Loading...
HomeMy WebLinkAboutBack-Up DocumentsDocuSign Envelope ID: DD4A64C0-44A7-4876-80FC-B81 C7ED2D9AA CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM FROM: Arthur Noriega V DATE March 13, 2023 City Manager DocuSignetl by: 89540EB73CAC468 r cl CPPO r.� I I IIG GG, SUBJECT: Recommendation of Award for Canal Cleaning Services Director/Chief Procurement Officer REFERENCES: IFB No. 1575386 Department of Procurement ENCLOSURES: Bid Tabulation RECOMMENDATION: Based on the findings below, the Procurement Department ("Procurement") hereby recommends the award of Invitation for Bid ("IFB") No. 1575386 to Texas Aquatic Harvesting, Inc., the lowest responsive and responsible Bidder, to provide canal cleaning services for the Department of Resilience and Public Works ("RPW') on an as needed basis. The awarded vendor and contract terms are shown below. Contract Number/Title: IFB No. 1575386, Canal Cleaning Services Contract Amount: Group 1, Federally Funded Projects Approximately $824,167.00; Group 2, Non -Federally Funded Projects Approximately $824,167.00 Contract Term: Initial term of three (3) years, with the option to renew for two (2) additional two (2) year periods. Recommended Vendors: Texas Aquatic Harvesting, Inc. BACKGROUND: On December 5, 2022, Procurement issued IFB No. 1575386 for the provision of canal cleaning services, under full and open competition. On January 17, 2023, at bid closing two (2) bids were received. The bids were evaluated following the guidelines published in the bid. All bids were found to be responsive and responsible. The recommended vendor was found to be the lowest responsive and responsible Bidder. Consequently, approval of this recommendation to award is requested. Your signature below will indicate approval of this recommendation. DocuSignetl by: pp " Date: 15, 2023 1 08:54:59 EDT Approved: Noriega Arthur oriega V City Manager AP:tg c: Zerry Ihekwaba, PhD, PE, Deputy City Manager/Chief of Infrastructure Larry Spring, CPA, Chief Financial Officer/Assistant City Manager Juvenal Santana, P.E., Director, RPW Yadissa A. Calderon, CPPB, Assistant Director, Procurement IFB 1575386 Canal Cleaning Services Aquatic Control Texas Aquatic Bid Tab - Goup 1 - Federally Funded Projects Price Sheet Group Harvesting ITEM # DESCRIPTION QTY UNIT UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST 1 Wagner Creek North Canal - collection of litter, trash and debris in the banks and upland areas within the canal right of way and shallow surface waters 12 MONTHLY $3,562.50 $ 42,750.00 $2,300.00 $ 27,600.00 2 Wagner Creek North Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and shallow surface waters 12 MONTHLY $3,375.00 $ 40,500.00 $2,800.00 $ 33,600.00 3 Wagner Creek North Canal - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 4 QUARTERLY $2,062.50 $ 8,250.00 $1,800.00 $ 7,200.00 4 Wagner Creek North Canal spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 6 BI-MONTHLY $2,625.00 $ 15,750.00 $2,812.00 $ 16,872.00 5 Wagner Creek North Canal - removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 6 Wagner Creek North Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,500.00 $ 5,000.00 7 Wagner Creek South Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,947.50 $ 23,370.00 $2,300.00 $ 27,600.00 8 Wagner Creek South Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,845.00 $ 22,140.00 $1,100.00 $ 13,200.00 9 Wagner Creek South Canal - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 4 QUARTERLY $1,127.50 $ 4,510.00 $1,100.00 $ 4,400.00 10 Wagner Creek South Canal - spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 6 BI-MONTHLY $1,435.00 $ 8,610.00 $1,537.00 $ 9,222.00 11 Wagner Creek South Canal - the removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 12 Wagner Creek South Canal - the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,500.00 $ 5,000.00 13 Seybold Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $2,185.00 $ 26,220.00 $2,050.00 $ 24,600.00 14 Seybold Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $2,070.00 $ 8,280.00 $750.00 $ 3,000.00 15 Seybold Canal - removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 16 Comfort Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $7,666.50 $ 91,998.00 $5,000.00 $ 60,000.00 17 Comfort Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $7,263.00 $ 87,156.00 $6,000.00 $ 72,000.00 18 Comfort Canal- spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 4 QUARTERLY $4,438.50 $ 17,754.00 $4,350.00 $ 17,400.00 19 Comfort Canal - spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 6 EACH $5,649.00 $ 33,894.00 $5,600.00 $ 33,600.00 20 Comfort Canal - removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $3,000.00 $ 6,000.00 21 Comfort Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 22 Ademar Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 16 EACH $1,567.50 $ 25,080.00 $1,500.00 $ 24,000.00 23 Ademar Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $1,485.00 $ 5,940.00 $500.00 $ 2,000.00 24 Ademar Canal - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 1 IFB 1575386 Canal Cleaning Services Aquatic Control Texas Aquatic Bid Tab - Goup 1 - Federally Funded Projects Price Sheet Group Harvesting ITEM # DESCRIPTION QTY UNIT UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST 25 Ademar Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 26 Davis Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 16 EACH $1,282.50 $ 20,520.00 $750.00 $ 12,000.00 27 Davis Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $1,215.00 $ 4,860.00 $100.00 $ 400.00 28 Davis Canal - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 29 Davis Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 30 NE 28th Street Cove - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $456.00 $ 5,472.00 $375.00 $ 4,500.00 31 NE 28th Street Cove - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $388.80 $ 4,665.60 $50.00 $ 600.00 32 NE 28th Street Cove - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 33 NE 28th Street Cove - removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 34 NE 20-21 st Street Cove - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $427.50 $ 5,130.00 $600.00 $ 7,200.00 35 NE 20-21 st Street Cove - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $405.00 $ 4,860.00 $50.00 $ 600.00 36 NE 20-21 st Street Cove - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 37 NE 20-21 st Street Cove - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 38 Bayfront of Rickenbacker Causeway - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $712.50 $ 8,550.00 $550.00 $ 6,600.00 39 Bayfront of Rickenbacker Causeway - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $675.00 $ 2,700.00 $400.00 $ 1,600.00 40 Bayfront of Rickenbacker Causeway - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 41 Lawrence Waterway and Swell Canal - collecting litter, trash and debris in the banks, swales and upland areas within the canal right of way and surface waters 12 MONTHLY $1,964.60 $ 23,575.20 $2,050.00 $ 24,600.00 42 Lawrence Waterway and Swell Canal - mowing and trimming all overgrown vegetation in the banks, swales and upland areas within the canal right of way and surface waters 12 MONTHLY $1,861.20 $ 22,334.40 $1,500.00 $ 18,000.00 43 Lawrence Waterway and Swell Canal - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 2 SEMI- ANNUALLY 1137.40 $ 2,274.80 $1,300.00 $ 2,600.00 44 Lawrence Waterway and Swell Canal - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY 2000.00 $ 4,000.00 $1,750.00 $ 3,500.00 45 Lawrence Waterway and Swell Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 46 Lawrence Waterway, Seawall Portion - pressure clean a total of 144 existing concrete bollards and the seawall area 1 EACH $2,000.00 $ 2,000.00 $1,600.00 $ 1,600.00 47 Lawrence Waterway, Seawall Portion - pressure clean and paint a total of 144 existing concrete bollards. Paint to be used calls for a one coat Thoroseal #8532, or approved equal. This item includes maintenance and welding of 1,400 feet of hot -deep galvanized 3/8" anchor chain, 10 ft. in length, as per detail on Division 5. In addition, if the concrete finish is broken or damaged, applyACl 301, to a smooth form finish before painting 1 EACH $5,000.00 $ 5,000.00 $4,100.00 $ 4,100.00 2 IFB 1575386 Canal Cleaning Services Aquatic Control Texas Aquatic Bid Tab - Goup 1 - Federally Funded Projects Price Sheet Group Harvesting ITEM # DESCRIPTION QTY UNIT UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST 48 Waterfront of Antonio Maceo Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $223.25 $ 2,679.00 $250.00 $ 3,000.00 49 Waterfront of Antonio Maceo Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $211.50 $ 846.00 $200.00 $ 800.00 50 Waterfront of Antonio Maceo Park - spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 4 QUARTERLY $165.90 $ 663.60 $202.00 $ 808.00 51 Waterfront of Antonio Maceo Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 52 Waterfront of Antonio Maceo Park - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 2 SEMI- ANNUALLY $129.25 $ 258.50 $150.00 $ 300.00 53 Furnishing all labor, material and equipment necessary for the removal of seaweed and hydrilla from all the canals and waterways including the Biscayne Bay areas, as directed by the City Engineer. Use of a weed harvester such as a Kelpin 800 Model, or approved equal REQUIRED. 