. 1.66 PROMPT PAYMENT - Bidders may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for Bid evaluation purposes. Bidders are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder must enter zero (0) for the percentage discount to indicate no discount. If the Bidder fails to enter a percentage, it is understood and agreed that the terms shall be two percent (2%), 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from Successful Bidder(s) during the term of the contract. The City will comply with the Florida Prompt Payment Act, as applicable. 1.67 PROPERTY - Property owned by the City is the responsibility of the City. Such property furnished to a Successful Bidder/Contractor for repair, modification, study, etc., shall remain the property of the City. Damages to such property occurring while in the possession of the Successful Bidder/Contractor shall be the responsibility of the Successful Bidder/Contractor. Damages occurring to such property while in route to the City, shall be the responsibility of the Successful Bidder/Contractor. In the event that such property is destroyed, or declared a total loss, the Successful Bidder/Contractor shall be responsible for the replacement value of the property, at the current market value, less depreciation of the property, if any. 1.68 PROVISIONS BINDING - Except as otherwise expressly provided in the resultant Bid Contract, all covenants, conditions and provisions of the resultant Bid Contract, shall be binding upon, and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors, and assigns. 1.69 PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list, following a conviction for a public entity crime may not: A. Submit a Bid to provide any goods or services to a public entity. B. Submit a Bid on a contract with a public entity for the construction or repair of a public building or public work. C. Submit responses on leases of real property to a public entity. D. Be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity. E. Transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.70 PUBLIC RECORDS - Successful Bidder/Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and City Code, Section 18, Article III, and agrees to allow access by the City and the public, to all documents subject to disclosure under applicable law. Successful Bidder/Contractor shall additionally comply with the provisions of Section 119.0701, Florida Statutes, titled "Contracts; public records". Successful Bidder/Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: A. Keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service. B. Provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law. D. Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements. E. All electronically stored public records must be provided to the City in a format compatible with the City's information technology systems. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. Successful Bidder/Contractor's failure or refusal to comply with the provision of this Section shall result in the immediate cancellation of the Bid Contract by the City. 1.71 QUALITY OF GOODS, MATERIALS, SUPPLIES, AND PRODUCTS - All materials used in the manufacturing, or construction of supplies, or materials, covered by the Formal Solicitation shall be new. The items bid shall be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in the Formal Solicitation. 1.72 QUALITY OF WORK/SERVICES - The work/services performed shall be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality, except as otherwise specified in the Formal Solicitation. 1.73 REMEDIES PRIOR TO AWARD (SECTION 18-106) - If prior to a Bid Contract award, it is determined that a Formal Solicitation or proposed bid award is in violation of law, then the Formal Solicitation or proposed bid award shall be cancelled and all bids rejected by the City Commission, the City Manager, or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.74 RESOLUTION OF CONTRACT DISPUTES (SECTION 18-105): A. Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the City Attorney, shall have the authority to resolve disputes between the Successful Bidder/Contractor and the City which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to disputes based upon breach of Contract, mistake, misrepresentation, or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. B. Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission, or the City Manager, which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this Section. 1.75 RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (SECTION 18-104): Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000.00. Protests thereon shall be governed by the administrative policies and procedures of purchasing. A. Protest of solicitation. 1. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a contract may protest to the chief procurement officer. A written notice of intent to file a protest shall be filed with the chief procurement officer within three days after the request for proposals, request for qualifications or request for letters of interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the chief procurement officer; or 2. Any prospective bidder who intends to contest bid specifications or a bid solicitation may protest to the chief procurement officer. A written notice of intent to file a protest shall be filed with the chief procurement officer within three days after the bid solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the chief procurement officer. B. Protest of award. 1. Any actual proposer who perceives itself aggrieved in connection with the recommended award of contract may protest to the chief procurement officer. A written notice of intent to file a protest shall be filed with the chief procurement officer within two days after receipt by the proposer of the notice of the city manager's recommendation for award of contract. The receipt by proposer of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the chief procurement officer; or 2. Any actual responsive and responsible bidder whose bid is lower than that of the recommended bidder may protest to the chief procurement officer. A written notice of intent to file a protest shall be filed with the chief procurement officer within two days after receipt by the bidder of the notice of the city's determination of non -responsiveness or non -responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the chief procurement officer. 3. A written protest based on any of the foregoing must be submitted to the chief procurement officer within five days after the date the notice of protest was filed. A written protest is considered filed when received by the chief procurement officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based and shall include all pertinent documents and evidence and shall be accompanied by the required filing fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation, or evidence not contained in the protester's submission to the chief procurement officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day, which is neither a Saturday, Sunday nor legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. Authority to resolve protests; hearing officer(s). Hearing officers appointed by the city shall have authority to resolve protests filed under this chapter of the City Code. The city manager shall appoint a hearing officer, from a separate list of potential hearing officers pre -approved by the city commission, to resolve protests filed in accordance with this section, no later than five working days following the filing of a bid protest. The hearing officer shall have the authority to settle and resolve any written protest. The hearing officer shall submit said decision to the protesting party and to the other persons specified within ten days after he/she holds a hearing under the protest. A. Hearing officer. The hearing officer may be a special master as defined in chapter 2, article X, section 2-811 of the City Code, or a lawyer in good standing with the Florida Bar for a minimum of ten years with a preference given to a lawyer who has served as an appellate or trial court judge. The hearing officer may be appointed from alternative sources (e.g., expert consulting agreements, piggyback contracts, etc.) where the city commission adopts a recommendation of the city attorney that such action is necessary to achieve fairness in the proceedings. The engagement of hearing officers is excluded from the procurement ordinance as legal services. The hearing officers appointed in the pre - qualified group should be scheduled to hear protests on a rotational basis. B. Right of protest. Any actual bidder or proposer who has standing under Florida law dissatisfied and aggrieved with the decision of the city regarding the protest of a solicitation or the protest of an award as set forth above in this section may request a protest hearing. Such a written request for a protest hearing must be initiated with a notice of intent to protest followed by an actual protest as provided in subsection 18-104(a). The notice of intent to protest and the actual protest must each be timely received by the chief procurement officer and must comply with all requirements set forth in subsection 18- 104(a). Failure to submit the required notice of intent to protest and the actual protest within the specified timeframes will result in an administrative dismissal of the protest. C. Hearing date. Within 30 days of receipt of the notice of protest, the chief procurement officer shall schedule a hearing before a hearing officer, at which time the person protesting shall be given the opportunity to demonstrate why the decision of the city relative to the solicitation or the award, which may include a recommendation for award by the city manager to the city commission, as applicable, should be overturned. The party recommended for award, if it is a protest of award, shall have a right to intervene and be heard. Hearing procedure. The procedure for any such hearing conducted under this article shall be as follows: A. The city shall cause to be served by certified mail a notice of hearing stating the time, date, and place of the hearing. The notice of hearing shall be sent by certified mail, return receipt requested, to the mailing address of the protester. B. The party, any intervenor, and the city shall each have the right to be represented by counsel, to call and examine witnesses, to introduce evidence, to examine opposing or rebuttal witnesses on any relevant matter related to the protest even though the matter was not covered in the direct examination, and to impeach any witness regardless of which party first called him/her to testify. The hearing officer may extend the deadline for completion of the protest hearing for good cause shown, but such an extension shall not exceed an additional five business days. The hearing officer shall consider the written protest and supporting documents and evidence appended thereto, supporting documents or evidence from any intervenor, and the decision or recommendation as to the solicitation or award being protested, as applicable. The protesting party, and any intervenor, must file all pertinent documents supporting his/her protest or motion to intervene at least five business days before the hearing, as applicable. The hearing officer shall allow a maximum of two hours for the protest presentation and a maximum of two hours for the city response. When there is an intervenor, a maximum of two hours will be added for the intervenor. In the event of multiple protests for the same project, the hearing officer shall allocate time as necessary to ensure that the hearing shall not exceed a total of one day. C. The hearing officer shall consider the evidence presented at the hearing. In any hearing before the hearing officer, irrelevant, immaterial, repetitious, scandalous, or frivolous evidence shall be excluded. All other evidence of a type commonly relied upon by reasonably prudent persons in the conduct of their affairs shall be admissible whether or not such evidence would be admissible in trial in the courts of Florida. The hearing officer may also require written summaries, proffers, affidavits, and other documents the hearing officer determines to be necessary to conclude the hearing and issue a final order within the time limits set forth by this section. D. The hearing officer shall determine whether procedural due process has been afforded, whether the essential requirements of law have been observed, and whether the decision was arbitrary, capricious, an abuse of discretion, or unsupported by substantial evidence as a whole. Substantial evidence means such relevant evidence as a reasonable mind might accept as adequate to support a conclusion. E. Within ten days from the date of the hearing, the hearing officer shall complete and submit to the City Manager, the City Attorney, any intervenor, the Chief Procurement Officer, and the person requesting said hearing a final order consisting of his/her findings of fact and conclusions of law as to the denial or granting of the protest, as applicable. F. The decisions of the hearing officer are final in terms of city decisions relative to the protest. Any appeal from the decision of the hearing officer shall be in accordance with the Florida Rules of Appellate Procedure. Compliance with filing requirements. Failure of a parry to timely file either the notice of intent to file a protest or the written protest, together with the required filing fee as provided in subsection (f), with the chief procurement officer within the time provided in subsection (a), above, shall constitute a forfeiture of such parry's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section. Stay of procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the contract until the protest is resolved by the chief procurement officer or the city commission as provided in subsection (b) above, unless the city manager makes a written determination that the solicitation process or the contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. Costs. All costs accruing from a protest shall be assumed by the protestor. Filing fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the bid or proposed contract, or $5,000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the chief procurement officer and/or the city commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. (Ord. No. 12271, § 2, 8-22- 02; Ord. No. 13629, § 2, 9-8-16) 1.76 SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, Bidder(s) will be notified by the City to remove such samples, at Bidder's expense, within 30 days after notification. Failure to remove the samples will result in such samples becoming the property of the City. 1.77 SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Successful Bidder/Contractor shall not sell, assign, transfer, or subcontract at any time during the term of the Contract, the Contract itself, or any portion thereof, or any part of its operations, or assign, sell, pledge, dispose, convey, or encumber any portion of the performance required by this Bid Contract, except under, and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.78 SERVICE AND WARRANTY - When specified, the Bidder shall define all warranty, service, and replacements that will be provided. Bidders must explain on the Bid to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with Bidder's response. 1.79 SILENCE OF SPECIFICATIONS - The apparent silence of the scope of work/specifications, and any supplemental scope of work/specification as to any detail or the omission from it, of detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials of first quality and correct type, size, and design shall be used. All workmanship and services shall be first quality. All interpretations of the scope of work/specifications shall be made upon the basis of this statement. If Bidder has a current contract with the State of Florida, Department of General Services, to supply the items in the Formal Solicitation, the Bidder shall quote not more than the contract price; failure to comply with this request will result in disqualification of the Bid. 1.80 SUBMISSION AND RECEIPT OF BIDS - Bids may be submitted electronically via BidSync at or before, the specified closing date and time, as designated in the Formal Solicitation. NO EXCEPTIONS. A. Facsimile responses will not be considered. B. Failure to follow these procedures may deem your Bid non -responsive. C. The responsibility for obtaining and submitting a Bid on or before the Bid closing date is solely and strictly the responsibility of Bidder. The City is not responsible for delays specifically caused by any occurrence. Bids received after the Bid closing date and time, will be considered late, will remain unopened and will not be considered for award. D. Late, misdelivered, or incorrectly addressed responses will be rejected. E. All Bids are subject to the conditions specified herein. Bids that do not comply with these conditions may be deemed non -responsive. F. Modifications/changes of Bids already submitted will be considered only if received before the Bid closing date and time. All modifications/changes shall be submitted via BidSync. Once a Formal Solicitation closes (closed date and/or time expires), the City will not consider any subsequent modifications/changes which alters the Bids. 1.81 TAXES - The City is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders should be aware that all materials and supplies that are purchased by the Bidder for the completion of the Bid Contract is subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended, and all amendments thereto, and shall be paid solely by the Bidder. 1.82 TERMINATION - The City Manager, on behalf of the City, reserves the right to terminate the Bid Contract by written notice to the Successful Bidder/Contractor effective as of the date specified in the notice, should any of the following apply: A. The Successful Bidder/Contractor is determined by the City, to be in breach of any of the terms and conditions of the Bid Contract. B. The City has determined that such termination will be in the best interest of the City, to terminate the Bid Contract for its own convenience. C. Funds are not available to cover the cost of the contracted goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.83 TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services have been received, inspected, and found to comply with award specifications, free of damage, or defect, and properly invoiced. Payment will be made after delivery, within forty-five (45) days of receipt of an invoice, and authorized inspection and acceptance of the goods/services, and pursuant to Section 218.74, Florida Statutes, and other applicable law. 1.84 TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of the Formal Solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified in the Bid. Deliveries shall be made during regular City business hours, unless otherwise specified in the Special Conditions. 1.85 TITLE - Title to the goods shall not pass to the City until after the City has inspected and accepted the goods or used the goods, whichever comes first. 1.86 TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE -All Bids submitted to the City are subject to public disclosure, pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Bid contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119, must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with Bidder's name, the Formal Solicitation number, and title marked on the outside. Please be aware that the designation of an item as a trade secret by Bidder may be challenged in court by any person. By Bidder's designation of material in Bidder's Response as a "trade secret" Bidder agrees to indemnify and hold harmless the City for any award to a plaintiff for damages, costs, or attorney's fees and for costs and attorney's fees, incurred by the City, by reason of any legal action challenging Bidder's claim. 1.87 UNAUTHORIZED WORK OR DELIVERY OF GOODS - Neither the Successful Bidder/Contractor nor any of their employees shall perform any work, or deliver any goods, unless a change order or purchase order is issued and received by the Successful Bidder/Contractor. The Successful Bidder/Contractor will not be paid for any work performed, or goods delivered outside the scope of the Bid Contract, or any work performed by Successful Bidder's/Contractor's employee(s) not otherwise previously authorized. 1.88 USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion, or other publicity materials containing information obtained from the Formal Solicitation shall be mentioned, or imply the name of the City, without prior express written permission from the City Manager, or the City Commission. 1.89 VARIATIONS OF SPECIFICATIONS - For purposes of the Formal Solicitation evaluation, Bidder(s) must indicate any variances from the Formal Solicitation scope of work/specifications and/or conditions, no matter how slight. If variations, are not stated on their Bid, it will be assumed that the product fully complies with the Formal Solicitation's scope of work/specifications. 2. Special Conditions 2.1 PURPOSE The purpose of this Solicitation is to establish a prequalified pool, for landscaping services for property owned and under the responsibility of the City, as specified herein, from a source(s), fully compliant with the terms, conditions, and stipulations of the Solicitation. 2.2 DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION AND CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted via the BidSync Electronic Bidding System (BidSync), with a copy filed with the Office of the City Clerk via email at Clerks@miamigov.com, pursuant to Section 1.20. Cone of Silence. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than January 24, 2022 at 2:00 PM. All responses to questions will be sent to all prospective bidders in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.3 SUBMISSION AND RECEIPT OF RESPONSE Electronic bid submittals to this IFB shall be submitted through the BidSync Electronic Bidding System ("BidSync") until the date and time as indicated in the Solicitation. The responsibility for submitting a bid on/or before the stated closing time and date is solely and strictly the responsibility of the Bidder. The City will in no way be responsible for delays caused by technical difficulties or caused by any other occurrence. Electronic bid submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as individual files and labeled. Any bids received and time stamped through BidSync, prior to the bid submittal deadline, shall be accepted as a timely submittal and anything thereafter will be rejected. Additionally, BidSync will not allow for the electronic bid submittal after the closing date and time has lapsed. Bids will be opened promptly at the time and date specified. All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne by the Bidder. Accordingly, Bidder: 1. Must register, free of charge, with BidSync Electronic Bidding System ("BidSync") to establish an account in order to have access to view and/or respond to any solicitations issued by the City of Miami's Procurement Department ("City"). 2. Shall submit all bids electronically. Hard copy bid submittals will not be accepted. NO EXCEPTIONS. 