2 EACH $6,500.00 $ 13,000.00 $8,000.00 $ 16,000.00 54 Waterfront of Margaret Pace Park - collecting litter, trash and debris in the banks and upland areas within the right of way and surface waters 12 MONTHLY $1,662.50 $ 19,950.00 $1,000.00 $ 12,000.00 55 Waterfront of Margaret Pace Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the shore right of way and surface waters 4 QUARTERLY $1,575.00 $ 6,300.00 $650.00 $ 2,600.00 56 Waterfront of Margaret Pace Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 57 Waterfront of Pallot Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $408.50 $ 4,902.00 $450.00 $ 5,400.00 58 Waterfront of Pallot Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $387.00 $ 1,548.00 $50.00 $ 200.00 59 Waterfront of Pallot Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 60 Waterfront of Kennedy Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,567.50 $ 18,810.00 $1,000.00 $ 12,000.00 61 Waterfront of Kennedy Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $1,485.00 $ 5,940.00 $650.00 $ 2,600.00 62 Waterfront of Kennedy Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 63 Waterfront of Morningside Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,900.00 $ 22,800.00 $1,000.00 $ 12,000.00 64 Waterfront of Morningside Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $1,800.00 $ 7,200.00 $650.00 $ 2,600.00 65 Waterfront of Morningside Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 66 Waterfront of Legion Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $522.50 $ 6,270.00 $500.00 $ 6,000.00 67 Waterfront of Legion Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $495.00 $ 1,980.00 $500.00 $ 2,000.00 72 Waterfront of Legion Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 73 Waterfront of Miami River (along NW South River Drive west of NW 27 Ave to NW 29 Ave) - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $2,185.00 $ 26,220.00 $2,300.00 $ 27,600.00 74 Waterfront of Miami River (along NW South River Drive west of NW 27 Ave to NW 29 Ave) - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $2,070.00 $ 8,280.00 $2,254.00 $ 9,016.00 3 IFB 1575386 Canal Cleaning Services Aquatic Control Texas Aquatic Bid Tab - Goup 1 - Federally Funded Projects Price Sheet Group Harvesting ITEM # DESCRIPTION QTY UNIT UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST 75 Waterfront of Miami River (along NW South River Drive west of NW 27 Ave to NW 29 Ave) - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 76 Waterfront of Fern Isle Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,805.00 $ 21,660.00 $1,900.00 $ 22,800.00 77 Waterfront of Fern Isle Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $1,710.00 $ 6,840.00 $1,862.00 $ 7,448.00 78 Waterfront of Fern Isle Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $750.00 $ 1,500.00 79 Installation of one (1) Type I Turbidity Barrier 50 FT in length, at any waterway location in the City, as directed by City Engineer. 1 EACH $450.00 $ 450.00 $1,700.00 $ 1,700.00 80 Removal of one (1) turbidity barrier 50 FT in length, at any location in the City, as directed by the City Engineer. 1 EACH $450.00 $ 450.00 $400.00 $ 400.00 81 Removal of Litter at any outfall or Bay areas - removal by hand of litter buried at outfall ends in the waterway bottom of the shore and at 30 feet of the shoreline. 1 TON $1,500.00 $ 1,500.00 $600.00 $ 600.00 82 Removal and disposal of dead animals; removal and disposal of fish due to a fish kill or a pollution event. 1 TON $2,500.00 $ 2,500.00 $1.00 $ 1.00 83 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, up to 7" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $300.00 $ 300.00 $400.00 $ 400.00 84 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, 8" to 20" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $600.00 $ 600.00 $700.00 $ 700.00 85 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, 21" to 35" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $1,200.00 $ 1,200.00 $900.00 $ 900.00 86 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, more than 36" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $1,800.00 $ 1,800.00 $1,100.00 $ 1,100.00 87 SPECIAL PROVISION = Contingency Allowance $100,000.00 $100,000.00 $963,091.10 TOTAL $ 824,167.00 4 IFB 1575386 Canal Cleaning Services Aquatic Control Texas Aquatic Bid Tab - Goup 2 - Non -Federally Funded Projects Price Sheet Group Harvesting ITEM # DESCRIPTION QTY UNIT UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST 1 Wagner Creek North Canal - collection of litter, trash and debris in the banks and upland areas within the canal right of way and shallow surface waters 12 MONTHLY $3,562.50 $ 42,750.00 $2,300.00 $ 27,600.00 2 Wagner Creek North Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and shallow surface waters 12 MONTHLY $3,375.00 $ 40,500.00 $2,800.00 $ 33,600.00 3 Wagner Creek North Canal - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 4 QUARTERLY $2,062.50 $ 8,250.00 $1,800.00 $ 7,200.00 4 Wagner Creek North Canal spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 6 BI-MONTHLY $2,625.00 $ 15,750.00 $2,812.00 $ 16,872.00 5 Wagner Creek North Canal - removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 6 Wagner Creek North Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,500.00 $ 5,000.00 7 Wagner Creek South Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,947.50 $ 23,370.00 $2,300.00 $ 27,600.00 8 Wagner Creek South Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,845.00 $ 22,140.00 $1,100.00 $ 13,200.00 9 Wagner Creek South Canal - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 4 QUARTERLY $1,127.50 $ 4,510.00 $1,100.00 $ 4,400.00 10 Wagner Creek South Canal - spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 6 BI-MONTHLY $1,435.00 $ 8,610.00 $1,537.00 $ 9,222.00 11 Wagner Creek South Canal - the removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 12 Wagner Creek South Canal - the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,500.00 $ 5,000.00 13 Seybold Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $2,185.00 $ 26,220.00 $2,050.00 $ 24,600.00 14 Seybold Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $2,070.00 $ 8,280.00 $750.00 $ 3,000.00 15 Seybold Canal - removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 16 Comfort Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $7,666.50 $ 91,998.00 $5,000.00 $ 60,000.00 17 Comfort Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $7,263.00 $ 87,156.00 $6,000.00 $ 72,000.00 18 Comfort Canal- spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 4 QUARTERLY $4,438.50 $ 17,754.00 $4,350.00 $ 17,400.00 19 Comfort Canal - spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 6 EACH $5,649.00 $ 33,894.00 $5,600.00 $ 33,600.00 20 Comfort Canal - removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $3,000.00 $ 6,000.00 21 Comfort Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 22 Ademar Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 16 EACH $1,567.50 $ 25,080.00 $1,500.00 $ 24,000.00 23 Ademar Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $1,485.00 $ 5,940.00 $500.00 $ 2,000.00 1 IFB 1575386 Canal Cleaning Services Aquatic Control Texas Aquatic Bid Tab - Goup 2 - Non -Federally Funded Projects Price Sheet Group Harvesting ITEM # DESCRIPTION QTY UNIT UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST 24 Ademar Canal - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 25 Ademar Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 26 Davis Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 16 EACH $1,282.50 $ 20,520.00 $750.00 $ 12,000.00 27 Davis Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $1,215.00 $ 4,860.00 $100.00 $ 400.00 28 Davis Canal - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 29 Davis Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 30 NE 28th Street Cove - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $456.00 $ 5,472.00 $375.00 $ 4,500.00 31 NE 28th Street Cove - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $388.80 $ 4,665.60 $50.00 $ 600.00 32 NE 28th Street Cove - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 33 NE 28th Street Cove - removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 34 NE 20-21st Street Cove - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $427.50 $ 5,130.00 $600.00 $ 7,200.00 35 NE 20-21st Street Cove - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $405.00 $ 4,860.00 $50.00 $ 600.00 36 NE 20-21st Street Cove - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 37 NE 20-21st Street Cove - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 38 Bayfront of Rickenbacker Causeway - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $712.50 $ 8,550.00 $550.00 $ 6,600.00 39 Bayfront of Rickenbacker Causeway - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $675.00 $ 2,700.00 $400.00 $ 1,600.00 40 Bayfront of Rickenbacker Causeway - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 