3. Must submit the Certification Statement and associated solicitation documents which define requirements of items and/or services to be purchased and must be completed and submitted as outlined within the solicitation via BidSync. The use of any other forms and/or the modification of City forms will result in the rejection of the Bidder's bid submittal. 4. Shall ensure that the Certification Statement is fully completed and provided with your bid. Failure to comply with these requirements may cause the bid to be rejected. 5. Must ensure that an authorized agent of the Bidder's firm signs the Certification Statement and submits it electronically. FAILURE TO SIGN THE CERTIFICATION STATEMENT SHALL DEEM THE BID NON -RESPONSIVE. May be considered non -responsive if bids do not conform to the terms and conditions of this solicitation. 2.4 PRE -BID CONFERENCE A voluntary pre -bid conference will be held on January 18, 2022 at 10:00 AM, via Teams by clicking THIS LINK or via phone (786) 598-2961; Conference ID: 4392394139. A discussion of the requirements of the Solicitation will occur at that time. All questions and answers affecting the scope of work/specifications of the IFB will be included in an addendum, that will be distributed through BidSync, following the Pre -Bid Conference to all the attendees. Because the City considers the Pre -Bid Conference to be critical to understanding the Solicitation requirements, attendance is highly recommended. It is the Bidder's responsibility, prior to submitting a bid, to acquaint themselves thoroughly, regarding any and all conditions and/or requirements that may in any manner affect the work to be performed. No allowances will be made because of lack of knowledge of these conditions. 2.5 STRUCTURE OF POOL It is the City's intention to create a Pool of prequalified Successful Bidders to be available to provide the requested services as needed. The Pool will have as many members in each service category as the City deems appropriate. Bidders may apply and be selected for multiple categories. At the sole discretion of the City, additional vendors may be added to any of the Categories. Vendors seeking to be added to a Category(ies) shall be required to meet the minimum qualification requirements for that Category(ies). At the sole discretion of the City, new Categories may be added. The addition of new categories will be done through a competitive process using the minimum qualification requirements established in this Solicitation, as described in Section 2.6. At the City's sole discretion, members may be removed from the Pool for lack of participation, which shall include failure over a reasonable time to propose on Spot Market Quote Requests (Quotes) offered through the Pool, poor performance in executing the requested services, being in arrears in obligations to the City, and any other reason specified by City policies and procedures. Successful Bidders shall maintain the qualifications of the firm and proposed personnel at a standard consistent and equivalent to the qualification submissions submitted in response to this IFB. Categories: Group A — Alleyways, Right -of -Ways, and Areas less than 2,500 sq. ft. Group B — City -Owned Lots Maintenance Group C — Median/Main Corridor Landscaping Group D — Traffic Circle Maintenance Group E — Park Owned Lots 2.6 BIDDERS MINIMUM REQUIREMENTS Bids will be considered only from firms that are regularly engaged in the business of providing the services as described in this bid; and that have adequate financial support, equipment, and personnel to ensure that they can satisfactorily provide the goods and/or services if awarded a contract under the terms and conditions herein stated. The minimum qualifications for this bid are that the Successful Bidder shall, as of bid due date: All Groups: A. Not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City. B. Have no record of pending lawsuit or criminal activities and have never been declared bankrupt within the last twelve (12) months prior to bid submission. C. Have adequate financial support, equipment, and organization to ensure that they can satisfactorily provide the goods and/or services if awarded a Contract under the terms and conditions herein stated. Group A- Alleyways, Right -of -Ways, and Areas less than 2,500 sq. ft.: Bidders shall meet all requirements listed under "All Groups" and: A. Be registered as an entity with the Florida State Department, Division of Corporations, at the time of bid submittal, authorizing said entity to do business within the State of Florida. Group B City -Owned Lots Maintenance: Bidders shall meet all requirements listed under "All Groups" and: A. Be registered as an entity with the Florida State Department, Division of Corporations, for a minimum of two (2) consecutive years, authorizing said entity to do business within the State of Florida. B. Have a satisfactory record of performance for at least the last two (2) years prior to bid submission. Group C Median and Main Corridor Landscaping. Bidders shall meet all requirements listed under "All Groups" and: A. Be registered as an entity with the Florida State Department, Division of Corporations, for a minimum of three (3) consecutive years, authorizing said entity to do business within the State of Florida. B. Have a satisfactory record of performance for at least the last three (3) years prior to bid submission. C. Hold, for a minimum of two (2) years, or subcontract the following licenses 1. State Certified Pest Control Operator (State of Florida) 2. Certified Irrigation Contractor (State of Florida) License/Certifications shall be provided with the bid response. Group D Traffic Circle Maintenance: Bidders shall meet all requirements listed under "All Groups" and: A. Be registered as an entity with the Florida State Department, Division of Corporations, for a minimum of three (3) consecutive years, authorizing said entity to do business within the State of Florida. B. Have a satisfactory record of performance for at least the last three (3) years prior to bid submission. C. Have a current certified license as a General Contractor from the State of Florida Construction Industry License Board for the class of work to be performed, OR the appropriate Certificate of Competency OR the State Contractor's Certificate of Registration as issued by Palm Beach, Broward, Miami -Dade, or Monroe County, which authorizes the Successful Bidder to perform the proposed work. License/Certifications shall be provided with the bid response. D. Hold, for a minimum of two (2) years, or subcontract the following licenses: 1. State Certified Pest Control Operator (State of Florida) 2. Limited Commercial Fertilizer Applicator (State of Florida) 3. Certified Irrigation Contractor (State of Florida) 4. FNGLA issued Certified Landscape Maintenance Technician or Certified Professional Horticulture or Certified Professional Designer or Certified Professional Contractor *Holder of all licenses must be an employee of the Successful Bidder or the subcontractor. Licenses and certifications must be provided in the bid response, including the license of the subcontractor. Group E Park Owned Lots: Bidder shall meet all requirements listed under "All Groups" and: A. Be registered as an entity with the Florida State Department, Division of Corporations, for a minimum of two (2) consecutive years, authorizing said entity to do business within the State of Florida. B. Have a satisfactory record of performance for at least the last two (2) years prior to bid submission. 2.7 METHOD OF AWARD Award of this contract will be made to all responsive, responsible bidders who meet the minimum requirements set forth in this solicitation. Awarded Bidders will be placed on a pre -qualified vendors list by Group, identified by the type and size of project to be completed, which will be accessed by the City to obtain spot market quotations to hire services as needed when needed. 2.8 TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for two (2) years with the option to renew for three (3) additional two (2)- year periods, subject to the availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative, not a right of the Bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.9 CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: 1. Continued satisfactory performance compliance with the specifications, terms and conditions established herein. 2. Availability of funds. 2.10 ESCALATION CLAUSE Successful Bidder(s) may request, in writing, including a justification, an adjustment of the prices submitted in the pricing schedules based on changes in the CPI for All Urban Consumers (CPI-U), U.S. City Average, Miami -Ft. Lauderdale, FL., no more than 60 days, but no less than 30 days prior to the yearly contract anniversary. If requested, the pricing schedule may be increased/decreased, if necessary, based on review of the CPI criteria listed above. Any adjustments made will be for the following contract year and will not be combined with previous years that were not requested within the date parameters set above (i.e., rate increase requested within the date parameters above in 2021, if approved will be for year 2022). Should the Successful Bidder(s) not submit their request for any particular year, they will forgo any change in the CPI. The City may, after review, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs, and the matter cannot be resolved to the satisfaction of the City, the City reserves the right to cancel the contract upon giving thirty (30) days' notice to the Successful Bidder. The Procurement Department may also, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the Successful Bidder(s) control, (2) the volatility affects the marketplace or industry, not just the particular contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Successful Bidder(s) that continued performance of the contract would result in a substantial loss. Successful Bidder(s) might have to supply documentation to justify any requested percentage increase in cost to the City of Miami. 2.11 NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Successful Bidder(s) of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any project(s) will be awarded to any firm(s). 2.12 INSURANCE REQUIREMENTS At the time of award, the Successful Bidder(s) shall furnish to City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations $1,000,000 Personal Injury $1,000,000 B. Endorsements Required City of Miami listed as an additional insured Contingent and Contractual Liability Premises and Operations Liability Explosion, Collapse and Underground Hazard Primary Insurance Clause Endorsement Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto Including Hired, Borrowed or Non -Owned Autos Any One Accident $ 1,000,000 B. Endorsements Required City of Miami listed as an additional insured Worker's Compensation A. Limits of Liability Statutory -State of Florida Waiver of subrogation B. Employer's Liability Limits of Liability $1,000,000 for bodily injury caused by an accident, each accident. $1,000,000 for bodily injury caused by disease, each employee $1,000,000 for bodily injury caused by disease, policy limit Umbrella Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $ 2,000,000 Aggregate $ 2,000,000 City of Miami listed as an additional insured. Coverage is excess follow form over the general liability and auto policies. Owners and Contractors Protective Liability A. Limits of Liability Each Occurrence $1,000,000 Policy Aggregate $1,000,000 City of Miami listed as the named insured. The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than (30) days prior to any such cancellation or material change, or in accordance with policy provisions. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: • The Company must be rated no less than "A" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. Compliance with the foregoing requirements shall not relieve the bidder of their liability and obligation under this section or under any other section of this Agreement. If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: I. Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation For Bid. 2. The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Successful Bidder in conjunction with the General and Special Terms and Conditions of the Solicitation. The Successful Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Successful Bidder. See Attachment A - Insurance Addendum. 2.13 REFERENCES Each bid must be accompanied by a list of three (3) references, by completing Attachment B - Reference Submittal Form. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. These references must be from contracts within the last five (5) years and for services as described in this solicitation. 2.14 CURES Please refer to Section 1.56, Notice Regarding "Cures" of the General Terms and Conditions of this Solicitation as well as Attachment C - APM Regarding Cures, for further clarification of this policy. 2.15 LIVING WAGE ORDINANCE The City of Miami Living Wage Ordinance is applicable to this service contract. Please refer to Section 1.38 of the General Terms and Conditions for further information and guidance on how to comply with this ordinance. 2.16 SPOT MARKET QUOTES Successful pre -qualified Bidders will participate in subsequent spot market quotations as required by the City, on an as -needed or periodic basis. Spot market pricing procedures may be initiated by either a User Department or the Procurement Department. In general, written spot market quotes will be gathered from all Successful Bidders pre -qualified for a specific category of landscaping services. Spot market quotations will include the technical specification and any additional terms and conditions specific to the landscaping services being requested. The City reserves the right to verify the information submitted by the Successful Bidder and to obtain and evaluate additional information, as it deems necessary, to ascertain the Successful Bidder's conformance to the minimum requirements. The City reserves the right to develop an alternative, streamlined process for awarding short term (one time or 60 days or less) projects due to urgency or other time constraints. Whenever two or more quotes which are equal with respect to price, quality and service are received by the City during a spot market quoting process, the quote received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie quote will be followed if none of the tied Bidder have a drug -free workplace program. Quotes provided as a result of the spot market process shall remain valid for at least 90 days from the due date of the quote request and remain fixed and firm after approval or assignment of the project through the completion of said project. 2.17 PROJECT MANAGER Upon award, Successful Bidder shall report and work directly with the below listed personnel, or designee, who shall be designated as the Project Manager(s) for the City. Group A: Seymour Placide, Assistant Superintendent, Operations Division Group B: Seymour Placide, Assistant Superintendent, Operations Division Group C: Raphael Gonzalez, Right-of-way Aesthetic Division Coordinator, Administration Division Group D: Raphael Gonzalez, Right-of-way Aesthetic Division Coordinator, Administration Division Group E: Yohermo Echeverria, Park Manager 2.18 SUBCONTRACTOR(S) Bidder must list any or all subcontractor(s) that may be utilized to assist in the performance of the work specified herein on Attachment D - Subcontractors, if applicable. Any subcontractor(s) listed must meet the same requirements and submit the same information listed under the Bidder's Minimum Qualifications section. All information required shall be included in the solicitation response. If Bidder does not include any subcontractor(s) as part of its bid submittal, it will be construed that bidder will be able to handle the entire workload by itself and will not be allowed to subcontract any of the work unless it is requested in writing the hiring of subcontractor(s) with the aforementioned requirements attached to its request within seventy-two (72) hours of considering hiring subcontractor(s). The City will grant or deny such request in writing within forty- eight (48) hours of receiving said request. 2.19 RESPONSE TIME A twenty-four (24) hour response time is required. Failure to respond to a service call within the specified time may result in the successful vendor paying any and all costs associated with the repairs performed by a secondary vendor. 2.20 COMPLETED WORK The City shall be notified by the Successful Bidder upon completion of work. The City shall inspect and approve completed work before authorizing payment. Work not satisfactorily completed shall be redone by the Successful Bidder at no additional charge to the City. The Successful Bidder shall not begin work until a Purchase Order and/or a Notice to Proceed are received. 2.21 PERFORMANCE BOND Prior to commencing any work, the Successful Bidder(s) may be required to submit a Performance Bond equal to 100% of the estimated work required within five (5) days after receiving a written notice from the City. This performance Bond for the satisfactory performance of this Contract. The Performance Bond can be in the form of a Cashier's Check, made payable to the City of Miami; a bond written by a surety company authorized to do business in the State of Florida and shall comply with State Statute 287.0935; or an Irrevocable Letter of Credit. If the latter is chosen, it must be written by a bank located in Miami -Dade County, be in the amount of the contract and should clearly and expressly state that it cannot be revoked until express written approval has been given by the City of Miami. The City, to draw on same, would merely have to give written notice to the bank with a copy to the Successful Bidder(s). a. Performance Bonds must be maintained until all of the assigned work has been completed and approved by the City in writing. b. If the Surety on any bond furnished by the Successful Bidder(s) is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Florida or it ceases to meet the requirements imposed by the City, the Successful Bidder(s) shall within five (5) calendar days substitute another bond and surety, both of which shall be acceptable to the City. c. If the Bidder cannot obtain another bond and surety within (5) calendar days, the City will accept and the Successful Bidder(s) shall provide an irrevocable letter of credit drawn on a Miami -Dade County, Florida bank until the bond and surety can be obtained. 2.22 METHOD OF PAYMENT Payment will be made within forty-five (45) calendar days, in accordance with Florida Statutes Sections 218.73 and 218.74 of the Prompt Payment Act for services rendered the previous month, upon submission of properly certified/approved invoices. All such information shall be provided to the City Project Manager, or designee. The City will pay the contract price minus any liquidated damages and/or other damages to the Successful Bidder upon completion and acceptance. Damages caused by the Successful Bidder's employees shall be estimated by the City Project Manager, or designee and computed actual costs and repairs shall be deducted from the Successful Bidders total monthly billing. Each invoice shall include total cost, percent (%) retainage, if applicable, proof of payment to subcontractors and suppliers with corresponding release of liens forms and affidavits. 2.23 LIQUIDATED DAMAGES Failure to complete the project in accordance with the specifications and to the satisfaction of the City within the time stated, shall result in liquidated damages being assessed. The Successful Bidder shall be subject to an assessment of liquidated damages in the amount of $100.00 for each and every calendar day the work remains incomplete (not to exceed the total amount of the contract), as compensation due to the City for loss of use and for additional costs incurred by the City due to such incompletion of the work. The City shall have the right to deduct said liquidated damages from any amount due or that may become due to the Successful Bidder under this agreement or to invoice the Successful Bidder for such damages if the costs incurred exceed the amount due to the Successful Bidder. 2.24 CONTRACTOR TO BE REPRESENTED The Successful Bidder, at all times, must either be personally present at the worksite or be represented at the worksite by a responsible agent or agents designated by the Successful Bidder in written notice to the City prior to the beginning of work. Such notification shall include pertinent data such as addresses, phone numbers, etc., where said agent or agents may be contacted at any time of the day or night. The agent or agents shall be clothed with full authority to act for the Successful Bidder in all cases, and to carry out any instructions relative to the work may be given by the City. 2.25 USE OF PREMISES The Successful Bidder shall confine their equipment, apparatus, the storage of materials, and the operation of their workmen to the limits indicated by law, ordinances, permits, or direction of the Project Manager, or designee, and shall not unreasonably encumber the premises with his/her materials. The Successful Bidder shall take all measures necessary to protect their own materials. 2.26 DAMAGES TO PUBLIC/PRIVATE PROPERTY The Successful Bidder shall carry out the work with such care and methods as not to result in damage to public or private property adjacent to the work. Should any public or private property be damaged or destroyed, the Successful Bidder, at their expense, shall repair or make restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length of time. (Not to exceed one month from date damage was done). 2.27 PUBLIC CONVENIENCE AND SAFETY The Successful Bidder shall conduct their work so as to interfere as little as possible with private business or public travel. The Successful Bidder shall, at their own expense, whenever necessary or required, maintain barricades, maintain lights, and take such other precautions as may be necessary to protect life and property, and the Successful Bidder shall be liable for all damages occasioned in any way by their actions or neglect or that of their agents or employees. The Successful Bidder shall meet the following noise abatement performance standards for all construction equipment: 1. Between the hours of 6:00 PM and 8:00 AM the following day on weekdays, or at any time on Sundays or holidays, such that the sound therefrom creates a noise disturbance across and at a residential district boundary or within a noise sensitive zone, except for emergency work of public service utilities or by special permission issued pursuant to subsection (c) of City of Miami Ordinance Section 36-6, Construction Equipment. 2. At any other time, such that the sound level at or across a real property boundary exceeds a reading of 0.79 weighted average dBA for the daily period of operation. Such sound levels shall be measured with a sound level meter manufactured according to standards prescribed by the American National Standards Institute. 2.28 SAFETY MEASURES Successful Bidder shall take all necessary precautions for the safety of employees and shall erect and properly maintain at all times all necessary safeguards for the protection of the employees and the public. Danger signs warning against hazards created by their operation and work in progress must be posted. All employees of Successful Bidder shall be expected to wear safety eyewear, appropriate clothing, and hearing protection when and wherever applicable. The Successful Bidder shall use only equipment that is fully operational and in safe operating order. Successful Bidder shall be especially careful when servicing property when pedestrians and/or vehicles are in close proximity - work shall cease until it is safe to proceed. 2.29 ENVIRONMENTAL REGULATIONS The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder non - responsible if the history of violations warrants such determination in the opinion of the City. 2.30 ADDITIONAL CONTRACTOR(S) OR SUBCONTRACTOR(S) There are no implied or express guarantee that all Successful Bidders under this contract will receive work assignments during any given catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency. However, the City reserves the right to assign work to multiple Successful Bidders at any given point in time, add Contractor(s) who were not part of the initial award to the contract or direct Successful Bidder(s) to hire Subcontractor(s), which may or may not be part of this bid contract, to expedite the clean-up efforts of debris to restore normalcy and order to the lives of City residents, businesses, and general public in an expeditious manner. 2.31 ADDITIONS/DELETIONS OF SERVICES/ITEMS/LOCATIONS Although this Solicitation identifies specific locations/products/items/services/suppliers, it is hereby agreed and understood that any location/product/item/service/suppliers may be added/deleted to/from this Contract at the option of the City. When an additional location/product/item/service to the Contract is required, the supplier shall be invited to submit price quotes for these new product(s). If prices are not competitive or not carried, the City maintains the right to add additional suppliers to the Contract to carry those items required. If these quotes are comparable with market prices offered for similar location/products/items/services, they shall be added to the Contract, whichever is in the best interest of the City, and an addendum and a separate purchase order shall be issued by the City. 2.32 FAILURE TO PERFORM Should it not be possible to reach the Successful Bidder or supervisor and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare the Successful Bidder in default of the contract or make appropriate reductions in the contract payment. 2.33 TERMINATION FOR DEFAULT If Successful Bidder defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Successful Bidder shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Successful Bidder was not in default or (2) the Successful Bidder's failure to perform is without their or their Subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interest of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the Successful Bidder will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.34 ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included as part of your solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Bidder's authorized signature affixed to the Bidder's/Proposer's acknowledgment form attests to this. 3.0 Specifications 3.1 SPECIFICATIONS/SCOPE OF WORK I. Introduction BIDDERS ARE NOT REQUIRED TO ENTER A UNIT PRICE IN THE LINE ITEM LISTED IN THE ACTUAL IFB. BIDDERS SHALL COMPLETE ATTACHMENT E, BID SUBMITTAL FORM, TO IDENTIFY WHICH GROUP THE BIDDER IS REQUESTING CONSIDERATION FOR. BIDDERS MAY RESPOND TO ONE OR MORE GROUPS. BIDDER MUST MEET ALL REQUIREMENTS OF EACH GROUP THE BIDDER SELECTS IN ORDER TO BE CONSIDERED AS RESPONSIVE. The City of Miami's ("City") Department of Resilience and Public Works ("Public Works") and Department of Parks and Recreation ("Parks") is in need of fully capable and willing firms to provide landscaping services for the City. The Successful Bidders shall fiunish all labor, machinery, tools, modes of transportation, debris disposal, supplies, equipment, materials, water, diesel fuel and services necessary for satisfactory contract performance. Such materials and equipment shall be of suitable type, in good condition and grade for the purpose of this contract. All workmanship, equipment and frequency of services shall be subject to the inspection and direction/approval of the City. This contract covers landscaping services for five (5) groups. The groups are: Group A: Alley ways, Rights -of -Way, and areas less than 2,500 square feet (sq. ft.) Group B: City -Owned Lots Group C: City Medians Group D: Traffic Circles Group E: Park -Owned Lots IL DESCRIPTION OF WORK GROUP A — ALLEY WAYS, RIGHTS -OF -WAY, AND AREAS LESS THAN 2,500 SQFT The following services are to be performed at City designated areas. 1. Mowing, weeding, edging, pruning, trimming, raking, blowing, mulching, herbicide and insecticide. 2. Removal of palm fronds and tree limbs that have fallen on the ground or are dying/brown/unsightly on the tree and litter removal 3. Graffiti removal from street light poles. Reporting of damaged pavement and pavement markings Weekly Litter Removal: Removal of all debris including but not limited to cups, paper, trash, bags, bottles, and palm fronds, in and in close proximity of the alleys, rights -of -way, or designated landscaping area. A list of locations is listed on the following attachments, located in the Header/Attachment section of this solicitation: 1. Attachment F - Alleyways 2. Attachment G - Rights -of -way Frequency of Services Landscaping services shall be executed on an as needed basis. The City's Project Manager will provide a monthly schedule in coordination with the Successful Bidder. The rights -of -way areas shall be maintained once per month. The alleyways shall be maintained on the same day, as scheduled. The City's Project Manager may request additional service days as necessary to maintain the level of aesthetic as required. GROUP B — CITY -OWNED LOTS A lot is defined as any strip of land owned by the City of Miami with or without a Swale are in the front side towards the street and any adjacent alleys. Swale maintenance is to be included in the maintenance of the lot. Services to be performed at City designated areas/lots include, but are not limited to: A. Mowing: the mowing of only grassed areas of the designated City properties. B. Miscellaneous Clearing: the removal of vegetative and non -vegetative debris by mechanical means, utilizing heavy equipment if necessary. Debris/Litter is to be removed and hauled from the site to the nearest approved waste facility. Tipping fees are the responsibility of the Successful Bidder. Disposal fees for the removal of excess debris (i.e., illegal dumping, etc.) are the responsibility of the Successful Bidder. C. Tree/Palm Planting: the planting, watering, staking, mulching (Cypress mulch), top soiling, and maintenance of new trees for a one (1) year period. Trees planted within the public right-of-way or within close proximity of sidewalks shall require root barriers such as Root Solutions or an approved equal. Refer to Attachment J — Planting Specifications for additional planting guidelines. See "Tree Quoting" under the Additional Information section below. D. Erecting/Stalking and Bracing Fallen Trees: to be performed on new and fallen trees. Fallen trees will require digging underneath trees and filling the areas with treated planting soil, bracing tree with wood boards and watering for at least one week. Refer to Attachment J — Planting Specifications for additional erecting/stalking/bracing guidelines. E. Stump Removal: the removal and disposal of tree stumps of different sizes, including the roots of said stump. Surface restoration including topsoil and filling material shall be included in the stump removal process. F. Sodding: the installation of St. Augustine (Floratem) grass as needed, per the direction of the City. Refer to Attachment K — Sodding Specifications for additional sodding guidelines. G. Herbicide/Insect Spraying: the spraying of herbicide to all City parcels and miscellaneous lot as listed in Attachment H — Locations. H. Crush Limerock: the installation of fine sand (crushed limerock) at eroded areas in the Swale and medians of the public rights -of -way. Watering of the sand is required for dust control. I. Hedge Trimming and Plant Bed Maintenance — trimming of hedges and upkeep of plant beds as applicable. City Lot Locations See Attachment H, City Lot locations for addresses, lot size information, and service frequency. Frequency of Services All listed City parcels and miscellaneous lots shall be maintained on a monthly basis. The City's Project Manager may request some lots be maintained more frequently, on an as needed basis. GROUP C — MEDIANS/MAIN CORRIDORS The Successful Bidder shall furnish all labor, machinery, tools, modes of transportation, debris disposal, supplies, equipment, materials, water, diesel fuel and services necessary to perform the complete landscaping maintenance of the medians, swales, and sidewalks. Complete landscaping maintenance service includes, but is not limited to the following: 1. Mowing, weeding, edging, pruning, trimming, raking, blowing, mulching, herbicide and insecticide. 2. Removal of palm fronds and tree limbs that have fallen on the ground or are dying/brown/unsightly on the tree. 3. Watering of medians and swales. Pruning: Shrubs shall be trimmed as needed to provide an informal shape, fullness, and bloom. Trees shall be free of all dead (browned) fronds and branches. Cut and remove the seeds and fronds that are pointing downward that are browning or yellowing. Mulching and Fertilizer: Includes all labor, materials, equipment, and supplies. All mulching shall be completed in accordance with Attachment J, Planting Specifications. Any fertilizer used shall comply with Attachment L - City of Miami Ordinance No. 13896, Green Initiatives. Tree planting: All trees/palms that are planted shall be a minimum of 4" diameter at breast height (d.b.h.), unless otherwise approved by the City. All trees/palms shall be guaranteed for one (1) year from the date of acceptance by the City. If said tree/palm becomes diseased, etc. it shall be replaced at no cost to the City. See Attachment J - Planting Specifications. Tree planting services shall include the removal of the trees being replaced. Tree/Stump removal services/pricing shall not apply to this service. The labor rate for tree planting services shall be inclusive of all materials, equipment, supplies, and labor costs. Shrub planting: All shrub planting shall adhere to the specifications described in Attachment J, Planting Specifications. ALL TREES/PALMS, SHRUBS, AND GROUND COVER SHALL FIRST BE QUOTED TO BE APPROVED BY THE CITY. NO TREES SHALL BE PURCHASED AND PLANTED UNTIL WRITTEN APPROVAL HAS BEEN RECEIVED FROM THE CITY BY THE SUCCESSFUL BIDDER(S). THE CITY RESERVES THE RIGHT TO PURCHASE AND/OR PLANT TREES, SHRUBS, AND OTHER PLANT MATERIAL, INDEPENDENTLY OF THIS CONTRACT. SUCCESSFUL BIDDER MAY BE REQUIRED TO PLANT MATERIALS PURCHASED AND SUPPLIED BY THE CITY. Removal of trees or stumps: All removal of trees and stumps shall be according to the most efficient and safest industry standards. Removal of trees/stumps pricing shall only apply to a request that does not include the replanting of a tree in same service request. Sodding: Includes all labor, materials, equipment, and supplies. All sodding shall be completed in accordance with Attachment K, Sodding Specifications. Topsoil: Includes labor, material, equipment and supplies to install a 50150 mix topsoil product. Installation shall be in accordance with Attachment J, Planting Specifications. Weekly Litter Removal: Removal of all debris including but not limited to cups, paper, trash, bags, bottles, and palm fronds, in and in close proximity of the traffic circles, corresponding round about areas and traffic separators. Pressure Cleaning: Use of pressurized water to clean requested areas. Service is to occur every three (3) months or as requested by the City. Irrigation Vstem inspection: Any applicable irrigation system shall be inspected and tested to ensure the system is in proper working condition. This includes the electrical components and the preparation of a list of recommended repairs on a monthly basis. Repairs will be approved on an as needed basis by the City. Systems to be tested are: (1) Martin Luther King, Jr. Boulevard Median — NW 5th place to NW 12th Avenue (2) Broadway Circle Fountains — SW 15th Road and South Miami Avenue (3) Along Brickell Avenue - 15th Road East Median, 25th Road East Median, and Brickell Bay Drive Irrigation repair services may be subcontracted to a licensed subcontractor, however all subcontractors shall be approved by the City prior to services being started. See Attachment M - Irrigation Specification. Median/Main Corridors Locations CORAL WAY MEDIANS Services are to be completed at the following right of ways: Coral Way between SW 3rd Avenue and SW 37th Avenue SW 13th Avenue between Coral Way and SW 21st Terrance SW 3rd Avenue between Coral Way and US -I BRICKELL AVE MEDIANS Services are to be completed at the following right of ways: Brickell Ave Between SE 5th Street and SE 26th Road Brickell Bay Drive (Swale/Sidewalk) Between SE 14th Street and SE 15th Road — Bayside Only SE 15th Road Median Between Brickell Ave and Brickell Bay Drive SE 25th Road Between Brickell Ave and Biscayne Bay CALLS OCHOICUBAN MEMORIAL BOULEVARD Services are to be completed at the following right of ways: SW 8th Street, Beginning at SW 4th Avenue through SW 27th Avenue SW 13th Ave, Between SW 8th Street and SW 21st Terrace MARTIN L UTHER KING BO ULEVARD In addition to the services listed in Section I, Services Covered, the pressure cleaning of seven (7) linear parks, including the 1800 sq ft of decorative brick pavers shall be completed once every three (3) months, or as specified by the City. This includes, but not limited to, the 26 wood benches, 1 concrete bench, 12 concrete seats and 10 trash containers. Services are to be completed at the following right of ways: A. Dr. Martin Luther King Jr Boulevard (NW 62nd Street) between NW 5th Place and NW 12th Avenue Frequency of Services Landscaping services shall be executed on an as needed basis. The City's Project Manager will provide a monthly schedule in coordination with the Successful Bidder(s). All medians shall be maintained on the same day as scheduled. Services will be executed a minimum of 26 times a year. The City's Project Manager may request additional service days as necessary to maintain the level of aesthetic as required. Line No. Service Quantity Unit Of Measure 1 Median Maintenance Services 26 CYCLES 2 Litter Pick-up 52 CYCLES 3 Irrigation and Electrical System Inspection and Testing 12 MONTHS 4 Pressure Cleaning Linear Parks 4 CLEANINGS GROUP D — TRAFFIC CIRCLES The Successful Bidder shall furnish all labor, machinery, tools, modes of transportation, debris disposal, supplies, equipment, materials, water, diesel fuel and services necessary to perform the complete landscaping maintenance of the traffic circles. Complete landscaping maintenance service includes, but is not limited to the following: 1. Mowing, weeding, edging, pruning, trimming, raking, blowing, mulching, herbicide, and insecticide 2. Removal of palm fronds and tree limbs that have fallen on the ground or are dying/brown/unsightly on the tree 3. Watering of the circles Pruning: Shrubs shall be trimmed as needed to provide an informal shape, fullness, and bloom. Trees shall be free of all dead (browned) fronds and branches. Cut and remove the seeds and fronds that are pointing downward that are browning or yellowing. Mulching and Fertilizer: Includes all labor, materials, equipment, and supplies. All mulching shall be completed in accordance with Attachment J, Planting Specifications. Any fertilizer used shall comply with Attachment L - City of Miami Ordinance No. 13896, Green Initiatives. Tree planting: All trees/palms that are planted shall be a minimum of 4" diameter at breast height (d.b.h.), unless otherwise approved by the City. All trees/palms shall be guaranteed for one (1) year from the date of acceptance by the City. If said tree/palm becomes diseased, etc. it shall be replaced at no cost to the City. The guarantee for the newly replacement tree will commence from the date of the replacement and last one (1) year. See Attachment J - Planting Specifications. Tree planting services shall include the removal of the trees being replaced. Tree/Stump removal services/pricing shall not apply to this service. The labor rate for tree planting services shall be inclusive of all materials, equipment, supplies, and labor costs. Shrub planting: All shrub planting shall adhere to the specifications described in Attachment J, Planting Specifications. ALL TREES/PALMS, SHRUBS, AND GROUND COVER SHALL FIRST BE QUOTED TO BE APPROVED BY THE CITY. NO TREES SHALL BE PURCHASED AND PLANTED UNTIL WRITTEN APPROVAL HAS BEEN RECEIVED FROM THE CITY BY THE SUCCESSFUL BIDDER(S). THE CITY RESERVES THE RIGHT TO PURCHASE AND/OR PLANT TREES, SHRUBS, AND OTHER PLANT MATERIAL, INDEPENDENTLY OF THIS CONTRACT. SUCCESSFUL BIDDER MAY BE REQUIRED TO PLANT MATERIALS PURCHASED AND SUPPLIED BY THE CITY. Removal of trees or stumps: All removal of trees and stumps shall be according to the most efficient and safest industry standards. Removal of trees/stumps pricing shall only apply to a request that does not include the replanting of a tree in same service request. Sodding: Includes all labor, materials, equipment, and supplies. All sodding shall be completed in accordance with Attachment K, Sodding Specifications. Topsoil: Includes labor, material, equipment and supplies to install a 50/50 mix topsoil product. Installation shall be in accordance with Attachment J, Planting Specifications. Weekly Litter Removal: Removal of all debris including but not limited to cups, paper, trash, bags, bottles, and palm fronds, in and in close proximity of the traffic circles, corresponding round about areas and traffic separators. Traffic Circle Locations Traffic Circle locations are separated into various regions. See Attachment I - Traffic Circle Locations, for cross streets of traffic circles to be serviced. The City reserves the right to award traffic circles by region. Frequency of Service Landscaping services shall be executed on an as needed basis. Successful Bidder shall provide a monthly schedule in coordination with the City's Project Manager. All traffic circles shall be maintained on the same day, as scheduled. Services will be executed a minimum of 26 times a year. Line No. Service Quantity Unit Of Measure 1 Traffic Circles Maintenance Services 26 CYCLES 2 Litter Pick-up 52 CYCLES GROUP E — PARK -OWNED LOTS The following services are to be performed at the City's Park -owned designated lots. A lot is defined as any strip of land owned by the City of Miami with or without a Swale are in the front side towards the street and any adjacent alleys. Swale maintenance is to be included in the maintenance of the lot. The services to be provided include but are not limited to: A. Mowing: The mowing of only grassed areas of the designated parcels/locations listed in Attachment N. B. Miscellaneous Lot Clearing: the removal of vegetative and non -vegetative debris by mechanical means, utilizing heavy equipment if necessary. Debris/Litter is to be removed and hauled from the site to the nearest approved waste facility. Tipping fees are the responsibility of the Successful Bidder. Disposal fees for the removal of excess debris (i.e., illegal dumping, etc.) are the responsibility of the Successful Bidder C. Hedge Trimming and Plant Bed Maintenance: Trimming of hedges and upkeep of plant beds as applicable. D. Line trimming: A handheld power line trimmer shall be used to trim grass around trees, poles, utilities and anywhere that it is unable to be mowed. A line trimmer or "weed eater" shall never be used to trim hedges. E. Blowing: Grass clippings and vegetative debris is to be blown from the walkways and sidewalks within and around the lots. Material shall NOT be blown into the street. Frequency All listed Park lots shall be maintained on a monthly basis. The City's Project Manager may request some areas/lots be maintained more frequently on an as needed basis to maintain the required aesthetic of the community. Park -Owned Lots All Park -owned lots are located on Attachment N — Park -Owned Lots and Parcels. The City reserves the right to add or delete locations as necessary. III. ADDITIONAL INFORMATION Tree Quotes All trees shall be quoted on an as needed basis. The City reserves the right to purchase direct any and all plant material inclusive of all trees, sodding, or otherwise. Fencing When executing any excavations, the Successful Bidder shall install fencing around the area. Fencing shall be a 4ft high minimum, 6-gauge, heavy-duty chain link fence with an adequate number of fence posts to maintain the fence in an upright and taut position. All fencing quotes shall be pre -approved before starting the work. Said fencing quotes must be invoiced on the same invoice that the excavation is invoiced on. The City reserves the right to utilize a separate contractor to provide any fencing services. Permits For this contract, Public Works or Parks will issue "no -fee" permits for all tree and excavation projects. The Successful Bidder will be responsible for obtaining the permits from Public Works or Parks prior to the start of any services that require them. Public Access During any improvement construction, safe access shall be provided by the Successful Bidder to the entrances of all residences and business establishments. The methods used to allow access will be determined by the Successful Bidder with the approval of the City's Project Manager or designee. Maintenance of Established Landscaping Existing trees on private property and in the public right of way are to be protected while work is in progress. Trimming of trees is not allowed without prior approval of the City's Project Manager. Landscaping and structures on existing private property adjacent to the project area shall be maintained. If any replacements are needed, the replacements shall be of equal or better quality. See section titled "Tree Quotes", above, regarding the replacement of any trees or plant material. Frequency The City's Project Manager(s) will determine the schedule on a project -by -project basis. The City's Project Manager may request some areas be maintained more frequently on an as needed basis. See each Group's scope of work for additional information on the frequency of that Group. IV. INSPECTION PROCESS Once services are completed, the Successful Bidder may be required to take pictures to submit with any invoices. In addition, the Successful Bidder shall immediately email and call the City's Project Manager to advise that the service area was completed. V. INVOICING Successful Bidder shall provide invoices with pictures no later than the 5th of the month for the previous month's services. Submitting invoices later than the specified date may cause delays in payment. On the invoice the Successful Bidder shall provide: A. Date(s) of services B. Area(s) of services C. Contract number (Contract No. 1380386) D. List of services completed E. Pricing F. Supporting