41 Lawrence Waterway and Swell Canal - collecting litter, trash and debris in the banks, swales and upland areas within the canal right of way and surface waters 12 MONTHLY $1,964.60 $ 23,575.20 $2,050.00 $ 24,600.00 42 Lawrence Waterway and Swell Canal - mowing and trimming all overgrown vegetation in the banks, swales and upland areas within the canal right of way and surface waters 12 MONTHLY $1,861.20 $ 22,334.40 $1,500.00 $ 18,000.00 43 Lawrence Waterway and Swell Canal - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 2 SEMI- ANNUALLY 1137.40 $ 2,274.80 $1,300.00 $ 2,600.00 44 Lawrence Waterway and Swell Canal - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY 2000.00 $ 4,000.00 $1,750.00 $ 3,500.00 45 Lawrence Waterway and Swell Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $2,750.00 $ 5,500.00 46 Lawrence Waterway, Seawall Portion - pressure clean a total of 144 existing concrete bollards and the seawall area 1 EACH $2,000.00 $ 2,000.00 $1,600.00 $ 1,600.00 2 IFB 1575386 Canal Cleaning Services Aquatic Control Texas Aquatic Bid Tab - Goup 2 - Non -Federally Funded Projects Price Sheet Group Harvesting ITEM # DESCRIPTION QTY UNIT UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST 47 Lawrence Waterway, Seawall Portion - pressure clean and paint a total of 144 existing concrete bollards. Paint to be used calls for a one coat Thoroseal #8532, or approved equal. This item includes maintenance and welding of 1,400 feet of hot -deep galvanized 3/8" anchor chain, 10 ft. in length, as per detail on Division 5. In addition, if the concrete finish is broken or damaged, apply ACI 301, to a smooth form finish before painting 1 EACH $5,000.00 $ 5,000.00 $4,100.00 $ 4,100.00 48 Waterfront of Antonio Maceo Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $223.25 $ 2,679.00 $250.00 $ 3,000.00 49 Waterfront of Antonio Maceo Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $211.50 $ 846.00 $200.00 $ 800.00 50 Waterfront of Antonio Maceo Park - spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 4 QUARTERLY $165.90 $ 663.60 $202.00 $ 808.00 51 Waterfront of Antonio Maceo Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 52 Waterfront of Antonio Maceo Park - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 2 SEMI- ANNUALLY $129.25 $ 258.50 $150.00 $ 300.00 53 Furnishing all labor, material and equipment necessary for the removal of seaweed and hydrilla from all the canals and waterways including the Biscayne Bay areas, as directed by the City Engineer. Use of a weed harvester such as a Kelpin 800 Model, or approved equal REQUIRED. 2 EACH $6,500.00 $ 13,000.00 $8,000.00 $ 16,000.00 54 Waterfront of Margaret Pace Park - collecting litter, trash and debris in the banks and upland areas within the right of way and surface waters 12 MONTHLY $1,662.50 $ 19,950.00 $1,000.00 $ 12,000.00 55 Waterfront of Margaret Pace Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the shore right of way and surface waters q QUARTERLY $1,575.00 $ 6,300.00 $650.00 $ 2,600.00 56 Waterfront of Margaret Pace Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 57 Waterfront of Pallot Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $408.50 $ 4,902.00 $450.00 $ 5,400.00 58 Waterfront of Pallot Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $387.00 $ 1,548.00 $50.00 $ 200.00 59 Waterfront of Pallot Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 60 Waterfront of Kennedy Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,567.50 $ 18,810.00 $1,000.00 $ 12,000.00 61 Waterfront of Kennedy Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $1,485.00 $ 5,940.00 $650.00 $ 2,600.00 62 Waterfront of Kennedy Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 63 Waterfront of Morningside Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,900.00 $ 22,800.00 $1,000.00 $ 12,000.00 64 Waterfront of Morningside Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $1,800.00 $ 7,200.00 $650.00 $ 2,600.00 65 Waterfront of Morningside Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 66 Waterfront of Legion Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $522.50 $ 6,270.00 $500.00 $ 6,000.00 67 Waterfront of Legion Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $495.00 $ 1,980.00 $500.00 $ 2,000.00 3 IFB 1575386 Canal Cleaning Services Aquatic Control Texas Aquatic Bid Tab - Goup 2 - Non -Federally Funded Projects Price Sheet Group Harvesting ITEM # DESCRIPTION QTY UNIT UNIT PRICE TOTAL ITEM COST UNIT PRICE TOTAL ITEM COST 72 Waterfront of Legion Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 73 Waterfront of Miami River (along NW South River Drive west of NW 27 Ave to NW 29 Ave) - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $2,185.00 $ 26,220.00 $2,300.00 $ 27,600.00 74 Waterfront of Miami River (along NW South River Drive west of NW 27 Ave to NW 29 Ave) - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $2,070.00 $ 8,280.00 $2,254.00 $ 9,016.00 75 Waterfront of Miami River (along NW South River Drive west of NW 27 Ave to NW 29 Ave) - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $1,750.00 $ 3,500.00 76 Waterfront of Fern Isle Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,805.00 $ 21,660.00 $1,900.00 $ 22,800.00 77 Waterfront of Fern Isle Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $1,710.00 $ 6,840.00 $1,862.00 $ 7,448.00 78 Waterfront of Fern Isle Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $2,000.00 $ 4,000.00 $750.00 $ 1,500.00 79 Installation of one (1) Type I Turbidity Barrier 50 FT in length, at any waterway location in the City, as directed by City Engineer. 1 EACH $450.00 $ 450.00 $1,700.00 $ 1,700.00 80 Removal of one (1) turbidity barrier 50 FT in length, at any location in the City, as directed by the City Engineer. 1 EACH $450.00 $ 450.00 $400.00 $ 400.00 81 Removal of Litter at any outfall or Bay areas - removal by hand of litter buried at outfall ends in the waterway bottom of the shore and at 30 feet of the shoreline. 1 TON $1,500.00 $ 1,500.00 $600.00 $ 600.00 82 Removal and disposal of dead animals; removal and disposal of fish due to a fish kill or a pollution event. 1 TON $2,500.00 $ 2,500.00 $1.00 $ 1.00 83 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, up to 7" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $300.00 $ 300.00 $400.00 $ 400.00 84 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, 8" to 20" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $600.00 $ 600.00 $700.00 $ 700.00 85 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, 21" to 35" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $1,200.00 $ 1,200.00 $900.00 $ 900.00 86 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, more than 36" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $1,800.00 $ 1,800.00 $1,100.00 $ 1,100.00 87 SPECIAL PROVISION = Contingency Allowance $ 100,000.00 $100,000.00 $ 963,091.10 TOTAL $ 824,167.00 4 3/15/23, 3:01 PM Detail by Entity Name Liv sION OF CORPORATIONS r /F9,/v--:org i) p f-L) AV" rrrr ojjdt►i 3uuv of Florida webs'it& Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation TEXAS AQUATIC HARVESTING, INC. Filing Information Document Number P03000130924 FEI/EIN Number 20-0399819 Date Filed 11/13/2003 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 12/23/2004 Event Effective Date NONE Principal Address 2 Seaboard Ave LAKE WALES, FL 33853 Changed: 04/29/2014 Mailing Address POST OFFICE BOX 4034 LAKE WALES, FL 33859-4034 Registered Agent Name & Address SPIEGEL & UTRERA, P.A. 1840 SW 22ND ST. 4TH FLOOR MIAMI, FL 33145 Officer/Director Detail Name & Address Title PSTD VAUGHAN, JAMES P 2 Seaboard Ave LAKE WALES, FL 33853 Annual Reports Report Year Filed Date 2020 06/23/2020 https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=TEXASA... 1 /2 3/15/23, 3:01 PM 2021 04/29/2021 2022 04/29/2022 Detail by Entity Name Document Images 04/29/2022 --ANNUAL REPORT 04/29/2021 --ANNUAL REPORT 06/23/2020 -- ANNUAL REPORT 04/30/2019 -- ANNUAL REPORT 03/30/2018 -- ANNUAL REPORT 02/21/2017 --ANNUAL REPORT 04/27/2016 --ANNUAL REPORT 03/21/2015 --ANNUAL REPORT 04/29/2014 -- ANNUAL REPORT 04/29/2013 -- ANNUAL REPORT 04/26/2012 --ANNUAL REPORT 03/17/2011 --ANNUAL REPORT 03/18/2010 -- ANNUAL REPORT 04/01/2009 -- ANNUAL REPORT 04/17/2008 --ANNUAL REPORT 02/27/2007 -- ANNUAL REPORT 03/30/2006 -- ANNUAL REPORT 04/21/2005 --ANNUAL REPORT 12/23/2004 -- Name Change 05/20/2004 -- ANNUAL REPORT 11/13/2003 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=TEXASA... 2/2 City of Miami Solicitslion 1575386 Certification Statement Please quote en this form, if applicable, n€t prices for the items) 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 (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firrr3, 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 1 am authorized to sign this submission for the snbmitter. Please print the following and sign your name: PROPOSER NAME: Texas Aquatic Harvesting, Inc ADDRESS:749 NW 23rd St Miami, FL 33127 - Corp: 2 Seaboard Ave Lake Wales, FL 33853 PHONE: 305-74 2-4909 I' 863-696-720 0 FAX: 863-66-2922 EMAFL: Becky TexasAquaCicHarvesting_corn CEI.,L(Optional): SIGNED BY: James Vaughan TITLE: President DATE: FAILURE TO COT4IPI ETE` IGN, AND RETURN THIS FORC1+1 SHALL, DISQUALIF THIS RESPONSE. 