documentation such as invoices providing costs for additional services (trees, etc.) G. Payment to subcontractors and/or suppliers with corresponding release of liens forms and affidavits if applicable ATTACHMENT A INSURANCE ADDENDUM INSURANCE DEFINITIONS, REQUIREMENTS AND CONDITIONS The VENDOR/CONTRACTOR agrees to provide and maintain throughout the life of this contract and at Vendor/Contractor's expense insurance coverage outlined herewith as applicable insuring all operations related to the contract and any extensions thereof. Workers Compensation and Employers Liability Statutory and subject to the Laws of the State of Florida. This coverage protects against lawsuits stemming from workplace accidents. It provides for medical care to injured employees, along with compensation for lost income. Commercial General Liability It protects against accidents and injuries that occur on company property or the property of a customer. It compensates an injured person or owner of property for injuries and property damages, and the cost of defending lawsuits, including legal settlements or investigations. This policy also covers claims resulting from products exposures, libel, slander, copyright infringement and other personal and advertisement injuries. Commercial Automobile Liability It protects against liability, no fault, medical payments, uninsured and underinsured motorists claims, collision and other than collision physical damage. In addition, this policy affords coverage on autos that are hired or borrowed or non -owned for use in the business. The non -owned can be autos owned by employees or members of their households. Non Owned Auto exposures can be endorsed or added under the Commercial General Liability Policy. Professional/Errors and Omissions Liability Used by many professionals such as engineers, lawyers, accountants, stock brokers, financial advisers, insurance agents, court reports, dentists, nurses and teachers. It protects against the financial effects of liability lawsuits filed by clients. It basically protects professionals who cause harm to a client due to incompetence, errors or negligence. Umbrella Liability It protects against liability and losses after primary insurance benefits have been exhausted. This supplemental coverage kicks in only after the underlined liability policies have paid their maximum benefits. Environmental Liability It protects against the financial costs of claims of injury or damage due to pollution, and other costs of cleaning up pollutants. These policies are designed to cover both property and liability risks. Directors and Officers Liability This coverage protects against claims from stockholders, employees and clients that are also aimed individually at directors and officers. These claims typically stem from errors in judgement, breaches of duty and wrongful acts in connection with company business. Cyber Liability It protects against costs of the theft, destruction or unauthorized use of electronic data through computer viruses or network intrusions. It also adds protection to a business against such costs if a business fails to safeguard another party's electronic data. Companies sharing data outside their internal network benefit from this coverage Commercial Property It protects against claims or damages to the insured's buildings, business personal property and personal property of others. It can also provide for loss of business income coverage or extra expenses incurred because of physical loss by a covered peril to the insured's property. Commercial Crime It protects against loss of money, securities and other property because of a variety of criminal acts such as employee theft or embezzlement, burglary, robbery, forgery, computer fraud, kidnapping and extortion. Crime insurance also covers money and securities against damage or destruction by almost any cause of loss, not just crime. Builders Risk It protects against damage to or destruction of buildings or other structures during their construction. Any party with a financial interest in a construction, remodeling, or repair project benefits from this coverage. Surety Bonds Surety bonds are three party contracts. The principal, the party that undertakes the obligation, pays for the issuance of a bond by a surety company. The bond provides capital to guarantee the obligation will be performed. The obligee is the party that receives the benefit of the bond If the obligation is improperly performed. Valuable Papers It pays for the cost to reconstruct damaged or destroyed valuable papers and records. Typically is defined to include almost all forms of printed documents or records with the exception of money or securities, and data and media which is usually excluded. Additional Requirements The Vendor/Contractor must furnish the City of Miami, Department of Procurement, and Risk Management located at 444 S.W. 2nd Avenue Miami, Florida 33130, original Certificates of insurance to be in force on the date of this Contract, and Renewal Certificates of insurance thereafter. All policies indicated on the certificate must be in compliance with all Contract requirements. The failure of the City to obtain the applicable or corresponding certificates from Contractor is not a waiver by the City of any requirements for the Vendor/Contractor. The Vendor/Contractor must furnish Certificates insurance listing the City of Miami as an additional insured. All insurance certificates must be signed, dated and reference the City contract number. The insurance must provide for sixty (30) days prior written notice to be given to the City in the event coverage is substantially changed, canceled, or non -renewed. Any deductibles or self -insured retentions on referenced insurance coverages must be borne by Vendor/Contractor. The Vendor/Contractor further agrees to have insurers waive their rights of subrogation against the City of Miami, its employees, elected officials, agents, or representatives. The coverages and limits furnished by Vendor/Contractor in no way limit the Vendor/Contractor's liabilities and responsibilities specified within the Contract or law. Any insurance or self-insurance programs maintained by the City of Miami shall not contribute with insurance provided by the Vendor/Contractor under the Contract. The required insurance to be carried is not limited by any limitations expressed in the indemnification language in this Contract or any limitation placed on the indemnity in this Contract given as a matter of law. If the Vendor/Contractor is a joint venture or limited liability company, the insurance policies must name the joint venture or Limited Liability Company and each of its separate constituent entities as named insureds. The Vendor/Contractor must require all subcontractors to provide the insurance required herein. All subcontractors are subject to the same insurance requirements of the Vendor/Contractor unless otherwise specified in this Contract. If the Vendor/Contractor or subcontractor desire additional coverages, the party desiring the additional coverages is responsible for the acquisition and cost. Notwithstanding any provision in the Contract to the contrary, the City of Miami Risk Management Department maintains and reserves the right to modify, delete, alter or change these requirements. Attachment B: Reference Submittal Form IFB 1380386 - Landscape Maintenance Services Pool FIRM NAME: Reference Section a Summarized Requirements: Refer to the details in Section 2 Special Conditions to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name: Address: Contact Person: Contact Phone Number and Email: Date of Contract or Sale: Prime or Subcontractor: Other (Description of Service, Total dollar value of Contract, etc.): Past Performance Reference Check #2 Company/Organization Name: Address: Contact Person: Contact Phone Number and Email: Contact E-mail if applicable): Date of Contract or Sale: Prime or Subcontractor: Other (Description of Service, Total dollar value of Contract, etc.): Past Performance Reference Check #3 Company/Organization Name: Address: Contact Person: Contact Phone Number and Email: Contact E-mail if applicable): Date of Contract or Sale: Prime or Subcontractor: Other (Description of Service, Total dollar value of Contract, etc.): POLICY NUMBER: APM- 2-19 DATE: March 26, 2019 ISSUED BY: Emilio T. Gonzalez, A.D. Ci na er/Desi e SIGNATURE CITY OF MIAMI ADMINISTRATIVE POLICY REVISIONS REVISED DATE OF SECTION REVISION Created 3/26/19 SUBJECT: ELIMINATING THE PROCESS OF CURING IRREGULARITIES IN DOCUMENTS SUBMITTED IN RESPONSE TO REQUEST FOR QUALIFICATIONS (RFQ), REQUEST FOR PROPOSALS (RFP), REQUESTS FOR LETTERS OF INTEREST (RFLI), INVITATION FOR BIDS (IFB), INVITATION TO BID (ITB), INVITATION TO QUOTE (ITQ), AND REQUEST FOR SPONSORSHIP (RFS) EFFECTIVE MAY 692019 PURPOSE: To improve the procurement solicitation process in order to provide internal and external customers with a more efficient and effective procurement of goods and services for the City of Miami. This APM establishes guidelines that eliminate the process of curing irregularities in proposals and bids submitted in response to RFQs, RFPs, RFLI's IFBs, ITBs, ITQs and RFS. BACKGROUND: Currently, the Department of Procurement ("Procurement") allows Proposers and Bidders to cure certain deficiencies, deviations, irregularities, omissions, and/or technicalities in proposals and bids submitted to the City in response to RFQs, RFPs, RFLIs, IFBs, ITBs, ITQs and RFS. In collaboration with the Department of Innovation and Technology ("Dolt"), Procurement has identified the process of curing as the cause of significant delays in formal solicitation process. When proposals and bids require a cure, Procurement sends out a "Notice to Cure" to Proposers and Bidders who are then given additional time to correct, complete, and re -submit the required documents. The process of curing is time intensive and delays the procurement of necessary goods and services for the City; it prolongs the due diligence review period and it stalls and delays the evaluation and selection process, resulting in the extension of time between the issuance of an RFP, RFQ, RFLI, IFB, ITB, ITQ, or RFS solicitation and its award date. City of Miami APM 2-19 Elimination of Curing Irregularities in Documents Submitted for RFQs, RFPs, RFLI's IFBs, ITBs, ITQs and RFS Eliminating the process of curing will streamline and improve the overall procurement solicitation process while making it more efficient by removing a source of delay, and more effective by concentrating due diligence reviews only on complete and responsive proposals and bids. Additionally, it is not a common procurement industry practice to allow cures. Other local public agencies such as Miami -Dade County and the Miami -Dade County Public School System do not presently allow cures in such similar instances. GUIDELINES: Procurement will only review and evaluate proposals and bids that have been deemed responsive. Responsive bids and proposals responses are defined by our Procurement Code.' Prospective Proposers and Bidders should understand that non -responsive proposals or bids will not be reviewed and will be eliminated from the evaluation and selection process. The City will not consider the curing of any proposal or bid that fail to meet the minimum qualifications or submission requirements of an RFQ, RFP, RFLI, IFB, ITB, ITQ, or RFS as applicable. Material deficiencies, deviations, irregularities, omissions, and/or technicalities are not waivable. Proposals and bids submitted with deficiencies, irregularities, omissions, and/or technicalities that deviate from the minimum qualifications and/or submission requirements for RFQs, RFPs, RFLIs, IFBs, ITBs, ITQs and RFS shall result in a non -responsive determination. The following list includes, but is not limited to, proposal and bid deficiencies, deviations, irregularities, omissions, and/or technicalities that shall result in a non -responsive determination for any solicitation issued on or after May 6, 2019: If a proposal or bid is missing forms, or contains unnotarized forms, unsigned forms, incorrect forms, or forms signed by any individual, other than the Proposer or Bidder, Proposer's or Bidder's team members, and/or individuals attesting to the stated project experience, the Proposer or Bidder will not be given time to cure the proposal or bid, and the City shall deem such proposal or bid non -responsive. The City, at its sole discretion, reserves the right to waive minor deviations not listed above. Such minor deficiencies, deviations, irregularities, omissions, or technicalities may be timely cured by the Proposer or Bidder, at the sole discretion of the City. Material (i.e. substantial or notable) deficiencies, deviations, irregularities, omissions, or technical issues cannot be cured by the Proposer or Bidder and are not waivable by the City. For illustrative guidance please see below an excerpt from State of Florida procurement instructions which discuss the difference in plain language between material and minor variances. Responsive bidder, proposer, offeror, or respondent means a business which has submitted a bid, offer, proposal, quotation or response which conforms in all material respects to the solicitation. Sec. 18-73, City Code. (Excerpt from 2012 WL 1155290 (F1a.Div.Admin.Hrgs.) Mandatory Responsiveness Requirements: Terms, conditions or requirements that must be met by the proposer to be responsive to this RFP. The responsiveness requirements are mandatory. Failure to meet the responsiveness requirements will cause rejection of a proposal. Any proposal rejected for failure to meet mandatory responsiveness requirements will not be evaluated. 2 City of Miami APM 2-19 Elimination of Curing Irregularities in Documents Submitted for RFQs, RFPs, RFLI's IFBs, ITBs, ITQs and RFS 1.15 Material Deviations: The Department has established certain requirements with respect to proposals to be submitted by Proposers. The use of shall, must or will (except to indicate simple futurity) in this RFP indicates a requirement or condition which may not be waived by the Department except where any deviation therefore is not material. A deviation is material if, in the Department's sole discretion, the deficient response is not in substantial accord with this RFP's requirements, provides an advantage to one Proposer over other Proposers, or has a potentially significant effect on the quantity or quality of items or services proposed, or on the cost to the Department. Material deviations cannot be waived and shall be the basis for rejection of a response. Because this is an RFP, the Department will apply this definition liberally in reviewing responses in regard to service delivery. 1.16 Minor Irregularity: A variation from the RFP terms and conditions which does not affect the price proposed or gives the proposer an advantage or benefit not enjoyed by the other proposers or does not adversely impact the interests of the Department. 3 Title: LANDSCAPE SERVICES CONTRACTOR POOL IFB No.: 1380386 List of Subcontractors Completion of Form This form is to be updated after award of the Contract as additional Subcontractors are added or changed. Submit additional pages as neceassary. Name of Firm Address Scope of Work Licenses % of Work Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fiftenn percent (15%) of the total work for the Contract. 2. The foregoing list of Subcontractors may not be amended after award of the Contract without the prior written approval of the City's Project Manager identified in the Solicitation, whose approval will not be unreasonabley withheld. Name of Proposer: Date: Name of Individual Completing Form: Signature: IFB NO.: 1380386 ATTACHMENT E BID SUBMITTAL FORM LANDSCAPING SERVICES PRE -QUALIFIED POOL Business Name Business Address Business Representative Primary Contact (REQUIRED) Contact Name: E-mail Address: Contact Telephone Number: Cellular Phone Number (if applicable): Fax Number (if applicable): Secondary Contact (OPTIONAL) Secondary Contact: E-mail Address: Contact Telephone Number: Cellular Phone Number (if applicable): Fax Number (if applicable): Please check the Group(s) your firm wishes to be pre -qualified under: El Group A — Alleyways/Rights-of-way/Areas under 2,500 sqft Maintenance El Group B — City Lot Landscaping Maintenance El Group C — City Median/Main Corridor Landscaping El Group D — Traffic Circle Landscaping Maintenance ❑Group E — Parks -Owned Lot Landscaping Maintenance ❑All Groups "NOTE: BE ADVISED BIDDER SHALL MEET ALL THE QUALIFICATIONS OF THE CATEGORIES CHOSEN. BIDDER MAY CHOOSE ONE OR MORE CATEGORIES. ALL PROOF OF LICENSES, ETC. SHALL BE PROVIDED ALONG WITH THIS COMPLETED FORM AT BID SUBMISSION. IFB 1380386 ATTACHMENT F LANDSCAPE ALLEYWAY LOCATIONS MAINTENANCE SERVICES POOL Label Index From To Between St 1 Between St 2 Dist 1 9.13 NE 3 CT WEST DEADEND NE 78 ST NE 79 ST 5 2 9E1 NE 3 AVE WEST DEAD END NE 80 ST NE 80 TER 5 3 9F1 NE 80 ST NE 81 ST BISCAYNE BLVD NE 5 AVE 5 4 9G1 NE 79 ST NE 80 ST BISCAYNE BLVD NE 7 AVE 5 5 9G6 NE 7 AVE 9G1 NE 79 ST NE 80 ST 5 6 9G2 NE 80 ST NE 81 ST BISCAYNE BLVD NE 7 AVE 5 7 9G3 NE 81 ST NE 82 ST BISCAYNE BLVD NE 7 AVE 5 8 9G4 NE 82 ST NE 82 TER BISCAYNE BLVD NE 7 AVE 5 9 9G5 NE 82 TER NE 83 ST BISCAYNE BLVD NE 7 AVE 5 10 91-1 NE 75 ST NE 76 ST BISCAYNE BLVD NE 6 CT 5 11 91-2 NE 76 ST NE 77 ST BISCAYNE BLVD NE 6 CT 5 12 19Q1 NE 72 TER SOUTH DEAD END BISCAYNE BLVD NE 6 CT 5 13 9Q2 NE 72 TER NE 73 ST BISCAYNE BLVD NE 6 CT 5 14 9Q3 NE 74 ST NE 75 ST BISCAYNE BLVD NE 6 CT 5 15 10H1 NE 1 AVE EAST DEAD END NE 79 ST NE 80 TER 5 16 10H2 NE 80 TER 10H1 NE 1 AVE NE 2 AVE 5 17 10H3 NE MIAMI CT NE 1 AVE NE 79 ST NE 80 TER 5 18 101<7 NW 4 CT NW 4 AVE NW 77 ST NW 79 ST 5 19 10M1 NE 78 ST NE 79 ST NE 1 AVE NE 2 AVE 5 20 10N1 NW 5 PL WEST DEAD END NW 5 PL NW 6 AVE 5 21 10M6 NE 78 ST NE 79 ST NE 1 AVE NE 2 AVE 5 22 12A1 NW 70 ST NW 71 ST NW 14 AVE NW 15 AVE 5 23 12A2 NW 69 TER NW 70 ST NW 14 AVE NW 15 AVE 5 24 12A3 NW 69 ST NW 69 TER NW 14 AVE NW 15 AVE 5 25 12A4 NW 68 TER NW 69 ST NW 14 AVE NW 15 AVE 5 26 12A5 NW 68 ST NW 68 TER NW 14 AVE NW 15 AVE 5 27 12A6 NW 67 ST NW 68 ST NW 14 AVE NW 15 AVE 5 28 12A7 NW 70 ST NW 71 ST NW 15 AVE NW 17 AVE 5 29 12A8 NW 69 TER NW 70 ST NW 15 AVE NW 17 AVE 5 30 12A9 NW 69 ST NW 69 TER NW 15 AVE NW 17 AVE 5 31 12A10 NW 68 TER NW 69 ST NW 15 AVE NW 17 AVE 5 32 12Al2 NW 67 ST NW 68 ST NW 15 AVE NW 17 AVE 5 33 12A11 NW 68 ST NW 68 TER NW 15 AVE NW 17 AVE 5 34 12AR2 NW 18 AVE NW 17 AVE NW 54 ST NW 55 ST 5 35 12AR1 NW 19 AVE NW 18 AVE NW 54 ST NW 55 ST 5 36 12D1 NW 70 ST NW 71 ST NW 7 AVE NW 8 AVE 5 37 12D2 NW 69 ST NW 70 ST NW 7 AVE NW 8 AVE 5 38 12E1 NW 66 ST NW 67 ST NW 15 AVE NW 17 AVE 5 39 12E2 NW 65 ST NW 66 ST NW 15 AVE NW 17 AVE 5 40 12E3 NW 64 ST NW 65 ST NW 15 AVE NW 17 AVE 5 41 12E4 NW 63 ST NW 64 ST NW 15 AVE NW 17 AVE 5 42 12E5 NW 62 TER NW 63 ST NW 15 AVE NW 17 AVE 5 43 12E6 NW 62 ST NW 62 TER NW 15 AVE NW 17 AVE 5 44 12.11 INW14AVE I NW 15 AVE JNW 61 ST JNW 62 ST 5 IFB 1380386 ATTACHMENT F LANDSCAPE ALLEYWAY LOCATIONS MAINTENANCE SERVICES POOL 45 121-1 NW 10 AVE NW 11 AVE NW 61 ST NW 62 ST 5 46 13G1 NW 62 ST NW 64 ST NW 1 CT NW 1 AVE 5 47 14E1 NE 61 ST NE 62 ST NE 2 AVE NE 3 AVE 5 48 14K3 NE 4 CT NE 5 AVE NE 59 ST NE 60 ST 5 49 16E1 NW 5 AVE NW 6 AVE NW 49 ST NW 50 ST 5 50 16E2 NW 5 AVE NW 6 AVE NW 48 ST NW 49 ST 5 51 16E3 NW 5 AVE NW 6 AVE NW 47 TER NW 48 ST 5 52 16E4 NW 5 AVE NW 6 AVE NW 47 ST NW 47 TER 5 53 16E5 NW 5 AVE NW 6 AVE NW 46 ST NW 47 ST 5 54 16E6 NW 6 CT NW 7 AVE NW 49 ST NW 50 ST 5 55 16E7 NW 6 CT NW 7 AVE NW 48 ST NW 49 ST 5 56 16E8 NW 6 CT NW 7 AVE NW 47 TER NW 48 ST 5 57 16E9 NW 6 CT NW 7 AVE NW 47 ST NW 47 TER 5 58 16E10 NW 6 CT NW 7 AVE NW 46 ST NW 47 ST 5 59 16.11 NW 6 CT NW 7 AVE NW 45 ST NW 46 ST 5 60 16.12 NW 6 CT NW 7 AVE NW 44 ST NW 45 ST 5 61 16.13 NW 6 CT NW 7 AVE NW 43 ST NW 44 ST 5 62 16.16 NW 5 AVE NW 6 AVE NW 45 ST NW 46 ST 5 63 16.17 NW 5 AVE NW 6 AVE NW 44 ST NW 45 ST 5 64 16.18 NW 5 AVE NW 6 AVE NW 43 ST NW 44 ST 5 65 16.19 NW 5 AVE NW 6 AVE NW 42 ST NW 43 ST 5 66 16.110 NW 5 AVE NW 6 AVE NW 41 ST NW 42 ST 5 67 16N6 NW 5 AVE NW 6 AVE NW 40 ST NW 41 ST 5 68 16P1 NW 3 AVE NW 5 AVE NW 40 ST NW 41 ST 5 69 16P2 NW 3 AVE NW 5 AVE NW 39 ST NW 40 ST 5 70 16P6 NW 2 AVE NW 3 AVE NW 40 ST NW 41 ST 5 71 16P7 NW 2 AVE NW 3 AVE NW 39 ST NW 40 ST 5 72 16P10 NW 2 AVE NW 3 AVE NW 37 ST NW 36 ST 5 73 16P8 NW 2 AVE NW 3 AVE NW 38 ST NW 39 ST 5 74 16Q1 NW 1 AVE NW 2 AVE NW 40 ST NW 41 ST 5 75 16Q3 NW 1 AVE NW 2 AVE NW 38 ST NW 39 ST 5 76 16Q5 NW 1 AVE NW 2 AVE NW 36 ST NW 37 ST 5 77 16Q2 NW 1 AVE NW 2 AVE NW 39 ST NW 40 ST 5 78 16Q6 N MIAMI AVE NW 1 AVE NW 40 ST NW 41 ST 5 79 16Q7 N MIAMI AVE NW 1 AVE NW 39 ST NW 40 ST 5 80 16Q8 N MIAMI AVE NW 1 AVE NW 38 ST NW 39 ST 5 81 16Q10 N MIAMI AVE NW 1 AVE NW 36 ST NW 37 ST 5 82 16R1 NE 41 ST 16R2 NE 1 AVE NE 2 AVE 5 83 16R2 NE 1 AVE 16R1 NE 40 ST NE 41 ST 5 84 16R3 N MIAMI AVE NE 1 AVE NE 40 ST NE 41 ST 5 85 16R4 NE MIAMI CT EAST DEAD END NE 38 ST NE 39 ST 5 86 16R7 NE 36 ST NE 38 ST NE 1 CT NE 2 AVE 5 87 17131 NW 12 AVE NW 13 AVE NW 50 ST NW 51 ST 5 88 17132 NW 12 AVE NW 13 AVE NW 51 ST NW 51 TER 5 89 117133 1 NW 12 AVE NW 13 AVE NW 51 TER JNW 52 ST 1 5 IFB 1380386 ATTACHMENT F LANDSCAPE ALLEYWAY LOCATIONS MAINTENANCE SERVICES POOL 90 17134 NW 12 AVE NW 13 AVE NW 52 ST NW 53 ST 5 91 17135 NW 12 AVE NW 13 AVE NW 53 ST NW 54 ST 5 92 17136 NW 13 AVE NW 14 AVE NW 50 ST NW 51 ST 5 93 17137 NW 13 AVE NW 14 AVE NW 51 ST NW 51 TER 5 94 17139 NW 13 AVE NW 14 AVE NW 52 ST NW 53 ST 5 95 171310 NW 13 AVE NW 14 AVE NW 53 ST NW 54 ST 5 96 17138 NW 13 AVE NW 14 AVE NW 51 TER NW 52 ST 5 97 17G1 NW 10 AVE NW 11 AVE NW 46 ST NW 47 ST 5 98 17G2 NW 10 AVE NW 11 AVE NW 47 ST NW 47 TER 5 99 17G4 NW 10 AVE NW 11 AVE NW 48 ST NW 49 ST 5 100 17G5 NW 10 AVE NW 11 AVE NW 49 ST NW 50 ST 5 101 17H6 NW 8 AVE NW 10 AVE NW 46 ST NW 47 ST 5 102 17H7 NW 8 AVE NW 10 AVE NW 47 ST NW 47 TER 5 103 17H8 NW 8 AVE NW 10 AVE NW 47 TER NW 48 ST 5 104 17H9 NW 8 AVE NW 10 AVE NW 48 ST NW 49 ST 5 105 17H10 NW 8 AVE NW 10 AVE NW 49 ST NW 50 ST 5 106 17N3 NW 40 ST NW 41 ST NW 15 AVE NW 16 AVE 5 107 17Q1 NW 10 AVE NW 11 AVE NW 36 ST NW 37 ST 5 108 17G3 NW 10 AVE NW 11 AVE NW 47 TER NW 48 ST 5 109 17Q2 NW 11 AVE WEST DEAD END NW 36 ST NW 37 ST 5 110 17AD1 NW 18 AVE NW 19 AVE NW 53 ST NW 54 ST 5 111 19D1 NW 17TH AVE NW 18TH AVE NW 35ST ST NW 36ST ST 1 112 19G1 NW 21ST AVE DEAD END NW 19TH AVE NW 21ST AVE 1 113 19H3 NW 30TH ST DEAD END NW 17TH AVE NW 18TH AVE 1 114 19H5 NW 31ST ST NW 32ND ST NW 17TH AVE NW 18TH AVE 1 115 19.11 NW 23RD ST NW 24TH ST NW 26TH AVE NW 27TH AVE 1 116 19.12 NW 24TH ST NW 26TH ST NW 25TH AVE NW 27TH AVE 1 117 20A2 NW 14TH AVE NW 15TH AVE NW 35TH ST NW 36TH ST 1 118 20A5 NW 34TH ST NW 35TH ST NW 15TH AVE NW 17TH AVE 1 119 20A6 NW 35TH ST NW 36TH ST NW 15TH AVE NW 17TH AVE 1 120 20A4 NW 15TH AVE ALLEY 20A4 NW 15TH AVE NW 17TH AVE 1 121 20E1 NW 17TH AVE ALLEY 20E2 NW 15TH AVE NW 17TH AVE 1 122 20E2 NW 29TH ST ALLEY 20E1 NW 15TH AVE NW 17TH AVE 1 123 20F1 NW 12TH AVE NW 13TH AVE NW 28TH ST NW 29TH ST 1 124 20H2 NW 29TH ST NW 30TH ST NW 7TH AVE NW 8TH AVE 1 125 20.14 NW 26TH ST NW 27TH ST NW 15TH AVE NW 17TH AVE 1 126 20.16 NW 15TH AVE 20J5(b) NW 15TH AVE NW 17TH AVE 1 127 20N2 NW 21ST ST NW 21ST TER NW 15 AVE NW 17 AVE 1 128 20P7 NW 22ND ST NORTH DEAD END NW 12TH AVE NW 13TH AVE 1 129 20R1 NW 8 AVE EAST DEAD END NW 20TH ST NW 21ST ST 1 130 21AJ1 BISCAYNE BLVD NE 2ND AVE NE 27TH ST NE 