12)5/2922 e;22 AM p. 4 City Df Miarni Certifications Legal Nang of Firm. Texas Aquatic Harvesting, Inc, Entity Type: Partnership, Sole Froprietotship, Corporation, etc. Corporation Year Established: 2003 Office Location: City of Miami, Miami -Dade County, or Other 749 NW 23rd St Miami, FL 33127 Business Tax Receipt/Occupational License Number: 151944 Business Tax Receipt/Occupational License Issuing Agency; City of Miami Business Tax Receipt/Occupational License Expiration Date: Federal Employee Identification Number (FEIN): 20-0399819 So1ioitatian 1575386 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, 11i0120). If no addendum/addenda was/were issued, please settl fA. . : hiam(071 All el t 23/2Li0.9 iL: r1 13,r If Bidder has a Local Office, as defined under Chapter IWIArticle 111, Section 1S-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 G - Local Office Certification.) Yes 1215+2022 6:22 AM P. 5 Attachment B: Refgqiir3e Submittal Form IFB 1575386 - Canal Cleaning Services FIRM NAME: Texas Aquatic Harvesting, Inc SolitiaaIian 175366 Deference 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: City of Miami Public Works Address: 444 SW 2nd A► ; 8th Floor. [Miami. FL 3 136 Contact Person: Elyrosa Estevez Contact Phone Number and Email: 3 }5-416-1295 eestevez miami ov.caom Date of Contract or Sale: 06f2006 to Present Prime or Subcontractor: Prime Other (Description of Service. Total dollar value of Contract, etc.): City wide Canal Cleaning - Annually $783.676. Past Performance Reference Check #2 Company/Organization Narne: Citrus County Board of County Commissioners Address: 1300 S Lec ento Hwy Lecanto, FL 34461 Contact Person: Mark Edwards Contact Phone Number and Email: 352-527-7620 mark.edwards citrusbocc,com Contact E-mail (if applicable): mark.edwards@citrusbocc.com Date of Contract or Sale: 10120/3 to Present Prime or Subcontractor: prime Other (Description of Service, Total dollar value of Contract, etc.): Citrus County TSALA Apopka Chain of Lakes Harvesting - Annually $1,227,425. Past Performance Reference Check #3 Company/Organization Narne: South Florida Water Management District Address: 3301 Gun Club Road, West Palm Beach, FL 33406 Contact Person: Linda Yarrish Contact Phone Number and Email: cell - 561-248-4030 office - 561-682-6105 Contact E-mail (if applicable): lyarrish@sfwmd.gov Date cf Contract or Sale: 10/1/22 Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): 121512022 6:22 AM p. 61 Title: CANAL CLEANING SERVICE$ I FB No.: T 5750586 List of Subcontractors Completion of Form forrrt is to be upciaterl after awarti of the Contract as additional Subcontractors are added or changed_ Submit additional pages as naceassarr. Name of Firm Address Scope or Work Licenses of ',Not NUA� Note; 1. The work performed by Subcontractor(s) listed cannot equal more than fiftenrF percent (15%) of the total work for the Contract. 2. The foregoing list of Subronlreclors may not ye ameirieci After award or the Conlrac.t vilhs al the prior wrilleri approval of the City's Project Manager identified in the Solicitation, whose approval will not be urireasortabley withheld. Name of Prop SEr: Texas Aquatic Harvestinq. Name of lttdM+rJdual completing Form: ,la VnuQhan Date' 1 V2W2D22 Signature: r2.,bri<122 622AN C. OS City ar Mtami sc&atstiorb 15159458 CITY OF MIAMI LOCAL OFFICE CERTIFICATION Solicitation Type and umber: Solicitat ion. Tit Cana CIee+tirizServices Taxis Aquatic Harvesting, Inc.. 1 Bidder/Proposer) hereby certifies comp l ia,rtct: with the focal Office requirements .stated under Chapter 18; Arcir]e HI, Section I8-73. of the Comte of the City Of Miami.. Florida, oS amended. (City Code, Chapter l li, Article ITT, Section 18-73 ) 1575,186 (i.e. 1F011]=IJ RFP/Rf(I FL.l N. 123456) Local office meads a business w':within the city which meets all of the following criteria (1) Has had a staffed and fixed office or distribution pui nt, operating a permanent structure with a verifiable street address chat is located within the corporate limits of the city, for a minimum of twelve 1 I2i months immediately preceding the date hidis or proposals were received for the purchase or cOnlraGI at issue, ib. purposes of this section, "staffed" shall mean vcrilia.ble, full-time, on -Site emi Ftryrttent $t the local office for a minimum of forty () 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 10 cotrsi iiute li I re a] off -ace within the city; (2) If the busies is located in the permanent siruct tr'e pursuant to a lease, such lease roust 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 priming 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 ~late bads or proposals were received, a prior r fully -executed lease within the carparwCe limits of the city that documents. in Witt i F conii MOW business residence within the corporate limits of the city for a term of no less than ibe 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 row'icw and approya] by the chief nmettrenten1 ofl-t4er or its designee; further requiring that historical, clewed t-era 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 hod, for a minimum of twelve (12) months i mined i.itc ly preceding the date bids or proposals were received for the. purchase or contract 31 issue, a current business tax receipt issued by both the city and Miami - Dade C unly, if applicable; and (4} Has had, for a minimum of twelve (12) months immediately ately preceding the date bids or proposals were received for the p irchase or contract at issue, any license or certificate of tuIn ri tency and ccrla frcat,c or use required by either the city or Miami=I:adt• County that authorizes the performance of said business operations; and i51 Has certiricd in writing its compliance: with the romping at the time or submitting its bid or proposal to Ix el igiblc far carisideracion under this s tern: provided, however, that the burden of proof to provide all supportin daeumentatiOn in support of this local Office certification iort is borne by the business applicant Submit:'Ling a bid Or proposal. 1 FORM -lrrGkliarrIitoed01rwxCedItkir1 i 1.211,0M422Am p.74 City c sammknit 1t7.36 PLEASE PROVIDE THE: FOLLOWING- INFORMATIONJ Ei+ drr/"f'riapOscr Inca] oPTi e Address: 749 NV/ 23rd S1 Miami Florida 33127 Don E idderTrop aser conduct verifiable, full - lane, -site employment vI the a+ cal uflce for a minimum of forty (40) hours per calendarweek? If BidderiPr er`s. Local Office ternary is pursuant to a lease, has Bidder/Proposer enclosed a copy of the tease? 'LIS Bidder"Proposer cm:lostrl as copy ofth,e Besines5 Tax Receipt f E#T1 j issued by the City or Miami and Miami -Dade County? 1-las Bidderirroposer enclosed a •Ccpy of the License, ccgifirure of compel rncy and certificate Qf use that authorizes the LJ_ Y'ES E NO pert r1 arise of Bidrder/Pr4:1)0 r% buSi ns op rations. YES 11 hr0 YES 11]_NO NSA Ciiy ofhiiami: IZTES D NO D Exempt Cite Ex+Cniptiwwm_ Miami -Dark County: Cite Exemption: Ifi derIProposer's 5ignIture below eerlife-s rarnptiartce with the Local Offico rcqu'remelt ls started undo Chaapter IS/Article «I. Se !Ion IS-73, of the Code of the City if MI ii L Florida, as'mended-. � C1 rile f a LL Frini Name (f3idderf?ro AILthori?ed Representative) Signaleire Dale 2 K2 Ala City or Miami S ftthSliOfl 15753N STATE OF FLOR1D COUNTY OF Certified to and subscribed before me this' day of2120-01.44-Ci), 20 , by 16.7 arate." {NOTARY SEAL) (Signature of Notary Public -State f (Name }Ia Public tdaLr of Flodds Ayn19nIo af+141Y Ex . eri572015 pry ypeelfl or tamped) rsonally Known OR Produced 1dentific Lion Type of Identification Produced 3 FORM -City vf Miami Lavil Office CertirPotivo 12422 AM p 76 City ar MiDmI Solicitation 157539E ATTACHMENT H CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of his/her knowledge, that: 1, No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the snaking of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, Or cooperative agreement, 2, If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing Of attempting to influence an officer or employee of any agency, a Member of Congress, an officers or employee of Congress,, or an employee or a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form, LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all liers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that II subrecipients shall certify and disclose accordingly. Tflis certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C, § 1352 (as amended by the Lobbying Disclosure Act of 1995), Any person who fails to file the required certification shall be subject to a civil penalty of not leas than $10,000 and not more than $100,000 for each such failure. The Contractor, Texas Aquatic Harvesting, Inc., certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any, In addition, the Contractor understands and agrees that the provisions of 31, tJ-S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractor/Contractor's Authorized Official Y: Name and Title of Contractor/Contractor's Authorized Official James Vaughan President Date: 11.)1 12/5F2022 6:22 AM p. ?7 Bid Bond ] of 2 Originals CONTRACTOR; SURETY: f '+ rue, fr ,r s "rilNr +rr1r+'rarir9'rel4 a, 7151r, *I M RS a arannettar' pleat a Texat.s Aquatic Harvesting. Inc„ Arch Insurance Company 749 NW 23.1 St _i Parkway, Sure L5I}O Miami, FL. 33127 Philadelphia, PA 19102 OWNER: P:6121or. + 10ar r rrurf addrr'JJ City of Miami 444 SW 2i° Ave GEh Floot Miami, FL. 33130 Currrmrsi BOND AMOUNT: t.ive percent of the amount bid (5%orthe amount bid, PROJECT. `ar aP. kcr Pras or adatrt r, rrrPr{ Awed' rre #+r ; r arty) Canal Cleaning Services This document hall important lea] ca rnxeyueiwes. CcinsultarJtin with an attorney 15 cncaltuaped with respect tons completion or mi Hitt]€ally In. Any Angular reference to ( l]rilraCtr,e, Surety, 1( )wner nr aynccr parr- shall be considered p1Lua] where appLicable Protect Number. if any, 'nu C;rontractau and Sway Are bound 10 the C liner itt the anti ouni sei forth bu i , for the payment of which the Conuaacttrr and Surety hmd themselves, their heir, executors, administrators, SUCcexsa,rs and assigns, jointly and severally, 2S provided heron. The Celrritltl+EuR eat ihik fSaMAI V lkuClr chili If 'KC UWner acceptm fire bid r'( the Contractor within the tern specified in the bit di,Cratrt£r1ts, ter within such time pent oci as may he agreed trs h:. the C )vier and Cahntractor, And the Contractor either (I) enters into x contract with the C korner to acealra,lattc£ Ninth tlir terms ,of such bid, anti Over such banal or bonds as may be specified in the bidding am Contract Documents, with 2 surety adrnitiet in the iunsdicci n elf the Pruiect and otherwise Acdceptaabk to the (hiller, feir the faithful pc&srmanee of such Cormier and for the prompt pak'nrler1c of labor and material furnished m the prosecution thereof; or (2) psu-s to the C kwner the difference, not to exceed the am ounr of thLs I3EJnd, between The amount tll'tetifted in said bid and such larger arnounr for which the Owner rnss in I+ewId (arch contract with another party to perform the work C1w rr,ed by Sabi bid, then this irbl gVIIin shall be rluLl areal veiad, otherwise (LJ remain Lit I force and effect. The Buret} hereby waves any notice !if an agreement between the 1 brio and C,+ratraect yr to extend the time in which the Owner may accept the bid. Waiver trf notice by the :surety shall na't apply tea anti- extension exceeding sixty (60) days in the aggregate beyond the tune fist acceptance or bids specified in the bid documents, and the Owner aod Contractor shall rabtain the Surct7'a clonsent for an extension beyond sixty (6O) days.. If this Bind is et.ues! .n ee rinetti+m with a subcontractor's bid no t Contractor, the term Contractor Its this Bond. shall be deemed r41 he Subcontractor and the term Owner shall he deemed rrl be Contractor. Whenthis Bond has been furnished to comply with a statutory or other legal requirement in the location of the PreJicct. any provision in this Bond conflicting with said statutory Ltr lejoi r qulrtment :.hall be deemed deleted here -from and provisions etonirarrturl}l tts such statutory nr althcr kgal requirement shall be deemed incorporated herein.',net mil furnished,. intent isthat this Bland Strait be 6tvrist rued c iur+Er' bond and not as a col -Eynon law bond. Signed and seed [hp; 20'h day of December, 2022 Texas Aquatic Harvesting, inr-r, lir�nhtia ti- Rralthins, .�lrtrrtrr4t .In -Fact R . reringernent with the American Institute of Architect. the National Assockeinti of Surety 'Bond Producers (NASIHP) twviutteho.txyl) snakes this foal document available to its members, aMlialfzi. and associates s in Microsoft Word format for use in the regular course of surely hrtcinr s, NASBP aouehn. that the imiginal text of this docurrbent c r l tmis exactly to the text in AIA Document M It-20I0, Biel Bonet Subsequent modif catiats may be made to the original lest of this doeurrrera by users,sa emeriti review o l it c wofdin$ and consultation with 211 attorney^ are encouraged before its completion, exe5l:ittion or xce€lhnx. 1 AIC (10003a0114.7 t Thin Yr.,.Yea.00.1.r,rr}'iraawitt the acts a,ffho !taw d'Rd rlrry o4afrne, uHrrrwNh rnitf+rr°rite Cif su►ir e.rr.'e?inlive manner andfntold etre.ar r+riq tldrf :k'aa rigid doe °S`rrir. d aacrK Lew', ref ['e.vfii, i'wwrrrlry Rear, I linter *sac or Rer drnfial lirwra:I•rrr► POWER OF ATTORNEY \ - V .,tali MI 1`Cre0r IBti° Tbai( 1'rciriaro: Iha! the Ai ii Inwitanse Company. a. wpcaali ii prjylweidl uradCt'Ming untie( the law, isfeheSr.11e of hii,seuri. hating at p respaLadminrstraiist offline in Juicy cry, , LhCrd•inaltcr refund No , LIIC'ICompamYf)du4s bleb. appoint I Ire}' Il. Pie, gdonitti. llol5�ltn, Bernina P_Tiatee1R, Chicle' P. liu•orrrurlan and Sickle tn'i4feneerr of 1_aerriood, FL IlEACII) ON erne and Iawltat /mam lcytsjln•1`att, to irLjht_ {k44-uar. 1TJ!. and deliver from 1 the vi74C .I e1`91ar+t:C Uf 11.I7 power Inc and 4n its bchairs s surety, aim] I ad and. deed .Any and all kind., ondcrlakings, eta Ir iti"urictsand cth r surety oblikrltldn•_vnehe penal aunt aril etcerthng IftCly Daiwa. 4$911.11(I0.OX1 l 1 Thai. ¢iiLhoiraLV +luc, nee p i rrueht settle u! hgaleun to be spilt tried Lu,s0 ur more bonds In older to bring. each well bvml nclIbIn Live akillar limo red autihlrrey rs aeI firth Merritt The ritnibIr.ai of such boards. itnak angs_ arcogrmrances acid aahgr iaJiCt}' del ig'aill7rls Ln f+arilaa cc ul uIi. Pac4ri yllali Iv as binding upon the said Cnompaoi as hilly and amyl) 40 all Intents and purses, as Litho asaw lived Doer dully e•acculcd anti ackrwna; Ieelged by itt regularly elected officers al I'l r pririCiGsl I Irilmi nislaU1ivc 431f cc rn Jeraary C It}_ d+I4A' Jcrs Ccr Tin, raw Cr C}l Altumcy as etecuLeal ,' auehcxity ul rttiellin ru, adopted by unanrm vets ("Content tit the Board pf l)n - ruts or the [`ornpany [NY 1ke mber 10_ 2021.1.rice and r-tea t-ale Carle%of vAigh ate hitrearudlarr sci refolds and ale hereby (citified in by the utadersrgncd Pscirelaa'y as bang r n Iu II force and tfftcI' "VOTED_ Thia Lhe Chairman aiI the Huard. the 1-oretadcrit. tee the 1—cartni'dt Viet Fresanlcni, ea any Senior krice President..1" the Surely Kiiiirsc€4 f1LVisaan, air their aramly.-ic de:L 11l11gJ IIIY Wrrlins and. Iilcdwick ih. !tit'4iolar'_ 4z the h.L'rt1.Iry ,hill Retie the palmier and authority to app..une agents and alrairlt,'j•.-in-ta(t, and do als1Iln it I l ii1 wlsfrt' to the Ilann iLrie,y 1#I both in ',hell resgeclaye pay.er4 ul dit,irnyW• i , exatute t;n behalflive C'+.1.411 r4 ipad Much the seal of the CaaIYrsd+ly lhsrcia�. bunds, LLn,lrrtakui , TecehMittaiSees aridother writ}ragiirc there L and any wlcli nfficcrl. Iif llac [.`al npanp may appoint agcrae, icr acceptance Dr pr col em s ThL, Power of AR,Tnry rssignol. sealed alralCertrfitd b lfacw nt.lc under and by authiroty aflha fallowing retolultunadc ileJ by theunianIi-n u. ronscrlr rsflh; Ftnir,tof 111rCC9dr€ Of Ike 4'ur41F42:nyr alai L?eccmbcr Ili, 21 2)4 VOTED, That the sagooruie aI the Uhaartnian of the Baird, Ike President, or the haeCvtivt Vitt ?rtsidcni. L>• ally Servos VIet Porood n1L. of the Surety 13aavrncss Division. or their appu■naes% de-signated in wring and filed asitli lac 4trcrel#iy, and the eadtwlWe df air Sercaary, live sCal of eht C.fnlpgny, and certificalmns by the ScrotarYt rely be ilillL d by .14101.Y111e tits any power of attorney eft bond e%ecufed pursuant to thle rtwlutaura ad•upetti by the 8n>rd or I}.revior$ on December IfI 2020. and any ((Kb pm/tot yap caea,i1 iI, scaled and n. td with respect to artytumid air undciIiking Ia Which d IS attached, shall annlinue lu be mod brashnd i ptsn the {"rtrv,forty la licallranny Whereof, Ilse Company has caused Chas in+arumene a0 he signed and Its corporate seat to he a Freed by their ninIh need isrtleere_ this le day of a letah.�r, Z431 :aarrcolled and +'edified Regariig. Fthulman, "So:ieLiry STATE OF IPENNSVLVANITA S& COL TV OF l'11ILADELPHIA Si L. 1khele Tripodl. a Noa:ury Public. ik hereby Coolly that Regan :A Shulman and Sicpbcn C Ikusehak pc/small), known to me to be the sane persons „i iroe zuoinCi. are respectiselyr as Seeresary and F.xeCVElrt Viet Fro-5141 o sf the Arch Immune/re Company, a Corporation organized and caitiirng under the• laws or Rive Stale rnf Missouri. sithscribcd11. the it,rthLttek; Instnar•Icral, appcarcd heroic me this day in person and severally acknowledged that they bang !hereunto duly authorized Signed, sealed W iLh she corm::the Seal ursd deli a•trtd the said ,nylrur, rii as the free and-vuluritary art of said earprxauun and as Ihrir own fit c and solur1ury gels fur die uses arid pllalaatset therein .eE i,WEh Arch insurance Company eiff),(4, Stephen C. Ruschali., Etrnuhie Vico Irftildtni CER'TIFIC i l(Y l 1_ Regan h. Shulman_ Serreiary tilt II,C Arek 1o1.441.1. tit' f'.Wripang, Oar hereby ecnii&,bit eh; Flaari,titil Powrti' dI Attarrry dated Orea rr le. Nal on behalf of the personl,l as listed shave is a true and currtut copy and IIi 1 Lhe Wile has latch 411 Aall auNt anal cil't n. s=nbc ihv fag lhcreoi and is in full force and a ffeo ter !ha tale of fin licm, certificate, and 1 do Rarihrr certify that the said na-alien C kusehrl: tik+ae►eewtdihG ro a,i Atlu.ney as h•tcCulitix',e'iremason Ile date of cl a wit of the