28TH ST 2 131 21131 NW 2 AVE NW 3 AVE NW 32 ST NW 33 ST 5 132 21132 NW 2 AVE NW 3 AVE NW 33 ST NW 34 ST 5 133 21134 NW 2 AVE NW 3 AVE NW 34 ST NW 35 ST 5 134 121133 INW2AVE JNW 3 AVE I NW 34 TER JNW 34 ST I 5 IFB 1380386 ATTACHMENT F LANDSCAPE ALLEYWAY LOCATIONS MAINTENANCE SERVICES POOL 135 21135 NW 2 AVE NW 3 AVE NW 35 ST NW 36 ST 5 136 21C1 NW 32 ST NW 33 ST N MIAMI AVE NW 1 AVE 5 137 21C2 NW 33 ST NW 34 ST N MIAMI AVE NW 1 AVE 5 138 210 NW 34 ST NW 34 TER N MIAMI AVE NW 1 AVE 5 139 21C4 NW 34 TER NW 35 ST N MIAMI AVE NW 1 AVE 5 140 2105 NW 35 ST NW 36 ST N MIAMI AVE NW 1 AVE 5 141 21C7 NW 1 AVE 21C2 NW 33 ST NW 34 ST 5 142 21C8 NW 1 AVE 210 NW 34 ST NW 34 TER 5 143 21C9 NW 1 AVE 21C4 NW 34 TER NW 35 ST 5 144 21C10 NW 1 AVE 2105 NW 35 ST NW 36 ST 5 145 21C11 NW 1 AVE 21C15 NW 32 ST NW 33 ST 5 146 21C12 NW 1 AVE NW 2 AVE NW 33 ST NW 34 ST 5 147 21C13 NW 1 AVE NW 2 AVE NW 34 TER NW 35 ST 5 148 21C14 NW 1 AVE NW 2 AVE NW 35 ST NW 36 ST 5 149 21C15 NW 33 ST 21C11 NW 2 AVE NW 1 AVE 5 150 21E1 NW 6TH CT NW 7TH AVE NW 31ST ST NW 32ND ST 1 151 21G1 NW 31 ST NW 32 ST N MIAMI AVE NW 1 AVE 5 152 211\12 NW 22 ST NW 23 ST NW 5 AVE NW 6 AVE 5 153 211\14 NW 6 AVE 211\12 NW 22 ST NW 23 ST 5 154 21N5 NW 20 ST NW 21 TER NW 7 AVE NW 6 PL 5 155 211\18 NW 22 ST NW 23 ST NW 7 AVE 195 1 156 211\19 195 211\18 NW 22 ST NW 23 ST 1 157 21Q7 NW 20 ST NW 21 ST NW 1 CT NW 1 AVE 5 158 21AA2 NE 35 ST 21AA1 BISCAYNE BLVD BISCAYNE BAY 2 159 21AA1 BISCAYNE BLVD 21AA2 BISCAYNE BLVD BISCAYNE BAY 2 160 21AA3 NE 35 ST 21AA4(b) BISCAYNE BLVD BISCAYNE BAY 2 161 21AA7 BISCAYNE BLVD NE 2 AVE NE 34 ST NE 35 ST 2 162 23C1 NW 19 ST S DEAD END NW MIAMI CT RR TRACKS 2 163 23H15 NW 15 ST NW 16 ST N MIAMI AVE NE MIAMI CT 2 164 231-4 NW 13 ST 1395 ON RAMP N MIAMI AVE NW MIAMI CT 2 165 231-5 NW 12 ST 1395 NW 1 AVE NW MIAMI CT 2 166 23M7 NE 1 AVE NE MIAMI CT NE 12 ST NE 13 ST 2 167 23M8 NE 13 ST 23M7 NE 1 AVE NE 1 CT 2 168 23M9 NE 13 ST NE 13 TER NE 1 AVE NE MIAMI CT 2 169 23M1 NE 1 AVE E DEAD END 1395 ON RAMP NE 13 ST 2 170 23M2 NE 13 ST 23M1 NE 12 ST NE 13 ST 2 171 23P2 NW 9 ST NW 10 ST NW 2 CT NW 2 AVE 5 172 24A7 NW 17 ST NW 18 ST NW 15 AVE NW 15 STREET RD 1 173 24A9 NW 18 ST NW 19 ST NW 15 AVE NW 17 AVE 1 174 24A11 NW 19 ST NW 19 TER NW 15 AVE NW 17 AVE 1 175 24E1 NW 15 AVE 24E6 NW 16 ST NW 17 ST 1 176 24E6 NW 16 ST 24E1 NW 14 AVE NW 15 AVE 1 177 24H3 NW 15 ST 24H4 NW 7 AVE NW 8 AVE 1 178 24H4 NW 7 CT 24H3 NW 15 ST NW 17 ST 1 179 124H5 INW 15 ST JNW 17 ST JNW 7 CT JNW 8 AVE 1 IFB 1380386 ATTACHMENT F LANDSCAPE ALLEYWAY LOCATIONS MAINTENANCE SERVICES POOL 180 24M1 NW 13 ST SOUTH DEAD END NW 7 AVE NW 7 CT 5 181 241\11 NW 15 AV E DEAD END NW 7 ST NW 8 TER 3 182 25D2 NW 19 ST S DEAD END NW 17 AVE NW 18 AVE 1 183 25D6 NW 18 AVE NW 19 AVE NW 18 TER NW 19 ST 1 184 25D5 NW 18 AVE 25D4 NW 19 TER NW 20 ST 1 185 25D4 NW 19 TER NW 20 ST NW 17 AVE NW 18 AVE 1 186 25D7 NW 18 AVE NW 19 AVE NW 19 TER NW 20 ST 1 187 26N7 NW 9 ST NW 10 ST NW 35 CT NW 36 AVE 1 188 27Q1 NW 42 AVE 27Q2 NW 7 ST NW 9 ST 1 189 27Q2 NW 9 ST 27Q1 NW 41 AVE NW 42 AVE 1 190 29H1 NW 69 AVE W DEAD END W FLAGLER ST TAMIAMI CANAL 4 191 31C2 NW 51 AVE W DEAD END NW 5 ST NW 7 ST 1 192 34P6 SW 7 ST 34P1 SW 22 AVE SW 23 AVE 3 193 34P1 SW 23 AVE 34P6 SW 7 ST SW 8 ST 3 194 36A1 NW 4 AVE NW 5 AVE NW 4 ST NW 5 ST 5 195 37N5 195 ON RAMP 37N4(b) SW 24 RD SW 25 RD 2 196 37N6 SW 23 RD SW 24 RD S MIAMI AVE 195 ON RAMP 2 197 38F5 SW 13 ST SW 14 ST SW 13 AVE SW 14 AVE 3 198 38F3 SW 14 ST SW 15 ST SW 13 AVE SW 14 AVE 3 199 38H1 SW 4 AVE SW 5 AVE SW 23 RD SW 24 RD 3 200 38K3 SW 14 AVE 38K4 SW 16 ST SW 17 ST 3 201 38K4 SW 16 ST SW 17 ST SW 13 AVE SW 14 AVE 3 202 38M8(h SW 26 RD 38M3 SW 2 AVE SW 3 AVE 3 203 38M3 SW 2 AVE 38M8(b) SW 25 RD SW 26 RD 3 204 38M6(h SW 24TH RD ALLEY 37.13 SW 2ND AVE SW 3RD AVE 3 205 37.13 SW 2ND AVE NW DEAD END SW 23RD RD SW 24RD RD 3 206 38M9 SW 23RD RD SW 24RD RD SW 3RD AVE SW 4RD AVE 3 207 38M11 SW 24RD RD SW 25RD RD SW 3RD AVE SW 4RD AVE 3 208 38M13 SW 25RD RD SW 26RD RD SW 3RD AVE SW 4RD AVE 3 209 38M14 SW 4 AVE 38M13 SW 25 RD SW 26 RD 3 210 38M15 SW 26 RD SW 27 RD SW 3 AVE SW 4 AVE 3 211 38R1 SW 1 AVE SW 2 AVE SW 25 RD SW 26 RD 3 212 39A3 SW 11 ST SW 12 ST SW 25 AVE SW 27 AVE 4 213 39E2 SW 15 ST SW 16 ST SW 25 AVE SW 27 AVE 4 214 39E1 SW 25 Avenue SW 27 Avenue SW 15 Street SW 16 Street 4 215 40.11 SW 16 ST SW 16 TER CORAL GATE DR SW 37 AVE 4 216 43H2 SW 24 TER S DEAD END SW 17 AVE SW 18 AVE 4 217 47D1 SW 38 AVE SW 38 CT SHIPPING AVE ORANGE ST 2 218 47D2 SW 38 AVE SW 38 CT BIRD RD ORANGE ST 2 219 9C1 NE 86 ST NE 87 ST BISCAYNE BLVD NE 8 CT 5 220 13Q2 NW 56 ST NORTH DEAD END NW 2 AVE NW 1 CT 5 221 17G6 NW 11 AVE NW 12 AVE NW 46 ST NW 47 ST 5 222 17G7 NW 11 AVE NW 12 AVE NW 47 ST NW 47 TER 5 223 17G8 NW 11 AVE NW 12 AVE NW 47 TER NW 48 ST 5 224 117G9 INW11AVE I NW 12 AVE JNW 48 ST JNW 49 ST I 5 IFB 1380386 ATTACHMENT F LANDSCAPE ALLEYWAY LOCATIONS MAINTENANCE SERVICES POOL 225 17G10 NW 11 AVE NW 12 AVE NW 49 ST NW 50 ST 5 226 17H5 NW 7 AVE NW 8 AVE NW 49 ST NW 50 ST 5 227 17H4 NW 7 AVE NW 8 AVE NW 48 ST NW 49 ST 5 228 17H3 NW 7 AVE NW 8 AVE NW 47 TER NW 48 ST 5 229 17H2 NW 7 AVE NW 8 AVE NW 47 ST NW 47 TER 5 230 17H1 NW 7 AVE NW 8 AVE NW 46 ST NW 47 ST 5 231 23C6 NW 18 ST NW 19 ST NW 1 AVE NW 1 CT 5 232 23G12 NW 16 ST NW 17 ST NW 1 CT NW 1 PL 5 233 23G11 NW 15 ST NW 16 ST NW 1 CT NW 1 PL 5 234 24M6 NW 13 ST SR-836 NW 8 CT NW 9 AVE 5 235 24H9 NW 15 ST 195 OFF RAMP NW 7 CT NW 8 AVE 1 236 24E5 NW 15 ST N DEAD END NW 16 AVE NW 17 AVE 1 237 24E3 NW 14 ST NW 14 TER NW 16 AVE NW 17 AVE 1 238 27Q3 NW 9 ST NW 11 ST NW 41 AVE NW 42 AVE 1 239 29H2 NW 68 CT NW 69 AVE W FLAGLER ST TAMIAMI CANAL RD 4 240 29H3 NW 68 AVE NW 68 CT W FLAGLER ST TAMIAMI CANAL RD 4 241 29H4 NW 67 CT NW 68 AVE W FLAGLER ST TAMIAMI CANAL RD 4 242 29H5 NW 67 AVE NW 67 CT W FLAGLER ST TAMIAMI CANAL RD 4 243 29M3 NW 68 AVE NW 69 AVE W FLAGLER ST SW 1 ST 4 244 29M4 SW 69 AVE RR ROW NO TRACKS W FLAGLER ST SW 4 ST 4 245 29P1 SW 71 PL SW 73 AVE SW 7 ST SW 8 ST 4 246 29Q1 SW 71 AVE SW 71 PL SW 7 ST SW 8 ST 4 247 30E4 SW 66 AVE SW 67 AVE W FLAGLER ST NW 2 ST 4 248 30E3 SW 65 AVE SW 66 AVE W FLAGLER ST NW 2 ST 4 249 30E2 SW 64 CT SW 65 AVE W FLAGLER ST NW 2 ST 4 250 30E1 SW 65 AVE SW 64 CT W FLAGLER ST NW 2 ST 4 251 30F4 SW 63 CT SW 64 AVE W FLAGLER ST NW 2 ST 4 252 30F3 SW 63 AVE SW 63 CT W FLAGLER ST NW 2 ST 4 253 30F2 SW 62 CT SW 63 AVE W FLAGLER ST NW 2 ST 4 254 30F1 SW 62 AVE SW 62 CT W FLAGLER ST NW 2 ST 4 255 30M2 SW 58 CT W DEAD END W FLAGLER ST SW 2 ST 4 256 30M3 SW 58 AVE SW 58 CT W FLAGLER ST SW 2 ST 4 257 30M4 SW 57 CT SW 58 AVE W FLAGLER ST SW 2 ST 4 258 30M5 SW 57 AVE SW 57 CT W FLAGLER ST SW 2 ST 4 259 30M6 SW 2 ST 30M5 W FLAGLER ST SW 2 ST 4 260 30Q4 SW 61 AVE SW 62 AVE SW 6 ST SW 8 ST 4 261 30Q3 SW 61 AVE SW 60 CT SW 6 ST SW 8 ST 4 262 30Q2 SW 60 AVE SW 60 CT SW 6 ST SW 8 ST 4 263 30Q1 SW 59 AVE SW 60 AVE SW 7 ST SW 8 ST 4 264 30R1 SW 58 CT EAST DEAD END SW 7 ST SW 8 ST 4 265 30R2 SW 58 CT SW 59 AVE SW 7 ST SW 8 ST 4 266 31C1 NW 49 AVE NW 51 AVE NW 5 ST NW 7 ST 1 267 31E1 NW 55 CT NW 56 AVE W FLAGLER ST NW 2 ST 4 268 31E2 NW 56 AVE NW 56 CT W FLAGLER ST NW 2 ST 4 269 131E3 INW 56 CT I NW 57 AVE JNW 2 ST JNW 2 ST 1 4 IFB 1380386 ATTACHMENT F LANDSCAPE ALLEYWAY LOCATIONS MAINTENANCE SERVICES POOL 270 31E4 NW 2 ST 31E3 NW 2 ST NW 2 ST 4 271 31.14 NW 56 AVE NW 57 AVE W FLAGLER ST SW 1 ST 4 272 31.13 SW 1 ST 31J4 W FLAGLER ST SW 1 ST 4 273 31.15 SW 55 AVE RD SW 56 AVE W FLAGLER ST SW 1 ST 4 274 31.12 SW 1 ST SW 2 ST SW 57 AVE SW 56 AVE 4 275 31.11 SW 2 ST SW 55 AVE RD SW 57 AVE SW 55 AVE RD 4 276 311(1 SW 52 AVE SW 52 CT W FLAGLER ST SW 4 ST 4 277 31K2 SW 2 ST SW 3 ST SW 55 CT SW 54 AVE 4 278 311(3 SW 52 CT SW 54 AVE W FLAGLER ST SW 1 ST 4 279 31P4 SW 8 ST 31P3 / 31P5 SW 7 ST SW 8 ST 4 280 31P5 SW 55 AVE 31P4 SW 7 ST SW 8 ST 4 281 31P3 SW 53 AVE 31P4 SW 7 ST SW 8 ST 4 282 31P2 SW 52 CT SW 53 AVE SW 7 ST SW 8 ST 4 283 31P1 SW 52 AVE SW 52 CT SW 7 ST SW 8 ST 4 284 311-1 SW 51 PL SW 52 AVE W FLAGLER ST SW 4 ST 4 285 31Q8 SW 51 CT SW 52 AVE SW 7 ST SW 8 ST 4 286 31Q7 SW 51 AVE SW 51 CT SW 7 ST SW 8 ST 4 287 31Q6 SW 49 AVE SW 51 AVE SW 7 ST SW 8 ST 4 288 32E3 NW 45 AVE WEST DEAD END NW 2 ST W FLAGLER ST 4 289 32E2 NW 44 AVE NW 45 AVE NW 2 ST W FLAGLER ST 4 290 32E1 NW 43 PL NW 44 AVE NW 2 ST W FLAGLER ST 4 291 32F2 NW 43 PL EAST DEAD END NW 3 ST W FLAGLER ST 4 292 32F1 NW 42 AVE NW 43 AVE NW 2 ST W FLAGLER ST 4 293 32N2 SW 45 AVE SW 46 AVE SW 5 TER SW 8 ST 4 294 321\11 SW 45 AVE EAST DEAD END SW 5 TER SW 8 ST 4 295 33R1 SW 29 AVE SW 29 CT SW 7 ST SW 8 ST 4 296 33C5 NW 31 AVE NW 32 AVE NW 6 ST NW 7 ST 4 297 33C1 NW 30 PL NW 31 AVE NW 6 ST NW 7 ST 4 298 331\11 SW 36 AVE SW 36 CT SW 7 ST SW 8 ST 4 299 34H1 W FLAGLER ST NW 1 ST NW 17 ST NW 17 PL 3 300 34H3 NW 18 AVE NW 19 AVE W FLAGLER ST NW FLAGLER TER 3 301 34G1 NW 19 AVE NW 21 AVE W FLAGLER ST NW FLAGLER TER 3 302 34G2 NW 21 AVE NW 22 AVE W FLAGLER ST NW FLAGLER TER 3 303 34P2 SW 7 ST SW 6 ST SW 22 AVE SW 23 AVE 3 304 34P3 SW 6 ST SW 5 ST SW 22 AVE SW 23 AVE 3 305 34P4 SW 5 ST SW 4 ST SW 22 AVE SW 23 AVE 3 306 35K1 SW 1 ST SW 2 ST SW 14 AVE SW 15 AVE 3 307 35K2 SW 15 AVE 351(1 SW 1 ST SW 2 ST 3 308 351\11 SW 16 AVE SW 17 AVE SW 7 ST SW 8 ST 3 309 37N4(b SW 25 RD 37N5 SW 4 AVE 195 ON RAMP 2 310 39A2 SW 9 ST 39A1 SW 25 AVE SW 27 AVE 3 311 39A1 SW 25 AVE 39A2 SW 8 ST SW 9 ST 3 312 39G1 SW 20 AVE SW 21 AVE SW 10 ST SW 12 ST 4 313 39K2 SW 23 AVE SW 24 AVE SW 17 ST SW 19 ST 4 314 1391<3 ISW 22 AVE ISW 23 AVE ISW 17 ST ISW 19 ST 4 IFB 1380386 ATTACHMENT F LANDSCAPE ALLEYWAY LOCATIONS MAINTENANCE SERVICES POOL 315 391-1 SW 21 AVE SW 22 AVE SW 17 ST SW 19 ST 4 316 39K1 SW 18 ST SW 19 ST SW 22 AVE SW 23 AVE 4 317 381-2 SW 4 AVE SW 5 AVE SW 26 RD SW 27 RD 3 318 40D2 SW 10 TER SOUTH DEAD END SW 10 TER SW 11 ST 4 319 40.14 SW 16 ST SW 16 TER CORAL GATE DR SW 37 AVE 4 320 39E4 SW 12 ST SW 13 ST SW 25 AVE SW 27 AVE 4 321 39E3 SW 14 ST SW 15 ST SW 25 AVE SW 27 AVE 4 322 391\11 SW 24 AVE SW 25 AVE SW 21 TER SW 22 ST 4 323 391\12 SW 27 AVE SW 25 AVE SW 21 TER SW 22 ST 4 324 391\13 SW 21 TER 391\12 SW 25 AVE SW 27 AVE 4 325 391\14 SW 21 TER SW 21 ST SW 25 AVE SW 27 AVE 4 326 391\15 SW 21 ST NORTH DEAD END SW 25 AVE SW 27 AVE 4 327 39P2 SW 23 AVE SW 24 AVE SW 21 TER SW 22 ST 4 328 39P1 SW 22 AVE SW 23 AVE SW 21 TER SW 22 ST 4 329 42P1 BIRD AVE NORTH DEAD END SW 32 AVE S DIXIE HWY 2 330 42S1 SW 37 CT SW 38 AVE SW 29 ST BIRD RD 2 331 42S2 SW 38 AVE SW 38 CT SW 29 ST BIRD RD 2 332 42S3 SW 38 CT SW 39 AVE SW 29 ST BIRD RD 2 333 47D5 SW 38 CT SW 39 AVE BIRD RD SHIPPING AVE 2 334 47D3 SW 38 AVE SW 38 CT BIRD RD SHIPPING AVE 2 335 461-1 MAIN HWY VIA ABITARE WAY MAIN HWY VIA ABITARE WAY 2 336 461-2 THOMAS AVE WILLIAM AVE VIA ABITARE WAY MARGARET ST 2 337 20J5(b) NW 27 ST 20.16 NW 15TH AVE NW 17TH AVE 1 338 21AA4(l BISCAYNE BLVD 21A3 NE 35 TER NE 35 ST 2 339 25D1(b NW 17 AVE 25D2 NW 17 AVE NW 18 AVE 1 340 18D1 NW 29 CT NW 30 AVE NW 36 ST NW 37 ST 1 341 21AA8 BISCAYNE BLVD FEC RR R/W NE 35 ST NE 35 TER 2 342 21AB1 BISCAYNE BLVD NE 7 AVE NE 31 ST NE 32 ST 2 343 23H2 NE 1 AV NE 1 CT NE 14 ST NE 15 ST 2 344 24A13 NW 17 ST NW 18 ST RD NW 19 TER NW 20 ST 1 345 36131 NW 4 AVE NW 3 CT NW 6 ST NW 7 ST 5 346 43H1 SW 25 Street SW 25 Terrace SW 19 Avenue S Dixie Hway 4 347 38N1 SW 14 Avenue SW 16 Avenue SW 21 Street SW 22 Street 3 348 38.12 SW 14 Avenue SW 16 Avenue SW 18 Street SW 19 Street 3 349 37D1 SE 10 Street 37D2 Brickell Plaza Brickell Avenue 2 350 36G1 NW 2 Street North dead end N Miami Avenue NW 1 Avenue 2 351 34C2 NW 21 Avenue 34C1 NW 6 Street NW 7 Street 3 352 34C3 NW 21 Avenue East dead end NW 6 Street NW 7 Street 3 353 33P1 SW 32 Avenue SW 33 Avenue SW 7 Street SW 8 Street 4 354 33H1 NW 3 Street South dead end NW 27 Avenue NW 27 Court 4 355 33D1 NW 3 Street NW 4 Street NW 27 Avenue NW 28 Avenue 4 356 33D2 NW 4 Street NW 4 Terrace NW 27 Avenue NW 28 Avenue 4 357 33D3 NW 4 Terrace NW 5 Street NW 27 Avenue NW 28 Avenue 4 358 31M1 SW 47 Avenue SW 48 Avenue W Flagler Street SW 1 Street 4 359 131M2 ISW48Avenue 1west dead end JW Flagler Street ISW 1 Street 1 4 IFB 1380386 ATTACHMENT F LANDSCAPE ALLEYWAY LOCATIONS MAINTENANCE SERVICES POOL 360 31D2 NW 47 AVE NW 51 AVE NW 6 ST NW 7 ST 1 361 26Q1 NW 30 AVE NW 30 CT NW 7 ST NW 11 ST 1 362 38.11 SW 16 Avenue SW 17 Avenue SW 18 Street SW 19 Street 4 363 37H1 SE 14 Street Southwest dead end S Miami Avenue Brickell Avenue 2 364 37D3 SE 10 Street Southwest dead end Brickell Plaza Brickell Avenue 2 365 37D2 Brickell Plaza 37D1 SE 8 Street SE 10 Street 2 366 36H2 NE 2 Street South dead end N Miami Avenue NE 1 Avenue 2 367 34C1 NW 6 Street 34C2 NW 21 Avenue NW 22 Avenue 3 368 33P2 SW 33 Avenue West dead end SW 7 Street SW 8 Street 4 369 331\14 SW 7 Street North dead end SW 36 Court SW 37 Avenue 4 370 33D4 NW 5 Street NW 6 Street NW 27 Avenue NW 28 Avenue 4 371 32K1 SW 43 Avenue SW 44 Avenue W Flagler Street SW 1 Street 4 372 32.11 SW 44 Avenue SW 45 Avenue W Flagler Street SW 1 Street 4 373 31R1 SW 47 Avenue SW 48 Avenue SW 7 Street SW 8 Street 4 374 31D1 NW 47 Avenue West dead end NW 6 Street NW 7 Street 1 375 26Q2 NW 30 CT WEST DEAD END NW 7 ST NW 11 ST 1 376 25G1 NW 16 TER NW 17 ST NW 19 AVE NW 22 AVE 1 377 23C4 NW 19 Street NW 20 Street NW Miami Court NW 1 Avenue 2 378 23131 NW 3 Avenue East dead end NW 17 Street NW 20 Street 5 379 141<5 NE 59 Street NE 60 Street NE 4 Court FEC Rail Road 5 IFB 1380386 ATTACHMENT G LANDSCAPE RIGHTS OF WAY MAINTENANCE LOCATIONS SERVICES POOL Right of Way and Swale Areas 1 NE 10TH BTW NE 87TH & 86TH STREET (SWALE E.) 2 NE 87TH STREET BTW BAYSHORE DR & BISCAYNE BAY (E. GUARDRAIL) 3 NE BAYSHORE DRIVE & BISC BAY (N. GUARDRAIL) 4 NE 84TH STREET & BTW HOUSE #1176 & BISC BAY (CANAL) 5 NE 10TH AVE & NE N. LITTLE RIVER DR (S. GUARDRAIL) 6 BELLE MEADE ISLAND DR EAST (ROUND ABOUT) 7 NE 84TH STREET & NE 3RD AVE (MEDIAN) 8 NE 4TH AVE BTW 84TH STREET & 82ND TERR (S. GUARDRAIL) 9 NE 82ND TERR BTW 4TH AVE & RAILROAD (N. GUARDRAIL) 10 NE 4TH AVE BTW NE 80TH TERR & 79TH STREET (EAST) 11 NE 5TH AVE BTW 78TH STREET & L. RIVER (S. GUARDRAIL) 12 NE 5TH AVE BTW 77TH STREET & L. RIVER (N. GUARDRAIL) 13 NE 76TH STREET & NE 75TH STREET (MEDIAN) 14 NE 73RD STREET BTW 2ND AVE & 3RD CT (RAILROAD) 15 NE 4TH AVE BTW 71ST STREET & 72ND TERR (RAILROAD) 16 NE 83RD STREET & E DIXIE HWY (MEDIAN) 17 NE 82ND TERR & E DIXIE HWY (MEDIAN) 18 MORNINGSIDE - BISCAYNE BLVD TO THE BAY FROM NE 55 ST TO NE 59 ST 19 NW 12TH AVE BTW NW 62ND STREET & 71ST STREET (MEDIAN & WEST) 20 NW 5 AVE FROM NW 67 ST TO NW 71 ST 21 NE 4TH AVE BTW NE 42ND STREET & N DEAD END (RAILROAD) 22 FEDERAL HWY BTW NE 37 & 54TH STREET (RAILROAD) 23 59 STREET FROM NW 2 AVE TO NE 2 AVE 24 59 ST FROM NE 4 AVE TO BISCAYNE BLVD 25 58 ST FROM NE 4 COURT TO BISCAYNE BLVD 26 NE 69 ST TO NE 71 ST FROM BISCAYNE BLVD TO NE 10 AVE 27 NW 52ND STREET BTW 7TH AVE & XPW (E. GUARDRAIL) 28 NW 51 STREET BTW 7TH AVE & XPWY (S. GUARDRAIL) 29 NW 6TH CT BTW 46 & 48 ST. (EXPRESSWAY) 30 NW 6TH CT BTW 43 & 46 STREET (EXPRESSWAY) 31 NW 6TH AVE BTW 49 & 53 RD STREET (EXPRESSWAY) 32 NW 6TH AVE BTW 46 ST & 48TH ST (EXPRESSWAY) 33 NW 6TH AVE BTW 40TH STREET & 46TH STREET (EXPRESSWAY) 34 NW 5TH AVE BTW NW 46 & 54TH STREET (MEDIAN) 35 NW 5TH AVE BTW 40TH STREET & XPWY (S. GUARDRAIL) 36 NW 39 ST BTW 3RD AVE & XPWY (W. GUARDRAIL) 37 NW 5 AVE BTW 37TH ST & XPWY (N. GUARDRAIL) 38 NW 38 ST BTW N MIAMI AVE & 2ND AVE TO D. END (SOUTH) 39 NE 38 ST BTW N MIAMI AVE & NE 1ST AVE (SOUTH) 40 NW 53RD ST BTW 6 & 7 AVE (NORTH & SOUTH SWALE) 41 NW 16 AVE BTW 50 & 46 ST (MEDIAN) 42 NW 15 CT BTW 5 & 46 ST (MEDIAN) 43 NW 15 AVE BTW 50 & 46 ST (MEDIAN) 44 NW 49 ST BTW 17 & 15 AVE (MEDIAN) IFB 1380386 ATTACHMENT G LANDSCAPE RIGHTS OF WAY MAINTENANCE LOCATIONS SERVICES POOL 45 NW 47 ST BTW 17 & 15 AVE (MEDIAN) 46 NW 11 AVE BTW NW 48 & 50 ST (MEDIAN) 47 NW 11 AVE BTW 47 & 46 ST (MEDIAN) 48 NW 8 AVE BTW 48 & 50 ST (MEDIAN) 49 NW 8 AVE BTW 46 & 47 ST (MEDIAN) 50 NW 8 AVE BTW 41 ST & XPWY (S. GUARDRAIL) 51 NW 40 ST BTW 17 & 18 AV (EXPRESSWAY) 52 NW 23 CT BTW 21 TERR & RAILROAD (N GUARDRAIL) 53 2001 NW 28 ST (LOT) 54 NW 34 ST BTW 10 & 8 AV (NORTH & SOUTH) 55 NW 15 AVE BTW 23 ST & RAILROAD (S. GUARDRAIL) 56 NW 15 AVE & 22ND ST (N GUARDRAIL) 57 NW 17 TO 12 AVE, NW 20 TO 22 ST (VARIOUS PLANTERS) 58 NW 14 AVE BTW NW 21 & 23 ST (VARIOUS PLANTERS) 59 NW 34 ST BTW 7 AVE & XPWY (E GUARDRAIL) 60 NW 33 ST BTW 7 AVE CIRCLE & XPWY (E GUARDRAIL) 61 NW 28 ST BTW 7 AVE & XPWY (E GUARDRAIL) 62 NW 27 ST BTW 7 AVE & XPWY (E GUARDRAIL) 63 NW 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) 64 NW 24 ST BTW 7 AVE XPWY (E GUARDRAIL) 65 NW 23 ST BTW 7 AVE & XPWY (E GUARDRAIL) 66 NW 22 ST BTW 7 AVE & XPWY (E GUARDRAIL) 67 NW 6 AVE BTW 21 TERR & 35 ST (EXPRESSWAY) 68 NW 5 AVE BTW 23 & 36 ST (MEDIAN) 69 NE 29 ST BTW N MIAMI AVE & RAILROAD (MEDIAN) 70 NE 26 ST BTW 7 AVE & XPWY (E GUARDRAIL) 71 NE 25 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) 72 NE 24 ST BTW N MIAMI AE & RAILROAD (W GUARDRAIL) 73 NE 22 ST BTW N MIAMI AVE & RAILROAD (W GUARDRAIL) 74 NE 22 ST BTW 2 AVE RIALROAD (E GUARDRAIL) 75 NE 23 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 76 NE 24 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 77 NE 25 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 78 NE 26 ST BTW 2 AVE & RAILROAD (E GUARDRAIL) 79 NW 6 CT BTW 30 & 32 ST (EXPRESSWAY) 80 NE 34 ST BTW 5 AVE & BISC BAY (E GUARDRAIL) 81 NE 31 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) 82 NE 30 ST BTW 7 AVE & BISC BAY (E GUARDRAIL) 83 NE 29 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) 84 NE N BAYSHORE DR & NE 28 ST (BIS. BAY) 85 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) 86 NE 27 ST BTW NE 5 AVE & BISC BAY (E GUARDRAIL) 87 NE 25 ST BTW BISC BLVD & BISC BAY (E GUARDRAIL) 88 NE 24 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) 89 NE 23 ST BTW NE 4 AVE & BISC BAY (E GUARDRAIL) IFB 1380386 ATTACHMENT G LANDSCAPE RIGHTS OF WAY MAINTENANCE LOCATIONS SERVICES POOL 90 NE 22 TERR BTW 7 AVE & BISC BAY (E GUARDRAIL) 91 NE 22 ST BTW NE 7 AVE & BISC BAY (E GUARDRAIL) 92 NE 4 AVE BTW NE 17 TERR & 19 ST (MEDIAN) 93 NE 17 ST BTW NE 2 AVE & BISC BLVD (MEDIAN) 94 NW 9 ST BTW 3 AVE & XPWY (W GUARDRAIL) 95 NW 14 TERR & 2 AVE ALONG XPWY (EXPRESSWAY) 96 NW 1 AVE & 14 ST (HUMP) 97 NW 1 AVE BTW 13 ST ALONG RR TRACK (EAST & WEST) 98 NW 1 AVE BTW 7 & 10 ST (MEDIAN) 99 NW 9 ST BTW MIAMI AVE & 1 AVE (ALL) 100 N MIAMI AVE & NW 20 ST BY RR TRACK (HUMP) 101 N MIAMI AVE & NW 19 ST BY RR TRACK (HUMP) 102 N MIAMI AVE & NW 14 ST (MEDIAN) 103 NW 12 St FROM NW 13 Ave to NW 14 Ave (Courthouse Median) 104 NW 8 ST RD BTW 11 & 10 ST (SWALE WEST) 105 NW 11 ST RD BTW XPWY & NW 10 AVE (EXPRESSWAY) 106 SUNNY BROOK RD BTW XPWY & 10 AVE (W GUARDRAIL) 107 SPRING GARDEN RD BTW XPWY & 10 AVE (W GUARDRAIL) 108 NW 13 AVE & NW 7th St MIAMI RIVER DEAD END (ROUND ABOUT) 109 1458 NW S RIVER DR (SWALE) 110 NW 15 AVE & NW 9 ST (SWALE NE CORNER) 111 NW 9 ST BTW 17 AVE & HOUSE #1511 (SWALE NORTH) 112 NW S RIVER DR BTW HOUSE #1520 & # 1665 (SWALE SOUTH) 113 NW 16 AVE BTW NW S. RIVER DR & MIAMI RIVER (MEDIAN) 114 NW 13 TER BTW 14 AVE & NW N RIVER DR (MEDIAN) 115 NW 14 AVE BTW 14 & 20 ST (MEDIAN) 116 NW 14 AVE BTW 14 TER & 15 ST (SWALE-WEST) 117 NW 14 AVE & 15 ST (ROUND ABOUT) 118 NW 14 AVE & NW 17 ST (LOT) 119 NW 14th Ave at NW 17 ST & 16 TER ALONG CANT (WEST) 120 NW 9 AVE & 15 ST (MEDIAN) 121 NW 14 ST FROM NW 12 AVE TO NW 14 AVE 122 NW 13 ST BTW HOUSE #2500 & DEAD END (SWALE SOUTH) 123 NW 11 ST BTW NW 27 & 22 AV (MEDIAN) 124 NW 26 AV RD BTW 24 CT & XPWY (SWALE) 125 NW 23 AV BTW NW 11 & 7 ST (MEDIAN) 126 NW 22 PL BTW 9 ST & XPWY (N. GUARDRAIL) 127 NW 22 CT BTW 9 ST & XPWY (N. GUARDRAIL) 128 NW 9 ST BTW NW 21 CT & 18 AV (EXPRESSWAY) 129 ALONG NW 18 AV & 17 PL & NW 7 ST (MEDIAN) 130 NW 17 CT BTW 7 ST & XPWY (N. GUARDRAIL) 131 NW 17 CT BTW NW S. RIVER DR & XPWY (SWALE WEST) 132 NW S RIVER DR & 18 AV (MEDIAN) 133 NW 18 AV BTW NW HOUSE #1022 & 10 (SWALE EAST) 134 NW 10 ST BTW NW 18 CT & 18 AV (SWALE SOUTH) IFB 1380386 ATTACHMENT G LANDSCAPE RIGHTS OF WAY MAINTENANCE LOCATIONS SERVICES POOL 135 NW 18 PL BTW NW S RIVER DR & XPWY (S. GUARDRAIL) 136 NW 19 AV BTW 11 ST & XPWY (S. GUARDRAIL) 137 W 19 CT BTW 11 ST & XPWY (S. GUARDRAIL) 138 NW 20 AV BTW 11 ST & XPWY (S. GUARDRAIL) 139 NW 21 AVE BTW 11 ST & XPWY (S. GUARDRAIL) 140 NW 21 CT BTW 11 ST & XPWY (S. GUARDRAIL) 141 NW 11 ST AT NW 18 AVE (TRIANGLE) 142 DELAWARE PKWY BTW NW 20 & NW 17 ST (MEDIAN) 143 NW 13 ST BTW 29 AV XPWY (E GUARDRAIL) 144 NW 30 AV BTW 13 & 14 ST (LOT) 145 NW 31 AV BTW 13 ST & CANAL (S GUARDRAIL) 146 NW 13 ST BTW NW 32nd Ave & CANAL (S GUARDRAIL) 147 NW 33 CT BTW 14 ST & CANAL (LOT) 148 NW 13 ST BTW 29 AV & XPWY (E GUARDRAIL) 149 NW 29 AV BTW XPWY & 11 ST (SWALE EAST & WEST) 150 NW 32 AV BTW & NW 11th St XPWY (N GUARDRAIL) 151 NW 32 CT BTW 11 ST & XPWY (N GUARDRAIL) 152 NW 32 PL BTW 11 ST & XPWY (N GUARDRAIL) 153 NW 32 PL BWT 13 TER & XPWY (S GUARDRAIL) 154 NW 33 AV BTW 11 ST & XPWY (N GUARDRAIL) 155 NW 35 AV BTW 13 ST & XPWY (N GUARDRAIL) 156 NW 35 CT BTW NW 11 & 7 ST (MEDIAN) 157 NW 13 TER & NW 32 PL (PLANTER) 158 NW 45 AV BRIDGE OVER COMFORT CANAL (SWALE) 159 NW 67 AV BTW TAMIAMI CANAL RD & CANAL (N GUARDRAIL) 160 NW 61 AV & NW 7 ST (MEDIAN) 161 NW 62 AV & TAMIAMI CANAL RD (N GUARDRAIL) 162 NW 63 AV & TAMIAMI CANAL RD (N GUARDRAIL) 163 NW 64 AV & TAMIAMI CANAL RD (N GUARDRAIL) 164 NW 65 AV & TAMIAMI CANAL RD (N GUARDRAIL) 165 NW 64 CT & TAMIAMI CANAL RD (MEDIAN) 166 NW 62 CT & TAMIAMI CANAL RD (MEDIAN) 167 SW 59 CT & SW 2 ST (LOT) 168 SW 38 CT BTW W FLAGLER ST & SW 4 ST (MEDIAN) 169 SW 32 CT RD BTW SW 33 AV & BTW W FLAGLER ST & SW 5th St (MEDIAN) 170 SW 33 AV BTW SW 6 & 8 ST (MEDIAN) 171 NW 23 PL BTW NW 7 & 3 ST (ROUND ABOUT) 172 GLENNROYAL PKWY BTW NW 1 & 22 AV (MEDIAN) 173 GLENNROYAL PKWY & NW 1 AV (MEDIAN)(NW 23rd Ave & NW 1st St) 174 GLENNROYAL PKWY & 23 AV (MEDIAN) 175 NW/SW 24th Ave & W FLAGLER ST /SW 1 ST (MEDIANT) 176 SW 8 ST BTW SW 27 & 17 AV (Landscape tree pits & ground -cover) 177 NW 17 AV BTW 5 & 6 ST (MEDIAN) 178 SW 22 AV & SW 7 ST (MEDIAN)(Beacom Blvd) 179 ISW 8 ST BTW SW 17 & 7 AV ((Landscape tree pits & ground -cover)) IFB 1380386 ATTACHMENT G LANDSCAPE RIGHTS OF WAY MAINTENANCE LOCATIONS SERVICES POOL 180 NW 17 AV BTW 5 & 6 ST (HUMP) 181 NW 1 AV & NW 1 ST (MEDIAN) 182 NW 1 AV BTW NW 5 & 7 AV (SWALE W) 183 SW 5 ST BTW 3 AV & MIAMI RIVER (GUARDRAIL) 184 SW S RIVER DR BTW NW 1 ST & SW 4 ST (SWALE E & W) 185 NW N RIVER DR NTW SW 2 AV & NW 5 ST (SWALE E & W) 186 NW 4 ST & NW N RIVER DR (MEDIAN) 187 S MIAMI AV & SW 4 ST (MEDIAN) 188 25 SW S RIVER DR (LOT) CONTRACTOR 189 109 SW S RIVER DR (LOT) CONTRACTOR 190 19 SW N RIVER DR (LOT) CONTRACTOR 191 121 SW N RIVER DR (LOT) CONTRACTOR 192 114 SW N RIVER DR (LOT) CONTRACTOR 193 BISCAYNE BLVD BTW CHOPIN PLAZA & NE 7 AV (MEDIAN) PARK'S 194 SW SE 15 RD BTW SW 11 ST & S Brickell Ave (MEDIAN) 195 SW 17 RD S MIAMI AV & XPWY (GUARDRAILS) 196 SW 18 RD BTW S MIAMI AV & XPWY (GUARDRAILS) 197 SW 18 TER S MIAMI AV & XPWY (GUARDRAILS) 198 SW 19 RD EAST OF S MIAMI AV (DEAD END W) 199 SW 20 RD BTW S MIAMI AV & XPWY (GUARDRAIL S) 200 SW 21 RD BTW S MIAMI AV & XPWY (GUARDRAILS) 201 SW 22 RD S MIAMI AV & XPWY (GUARDRAIL S) 202 SW 23 RD BTW S MIAMI AV & XPWY (GUARDRAILS) 203 SW 24 RD BTW S MIAMI AV & XPWY (GUARDRAILS) 204 SW 1 AV BTW SW 27 RD & 15 RD (MEDIAN) 205 SE/SW 25 RD BTW 1-95 & Brickell Ave (MEDIAN) 206 SW 24 RD BTW S MIAMI AV & SW 3 AV (MEDIAN) 207 SW 23 RD BTW S MIAMI AVE & SW 4 AV (MEDIAN) 208 SW 2 AV BTW SW 19 RD & XPWY (GUARDRAIL W) 209 SW 2 CT BTW SW 18 RD & XPWY (DEAD END & LOT) 210 SW 2 CT BTW SW 17 RD & XPWY (GUARDRAIL E) 211 SW 11 ST ST 4 AV & XPWY (GUARDRAIL W) 212 SW 11 ST BTW SW 3 AV & XPWY (GUARDRAIL E) 213 SW 10 ST BTW SW 4 AV & XPWY (GUARDRAIL W) 214 SW 4 AV BTW SW 8 & 10 ST (SWALE W) 215 SW 3 AV BTW SW 8 & 10 ST (SWALE E) 216 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E ) 217 SW 2 AV BTW SW 23 & 27 RD (MEDIAN) 218 S BAYSHORE DR BTW SE 14 ST & 15 RD (SWALE E & W) 219 SW 12 ST BTW BRICK BAY DR & BISC BAY (SWALE N&S) 220 SW 27 RD BTW SW 1 & 5 AV (MEDIAN) 221 SW 26 RD BTW SW 1 & 5 AV (MEDIAN) 222 SW 25 RD BTW SW 2 & 5 AV (MEDIAN) 223 SW 24 RD BTW SW 3 & 5 AV (MEDIAN) 224 ISW 23 RD BW SW 3 & 5 AV (MEDIAN) IFB 1380386 ATTACHMENT G LANDSCAPE RIGHTS OF WAY MAINTENANCE LOCATIONS SERVICES POOL 225 SW 1 AV BTW SW 25 & 28 RD (MEDIAN) 226 SW 24 RD & SW 10 AV (MEDIAN) 227 SW 25 RD & SW 13 st (MEDIAN) 228 SW 9 AV & SW 10 ST (MEDIAN) 229 SW 10 ST RD BTW SW 8 & 10 ST (MEDIAN) 230 SW 8 ST TO SW 10 ST FROM SW 19 AVE TO SW 22 AVE 231 SW 32 AV BTW SW 21 & 16 ST (SWALE W) 232 SW 16 ST BTW SW 32 & 34 AV (SWALE S) 233 SW 11 ST BTW SW 36 CT & 33 AV (MEDIAN) 234 SW 33 AV BTW DEAD END & SW 8 ST (MEDIAN) 235 SW 37 AV & SW 20 ST (MEDIAN) CONTRACTOR 236 SW 9 ST BTW SW 29 CT & 30 AV (SWALE N) 237 S DIXIE HWY BTW SW 27 AV & BIRD RD (SWALE N) 238 S DIXIE HWY & SW 28 TER (MEDIAN) 239 SW 29 AV & SW 27 TER (N GUARDRAIL) 240 GRAND AVE TO HIBISCUS FROM DOUGLAS RD TO MAIN HWY 241 GRAND AVE TO BIRD AVE FROM DOUGLAS RD TO VIRRICK PARK 242 SW 36 Ave Between SW 22 ST & SW 21 ST/AKA Coral Gate Drive 243 SW 27 ROAD FROM S. MIAMI COURT TO DEAD END 244 S DIXIE HWY BTW SW 27 & 17 AV (SWALE N) 245 S DIXIE HWY & SW 27 TER (MEDIAN) 246 MORRIS LN BTW TIGER TAIL AB & DEAD END (MEDIAN) 247 AH-WEE-A CT BTW BAYSHORE LN & BISC BAY (LOT -ALLEY) 248 AVIATION AV & SW 27 AV (MEDIAN) 249 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN PL (MEDIAN) 250 SW 3 AV BTW SW 22 ST & SW 16 AV (MEDIAN) SIDE ONLY 251 SW 22 TER & SW 3 AV (MEDIAN) 252 SW 22 TER & SW 32 AV (LOT) 253 S DIXIE HWY BTW SW 17 AV & 95 RAMP (SWALE N) 254 SW 1 AV BTW SW 17 & 16 AV (MEDIAN) 255 ALATKA ST BTW S DIXIE HWY & S MIAMI AV (SWALE E) 256 S BAYSHORE LN BTW FAIR ISLE ST & FAIRHAVEN (MEDIAN) 257 SE 32 RD BTW S DIXIE HWY & BRICKELLAV (MEDIAN) 258 BRICKELL AV BTW SW 32 RD & DEAD END (MEDIAN) WAINWRIGHT 259 HALISSEE ST & S DIXIE HWY (MEDIAN) 260 SW 25 RD BTW SW 3 AV & 1-95 261 CALUSA ST BTW TIGER TAIL AV & DEAD END (MEDIAN) CONTRACTOR 262 CRYSTAL VIEW CT & BISC BAY (DEAD END & MEDIAN) 263 ROCKERMAN RD BTW S BAYSHORE DR & BAYSHORE VILLAS DR (MEDIAN) 264 GRAND AVE & VIRGINIA ST (ROUND ABOUT) 265 MARLER AV BTW DOUGLAS RD & PLAZA ST (ALL) 266 HIBISCUS ST BTW LOQUAT AV & DEAD END (ALL) CONTRACTOR 267 MARLER AV BTW PLAZA ST & HIBISCUS ST (SWALE S) 268 FRANKLIN AV BTW ROYAL CT & DOUGLAS RD (PLANTERS) 269 PLAZA ST & PALMETTO AV (LOTS) IFB 1380386 ATTACHMENT G LANDSCAPE RIGHTS OF WAY MAINTENANCE LOCATIONS SERVICES POOL IFB 1380386 ATTACHMENT H LANDSCAPE CITY LOT MAINTENANCE LOCATIONS SERVICES POOL City Parcels and Miscellaneous Lots 1 3500 NW 11th Avenue 12510 Sq. Ft. 2 2115 NW 18th Street 6550 Sq. Ft. 3 169 NW 35th Street 5000 Sq. Ft. 4 6200 NW 17th Avenue 13924 Sq. Ft. 5 6201 NW 17th Avenue 29318 Sq. Ft. 6 1388 NW 62nd Street 2750 Sq. Ft. 7 1199 NW 62nd Street 12819 Sq. Ft. 8 5899 NW 17th Avenue 4984 Sq. Ft. 9 1387 NW 58th Street 26501 Sq. Ft. 10 1544 NW 58th Terrace 5300 Sq. Ft. 11 5860 NW 17th Avenue 6270 Sq. Ft. 12 1230 NW 58th Terrace 10600 Sq. Ft. 13 5435 NW 1st Court 5261 Sq. Ft. 14 5515 NW 1st Court 5864 Sq. Ft. 15 276 NW 53rd Street 7200 Sq. Ft. 16 1798 NW 1st Place 2700 Sq. Ft. 17 1812 NW 2nd Avenue 1875 Sq. Ft. 18 1755 NW 2nd Avenue 6550 Sq. Ft. 19 714 NW 4th Avenue 3000 Sq. Ft. 20 1614 NW 1st Court 3000 Sq. Ft. 21 240 NW 11th Street 7500 Sq. Ft. 22 1101 NW 62nd Street 5724 Sq. Ft. 23 411 NE 69th Street 5100 Sq. Ft. 24 1270 NW 60th Street 10600 Sq. Ft. 25 5575 NW 17th Avenue 13120 Sq. Ft. 26 1461 NW 60th Street 10600 Sq. Ft. 27 3431 NW 6th Avenue 5777 Sq. Ft. 28 601 NW 6th Avenue - Tract A from Madison Housing Project 14879 Sq. Ft. 29 731 NW 5th Avenue 5000 Sq. Ft. 30 721 NW 5th Avenue 5000 Sq. Ft. 31 6020 NW 15th Avenue 10600 Sq. Ft. 32 1455 NW 17th Street 28968 Sq. Ft. 33 5950 SW 2nd Street 5000 Sq. Ft. 34 1240 NW 61st Street 15900 Sq. Ft. 35 1924 NW 26th Street 7150 Sq. Ft. 36 1624 NW 1st Court 9000 Sq. Ft. 37 1335 NW 2nd Street 7000 Sq. Ft. 38 1 SW South River Drive 8219 Sq. Ft. 39 779 NW 57th Street 5250 Sq. Ft. 40 1492 NW 62nd Street 4950 Sq. Ft. 41 Lot next to 4290 NW South Tamiami Canal Drive 10000 Sq. Ft. 42 1465 NW 60th Street 5300 Sq. Ft. 43 Lot next to 301 NW 22nd Street 5000 Sq. Ft. 44 1530 NW 70th Street 2730 Sq. Ft. IFB 1380386 ATTACHMENT H LANDSCAPE CITY LOT MAINTENANCE LOCATIONS SERVICES POOL 45 6981 NW 15th Avenue 3107 Sq. Ft. 46 3790 NW 12th Avenue 2200 Sq. Ft. 47 Lot north of 834 NW 21st Avenue 5000 Sq. Ft. 48 2735 NW 10th Avenue - Beckman Hall 40946 Sq. Ft. 49 6016 NW 7th Avenue 20171 Sq. Ft. 50 2293 SW 17th Terrace 10300 Sq. Ft. 51 1241 NW 58th Terrace 26500 Sq. Ft. 52 1240 NW 59th Street 26500 Sq. Ft. 53 3245 NW 11th Court 1 62551 Sq. Ft. 54 13255 NW 11th Court 1 62551 Sq. Ft. ATTACHMENT I - TRAFFIC CIRCLE LOCATIONS Address Neighborhood Regions NW 39 Ave/NW 2 St Flagami 1 NW 39 Ave/NW 3 St Flagami 1 NW 40 Ct/NW 5 St Flagami 1 NW 58 Ave/NW 2 St Flagami 1 NW 63 Ave/NW 2nd St Flagami 1 SW 40 Ave/SW 2 Ter Flagami 1 SW 43 Ave/SW 5 Ter Flagami 1 SW 45 Ave/SW 4 St Flagami 1 SW 47 Ave/SW 2 St Flagami 1 SW 47 Ave/SW 5 St Flagami 1 SW 48 Ave/SW 4 St Flagami 1 SW 48 Ave/SW 5 Ter Flagami 1 SW 51 Ct/SW 6 St Flagami 1 SW 53 Ave/SW 6 St Flagami 1 SW 53 Ave/SW 4 St Flagami 1 SW 52 Ave/SW 5 St Flagami 1 SW 55 Ave/SW 5 Ter Flagami 1 SW 58 Ave/SW 3 St Flagami 1 SW 59 Ave/SW 4 St Flagami 1 SW 63 Ave/SW 4 St Flagami 1 SW 65 Ave/SW 4 St Flagami 1 SW 66 Ave/SW 2 St Flagami 1 SW 68 Ave/SW 4 St Flagami 1 SW 68 Ave/SW 6 St Flagami 1 NW 47 Ave/NW 4 St Flagami 1 SW 63 Ct/SW 2 St Flagami 1 SW 63 Ct/SW 6 St Flagami 1 NW 62 Ave/NW 2 St Flagami 1 NW 66 Ave/NW 2 St Flagami 1 SW 62 Ave/SW 6 St Flagami 1 Tamiami Canal Rd/ SW 6 St Flagami 1 Tamiami Blvd/SW 72 Ave Flagami 1 Flagami Blvd/SW 72 Ave Flagami 1 Flagami Blvd/SW 4 St Flagami 1 Tamiami Blvd/SW 4 St Flagami 1 SW 40 Ave/SW 2 St Flagami 1 SW 56 Ave/SW 2 St Flagami 1 SW Flagami Blvd and Sw 8 ST Flagami 1 SW Tamiami Blvd and SW 8 St Flagami 1 SW 73 Court and SW 8 St Flagami 1 NW 14 ST Between South River and NW 13 st North Sewell Park 2 NE Bayshore Ct/73 St Belle Island 2 Belle Meade Isle Dr/NE 8 Ct Belle Island 2 NW 50 St/ NW 10 Ave Hadley Park 2 NW 20 St/NW 4 Ct Rainbow Village 2 NW 4 Ave/NW 15 St Town Park 2 ATTACHMENT I - TRAFFIC CIRCLE LOCATIONS NE 5 Ave/NE 77 St Belle Meade West 2 NE 5 Ave/NE 56 St Morningside 2 NE 6 Ave/NE 56 St Morningside 2 N.Bayshore Dr/ NE 57 St Morningside 2 NE 6 Ct/NE 59 St Morningside 2 N.Bayshore Dr/ NE 59 St Morningside 2 SW 29 Ave/SW 10 St Parkdale North 2 SW 29 Ave/SW 11 St Parkdale North 2 SW 29 Ave/SW 14 St Parkdale North 2 SW 31 Ave/SW 14 St Parkdale North 2 SW 16 Terr/Coral Gate Dr Coral Gate 2 SW 17 St/Coral Gate Dr Coral Gate 2 SW 21 St/Coral Gate Dr Coral Gate 2 SW 32 Ct/SW 18 St Coral Gate 2 SW 33 Ave/SW 21 St Coral Gate 2 SW 37 Ave/SW 20 St (Entrance) Coral Gate 2 SW 31 Ave/SW12 St Parkdale North 2 SW 9 Ter/ SW 36 Ave La Pastorita 2 SW 31 Ave/SW19 St Parkdale South 2 SW 20 St/Coral Gate Dr Coral Gate 2 SW 31 Ave/SW 6 St Auburndale 2 NW 28 Ave/NW 14 St North Grapeland Heights 2 NW 13 Ave/North of NW 7 ST South Sewell Park 2 NW North River Drive/NW 22 PL Curtis Park 2 SW 31 Ave And SW 18 St Parkdale South 2 SW 30 Ave/SW 16 Ter Parkdale South 2 NW 33 Ave/NW 15 St North Grapeland Heights 2 SW 29 Ave/SW 18 St Parkdale South 2 SW 29 Ave/SW 19 St Parkdale South 2 SW 18 Ave/SW 22 Ter Silver Bluff 3 SW 19 Ave/SW 23 St Silver Bluff 3 SW 19 Ave/SW 24 St Silver Bluff 3 SW 21 Ave/SW 24 Ter Silver Bluff 3 SW 23 Ave/SW 24 Ter Silver Bluff 3 SW 24 Ave/SW 24 St Silver Bluff 3 SW 24 Ave/SW 25 St Silver Bluff 3 SW 24 Ave/SW 26 St Silver Bluff 3 SW 24 Ave/SW 27 St Silver Bluff 3 SW 24 Ave/SW 22 Ter Silver Bluff 3 SW 25 Ave/SW 23 St Silver Bluff 3 SW 25 Ave/SW 24 Ter Silver Bluff 3 SW 16 Ave/SW 20 St Shenandoah South 3 SW 16 Ave/SW 19 St Shenandoah South 3 SW 16 Ave/SW 11 St Shenandoah North 3 SW 18 Ave/SW 13 St Shenandoah North 3 SW 18 Ave/SW 16 St Shenandoah South 3 SW 19 Ave/SW 17 St Shenandoah South 3 ATTACHMENT I - TRAFFIC CIRCLE LOCATIONS SW 19 Ave/SW 19 St Shenandoah South 3 SW 19 Ave/SW 21 St Shenandoah South 3 SW 21 Ave/SW 16 St Shenandoah North 3 SW 23 Ave/SW 11 St Shenandoah North 3 SW 23 Ave/SW 20 St Shenandoah South 3 SW 24 Ave/SW 10 St Shenandoah North 3 SW 24th ave/14th st Shenandoah North 3 SW 24 Ave/SW 16 St Shenandoah North 3 SW 24 Ave/SW 18 St Shenandoah South 3 SW 31 PI/SW 27 Ter Douglas Park 3 SW 23 Ave/SW 25 Ter Silver Bluff 3 SW 25 Ave/SW 26 LN Silver Bluff 3 SW 19 Ave/SW 14 Ter Shenandoah North 3 SW 32 CT/SW 28 St Douglas Park 3 SW 18 Ave/SW 24 Ter Silver Bluff 3 SW 20 Rd/SW 5 Ave Roads 4 SW 20 Rd/SW 7 Ave Roads 4 SW 22 Rd/SW 5 Ave Roads 4 SW 23 Rd/SW 7 Ave Roads 4 SW 24 Rd/SW 9 Ave Roads 4 SW 25 Rd/SW 4 Ave Roads 4 SW 25 Rd/SW 5 Ave Roads 4 SW 26 Rd/SW 2 Ave Roads 4 SW 25 Rd/SW 2 Ave Roads 4 SW 26 Rd/SW 7 Ave Roads 4 SW 27 Rd/SW 4 Ave Roads 4 SW 28 Rd/SW 2 Ave Roads 4 SW 28 Rd/SW 5 Ave Roads 4 SW 28 Rd/SW 7 Ave Roads 4 SW 29 Rd/SW 4 Ave Roads 4 SW 31 Rd/SW 4 Ave Roads 4 S.Miami Ave/SW 15 Rd Brickell Village 4 SW 16 Ct/SW 23 St Roads 4 Tigertail/Crystal Ct East Grove 4 Tigertail/Calusa St Grove Center 4 Morris Ln./S of Tigertail East Grove 4 End of Rockerman Rd/E of S. Bayshore Fair Isle 4 Lime Ct/E of Virginia St. Bird Grove East 4 Irvington Ave West /SW 37 Ave South Grove 4 Battersea Rd/Surrey Dr. South Grove 4 Battersea Rd/Cultry Dr. South Grove 4 Battersea rd/Mayfair Dr South Grove 4 End of Battersea Rd/Bisc. Bay South Grove Bayside 4 End of Stewart Rd/Bisc. Bay South Grove Bayside 4 Franklin Ave/Plaza St. West Grove 4 Franklin Ave/Royal Rd South Grove 4 Virginia St/Shipping Ave Bird Grove East 4 ATTACHMENT I - TRAFFIC CIRCLE LOCATIONS 3978 Utopia Ct South Grove 4 3957 Utopia Ct South Grove 4 Alatka Monument East Grove 4 Autumn Cir/Park Ave South Grove 4 Mcdonald Street and Day Ave jBird Grove East 4 Z 4-1 alepr- 356T MS/antl6ZM5 - Z 4'nOS a!eR- 'SHIMS/antl6Z MS - Z 94010H Pueladw941,ON lS ST MN/any£E MN 9£[ I 4'nOS aIeR ed -I Ms/antl OE MS f£I Z 43noS aMR1 ed li HT MS PUV any TE MS III b 1113 anw0 wl9 antl Wo Pue laa,l5 p!eu pm 9UI Z -ds!ynJ Id ZZ MNP1110+an!H yyONMN 0£I b Aa ql 1 anyll,ed/,IJ uwnlntl %T Z 4,ed 11aMaS4-5 1S L MN 4UON/anyET MN 6II b nw915e3 --A e33ely KT Z s14!aH,-19 yyoN 1S9TMN/-'V8ZMN 8ZI b Aa ql , 1Je!tlo39"' ITT Z alepwngny 1S9 MS/any IS MS LIT b -D ylnoS lJ e! o3N 9L6E BIT Z a1e9 !woJ ,p ale9 1woJ/150ZM5 SZT b lse3 aAw P,19 antl8u!dtl!y5/1S e!u!H,IA ZS Z 43noSalepr,,ed 1SUMS/any TEMS ZII b no+941no5 PH Ie off/any U111 wd T8 Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z elyolsedM 4.-N alepry,ed 1e9!woJ ale9l_3 ale91..D ale9lw-J ale91..3 ale9l wpJ 41-N al-PWd 43,ON alepry,ed 4LON al"N'd 4LION alepry,ed aP! u!wayy aP! -'m aP! -,w P!am'm any9EMS/, a16M5 1SZTMS/any TEMS a+uw1u3150Z MS/antl LE MS 3STZMS/any EEMS is MS/13 ZE MS ,0-91w0J/1S TZ MS ,0 a1e9 ! e,o3/1S LT MS 0a 91woJ/„a191 MS 154TMS=TEMS 3SVTMS/any6Z MS 1S ITMS/any 67MS 3SOT MS/any6Z MS 1S6S3,0 a,o4s e9'N N/ 1S653N/3J93N MIN/,0 a.io4s-11 1S953N/any93N RE OII 89 L9 % 59 fA E5 Z9 19 M 65 95 LS 95 SS b A.Dl .11-ld/antl U111-1 pg b apl e9 anp,9 H1 S g'as!9/P --e S;opu3 6L b ap,sA. aA_q,no5 Aeg-s /pH eawaµeg;opu3 HL b ano,9 y,no5 ,0,!e eyy/p, easraHeg LL b na9"no5 ',-,,In J/p9 eawaHe9 9L b nO,941no5 ',0 a„nS/PH eawaHe9 SL b anw9 qN s antl LEMS/-any up38wn,1 bL b 1se3 anw9 w19 '15 elu, IIA W 3/O aw!I EL b al 111le3 a,.gsAeg'S1O3/PHueuual-;opu3 ZL b anw91se3 11-D Il;O S/'ul swm TL b b ,a3uaJ anp,9 a nw 91se3 35 esnleJ/IleyaHl Olels J/Ileya 0 pL 69 b b speoH aelllAIM1119 1S EZ MS/1J 9I MS PH ST MS/anylwe!yy'S 9£ 9T b speoH antlb MS/PH TE MS LI b speoH anybMS/PH 6Z MS 9T Z Z aP! -'m -M apeay4 al lag 15953N/anyS3N 1S LL 3N/anyS3N 65 ES b speoH antl LMS/N SZ MS SI b speoH anySMS/PH 9Z MS VT Z Z v', dumol a elllAmoq-. 1SSTMN/anyb MN 3Jb MN/35pZ MN IS IS b speoH -,-/p-MS EI b speoH anybMS/PH LZ MS ZT Z Z Wd A.jpa" puelsl allag any OT MN AS OS MN O93N/,0 alsl Weal laB IS 64 b speoH anyLMS/PH 9Z MS IT b speoH anyZMS/PH SZ MS IT Z Z Puelsl allag 1ped llamas ql-N 1SEL/13wo4sAeo3N is E[ MN Pue,any ql ,a aaM3a9154TMN 96 6I Aall b speoH anyZMS/PH9Z MS 6 b speoH anySMS/PH SZ MS 9 I I weHe13 Iwe eli 'S 8M5 Pue 403 EL MS 15 SM5 Pue pnl9lwe1wel MS SbI bbS b speoH anybMS/PH SZ MS L b speoH anyZMS/PH bZ MS 9 I I-&J, 1S 8 MS Pue PAIS 110111 MS EbL b speoH anyLMS/PH EZ MS S T Iwe eli 1SZMS/any95MS eEI q speoH anySMS/PH 11 MS E T I-&J, 1SZMS/antl GUMS bfT b speoH anyLMS/PH OZ MS Z T Ie eli lib !we!wel MS /Pnlg LIS q E speoH Hnlg+aAllS anySMS/PH OZ MS ,a1bZMS/anVST MS I m T I l-&, e elI IlweHel3 1STMS/Pn191we.11 antl IL MS png lwe eH 9TT SIT lil Y^eUM a £ I—sel no0 158ZM5/1JZEM5 I. T antl ZLMS/PnlH lwelwel bTT E 41ON 4eopueua45 ,a1bTMS/antl 6I MS LET T we elI 159MS/PH IeueJ wewel EIS £ 44nl9,an15 N111 MS/antl SZ MS ZEI T I-&J, .-S/antl Z9MS ZTT £ Unlg+anl.5 1a15Z MS/antl EZ MS 9ZT T T T T T, Ii T, Ill Te il£ Te I, Ipwi Tle we I IW-1, Iwe I I-&J, d 15Z11any99MN 1SZMN/antll9 N 159MS1-S 15Z MS/1J E9 MS -MN anyLb MN 1S9MS/antl.MS I-SPAyg9MS 1SZMS/antl99MS libMSany59MS 1Sb MS/antl E9MS 1SEMS/antl BSMS ,a15 M5 anySSMSE 15 SMS/antl ZSMSE SIS ITT fiR 80T LOT 90T SOT b0T EOI ZOT OM £ E £ E £ S £ E £ E E 1ped sel no0 q,noS 4eopueua4S 4LON 4eopueua45 gVON 4eopueua45 4VON 4eopueua45 41noS 4eopueua45 4VON 4eopueua45 4VON 4eopueua45 glno54eopueua45 wno5 yeopueuay5 Wln OS ge0p hell a45 41n oS 4eop ueu a45 41,-N 4eopueua45 ,a1LZMS/Id TEMS ISSTM5/anVYZ MS 159TM5/antlbZ MS 11416T/ane ylbZ MS 150TM5/antlbZ MS 150ZM5/antl EZMS 15 IT MS/anV£Z MS 159TMS/antl TZ MS 15 TZ MS antlMMS 1Sl-S/-n TMS 45 LTM /-6T MS IS 9T MS/antl 9T MS 15 ET MS/antl BI MS RI Lb 9b Sb bb Eb Zb Tb pv fiE 9E L£ 5£ E E E E 4VON 4eopueua45 y1no54-p--qS 41noS 4eopueua45 HOI91an11S llnlg Ianl!5 15TTM5/anV9T MS 156TM5/antl9i MS 150Z MS/anV9T MS ,alb /antl SZ MS 15 EZ MS/.AV SZ MS b£ E£ Z£ IF Of Iwe9eld I T T --Ree Iw0q, e e1e e el3 lib MS/any£SMS 1S9MS/antl£SMS 159M5/19ISM5 ,a1SMS/antl8UM5 1Sb MS/anygUMS L6 % 56 bfi E6 - E HOI9+an1!S ,al ZZ MS/antlbZ MS fiZ T e e1e 1SSMS/antl L9 MS Zfi S Hn l9,anlIS 15 LZ MS/antl bZ MS 9Z T e el3 15ZMS/any Lb MS T6 E HOIH+anl!S 159Z MS/antlbZ MS LZ T e ele 1S9MS/antl Sb MS % ap!¢euiwg E 4nlg+anl!5 15 SZ MS/antl bZ MS 9I T I.. e13 1a1SMS/any£b MS 69 E HOle+anl!S 159ZMS/an ,b SZ T e ele ,a1ZMS/any0UM5 88 • • • •• E 44^I9,anl!5 ,a1bZ MS/.AV EZ MS bi T e eld 35 PUZ MN/any£9 MN L9 E HOle+anl!S ,", MS/antl TZ MS EZ T e ele 1SZMNj-n SMN % E E 44^I9+an115 HO1, 1-11S 15 bZ MS/.AV 6T MS 15 EZ MS/antl 6T MS ZZ TZ T T ! e eli we9ele 355 M N/1J O6 MN 1S_N/a SEMN 59 b8 wl E Hnl9,anl!5 ,a1ZZ MS/anVSTM5 OZ T e eld 1SZMN/any6E MN E9 pogw094 !aN ssappY +agwnNJL ! H PYPwogy !aN ssa+PPV +agwnN Jl Y Pivag • 02 l • yrte9 PAeg P �° • � can • •• we I p • • •l^Is+�s: • a_.Eua W9 • 00 O 'lepwn= •ae. e,gp © O yeapeueus O • • • •_ �p 0000 • • • • pws!p alga ai^�e 0 0 O 0 _,d e hu°N Pwe� ewl u eueys II O • • • �e • I ee!s l • I Iv.lc3 iayenp upel aiw,0 enn!0 alepwngnv e 0 a0W lua enBleueWl 'sawyee ,awl^0 ge aeu .o ' nwaS a w van p.Pary �• IawH• ways N,ed leeayug 1 ,a Ya Pw 4+aa Duna "' ws!a NlpP emaBP3 Po w, WP,rygl uglYse ' II 1 INW uenP ueS PIO IN wel0 slues I I ee P e 9 e a^en ayan9PywaIH 40 9red °O IP H od ;°d N � alp waywp uaslP3 w0 ed -alYelaH euq �_-a eneS I lers3 µlags I ausamyuglV I ania alYO - ___________. V 1Bealla I ,anlil alu0 I 1 1 w�Izd � as H aaA oslg � ns we i ___' J e e°aN�o O O 0 O'II 0 000 •®® •• O •O 800,14 0 8 O 0 O • •• • 0 O • • t7 uolbgZj g uolba�j Z uolba�j 6 uoi6a�{ spoouaoggbl@N saloaio of-4eal o suolba�j aloaio oijjaal ATTACHMENT G SODDING SPECIFICATIONS DIVISION 2B 2B.01 SODDING GENERAL SODDING SPECIFICATIONS SCHEDULING OF WORK: The work shall be as coordinated with other Contractors as to prevent any conflicts in scheduling with others. II. PERSONNEL: All planting shall be performed by personnel familiar with planting procedures and under the supervision of a qualified planting foreman. III. PROTECTION OF UTILITIES AND STRUCTURES: Prior to the preparation of sodding areas, the Contractor shall ascertain the location of all electrical cables. All conduits, all utility lines, oil tanks and supply lines, so that proper precautions may be taken not to disturb or damage any surface improvements. The Contractor shall be responsible for any damage to utilities and structures and shall properly maintain the protection of same. IV. CLEAN UP: A. The Contractor at all times shall keep the premises free form accumulation of waste materials or rubbish caused by his operations. At the completion of the work, he shall remove all waste materials and rubbish from the project site as well as all his tools, construction equipment, machinery and surplus materials and shall clean all surfaces and leave the project site "broom clean". B. If the Contractor fails to clean up, the Owner may do so and the cost thereof shall be charged to the Contractor. V. SUBMITTALS: Submit samples of planting soil blanket mix and four (4) samples each of the Certificates of Compliance, fertilizer analysis tags, and sod certification. Provide said submittals thirty (30) days after Award of Contract. 2B.02 MATERIALS I. SOIL BLANKET: As supplied by MORRIS MAGIC SOIL or equal. Soil shall be 40% everglades peat and 60% fine lawn sand thoroughly mixed. No site mixing shall be allowed. II. COMMERCIAL FERTILIZER: Mix #2024 (10.8.6) as supplied by ATLANTIC -FLORIDA EAST COAST FERTILIZER & CHEMICAL, or equal. Fertilizer shall be delivered to site in unopened containers which shall bear manufacturer's guaranteed statement of analysis or a manufacturer's Certificate of Compliance covering analysis. Furnish guarantee statement of certificate of compliance to the Owner or his representatives. III. SOD: A. Sod shall be St. Augustine Grass (Floratam) Solid Sod. B. All sod shall be of firm texture, having a compacted growth and good root development. Sod shall contain no weeds or objection vegetation, and be free from fungus, vermin or diseases. Before being cut and lifted, sod shall be mowed three (3) times with the final mowing not mote than a week before cutting into uniform dimensions. Certifications as to type of grass and other requirements shall be made and submitted to the Owner or his representative. IV. SAND: Provide clean, fine sand. V. WATER: Potable. The Contractor is responsible for providing water even if none is available on the site. 2B.03 EXECUTION I. GENERAL: Fine grades all lawn and planting areas. II. SODDING: Under this section, the Contractor shall perform the preparation of the areas to be sodded as herein specified. A. The Contractor shall remove all existing grasses and weeds from the areas to be sodded. The Contractor shall smooth out all areas to establish an even grade for sod planting. All areas shall be graded to drain. B. Remove all rock or foreign material one inch or greater in diameter and lay 2 inches of soil blanket uniformly and thoroughly incorporated into top most 4 inches of soil. C. Surface shall be rolled to achieve a smooth, even shape and grade. During the rolling, all depressions caused by settlement or rolling shall be filled with by additional topsoil and the surface shall be regraded and rolled until presenting a smooth and even finish. D. The Contractor should call for an inspection for approval of graded areas prior to sodding. E. Water the soil 24 hours prior to sodding. F. Sod panels shall be laid tightly together with staggered joints so as to make a solid lawn area. Immediately following sod laying, the lawn areas shall be rolled with a lawn roller customarily used for such purposes, and then thoroughly watered immediately. During delivery, prior to and during the planting of the lawn area, the sod panels shall at all times be properly protected from excessive drying and unnecessary exposure of the roots to the sun. All sod shall be stacked during construction and planting, so as not to be damaged by sweating or excessive heat and moisture. G. After sod has been planted and rolled, thoroughly water and fertilize at the rate of ten (10) pounds per 1,000 square feet of area. Thoroughly water all sodded areas. H. The finished level of sod areas after rolling and tamping shall be inch below the top of abutting paved areas. I. During the sodding operations, excess and waste materials shall be removed daily. All reasonable precautions shall be taken to avoid damage to all structures and plants. When sodding in an area has been completed, the area shall be thoroughly cleaned up. III. MAINTENANCE PRIOR TO INSPECTION FOR ACCEPTANCE: Maintenance shall begin immediately after sodding is executed and shall continue in accordance with the following requirements: A. The Contractor shall be held responsible for maintenance of sodded areas, including watering, spraying, weeding, mowing and replanting as necessary to establish a uniform stand of the specific grass and until acceptance. After the grass has started, all areas and parts of areas which fail to show a uniform stand of grass, for any reason whatsoever, shall be replanted, repeatedly if necessary, until all sodded areas are covered with satisfactory growth of grass. B. Sodded areas shall be protected against trespassing damage. If any sod becomes damaged or injured, it shall be replaced as directed. No work shall be done within or over sodded areas without proper safeguards and protection. C. Watering of all non -irrigated sodded areas shall be done from a watering truck, no temporary irrigation heads will be allowed. All sodded areas are to be watered to provide at least one (1) inch of water per week in biweekly applications. Watering is to continue until inspection for acceptance is made and approved by the Owner. All watering is to be done in the presence of the Owner or his representative. D. Damage resulting form erosion, gullies, washouts or other causes shall be repaired by filling with lawn sand, tamping, refertilizing and resodding by the Contractor at his expense if such damage occurs prior to acceptance. IV. INSPECTION FOR ACCEPTANCE: A. Upon completion of all sodding operations, an inspection for acceptance of work will be held. The Contractor shall notify the Owner or his representatives for scheduling of the inspection ten (10) days prior to the anticipated inspection date. B. At the time of acceptance inspection, if the materials are in whole or in substantially acceptance, a written notice will be given by the Owner or his representative to the Contractor that the guarantee period begins from date of inspection. C. In case substantial areas of sod are sickly or dead at the time of inspection, acceptance will not be granted and the Contractor's responsibility for maintenance of all the sodded areas shall be extended until replacements are made. Replacements shall conform in all respects to the specifications for new sod and shall be planted in the same manner. V. SOD GUARANTEE AND REPLACEMENT: A. Guarantee: Sod shall be guaranteed for a period of ninety (90) days after the date of inspection for acceptance under Paragraph IV of this Section, and shall be alive and in satisfactory growth at the end of the guarantee period. B. Replacement: During the guarantee period the Owner and the Contractor shall schedule monthly inspections. Any sod that is dead or not in satisfactory condition shall be replaced within ten (10) days of the inspection. At the end of the guarantee period a final inspection will be held, the Contractor shall then proceed to replace sod that is dead or not in satisfactory condition, said replacement shall carry a ninety (90) days replacement guarantee. C. All non -irrigated sodded areas shall be watered as described under 213.03.III.C. for four (4) weeks after the inspection for acceptance. All watering to be done in the presence of the Owner or his representative. D. Materials and Operations: All replacements shall be sod of the same kind as specified in these Specifications. It shall be furnished and planted as specified with the cost borne by the Contractor at no additional cost to the Owner. VI. MAINTENANCE GUIDELINES: The Contractor shall supply the Owner with a detailed maintenance schedule for all sodded areas thirty (30) days after Award of Contract. DIVISION 2A 2A.01 PLANTING GENERAL ATTACHMENT F PLANTING SPECIFICATIONS PLANTING SPECIFICATIONS I. SCHEDULING OF WORK: The work shall be as coordinated with other contractors as to prevent any conflicts as to scheduling with others. II. PERSONNEL: All planting shall be performed by personnel familiar with planting procedures and under the supervision of a qualified planting foreman who is to be available at the jobsite during the course of the work. III. PROTECTION OF UTILITIES AND STRUCTURES: Prior to the preparation of planting areas or plant pits, the Contractor shall ascertain the location of all electrical cables, all conduits, all utility lines, oil tanks and supply lines, so that proper precautions may be taken not to disturb or damage any subsurface improvements. In the event any are uncovered, the Contractor shall promptly notify the City Engineer, who shall arrange to relocate the plant material, if possible. The Contractor shall be responsible for any damage to utilities and structures and shall properly maintain the protection of same. IV. CLEAN UP: A. If the Contractor fails to clean up, the City may do so and the cost thereof shall be charged to the Contractor. V. SUBMITTALS: A. Unit Prices: The unit prices bid will serve as the basis for any required addition or deletion to the Contract. B. Materials: Submit four samples each with corresponding certificates of compliance from the product manufacturer or supplier for planting soil, fertilizer (analysis card), mulch, galvanized steel banding, turn buckles, guy wires and painted sample of wood braces. Submit these within thirty (30) days after award of Contract. C. Schedule: A detailed sequence of planting shall be submitted to the City by the Contractor. Submit revised schedule when departure from same is necessary. D. Maintenance Guidelines: Submit detailed maintenance guidelines covering fertilization, watering, spraying, trimming, mulching, and any other pertinent issues related to landscape work required to ensure viability of plant material. Submit maintenance guidelines sixty (60) days after award of Contract for review by the City or his representatives. 