atticlrd Power of Athency: the dilly circled f.k4'curivc VICC f'r'CSi44611 fitIb{ Ar h InhYarant{ C'onnri1ny TN TESTIMONY WH F.RFOF, 1 haw hen -watt subs. Lai d my Now axlj ar1r J I l,c 5,1.114Iralt ycel or the Arch Irtiairanrc Company en rhos 'l7 all}. or lktroctibot , rIL:I afl > aithry Fepfl at RPM _ win - 31rch a ixadr_ Nola r PuMe l.'ly enmmission (moues D? 11'202S ,g,A lie' Re � e % SFwiI flW v,, Via'§, t':ary This PLtwer of Atlurncy !mail € cite act( of i'hose name,i ehcrci n La the bonds and undc1lakank;w specifically ru m cl Llwi .n and they have a„• n} IR nd live C urnt+rnti eSccca in the resannerand Iu !herticnl hcrtI! oS,tiutl FLEAS SEND ALI, Ct_,tli,l Iti I[.IRIFS RELATING TO THIS B II)70 TIiF FOLLOWING Abll•'JIFi& Arch insurance - Sorely DLrltilrpn 3 parkway. !4ullr 1$ID PhllydtiplIlI, PA 19142 113110411i feese CPRrnraArchIrriwun€cCalm L+rrijy the au°rhtrnticatYalehis FIu'wlrrrs/Aftaina�l+, p ,FuFlYear rety4ulht`nerc drehiresa,ar}IlG*-;oral Pieose fa,(ar ran rrir erboVe lii7rried ri ttarney-in-Focr and the dertorlf§ of Llhe bolo to which the power is d rent Cal. ACCPOA 1 O12O Printed in LI S.A.._ FOCAL l-Al'F.. LEASE This Lem Agrcen cnt Ills u is dated Sepoernber 3.2012 by and trtwoen LANE PROP T1 J.C.l( r ,rd"l. 1.11141C1M% Aw.nics Harvesting liar , �`"Cirrarrt�}_ The ;omits agree as follows: PR> 241SFS. Landlord. in consideintion of the lcast payments pre ided in fl+i Laaat'dcl, liteocs to -Tenant- Terms Aye F +' ti ttg Ire. Mc "Premisat l(Xt 749 NW 23 si-RnET, MT. oti. F1.331 propert, is AMA in the pubric reenrcla 2O41 NW ?tit Place Marto . Mei& 31127 Icy?' addre2LF for the errti rr . ' 1 TERM. Thr leap term will begin on Do mkce ! . 2012, and win ierrninme f �� rf a *irk. r Cf 30. Zoi 5. 1 mac will awrornatkally runom for Ani adcf; erorna 2 r �c - at the cad tX the Le ma Te. unless pr irnr written i rl lie uion either pkrt}yis given 90 days Mfg to 1.*ric expiration_ I RASE PAY ME: . 'Thum sII pay I rkflar J the monthly payment of S2 W paid in advntocc orr the 1 +a rim of every month_ SFrURTTY DEPOSIT At the time of the a gnirtg of this Incase, Mum Alai I ply to Lantnottd. in trust. 3 v fairy wit of smoo.00 to he held in non-irr#rrruir ttnrt arid disbursed torn -rant damages to The Premise -stir way cxr early tit:rsrrination of the Tease m. prov'dded by kw, POSSESSION. Tenant shall be entitle! Jo pn on the hrt.t ti c t the term or this L. 2nd mill yield pokossion to Lon the Iasi day orihe le7sa of I ..uase. unless otherwise agr tr} both panes in winos,. Ai tic in,piracion of ttic noun, Tenant shall remove itt tecds and tffecim and emy yitidcep the Piurniscs to Landlord in as ,goad a Ceadi tion ItS, when del]Tcped io TV . ordinary wear and rear eN CepCrd. 1'4 J 111111111D11111 95119 mo �41 OATE OS-JAN-23 NJ ,E hU6I3EFt 9511933 City cf Miai�ni Customer invoice Initial - Certificate of Use LIENrrn`+4Ir k A..1.l[ rMu 44:FE13,23 V 01-3126-010-0110 Send Payment To: Ft} Box 71234 CI7arkille MC 28272-1234 Page loft INSCRIPTION IC U44 • INDUSTRIAL STORAGE' DOS TRIEuTIor IFS04 - INDUSTRIAL 5TQRAGE" DISTRIBUTION 11x04 - INDUSTRIAL STORAGE; DISTRIBUTION ICLJSvC - ADMIN FEE ZONING it SSC - ADMIr+r FEE FIRE SAFETY PERmit For oe lirrq payments, visit IRV NniainigQ'+'.eeerVpay The acturbea 1 trimness for erg CIS ere Ithi1ed only; latrels® 242:wir><h the CL! have boen issued_ Failure 10 OO 1ply rna'yrr4141illtiCet &Wee rerrocakin. Any renewal lee wni• nv. Iraid sptched,will be consider(d 4 iinqu9itl and assess$pI e� it the r n-Pere renewal tee F#us an adchbertal 5°a Ire each aent in r►th therea rrr}T7.0 exr5eocl 25 a - City Code 2_2cxitil.. Ta avoid late 17ee*!p fP e I Kn sft++ # RECEIVED on or bei4+e, M {lye date. Eve, N n58<fc515E9 plicese.+ # ccntac1 Customer Semite at t35] 416- 57ii -,� iv , r r q' • r.•t Agoo.o 4 IJIAEHT NI.A4BER 749NW23ST WST MER.. HWHBES 21472 LEGGYti ri chalk 50822-121.019D *w4 pae. urn TS TR414FACT Km 102.00 3.60 3,811 TOTAL AMOUNT RUE SEE REVERSE SIDE FOR BILLING INQUIRES 4, DETACH r#KEPirt rIrrRETL IN THE El0r1041 PORT KIHW1T YOUR PAYMENT -lII ,ier1 1PpR1 l 4r'ptlRRIKIrrT 4 c1+5Q t NCU 214762 74gNWf5T City Of Miami FINANCE DEPARTMENT, 4 $W Zn4Av0nu Nll6tml, FL, 33130 vicea wistrt roTAW.A5uNT4uE - — 9511 3.125.001 Gn....m $ Pam}+ t, O 1-Fel3-23 lidALING ALC,q ESE Texas AqualLc Harvesting, Inc. PO Box 4034 Lake Wales FL 33059. dOrld ;r km:v.0er*MO+SGG J• 1111 U llhl[lfl FIIi H 9511933 y}pry it iriTE d€S[f�Y TreS .INE 1 Ltii NOT hoed clth "Am Pwck proot4 n C .oi Own. t+u etra ea Tema INN+ HOT tat 'h/-0s'iid truaprt lGG06.1.0,1}er eat* trrry ti 8u11 r A mµe AVA•ngy I»4e6 enkt9.1. to rryy irl rrv,yow peinreo Wel lush mantra t tial or Mini . c m 44 Sctrrrts AWN. FOIL* DETi 1l t PM& wtrr.w+G 4. 0E1214762 1 1)9511933 2 aflDOD42501] 1 6 Department of Finance Online 'Payments Receipt Your Reference Number: 2023006001-17 01106/2023 8:36:25 AM. Web u se r TRANSACTIONS If you have a Customer Number, please click here 2023006001-17-1 425. 00 CusroMER ", Z1472 AIR Pa ymen t 1NVoICE #: 9511933 BALANCE DIJE: 425.00 PAYMENT American Express Credit Sale CARD NUMBER; 4008 Lasr NArAE: Vaughan i ii 1111 DI 1111111 CE2023 , U -17 11111111 5425. 610 TOTAL AMOUNT: 42 5.OD u $425.00 Local Business Tax Receipt Miami -Dade County, State al Florida -THISI:S NOTA IJILL-00 ripTPAY 72.110741 P'J1 IPP ITS MAHEOWCATIQOT1 TEXAS AQUATIC HARVESTING INC OPERATING IN DADE COUNTY ontoN TEXAI$.AIATIIC NARVESTIINC3 INC 213 SERVICE $U$INESS ,IAYE3 P V IFAN PRES RECEIPT NO_ 7633555 EXPIRES SEPTEMBER 30. 2023 LBTI Mu. L.n 11 rpli}`agl .y4 ems qi laM}Inndi apu+suerl CD County Cade Cnap:er BA —ArT,S E. TO EmP Y 0) SEC_ TYPE.OF ElU INIESE4 7 110,1044ISGIT' Il4ICIR.ItV eY TAX CIBLUCTCR 75.00 07.0512022 INT-22 110 IMI#'meat Irllnau Tor Pert 'pccrap LanrrmrpaprrnlseIII! LIcpI9II!'i!I TeE%4404111isart■Geeew, oviiii,ga ■ aeniFFeTBin e' Lhf n.ltlll'bcnrwla. Fa.Gr4.ar miP1414.1p4Thili air pgrvripetal er iaje�f 1 M1,Y i UhI lil EJB° li.'1I 1'd JirlrI I !1I ICI riillc h ■pia h11 .I hM II11FIL TIN1INCEPT bfdl.aharrmbrlkm d.Iplarld ci Ill camNrdaleiblrI. Mien ArCedaSaera-21S. Rum; up Id7Ts1iF,. Y 111L IYI leaepa : _fliin in Ikurtromt . a Nningttarr _ ;de C4rdir+ratiou Onitt rbertan CVHrr4trcial APPfi4d4Y Lice it . ANTONIO 2arelasta CA1262'6 lam: sip F.%Ores; .'Hay31t2Q23 _ f tote ._, Nl('c Er _` 'p is Fwaulo•asr ati IC mJwr34rtt a Ly pitt lAtigargSTAXin lAI AgRow Criv Ufa Ai; TreeCrup 1 Ag AniiDal 1C , pbcaeeT Ag ID-. soli and citeta.&I ut Furor 1'E Paw AgCornrnxtieyFur 2 forest ? t C m&ol 3 (reams nkalAndTurf 4 Sced fr tatzmni 56 mark p 1t Control SB prgamotic Paint 6 Righl ad Way A ViooflTrca4ineD TR Chlaeioc Cray Lufaiziao 7C Sawa Roar GIND D l Beguladry Pcsi Coo rol 10 CcrnurutrationaodRes b I1 Aenal Appliraeioc 20 Rcm0srory lzuyp. cad 5a34. 21 NffiUra,1 t Woad, M fee iafor ca111 50)617/V0 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Griffin, Secretary CONSTRUCTION INDUSTRY LICENSING BOARD THE MARINE SPECIALTY CONTRACTOR HEREIN! IS ERTIF ED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES VAUGHAN, JAMES PATRICK TEXAS AQUATIC HARVESTING, INC. SEABOARD AVE\,:ihiPab LAKE WALES FL 53 LIE SE°NUMRER C 131151 07 EXPIRATION DATtTALIGUST 31, 2024 Always verify licenses online at MyFl0ridaLicensc.com Do not alter this document in any form. This i5 your license. It is unlawful for anyone other than the licensee to use this document. State of Florida Department of State l certify from the records of this office that TEXAS AQUATIC HARVESTING, INC. is a corporation organized under the laws of the State of Florida, filed on November 13, 2003, The document number of this corporation is P03000130924. 1 further certify that said corporation has paid all lees due this office through December 31, 2022, that its most recent annual report/uniform business report was filed on April 29, 2022, and that its status is active 1 further certify that said corporation has not filed .Articles of Dissolution. Given wider ray hared and the Great Seal of the Starr of Florida at Tallahassee, the Capital, this the Twenty-ninth dad. of April, 2022 Secretruy of State 'tasking Number; 457733716.9CC To authenticate this eertitlelte.visit the following site,.enter ink, uumher. and then follow the Instructions + iipioycd+ httrsIsenFees.stinbi€.oraPFilings/Certifcalet) tatusiCrrtilicaiL.Authentisailan City at Miami Solicitation/5753 QIit [7f 4Tharni ANNIE PERREZ, CNP° ARTHUR NQRIE3A V 'Procurement Director C 1. Manager ADDENDUM NO. 1 IFB 1575366 December 23, 2022 Invitation for Bid ("Inn. Canal Cleaning Services 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 andlor figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note Rhe contents herein, reflect same on the documents you have on hand. A_ The closing date for this solicitation has been changed to Friday, January 6, 2023 at 4:OOPM. B. Section 2.50, Primary Client, has been added to the Special Conditions section of the Solicitation: 2.50 Primary Client The Successful Bidder agrees upon award of IttiS contract that the City of Miami shall be its primary client and shall be serviced first during a schedule cannier arising between this contract and any other contract the Successful Bidder may have with any other City a idfor County to perform similar services,. 