2A.02 MATERIALS COMMERCIAL FERTILIZER: A. Shall be delivered to the site in the original unopened containers, each bearing the manufacturer's analysis. B. Fertilizer shall be Mix #5024 (10.5.8) as supplied by ATLANTIC-FLORIDA EAST COAST FERTILIZER & CHEMICAL, unless noted otherwise, or equal. PLANT MATERIAL: A. Words "Plant Materials" or "Plants" refer to and include trees, palms, shrubs, and groundcovers. B. Plant species shall conform to those indicated on the drawings and in these Specifications. C. Plants shall be sound, healthy, vigorous, free from plant diseases, insect pests, or their eggs and shall have healthy normal root systems. Plants shall be nursery grown stock, except for site transplanted material or freshly dug, balled and burlap plants. D. All plants shall have been transplanted or root pruned at least once in the three years previous to contract date. Root bound container plants will not be accepted. E. Collected palms shall be heeled in the nursery for no less than three months prior to final planting. F. All plant material not otherwise specified as being Florida Fancy of Specimen shall be Florida No. 1 or better quality graded in accordance with "Grades and Standards for Nursery Plants" published by the State of Florida Department of Agriculture. G. Caliper measurement, height measurement, height relation to caliper, spread, bare root and ball dimensions, number of canes, types of vines and ground covers, etc., shall conform to the applicable standards given in "USA Standard for Nursery Stock 260.1", sponsored by the "American Association of Nurserymen, Inc.". H. Plants specified shall be used, substitutes will not be allowed unless sufficient evidence is submitted in writing, indicating plant unavailability. The Contractor is to submit suggested listing of substitutes for review and comment by the City Engineer. No substitutions shall be made unless approved in writing. Said substitutes shall be submitted no less than five (5) days after Award of Contract. I. Any materials and/or work may be rejected if; in the opinion of the City Engineer such does not meet the requirements of these Specifications. All rejected materials shall be promptly removed form the site by the Contractor at his expense. Plants existing on the site and transplanted by the Contractor shall be subject to Contractor's Guarantee. K. Plants used where symmetry is required shall be matched as nearly as possible. The Contractor shall tag all trees and palms at the nursery for review by the City Engineer. The tagging for review shall be made no less than forty five (45) days prior to the projected installation date. All material shall be clearly identified by the use of colored vinyl tapes. The Contractor shall tag 10% more than the quantities required and give five (5) days notice minimum prior to nursery visit. III. SOIL MOIST POLYMERS Provide Soil Moist acrylic copolymers at the rate specified in 26.03.111.E to each planting pit/tree or palm planting location. Contact: Nursery and Landscape Supply (305) 235-9311 or Terra International (305) 247-1521. IV. PLANTING SOIL: Shall be as follows: 50% Muck 50% Coarse Silica Sand V. MULCH: Shall be red Mulch Grade "A" delivered to the site in sealed and marked bags or approved equal. Any deviation shall be approved by the City Engineer. 2A.03 EXECUTION SHIPMENT AND DELIVERY: A. The Contractor shall notify the City Engineer 48 hours in advance, when plant material is to be delivered. B. Plant material shall be protected form weather, adequately packed to prevent breakage and drying out during transit. C. Plants shall not be planted on job until they have been inspected at receiving site, and accepted by the City Engineer. Plants which do not meet specifications for quality herein stated, or plants that show improper handling, or arrive on site in an unsatisfactory condition shall be rejected. Rejected plants shall immediately be removed, disposed of by the Contractor and approved nursery stock of like variety, size and age shall be replaced by him without additional compensation. D. Final acceptance of plant material will be given only after material is planted and after meeting requirements prescribed herein. II. GUYING AND STAKING: A. All guying and staking shall be indicated in the Specifications. B. It shall be the Contractor's responsibility to prevent plants from falling of being blown over, to restraighten and replace all plants which are damage. Plants blown over by high winds shall not be caused for additional expense to the City, but shall be the responsibility of the Contractor. Damaged plants shall be replaced by the Contractor at no additional expense to the City, except the Contractor shall not be held responsible for the loss or death of any tree, shrub or plant , after being properly planted, as a result of hail storms, lighting, flood, fire or other acts of providence beyond his control. III. PLANTING OF TREES AND PALMS: A. Except as otherwise specified, the Contractor's work shall conform to accepted horticultural practices as used in the trade. B. Plants shall be protected upon arrival at the site by being thoroughly watered and properly maintained until planted. Plants shall be planted within 24 hours after arriving at site. At all times, workmanlike methods customarily in good horticultural practice shall be exercised. C. Before digging holes or beds, the location and/or arrangement of the planting shall be staked by the Contractor and accepted by the City Engineer. The staking should be ready for inspection at least FIVE (5) days prior to the projected planting date. The stakes shall be #7 Rebar, at least 18" in length and painted with bright red paint. D. The existence and location of underground utilities if shown on the plans are not guaranteed and shall be investigated and verified in the field by the vicinity of existing structures and utilities shall be carefully done. The Contractor shall be held responsible for any damage to, and for maintenance and protections for existing utilities and structures. E. All circular pits with vertical sides shall be excavated to sizes and depth as shown in the Specifications (Misc. 17-293-4) and backfilled with planting soil. The contractor shall test fill all tree/palm pits with water before planting to assure proper drainage and that percolation is available. Pits which are found not to be adequately draining shall be backfilled with coarse gravel or crushed rock. No allowances will be made for lost plants due to improper drainage. F. Backfill with the specified planting soil mix and incorporate a minimum 6 ounces to 9 ounces of Soil Moist acrylic copolymers evenly spread around and adjacent to the rootball mid -way in depth. The final level of the ground and that of the sod shall conform to the surrounding grade. G. The plants shall be set on prepared planting soil backfill brought to a height permitting planting at the same depth the plants grew in the nursery. Upright plants shall be kept in a vertical position. All plants shall be handled by earthy ball only. Handling by the plant itself will be caused for rejection of such plants. H. After placing the plant in the pit, the backfill shall be watered and firmly tampered to ensure backfill mixture in and about all the roots. All backfill mixture shall be such that no plants will settle lower than the depth indicated on the drawings. I. After filling half way on the earth ball, the burlap shall be loosened and laid back off the top of the ball, or if too bulky, cut away and removed, after which the balance of the pit shall be backfilled and tamped. All plants shall be thoroughly watered at time of planting and kept adequately watered until time of acceptance. The Contractor shall provide the means where water lines are not available. K. Apply fertilizer to planting beds and saucer areas as follows: Trees: One pound per inch trunk diameter. Spread fertilizer evenly about the base. Thoroughly water plants before and after fertilization then mulch. L. Three (3) inches of mulch shall be placed between and around all plant material within 24 hours after any planting. For individual plants, the mulch shall be spread to cover the saucer area. When in place, the mulch is to be watered thoroughly. M. Pruning shall be done at the time of planting and with due regarded to the natural form and growth characteristics of each species. All cuts over '/2 inch diameter shall be painted with an acceptable tree wound dressing. Trees with pruned terminal leaders will not be accepted. N. During the course of planting, excess and waste materials shall be removed daily. All reasonable precautions shall be taken to avoid damage to all structures and plants. When planting in an area that has been completed, the area shall be thoroughly cleaned up. IV. MAINTENANCE PRIOR TO INSPECTION FOR ACCEPTANCE: A. Maintenance shall begin immediately after each plant is planted and shall continue throughout the course of operations on the site. Plants shall be watered by hose soaking thoroughly each day for the first two weeks (14 calendar days) and every other day for the following two week period. Soaking then shall continue on a twice weekly basis for another period of three weeks, amounting to a total of 45 days after installation. At the end of this hose soaking period, earth saucers shall be collapsed leaving the guying and/or staking in place, in accordance with these specifications. B. Plant maintenance shall include watering, pruning, spaying, dusting, weeding, cultivating, mulching, tightening, staking, fertilizing and repairing of braces and guys, replacement of sick or dead plants, resetting plants to proper grades or upright position and restoration of the planting saucer, and all other care needed for the planting saucer, and all other care needed for proper growth of the plants. All trees and palms shall be watered by hand hosing as follows: Once a day for the first three weeks after planting and three times per week thereafter until inspection for acceptance. C. Spraying and Dusting: During the maintenance period and up the issuance of certificate of final acceptance, the Contractor shall do all seasonal spraying and/or dusting of plant material. The materials and methods shall be in accordance with highest standard nursery practices and in accordance with all regulatory agencies having jurisdiction. D. Protection: Planting areas and plants shall be protected against trespassing and damage. If any plants become damaged or injured, they shall be treated or replaced as directed. No work shall be done within or over planting areas or adjacent to plants without proper safeguards and protection. E. Damage resulting from erosion, gullies, washouts or other causes shall be repaired by filling with topsoil, tamping and re -fertilizing by the Contractor at his expense if such damage occurs prior to acceptance by the City Engineer. V. INSPECTION FOR ACCEPTANCE A. Upon completion of all planting, an inspection for acceptance of work will be held. The Contractor shall notify the City Engineer for scheduling of the inspection five (5) days prior to the anticipated inspection date. Partially completed portions will not be inspected. It is the Contractor's responsibility to ensure that the work is completed and ready for inspection before calling for same. B. At the time of acceptance for inspection, if the materials are in whole or in substantially acceptance, a written notice will be given by City Engineer that the guarantee period begins from the date of the inspection. C. In case substantial numbers of plants are sick or dead at the time of inspection, acceptance will not be granted and the Contractor's responsibility for maintenance of all the plants shall be extended until replacements are made. Replacements shall conform in all respects to the specifications for new plants and shall be planted in the same manner. Said replacements are to be made within five (5) days of said inspection. D. After the inspection for acceptance is made and the work is found to be acceptable, the Contractor shall continue to hand water all trees and palms three times a week for four (4) weeks. VI. PLANT GUARANTEE AND REPLACEMENT A. Guarantee: All plant materials including site relocated material by the selected contractor shall be guaranteed for a period of one year after the date of inspection for acceptance. All plant materials shall be alive and in satisfactory growth at the end of the guarantee period. Should the City decide to purchase the trees, plants and shrubs described under the Proposal Unscheduled Additive Items from an outside vendor, the contractor will only be responsible for the planting. Only then, the plant guarantee will not be applicable to the selected bidder. B. Replacements: During the guarantee period, there shall be monthly inspections between the Contractor and the City or his representative to ascertain the viability of the plant material. Any plant that is missing, dead or fails to become established due to Contractor's negligence shall be replaced at no cost to the Owner within ten (10) days after the monthly inspection. At the end of the guarantee period, the Contractor shall notify the City that the project is ready for final inspection. Any plant that is not alive or fails to show satisfactory growth or is missing due to Contractor's negligence will be removed and replaced at no cost to the Owner. All replacement after the final inspection shall carry a six (6) months replacement guarantee. Replacements shall be made within ten (10) days after final inspection. C. Materials and Operations: All replacements shall be plants of the same kind and size specified in the Plant Schedule. They shall be furnished and planted as specified with the cost borne by the Contractor. Please refer to the attached plant schedule. D. Watering Schedule: Refer to previous Sections. 1/27/2021 13896AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5OF THE CODE OF THE CITY OF MIAMI, FLORI... ­7711�1�� Miamia ADOPTED rs Ar FL qP� 9. 2020 9:00 AM * 1111111r111AiE1 Ordinance � 13896 0 R L AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5 OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED (-CITY CODE"), TITLED -GREEN INITIATIVES", BY ADDING ARTICLE VII, TITLED-FLORIDA-FRIENDLY FERTILIZER USE ON URBAN LANDSCAPES," TO REQUIRE FLORIDA-FRIENDLY LANDSCAPE PRACTICES; TO PROVIDE FOR COMPLIANCE WITH STATE LAW; TO PROVIDE FOR DEFINITIONS; TO PROVIDE FOR OTHER GENERAL REQUIREMENTS CONTAINED IN THE ORDINANCE; CONTAINING A SEVERABILITY CLAUSE; PROVIDING FOR AN EFFECTIVE DATE. Information Department: Category: Attachments Commissioners and Mayor Sponsors: Elected Official Item Mayor Francis X. Suarez, Vice Chair, District Two Ken Russell, Commissioner, District Three Joe Carollo, Commissioner, District Four Manolo Reyes Agenda Summary and Legislation 6789 Back -Up Documents 6789 Pre -Legislation 6789-Submittal-Cris Costello -Fertilizer Ordinance 6789-Submittal-Collin Sc hladweiler- Rec ommendat ions for Propsed Fertilizer Ordinance Financial Impact N/A Body/Legislation WHEREAS, excess nutrients such as nitrogen and phosphorus that come in most fertilizers can pollute waterways and cause environmental problems including but not limited to algae blooms; and WHEREAS, algae blooms kill wildlife, are harmful to humans, and smother seagrass; and WHEREAS, the Miami City Commission has determined that the use of fertilizers on lands within the City of Miami ("City") may contribute to the adverse effects on surface and/or ground because of the impairment to the City's surface waters caused by excessive nutrients or increasing levels of nitrogen in the surface and/or ground water within the aquifers or springs within the boundaries of the City; and WHEREAS, pursuant to Section 403.0885, Florida Statutes, and rules promulgated thereunder, the City's National Pollutant Discharge Elimination System ("NPDES") permit FLS000002-004 authorizes the City to discharge stormwater to waters of the State in accordance with the approved stormwater management program, effluent limitation, and monitoring; and WHEREAS, part of the stormwater management program is compliance with pollution prevention measures, treatment or removal techniques, stormwater monitoring, use of legal authority, and other appropriate means to control the quality of permitted stormwater discharge; and miamifl.iq m2.comlCitzens/Detai I_Leg i Fi Ie.asp OMeeting ID=2393&MediaPositon=&ID=6789&CssClass=&Print=Yes 1/7 1/27/2021 13896AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5OF THE CODE OF THE CITY OF MIAMI, FLORI... WHEREAS, one (1) of the seven (7) activities in the stormwater management program mandates the reduction of pesticides, herbicides, and fertilizer applications pursuant to Section 403.9337, Florida Statutes, where all local governments are encouraged to adopt a Florida Friendly Landscaping Ordinance which should be adopted within 24 months of the date of the NPDES permit (November 18, 2016); and WHEREAS, the required activities and reporting requirements are detailed in Part III. A. 6 of the NPDES permit and are submitted in each annual report to the Florida Department of Environmental Protection ("FDEP"); and WHEREAS, pursuant to Section 403.9337, Florida Statutes, each municipal government located within the watershed of a water body or water segment that is listed as impaired by nutrients pursuant to Section 403.067, Florida Statutes, shall, at a minimum, adopt the FDEP's Model Ordinance for Florida -Friendly Fertilizer Use on Urban Landscapes; and WHEREAS, relevant scientific information was considered to address fertilizer use; NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and finding contained in the Preamble to this Ordinance are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. Chapter 22.5 of the Code of the City of Miami, Florida, as amended, is hereby further amended as follows:[1] "CHAPTER 22.5 - GREEN INITIATIVES ARTICLE VII. FLORIDA-FRIENDLY FERTILIZER USE ON URBAN LANDSCAPES Sec. 22.5-129. Purpose and Intent. This Ordinance regulates the proper use of Fertilizers by any Applicator; requires proper training of Commercial and Institutional Fertilizer Applicators; establishes training and licensing requirements; establishes a Prohibited Application Period; and specifies allowable Fertilizer Application rates and methods, Fertilizer -free zones, Low Maintenance Zones, and exemptions. This Ordinance requires the use of Best Management Practices which provide specific management guidelines to minimize negative secondary and cumulative environmental effects associated with the misuse of Fertilizers. These secondary and cumulative effects have been observed in and on the City's natural and constructed stormwater conveyances, rivers, creeks, canals, springs, lakes, estuaries, and other water bodies. Collectively, these water bodies are an asset critical to the environmental, recreational, cultural, and economic well-being of the City's residents and the health of the public. Overgrowth of algae and vegetation hinder the effectiveness of flood attenuation provided by natural and constructed stormwater conveyances. Regulation of nutrients, including both phosphorus and nitrogen contained in Fertilizer, will help improve and maintain water and habitat quality, Sec. 22.5-130. Definitions. For the purposes of this Ordinance, the following words and phrases shall have the meanings respectively ascribed to them by this Section unless the context clearly indicates otherwise. "Application", "Apply", or variants thereof means the actual physical deposit of Fertilizer to Turf or Landscape Plants. miamifl.iq ni2.com/Citzens/Detail__Leg i Fi Ie.asp Weeting ID=2393&MediaPositon=&ID=6789&CssClass=&Print=Yes 2/7 1/27/2021 13896AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5OF THE CODE OF THE CITY OF MIAMI, FLORI... "Applicator" means any Person who Applies Fertilizer on Turf and/or Landscape Plants in the City. "Best Management Practices" means Turf and landscape practices or combination of practices based on research, field-testing, and expert review determined to be the most effective and practicable on -location means, including economic and technological considerations, for improving water quality, conserving water supplies, and protecting natural resources. "Commercial Fertilizer Applicator" or "Commercial Applicator" means any Person who Applies Fertilizer on Turf and/or Landscape Plants in the City in exchange for money,,_goods, services, or other valuable consideration. "Fertilize," "Fertilizing," or "Fertilization" means the act of Applying Fertilizer to Turf, specialized Turf, or Landscape Plants. "Fertilizer" means any substance or mixture of substances except pesticide/fertilizer mixtures such as "weed and feed" products that contains one or more recognized plant nutrients and promotes plant growth, controls soil acidity or alkalinity,_provides other soil enrichment, or provides other corrective measures to the soil. "Institutional Applicator" means any Person other than a non-commercial or Commercial Applicator .