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. az - Annie Perez, CPPO, Director of Procurement City of Miami Procurement Department AP:tg Juvenal Santana, P.E., Director, Public Works. Barbara Hernandez, CPRP, Director, Parks and Recreation Yadissa A. Calderon, CPPB, NIGP-CPP, Assistant Director of Procurement 1 '24'22r2O22 2'47 PM p. 3 City of Miami olrilation 1575 5 This Addendum shall be signed by an authorized representative and dared by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: a s 4Laic I'--i _ ev'fs fiji rl DATE; 3 SIGNATURE: 2 1V22120,22 2:47 Phi (.6 P4 (Dag of Atiarni ANN I E P EREZ, CPPO ARTHUR NORIEGAV City manner ADDENDUM NO. 2 IFB 1575336 December 28, 2C22 Invitation for Bid f"'IFB"j, Canal Cleaning Services TO: ALL PROSPECTIVE BIDDERS The following changes, additions. clarifications, and deletions amend the IFB d4Curnents or the above captioned IFB and shall become en integral Part of the Contract Uocurnenis. Deletions of contract language will be specified herein_ Botd words ar7dU'hr figures shall be added_ The remaining provisions are now in effect and remain unchanged_ Please note the contents herein, reflect same on the docurrienis you have on hand. A. The closing date for this solicitation has been changed to Wednesday, January 11, 2023 at .COOP M. 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 P urement City of Miami Procurement Department AP:t€g c. Juvenal Santana, P.E., Director, Public Works. Barbara Hernandez. CPRP, Director, Parks and Recrealior. Ye disse A. Calderon, OPPB, N IC P-CPP, Assistant Director of Procurement This Addendum shah be signed by an authorized representative and dated b the Bidder and submitted as proof of receipt with the submission of the Bid. NAME: OF FIRM: AOS tZct-r1 7—I f�l r ;e".11 : r`1 r_� �1 DATE SIGNATURE. 1 1J3 ANf IE PEREZ, CPP° Pro;L$ frx1nlIi[emir situ Miami sf� {o4�. ARTHUR NoRIEGAV C' y manaiger ADDENDUM NO. 3 IFB 1575386 January Jr 2022 INVITATION FOR BID i"LFB" ), CANAL CLEANING SERVICES TO: ALt_ PROSPECTIVE BIDDERS The following changes, additions, clarifications, and deletions amend the IFB dOCurnents 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 andlor 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. The closing date for this solicitation has been changed to Tuesday, January 17, 2023, at d_1OPM. Special Conditions, Section 2.33„ Performance Bond, Paragraph '1, is hereby deleted in its entirety and is hereby roptaced with the following: Prior to commencing any Warn, the Successful Bidder(s) may be reguered ki submit a Performance Bend ectual to 1 of the estimated Ayr* required (inclusive of the Special Provisions lint item) in the amount or the lr!itiaf term witftin five f5 days after receiving a written notice from the City. This performance Band for the satisfactory performance of this Contract_ The Performance Bond Can be in the form of a Cashier's Cheek, made payable to the Clay of Miami; a bond' written by a surety company authorized to do business in the Male of Honda and shalt comply with State Statute 287.0935, or an Irrevocable Lefler of Creditif the utter is chosen, it rraust be written by a bank located in Miami -Dade County, be in the amount of Pie contract and should clearly and expressly state that it cannot be revoked until express written approval has been given by the City of Pvliame. The City, to draw ort same, would merely have to glue written notice to the bart.k with a copy to the Success/Li) Blaider(s). C. The following are the City's responses to questions received from prospective Bidders Q1. Who is the current contractor and what is their current bill rate? Al. The current contractors are Texas Aquatic Harvesting, Inc. (Primary) and Adventure Environmental, Inc. (Secondary). Refer to Exhibit A — Bid Tabulation For the current bill rates. Ct2,. What is the annual budget? Al This information is not available at this time. Q3. is a bid bond required fer current contract holder of this service? A3. Yes. Refer to Section 2.19, Bid Bond. 1 A10 04. Is a Miami -Dade County General Hauler permit required for this bid? A4. No. O5, Will the City of Miami pay for disposal of collected debris in canals? A5. Yes_ Refer to. Section 3_1. SpecificationsTScope of Work_ Waste Disposal. 06. Please confirm tree trimming on canals i$ not included_ AG. Incidental trimming of trek branches less Ian two (2) inches -n diameter breast height shall be included as required in the trimming of overgrown vegetation as listed in Section 3.1, Specification$FScope of Work, Subsection II, Description of Work, Item B, Mowing/Trimming. 07, Does the Commercial Applicator Licenses issued by the State of Florida Department of Agriculture and Consumer Services meet the requirements of this bid? AT. No. Pursuant to Section 2.5, Bidders Minimum Requirements, Bidder or Subcontractor shall possess a license for tha spraying of Sonar as issued by the State of Florida Department of A9ricullure_ Q. Does this bid fall under IFa 1 a8O386, Landscaping Services Contractor Pool? A8, No. Q . Will the City accept an annually renewable performance bond? A9, Yes. Q 10. Is the performance bond amount to be equal to the annual amount or the total of the initial three-year term? Alf O. The performance bond amount shall be equal to the initial three-year term_ Please refer to Section B above. ALL OTHER TERMS AND CONDITIONS OF THE PFB REr'IAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE JFB 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 forks.. Chris Evans. Assistant 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. \� r! s far� 3 NAME OF FIRM: MBE"" S���� �t = r SATE; SIGNATURE_ 4 2 IF® 977362 CItywkle Caro it Clewing S rQFcem Machine n113 . Pace Shirai T IIe +,%ie3lat Harva9iin , Irli.Group, inc. Superior Lenldedraping aril L�r14n Service Inc.Euelra.nrnpntel, Adventure Incr 'Trill 04i+tluerusrr nr, 1r.,r 11W+T+ [ 1'aT�LP1E1iC4LI ul.r'If#IrKR ICI+Ln2114MT 0.wnitu[[ r8erurhla/?AV i.IFTPRIGS TOM WEN Ctrif r mrrr.y a Inn,,.r._. - • ++I re hurl kriw .v __I *II .11,...r■ awl 11..,•a.q.or. Yaw aP.p 7- a 17 h b+ land., b.a r. In b*Wall kr! Y'E.omdltw a.im•M' alai, N M 7s.Y.mi• 1 "al LSW 1G 4L94dI F!l414 Mai 415h4�P ti.im+� Il°.41a� dl.wt• d 4ee . fm.hlry i b.b.. a'••••••I rrr. kr .14ewl.P.,.wr eeN#•.r ar ;pp 41F4.N.p* i..,#Ir ,. ,9P4.1+eq:rw.,lou'cen.r1.War, .1.W..a.4i1M_.jP1..Mw[mTm,✓a+•M•14'Yi14'.r Y A Jl1P4F• 4K$i4 aPJa94b #Li00-FI !- muW �."41" 1 a1.bm, n I", +ref + 00.4.1 P a1. �4�ka.+ei did d i1 W 1 PI mpmm+x li' 1. AI' i I. k.dra.err,'ieyrd Inari:F e:h 1• ,.I+ke! w�,t�ieY4'�.M W dh '• R 46.R444T I�G ga NM.il - iZ.'M,IM N W4 M wow li wiler•Istirr.'sl art Ot114 41 r'.,l4.1114144•. •••41.4 trr+a- 4,fi. m,rt114_.$I ,wrwti.1.1 m,.1aI a, wpm,. Win my,. r+r.N'i.tAMPlina:i.,I.eels1mite hara.on WirdMamelalmn.rrich! .irrmh "on""d 1.rhm. PPP! �Y Y 41 48h5 LMJLOA? 11 LF.M' i1LAPa94 iIC- 44 Ve.ln• C..' Na.ti, Cmna42, 4..1 .hr 14.11 ONO&am.*w1 •..e1uii*.M Du..na....14,,ma .i4tihb .•.1n.. 1.....�Yl .w ..014'{a... kW% midst,. by* Y+mm well... ....hire my .nl .P damm.:lm.w•ama,. am. a ,v.yair I,i.ih alpirtlp.:Y DH 4][i.iiL3Y - Sa4;a1 rr1 Sl•{]EO.M L# {$ Ia; it e�e161 i! Wan. Crrr. 14..G..m ;i, F a.e.r I`M d!11=14.a• way l • . awangs 44 Wm. •ma o111ph m i.eir .h ham .i .2.prR r040444.Y SI..04.y a.l- 9 r ....v.... e.pµ.0.1.1k4M14i idl oar adli,i. n.r.. 1 n ni .+.r ... n+ 1. 1+, ..rrta. i ■raay Ire I I]Jt�a ro iii 1A WAN 114 41i iiFxel jaJ�6 CO YACQ4� WkitlFO M I w4r.+ it ra,+a,.,a;.IIrtR..mhr i•11116..4•47Iwf.a'+'sia1Ii•.l 11...•awi!..d.•i.1a•... nMOW)YrW..y►R robs*.m�Y1.r +•.•1aYFF:. gar sE11 V,..r•+a•7L1Ri,.•.4am,Wrdw.. ,,t.r.1 u.m.rrrhza. l *.i £rid-7? IF1tl eP 1,1, 1[i+X= Sa t@til a7w7S ®} t14P441 tl ti/PP.1F a. a • ..r WDr.s C•.. NY.n C.. h41 ..tati lit aar /'k1.4�..1a6 akrrrl r1•►-iv .iar r.. .' &.re4 •ww trw, •¢Ih. irrora.rad�w ..k'r•pm.YMli.lr,-0ls,•1k.a.n ir.tr. •ara.m •+,o:a...fa mar la .Mr`lar, ...,rin.n CO wag!. Hr.a l .. air ap #i a wahhe, ..01.&, 1 51X 1 17 daD.l !?t1[E•dC lytiiii I]-Xill 71A004d i�li 4.�s Ilikea,. d. CICk.'rO 11.1_. 11.1 01'9./•_i...h K11 1r.. Ml 1 SEW i}, . W 1i,44w:41 1 } l70C Pl Ii):ii idh #7 aaa Po • .rnenom.r •,'fix . a. al. nil r.a.nra and . afma411r.1y 14.10, iiMi.111 .•w4 ram. "•.s ..F1.me. 4rk imam.. rc ib In Nit I1•4 .11d .lr*1 • mlr....aYb.a 1aI .1 r..tw I-.4 . Wm, 41 ...a [a.W Iwo cww4u 120 d...r r ar r.k.+.rr.*ah- f '•r"1°•ior• ww,..wwvspwl•ryq Dorn wow el impsirm y1l.h SO L7t 7d1 [t i7 I'JQ �F. 4 4I SI, MCI OD at' wwlimmanwwwwirO pawn, .*irll idii M Ise Wee iV.erd i,Mi.N9 ilmI ii'd ow ...I v.:1.mM =Eta man ■rmA+1I balm wow.. r.. l4A.i bmis, 111•lrlq.1•1......rt.l 12 1141,MrIceL'E.1Er• WBi.'.:11 }n_a{tl:EO LfF:.s109i 4r �dp{d c...k c.i pow a. Wei- ll.mi*iPPI, 640 km lolrmylni, r wllw bolo rwm AN rho..l e.®.F awing oral a.rprr..crAi�n .i .idiniu .>✓ 1 of sk.d..a�.,�ne a••.aM,Y kw.. 44.11pr 8v4 Soar Cann UFO Wear ar:.r d L. ilrb �91rY�! li.#Fi IF IPII41 L111 I 11Goc,c 11>rid.lo H4I rl m. mgP-1.,ai.g siMY .,1,..plprr..i l•.b.ettv.,p.dd,aw+J#1141{#sY.10e1'l1,•mf...•d ,db'Ihw'I+td l•Mr4 i111.1II n�ryl.ap.lig hr..r k.rtli rtoled, a a q..i&p 13 II._ wimpy. own so.ah cAmo mew Midi ll.lia..•i,=aw,wP1. f.daYtyli •11d..P1',ri1lwe4,1011••t! r.P444Mr.iaa.