(unless such definitions also apply under the circumstances) that Applies Fertilizer for the purpose of maintaining Turf and/or Landscape Plants. Institutional Applicators shall include, but shall not be limited to, owners and managers of public lands, schools, -parks, religious institutions, utilities, industrial or business sites, and any residential properties maintained in condominium and/or common ownership. "Landscape Plant" means any native or exotic tree, shrub, or groundcover (excluding Turf). "Low Maintenance Zone" means an area a minimum of ten (10) feet wide adjacent to watercourses which is planted and managed in order to minimize the need for Fertilization, watering, mowing, etc. "Pasture" means land used for livestock grazing that is managed to provide feed value. "Person" means any natural person, business, corporation, limited liability company,_partnership, limited partnership, association, club, organization, or group of people acting as an organized entity, "Prohibited Application Period" means the time period during which a Flood Watch or Warning,_a Tropical Storm Watch or Warning, or a Hurricane Watch or Warning is in effect for any portion of the City issued by the National Weather Service, or if heavy rain is likely. "Restricted Application Period" means June 1 through September 30. "Slow Release," "Controlled Release," "Timed Release," "Slowly Available," or "Water Insoluble Nitrogen" means nitrogen in a form which delays its availability for plant uptake and use after Application or which extends its availability to the plant longer than a reference rapid or quick release product. "Turf," "Sod," or "Lawn" means a piece of grass -covered soil held together by the roots of the grass. Sec. 22.5-132. Applicability. This Ordinance shall be applicable to and shall regulate any and all Applicators of Fertilizer and areas of Application of Fertilizer within the City unless such Applicator is specifically exempted by the terms of this Ordinance from the regulatory_ provisions of this Ordinance or an existing contract in effect at the time this Ordinance passes which provides other regulatory_ provisions that shall govern only until such existing contract terminates, expires, or is amended or during any declared State of Emergency_ pursuant to Chapter 45 of the City Code. This Ordinance shall be prospective only and shall not impair any existing contracts. Sec. 22.5-133. Time of Fertilizer Application. miamifl.iq ni2.com/Citzens/Detail__Leg i Fi Ie.aspX?Meeting ID=2393&MediaPositon=&ID=6789&CssClass=&Print=Yes 3/7 1/27/2021 13896AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5OF THE CODE OF THE CITY OF MIAMI, FLORI... .(a) No Applicator shall Apply Fertilizers containing nitrogen and/or phosphorus to Turf and/or Landscape Plants during the Prohibited Application Period or to saturated soils. In addition, Fertilizer containing nitrogen or phosphorus shall not be Applied to Turf or Landscape Plants during the Restricted Application Period, which is defined as June 1 to September 30. .(b) Fertilizer shall only be Applied to actively_ growing Turf. .(c) Fertilizer containing nitrogen or phosphorus shall not be Applied before seeding or sodding a site and shall not be Applied for the first thirty _(30) days after seeding or sodding except when hydroseeding for temporaryarpermanent erosion control in an emergency situation (wildfire, etc.) or in accordance with the Stormwater Pollution Prevention Plan for that site. Sec. 22.5-134. Fertilizer Free Zones. Fertilizer shall not be Applied within fifteen (15) feet of any_pond, stream, watercourse, lake, canal, or wetland as defined by the Florida Department of Environmental Protection ("FDEP"), currently codified in Fla. Admin. Code 62-340, or from the top of a seawall. If more stringent County Code regulations apply, this provision does not relieve the requirement to adhere to the more stringent regulations. Newly planted Turf and/or Landscape Plants may be Fertilized in this Zone only for a sixty _(60) day_period beginning thirty_(30) days after planting if needed to allow the plants to become well established. Caution shall be used to prevent direct deposition of nutrients into the water. Sec. 22.5-135. Low Maintenance Zones. A voluntary ten (10) foot Low Maintenance Zone is strongly recommended, but not mandated, from any pond, stream, water course, lake, wetland, or from the top of a seawall. A swale/berm system is recommended for installation at the landward edge of this Low Maintenance Zone to capture and filter runoff. If more stringent County Code regulations apply,, this provision does not relieve the requirement to adhere to the more stringent regulations. No mowed or cut vegetative material should be deposited or left remaining in the Low Maintenance Zone or deposited in the water. Care should be taken to prevent the over -spray of aquatic weed products in the Low Maintenance Zone. Care must be taken to ensure erosion of the surface soil does not occur. Excessive erosion may result in additional pollution hazard. Sec. 22.5-136. Fertilizer Content and Application Rates. (a) Fertilizers Applied to Turf and/or Landscape Plants within the City shall be Applied to Turf and/or Landscape Plants at the lowest recommended rate according to the "Florida Green Industries Best Management Practices for Protection of Water Resources in Florida, December 2008", as updated, with no more than four (4)-pounds of nitrogen per one thousand (1,000) aquare feet Applied in any calendar year. .(b) Liquid Fertilizers containing nitrogen Applied to Turf and/or Landscape Plants within the City shall not be Applied at a rate that exceeds 0.5 pounds per one thousand (1,000) aquare feet per Application. .(c) Granular Fertilizers containing nitrogen Applied to Turf and/or Landscape Plants within the City shall contain at least fifty_percent (50%) Slow Release, Controlled Release, Timed Release, Slowly Available, or Water Insoluble Nitrogen per guaranteed analysis label. Caution should be used to prevent direct deposition of nutrients in the water. .(d) No Fertilizer containing -phosphorus shall be applied to Turf and/or Landscape Plants within the City, except where a phosphorus deficiency has been demonstrated in the soil underlying the Turf and/or Landscape Plants by a soil analysis test performed by a State of Florida certified laboratory. Any person who obtains a soil analysis test showing a phosphorus deficiency and who wishes to apply_ phosphorus to Turf and/or Landscape Plants shall provide a copy of the test results to the City_prior to the Application of phosphorus. .(e) Fertilizers labeled for sports Turf at golf courses, -parks, and athletic fields shall: miamifl.iq ni2.com/Citzens/Detail__Leg i Fi Ie.asp Weeting ID=2393&MediaPositon=&ID=6789&CssClass=&Print=Yes 4/7 1/27/2021 13896AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5OF THE CODE OF THE CITY OF MIAMI, FLORI... 1. Have directions for use not to exceed rates recommended in the document titled SL191 "Recommendations for N, P, K and Mg for Golf Course and Athletic Field Fertilization Based on Mehlich I Extractant" dated March 2007, as amended from time to time, which is hereby adopted and incorporated by reference into this Ordinance. 2. Have directions for use in accordance with the recommendations in "BMP's for the Enhancement of Environmental Quality on Florida Golf Courses" published by FDEP dated October 2012. This does not exempt Applicators at these sites from the required basic Green Industry BMP training_ Sec. 22.5-137. Application Practices. .(a) Spreader deflector shields are required when Fertilizing via rotary _(broadcast) spreaders. Deflectors must be positioned such that Fertilizer granules are deflected away from all impervious surfaces, Fertilizer -free zones, and water bodies including wetlands. .(b) Fertilizer shall not be Applied, spilled, or otherwise deposited on any impervious surfaces. (c) Any Fertilizer Applied, spilled, or deposited, either intentionally or accidentally, on any impervious surface shall be immediately and completely removed to the greatest extent practicable. .(d) Fertilizer released on an impervious surface must be immediately contained and either legally Applied to Turf or any other legal site or returned to the original or other appropriate container. .(e) In no case shall Fertilizer be washed, swept, or blown off impervious surfaces into stormwater drains, ditches, conveyances, or water bodies. Sec. 22.5-138. Management of Grass Clippings and Vegetative Matter. In no case shall grass cippLnnga, vegetative material, and/or vegetative debris, either intentionally or accidentally, be washed, swept, or blown off into stormwater drains, ditches, conveyances, water bodies, wetlands, sidewalks, or roadways. Any material that is accidentally so deposited shall be immediately removed to the maximum extent practicable. Sec. 22.5-139. Exemptions. The provisions set forth in this Ordinance shall not apply to: .(a) Bona fide farm operations as defined in the Florida Right to Farm Act, Section 823.14, Florida Statutes, -provided that Fertilizers are Applied in accordance with the appropriate Best Management Practices manual adopted by the Florida Department of Agriculture and Consumer Services, Office of Agricultural Water Policy for the crop in question, if applicable in the City_ .(b) Other properties not subject to or covered under the Florida Right to Farm Act that have Pastures used for grazing livestock provided that Fertilizers are Applied in accordance with the appropriate Best Management Practices manual adopted by the Florida Department of Agriculture and Consumer Services, Office of Agricultural Water Policy for the crop in question, if applicable in the City, .(c) Fruit trees and shrubs provided that Fertilizer Application rates do not exceed University of Florida Institute of Food and Agricultural Sciences (UF/IFAS) recommendations. (d) Vegetable gardens, owned by individual property owners or acommunity,-provided that Fertilizer Application rates do not exceed OF/IFAS recommendations per SP 103 Florida Vegetable Gardening Guide, December 2008, as amended. .(e) Yard waste compost, mulches, or other similar materials that are primarily organic in nature and are Applied to improve the physical condition of the soil. miamifl.iq ni2.com/Citzens/Detail__Leg i Fi Ie.asp Weeting ID=2393&MediaPositon=&ID=6789&CssClass=&Print=Yes 5/7 1/27/2021 13896AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5OF THE CODE OF THE CITY OF MIAMI, FLORI... .(0 Tree trunk injection Fertilization treatments that are performed by a certified arborist. .(g) Golf courses. For all golf courses, the provisions of the Florida Department of Environmental Protection document, titled "BMPs for the Enhancement of Environmental Quality on Florida Golf Courses, January 2007", as amended, are required and shall be followed when Applying Fertilizer to golf courses. .(h) Specialized Turf managers are required to follow the provisions of the "Florida Green Industries Best Management Practices for Protection of Water Resources in Florida, December 2008", as amended, for Turf and Landscape Plants. Sec. 22.5-140. Training_ .(a) All Commercial and Institutional Applicators of Fertilizer within the City shall abide by and successfully complete the six -hour training -program in the "Florida -Friendly Best Management Practices for Protection of Water Resources by the Green Industries" offered by FDEP through the University of Florida Extension "Florida -Friendly Landscapes" program. .(b) Private, non-commercial Applicators are required to follow the recommendations of the University of Florida Institute of Food and Agricultural Sciences (UF/IFAS) Florida Yards and Neighborhoods program when Applying Fertilizers. Sec. 22.5-141. Licensing of Commercial Applicators. .(a) All Commercial Applicators of Fertilizer within the City shall abide by and successfully complete training and continuing education requirements in the "Florida -friendly Best Management Practices for Protection of Water Resources by the Green Industries" offered by FDEP through the University of Florida Institute of Food and Agricultural Sciences (UF/IFAS) "Florida -Friendly Landscapes" program prior to obtaining a City Local Business Tax Receipt ("BTR") for any category of occupation which may Apply any Fertilizer to Turf and/or Landscape Plants. Commercial Fertilizer Applicators shall provide proof of completion of the program to the Department of Code Compliance when applying for the BTR within 180 days of the effective date of this Ordinance. (b) All businesses of any category of occupation who may Apply Fertilizer to Turf and/or Landscape Plants (including but not limited to residential Lawns, -golf courses, commercial properties, and multi -family and condominium properties) must ensure that at least one (1) employee has an appropriate "Florida -Friendly Best Management Practices for Protection of Water Resources by the Green Industries" training certificate prior to the business owner obtaining a BTR. Sec. 22.5-142. Enforcement. Funds generated by_penalties imposed under this Ordinance shall be used by the City for the administration and enforcement of Section 403.9337, Florida Statutes, and the corresponding sections of this Ordinance and to further water conservation and nonpoint pollution prevention activities. Sec. 22.5-143. Penalties. A violation of any provision of this Article shall be punishable by a fine of $250.00 for a first offense and $500.00 for each offense thereafter and shall be enforced pursuant to the provisions of Chapter 2, Article X of the City Code. The City, including its departments, boards, and agencies, may take any and all appropriate action to enforce the provisions of this Article, including but not limited to code enforcement action pursuant to Chapter 2, Article X of the City Code, emergency injunctive action, and any other action permitted by law,, including but not limited to Chapter 162, Florida Statutes. The use of one remedy shall not preclude the use of another." Section 3. If any section, part of a section, paragraph, clause, phrase, or word of this Ordinance is declared invalid, the remaining provisions of this Ordinance shall not be affected. miamifl.iq ni2.com/Citzens/Detail__Leg i Fi Ie.asp Weeting ID=2393&MediaPositon=&ID=6789&CssClass=&Print=Yes 6/7 1/27/2021 13896AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 22.5OF THE CODE OF THE CITY OF MIAMI, FLORI... Section 4. This Ordinance shall become effective ten (10) days after adoption thereof. [ 1] Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Asterisks indicate omitted and unchanged material. [2] This Ordinance shall become effective as specified herein unless vetoed by the Mayor within ten (10) days from the date it was passed and adopted. If the Mayor vetoes this Ordinance, it shall become effective immediately upon override of the veto by the City Commission or upon the effective date stated herein, whichever is later. Meeting History Dec 12, 2019 9:00 AM City Regular Meeting Commission RESULT: NO ACTION TAKEN .Ian 9, 2020 9:00 AM City Regular Meeting Commission Next: 11912020 9:00 AM Note for the Record: Item FR.3 was continued to the February 13, 2020, Regular Commission Meeting. RESULT: CONTINUED [UNANIMOUS] Next. 211312020 9:00 AM MOVER: Joe Carollo, Commissioner, District Three SECONDER: Manolo Reyes, Commissioner, District Four AYES: Ken Russell, Alex Diaz de la Portilla, Joe Carollo, Manolo Reyes ABSENT: Keon Hardemon Feb 13, 2020 9:00 AM City City Commission Meeting Commission RESULT: PASSED ON FIRST READING [UNANIMOUS] MOVER: Ken Russell, Vice Chair, District Two SECONDER: Manolo Reyes, Commissioner, District Four AYES: Keon Hardemon, Ken Russell, Alex Diaz de la Portilla, Joe Carollo, Manolo Reyes Mar 12, 2020 9:00 AM City City Commission Meeting Commission RESULT: ADOPTED [UNANIMOUS] MOVER: Ken Russell, Vice Chair, District Two SECONDER: Manolo Reyes, Commissioner, District Four AYES: Keon Hardemon, Ken Russell, Alex Diaz de la Portilla, Joe Carollo, Manolo Reyes Apr 9, 2020 9:00 AM City City Commission Meeting Commission RESULT: ADOPTED [UNANIMOUS] MOVER: Ken Russell, Vice Chair, District Two SECONDER: Manolo Reyes, Commissioner, District Four AYES: Keon Hardemon, Ken Russell, Alex Diaz de la Portilla, Joe Carollo, Manolo Reyes Draft miamifi.iq m2.comlCitzens/Detai I_Leg i Fi Ie.asp OMeeting ID=2393&MediaPositon=&ID=6789&CssClass=&Print=Yes 7/7 ATTACHMENT H IRRIGATION SPECIFICATIONS DIVISION 2C IRRIGATION SPECIFCATIONS IRRIGATION TECHNICAL SPECIFICATIONS AND DETAILS (EXISTING SYSTEM) SYSTEM DESCRIPTION: This is a fully automatic system - Solatrol solar powered controllers is recommended. Emitters are BIBCO turf bubblers. They are spaced approximately 5 ft on center. These are pressure regulated emitters that screw into a standard 'h" FIP PVC fitting. The emitter tube comes to the surface. This system can be observed in operation. There is no sprinkler equipment above ground to sustain damage from mowers, o weed eaters. SYSTEM PIPE: All pipe is class 200 PVC or heavier. System main is Schedule 40 PVC pipe. All fittings are solvent weld Sch. 40 fittings unless otherwise indicated in these specifications. Bell and O ring main is class 200 fittings and pipe ends shall be cleaned with an all purpose pipe cleaner prior to applying glue. Main is a minimum 36" of cover; all other pipe is a minimum 8" of cover. See detail for correct depth so that emitter tube is at surface following installation. Backfill shall be free of debris or sharp objects. No rock larger than 'h" shall be in contact with PVC lines anywhere. All pipes above ground are galvanized, copper, bronze or welded ductile iron. 3. SLEEVES: All pipes under paving / walks are sleeved with schedule 40 PVC pipe. Replacement of any sleeves installed under roadways, shall be inspected as per local codes for proper earth compaction around sleeves. Road sleeves extend two feet beyond edge of road. Walk sleeves extend one foot into landscape area. 4. CONTROLLERS: If replacement is necessary, a Solatrol LEIT 8000 solar powered controller will be installed. Pedestal installation as per manufacturer's recommendations. CONTROL WIRE: Installed as recommended by the controller manufacturer. Control wire shall be UL approved, solid core, PE or PVC covered irrigation control wire. Use 14 gage control and 12 gage ground wire. All splices and connections at valves to be made with .3M brand DBY Direct Burial Splice Kit. All wire to be brought back to controllers. All wire to be encased in UL approved PVC conduit. Wire pull junction boxes are utilized and installed a maximum of 190' apart and placed in 10" Carson or other approved valve boxes. Replacement of any conduit installation under the pavement shall be by pulling under the pavement rather than opening a trench. 6. WATER SOURCE: City water meters are existing. Meters are assumed to be 1-1/2" meters. 7. BACKFLOW PREVENTION: A Pressure Vacuum Breaker —Wilkins Model 720A with ball shut off valves installed from the factory (or equal) Backflow Prevention Assembly installed as per local code at the water source, between the meter and the electric master valve. 8. MASTER CONTROL VALVE: Presumed to be existing. 9. ELECTRIC CONTROL VALVES: Hardie (Irritrol) 100FC series 24 volt electric valves or Rainbird PGA electric valves. Valves are equipped with Solatrol solenoid as required to operate with the Solatrol controller. All valves are housed in 16" x 12" rectangular Carson. 1419B valve boxes or larger as required and installed as per details. 10. REPAIRS AROUND EXISTING TREES: Trenches in and around existing trees must be hand dug. Extreme care must be used to prevent damage to the root system of existing trees. Roots larger than 1 '/2" in diameter shall not be cut. Soil beneath roots must be excavated so that the sprinkler lines can be carefully placed through and beneath the existing roots, at the proper depth, as called for in the specifications. Backfilling in these areas shall be done by washing the soil back into the trenches to prevent forming of any air pockets around the existing root system. 11. WORKABILITY: Due to its accessible location, the irrigation system may be frequently damaged. The Contractor is responsible to conduct a bi-weekly inspection of the irrigation system and replace all damaged components. The irrigation system must be fully functional at all times. IFB 1380386 ATTACHMENT N LANDSCAPE PARK OWNED LOTS MAINTENANCE SERVICES POOL LOT NUMBER ADDRESS SQUARE FEET 1 735 SW 63RD COURT 7,500 2 615 SW 63RD AVENUE 7,500 3 130 SW 51ST PLACE 12,000 4 12 SW 47TH AVENUE 9,580 5 2601 SW 13TH STREET 9,450 6 2300 SW 22ND TERRACE 8,500 7 615 SW 63RD COURT 13,000 8 2201 SW 26TH STREET 4,500 9 632 SW 63RD AVENUE 5,500 10 600 SW 63RD AVENUE 5,500 11 610 SW 63RD AVENUE 5,500 12 700 SW 63RD AVENUE 5,000 13 3699-3701 SW 1ST AVENUE 30,000 14 2445 SW 5TH AVENUE 11,700 15 2200 SW 9TH AVENUE 13,500 16 1211 SW 14TH STREET 5,000 17 1320 SW 21 STREET 10,000 18 1251 SW 7TH STREET 14,000 19 1261 SW 7TH STREET 5,000 20 11269 SW 7TH STREET 5,000 CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number: Solicitation Title: (i.e. IFQ/IFB/RFP/RFQ/RFLI No. 123456) (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. 1 FORM -City of Miami Local Office Certification 7/22/2013 PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: Does Bidder/Proposer conduct verifiable, full- time, on -site employment at the local office ❑ YES ❑ NO for a minimum of forty (40) hours per calendar week? If Bidder/Proposer's Local Office tenancy is pursuant to a lease, has Bidder/Proposer ❑ YES ❑ NO ❑ N/A enclosed a copy of the lease? City of Miami: ❑ YES ❑ NO ❑ Exempt Cite Exemption: Has Bidder/Proposer enclosed a copy of the Business Tax Receipt (BTR) issued by the City of Miami and Miami -Dade County? Miami -Dade County: YES NO Exempt Cite Exemption: Has Bidder/Proposer enclosed a copy of the license, certificate of competency and certificate of use that authorizes the ❑ YES ❑ NO performance of Bidder/Proposer's business operations? Bidder/Proposer's signature below certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Print Name (Bidder/Proposer Authorized Representative) Signature Date FORM -City of Miami Local Office Certification 7/22/2013 STATE OF FLORIDA COUNTY OF Certified to and subscribed before me this day of (NOTARY SEAL) Personally Known Type of Identification Produced 20 ,by (Signature of Notary Public -State of Florida) (Name of Notary jyped, Printed, or Stamped) OR Produced Identification FORM -City of Miami Local Office Certification 7/22/2013