•mMP410311Mr1.1tlwkrri0i11na•.b.a/~4.I+twhkk .ee,r.me..rirpe ear n • soon.,, d ill$1•11i Lai•.ii be. 410a iir°•1ih„il •iYi p A1�1i1YdiY #Y�an 1I.**.it - i�R_I�k46 t9.i6ti4o si.ao1,11 r t �• 1>'l�.9f0 IF 14i ail Ma Cal4i.4/141 I.Itt/1L>1P i� m.0 Pa 7�4i44 50 ormr.gblym T..••1,•V•r rr� 'arr. ha ewe* 4,41. ,T1 f..-+rw11 ■a1i..,=.11•1•1.r 1� I. memoir, Ldr rip ...Ns -Ida' ilki•=1•Ir .11.•••••121•14111.4.11 a.+h. 11110SI10k41•..r. W . rermer.Fl..Itillil Vii. -Ow Wet am.• Mr....yk� ere r.1la... %.Intl [.a1 j7.1i,4 Pow 1.r or Imiyn. •••P 1.-r n4ei J is Mimi r.s..i41'. 1..iilyNa d mpill, . a fi'Pkn dre i>Y cdemq MI, *wham' eariae 1i te,w a,l wine nom am' Dowd nii111 nor nni de y*F .Irmo• an a worm [iM q . • rat.rll.er 12. hIll DS i1'!J' k0 {.p12 7oDeaFP'I Pki{ W 1".71 lil..�Ql 5.,..tag[.iri%01 1•+1a, Wel h» ....la. koriii p 41 Mao_ 11M.1d ii.ri.iru hri b od * i.i*►Pi.• awrad...m,i4.n1'. # i{1N.ii 11,7u147 4i1M1.11 sa me.pp 1 iiP.lt l7 aurae iF0_igiJli wk ari ,.a.710prdmhat moh:Prmnrring al irmr.beth'•ip44 p,rt..I r n. nor o,i Lein . in..... 4..d.111t.Y -•o•71.1i. 7 Y 1, 101,471 ST.1114 10 12.442 00 4r a1 t;aaltplil li rites 4i.P76dG #i..1'31-.i1 3.A.Ki ei.w i1Au1 b- hr it drib., m.P •.yl- r.wiri.dlr.., MINIM 84 Ilm1601.. ill." b ..oar a'.l ammsml d a y roihiik" figp. kn i '..Did".41. tdw1 ni.11.1.a 4..1 a l• m8i•,•.e+ 0,... I71 r..I at dllr kw lad..~..nr C*-'•Cur : 7$..i114.1er-I.nwa . Dater,' gl Ma,. nialml 1 mime,. Otoin Imellal ....... 140,~N Ifk,bdiadid14ahirPpw......1.p..,1..=•111a.114la.w1rglid..1 p pi, {ti.la..rw.biiiR.11ai'im Pa SitiOXVIE 1.176l3Pl 'it1MiSi 41NDrd 1i17.2.1A6 - 0d1 Ili, tmm [10Tiw.1w mites bril. ..' .rj- Few"... Wm....rldrlYd•IiNQ Y.M• wp+d - l.a.IN w lar,wki * s ' Iw 17 :iA di1111 ta,3eu DO 4I 7si nt I1t.MP 11Pf F1 m7 Da 3Mtisv0 Ci nomM.+w+^ 1 km'. I•leal.l /a {hlwig r dray iw,k ii aillm•t . -:.I doa'.4..�w11'Ir.I,.W.a1 ■ .,.rAlyriwlM n.V.riilr kV al ar•+IaTk�u� tP.f$G,6d 41 i, lllil 41K14l11 N-ita0 COilk i71a.1 i199P'94 i1a,11t11t • - ea,.111 1,478 as!' fill a wi. ow �}-1".iiriy� it Pr1r..l..1d':.r .I•1a1,.1 . a.rkt ma4 •1 r..l mo1,1i Ma md. Oml mu. mho rliMmIn i•�l oai.e o••.tid.1 .,•1 RI., R,.ihiIrf 1 fir 4 r LAC I- m71 Ri i:. Will ill Wow Do _ 1,1.11i11t il14410 121,011143 4+'.6CP VI cii,01.i11 owkw{..„..Ng rpm.. d.l.l Mem&l14R•1 . 1'Wil+4 r IWa, t 11 wll+il .1. i . /Ipa®i. ,.ii„ail'w kf°a.lr�i' Woolly !rim r.la. al Demo." • #r•S.]a�.taY, a. 41Rm••d - - in Sin- ill liar 1 f�a Ann-. IY. _IV IFS O77 2 CI1 Inc Canah CrAanll SurvIC a4ilaehrnlrnt IS _ PrlcLa Shell Tex�siquatle Harwesllno, Inc_ 4yu�FIC Control Grae11 , ir5e. S1ipFerlai dan45dcapin9 and Lawn Sea IC inc. irlidOrlikim marlFoninonkil1 Mc. nods of Ism. no4 O.r fr4T LYdr MKA TWAtutu cm if IRK I' 10E14Irf LI cr1T ^1111,14CL rpTRirl'IM Mel Ir1PPIRl MEAL RIM cam 12 r Crar 14A19 1... r..1 014r... www11.. r.. +•414,'..101441 rid s?•iy'• •+-e_^; FIN es rm. r.y 4 ai 1i4.ai•.r 12.1.4.4.11.141.. Y...rlla R 7! Y4 11...4.a41.1. 12104.211 I.7,F41.11 12 1G1:000 MAID i4 12 4I409 MM.. 414.44141 Hair as.i. a I Kaw. k• - - ■ 41.i..m otf..,014.Ya1 iw....1Lr.., yk,■ wrdrrW Wow (4.4144r.r 11A L'iI1 r .1 rtmt ow..yp. r.1.40d40.11w., i..,ii W 441M t.. i" ; .,Sim. Y I $1,aiam fPM. 1a im1r1 wan use ri tksn.o0 wove' I ra4Y4i go rw.a ....mg.". .1'1 °1.1 Il i Ad u4 ......11.1anor4 mei.141w iif>rev. haloes. IL i..4. 4 4 r...ot , ■ 4+1.rQJ I 144 +i.r iaw;s■�...a I44 14 SIAvkW rl.4i.I.rQr ... w�Mow r31. iir.l l..Ir-�r.+.+p,flw l. curt Ir 1t4r I1L$I i1.+4P5ti *It 41ir1�* li +ee vJg4 S Ii.If a�.��. rr...w `�` "'.A + •rw ,4w.t+lf.rrl4Irlrl,4..a....CaNINN4arm rKrh.91.*rIM1rlWri.11..r1.1wits d.s....lr4`� inn Mt Poi 14 pl..ni Ywu.a.rt, ..... Cw+49ti1ivIrma Nat .e cm ■ ollA/rlilr- 1Yr1O 04 12_IrAOr.1 IMP 44F 11411.41 i1.41104O iE-Ad45111. 1i 69O41} ,. 471kfOlOD *AI AyWin i...1.41fi da-r,.e+y}yMwa'_.ya.ar f1r aY.'M1FI.d.yepvriw.op.rgi1++41014Ulf iMea141rforma raiNsarf• 111KiFi41r.! 910.1.1r.m.L'....a449.11 N.ay AM - alas ra..14r i*biddy 4im fir la 1' iII1YVLLT 1,2 ix, 14-2Me la,s00DI Skill ID v4S9 99h91rF 11. *MVO ii..mug C4.M1r.rlORm. 1•r141+1444'414a1- 1114halal 151e17-1 iiM.11M,fWk.f r.4 r1.1.4•a1.rlAN.....m..rW444O14f1411i1}.Npliir.i.i.dm [kw 4.EN:i•64MWelL4M]M *MOM.lri.la. rrr..`1ra. 4{2! Laird 6m Om, am .4Nrea'rP441.i - II ..11 . 'iiW I116bhmr4ay t WO SLY ; w ;Musa #tali# 91 12.0141 G7 14,1-01 M 9 1.,WigN} N A{i491 U.KO t1,44..l yP...a.i lM ifi VI 1=114 Will -I rrilirMi. Noe remand ire pr .10, krr. rm....1.4O dar t Irma. caw.* 'a +.1 v,da, r4w4. 1:11•45I{I2/10 Prue law d.amrarrPr 4i42110oadol redo W 4.o.i.. p..eddgel-iM". 14 E1.Pl 11.64442- ivSi11A4 1+737SA 421171if 2 I17GOD 111F,21.1.141 k7.GGDO7 WARDft arr.i MBAR' 11n41'+4r..wirl r1ir.4 4MaII,1Fw4firf.r.. a1.aWmirp MINI IniNYM N:*mIl.�4 in.rCm ® sii.hok ohar. f. fu+ i#Art magia..4.l.1.h. f4 04114t...14l11111214 01.. rl4am.4443 MI imse ki or rmrVl° rrawh.i.1 lr. 11.44,444.1-- -NMAATTHa.. 1 M4` 4- i-i 4f pd.. 144. 44 1 i74?7ID 1441wo1' rd,OG9 at -_ S11,NFY eohear I .am Ia14.1 NM 111rrim'1+a�] +w..+'g r•1141m ai r• memelem...4¢Rido4Y04 4l.wl. rr i¢.r wmMdir ha cowl mipti.rr 41'11 molt. Sri 41Pwar41aN. 7f 1:11.i. -eal 11,2li91.71r 411 r..r am ..r .rd]mra.e Pad .1 Y.M,fywili4ll i. fir.:-aaf+.a rill ...............4.14. ort...N'd tal k AWOL LY #p. RI 99 -- ELM AISrd10s DE.1 1l-Rh1 12...1.411. td1.1114 1 Rik 4130411 SP.2.1i 1i are q aioaaisiah f.P....._"' a..1.44.. MP SR drawn ra.114.ar..i.r air, rembrW.Y' . al-'- 121 a..La..I4y1114PR: 57 r111.4..111.4 .r.ku dal1 ar rMw 111p 441 iWF.ro r..d.3.4well- fmINIIng aloha, i' KW ...FOCALLY114.11DS SPAY.d1 4Jkr4PA I.fIM.M j.2!T 2 I1,1l4 i#.4fa4O K101.611 gspr.Alamm.IDaLdtiearr..r.ridlRpiiaL.aMa.m..asrJak441a.F{Fla Ord, ididir'%wiy. I..rrz, ° -�- 414] 14.41r4 4 4.41mia.. elriamrrM I.w j21411 le kaamor !Inc on■ Pi %I :i1J3. 114•d Cava 4414 1...44 r..4.1 Loll er..p• fawa•A a. lam, ...oar 14 * rae.6.ylkded aa1.i..mimmw. ks Noher•f NW. Irak ..a ICON In Pr tars fM,ade.1 raw .aRsI. n.WPRi NE ry ea-aadapY molt. rr■ e°ofiaY irw 11 w MIN 4a..774 14 !MC CO s$,.dA. *KG W IS ,211i! 11,$QB.01 712J114k0I 1* RC.Iilhir.r{ww ia41,.ae 41C alV A 5..441 ° r.lirl kg .l LAN. I-4~A pskel1n3 Yak bowl . ININImENWearer rd' r'4.1 a...o o.a..gyac.rMfr4i4 ohl ~di is 140+rrl4.a MEIN 11,114.4 14?AdP II TNLM #tlY If I1',,D11.N 1I Min* ULM.. 4141Mrr9 r..!•.!l4 Pryr1+94111r $' a ai v L°w.lw a a !ham i} blak ly i111.7eo1 r °ai4i:•i•ar R441 DI WA lr,i?-•~err M.lFd•. nW4RiA M1lfirr.T4alrrirP IY. M rrl..va•. iaiir..0,1414'`r •j • ,a3ainJ'.#.,Ir..i.a.4.4.11, 4 mm., .11r.airmuiw...w LL.IN a.Om, iiiE 7 ».•,or•Lln .. 14.014O - kw 44 S.=1;4 141fr11L4a Kilt In 1I,T44:1. I.m111 J15,5+i11.4! hrl ill . min a•• m.lrr as 1i' 11L ifr s4.! r... ( ovAiife el iw4,..1-, r.w441 .1iaa-..d.Ldoti.4n..h...aurrr 11. ii 1..4044.4r.lS'ariw 43 2 $ini ..d•CALL5' 1.1.1.111 DI. I:.P, el hi I71019G i11.41+40 WIN if 11,1411.41 41.90411 - TAM 411 errw. w.l A1/20ry4. di .af apipowilimphocmilkilm, yilr`s nr.m.r ■ 1.. P... id i.,14 11111 n d.arna...... i.1. L71 a4 ■ •44.114.41.01 1.11144.11a E,.... ra..143o4... 4m1,r19ff.14 41. Newby 4.16.4 •.. M{poodi 11... 1.+511.".r f.}apna..,...5...rykm&haingMir, minim #0.4iri1MI..L1 mi wiea1.1mrflm..str+r p1a1 try 14 .at ai.La a Nevi I on 1 r.rrry I41.1 Waal a 1515061 II)Nq si7ria Wisap 144:11..110 °41 11.4110121 111,4.1.11.4.1 .+4ap..1 Ird r .4 lobo. mowlii l}r..arm NI.% i.1,01•1 1i 411.3a1R11.Y i ROM _-- - - I. LPN N 5147091 U.1110 /MOM PAWN 1.1.007140 $gllr'iI m 2Ea34a sees cer.;awf.4lr 1i -rrs.164 p1 nrra..... ire L}' .11 I'r[..If Eft. I1r1T4.11, 441.1WM."I 4p i(•.[f17r4 li1r1a'and .a✓w miiY. Ir• rim.* 14M1 _ 44 J5141•1 Ji1m4 [a.slyOw141f iIMla#1.11 I1l1J- FrlfrM4 MU= rm.w.m'pi}.1IInrolchki i.l .1. -- i0r•4• 1' ..4 Lt ROW NIP? N 13 055 Q+ 10.1N If i7,11,f9h - Id i1fi4019 1.7.91,i, 4i r..aaid flume ar le, N'-{YR 1r,.-irw. 4a.•w4,Fiai45..4* IS 4...;L..aa 1..11.3tom Y'iaam4411,4.wr■r.r.s.-l4•y.I ..M4ef• r1....4 loer.. - # Amway la Ir1°rtb 11.19.11 17}414454 14.101.14 17. 6411.08 11-DN If 111.10449 MHO Ai rd i4 rI a gdaade ed 1 a4.4.rrr Nat NP.Iv Y. f4r•011.1444+rr. 1.1•Mr1i+l 44.4.4,•1IA11 - ,r ~ow*.r., cE,wrwnl egabl.a Fw.welt +�Ta....., Iado kaki. d.l4o.k 1. rra.ir.ra 4.14.44a. ka.. r.-... r.. Islet v,.al Limb 4irid j.no.praohira ,i e.I.aa.iiOiMNI9110,a.aarr4r1 Alga . G-+•-•,.;PA rear I.Mt. IOW Y•4J.14040A4 i4 114419. c4rk4.5.15.2.41 4,10 4.14+.1.43NI*..111w11.1.6111116 14 µaria 1.1AP.Awry ammo.. raw 12 4. aft 1al m16..Yie 4 -_.....real h...k liK14111h' MP40i4 'Kowa@ 141.P 99 IT,74.1.H 111/M0 AF ���� #i1�a1M.41 2r 1,A 1 l=rad of raeiriRv,e:•404 1 .3I0 aw tarµ or lots 4..p • r.r...ap 414i41., wtirl la 1'Ir1.ae f1m11- aes owperokm4rF. Y d rr ..i.uV nedny N. weir... rsi+lMlF?1.1,1..0r011.eN NOW mlam 4 rii.4,.y1rv..i.rrlad.r4.yr-.-':a.a•arli.aa.. Li.,VAI1r4T 0420 MINIM KM 4! PA, 14 itlite 1LN1i41I 1m1wf1f #i440411 A,�r-1.� �rJ1 d /1 IFS 977312 CHM.Ida Canal CI -Darling � Serwlen ALLlfllniei1t El . PrIte Sheol Tekex Aquatic HarmstIng., Inc.. Aqua! Io ConINA Group, Eng. 3uI�ellar Landsdrapeny L11rrn SerMltro and LIE.. AtheiLlure !n tIronm41]t,l, Inc 16T1& ' L leer C uln- eIeeart; dT61Y .1 4#1Gri°rlv+l 9TY - LMYT - - MrMKS �- FOUL I161LCMT 1140IRCt Mid 4411 Lear PIGCC 18rf•I. rMT■ CeI1 ,3w4'9'4 34 P+91l+4de tfRwr ri?Xl It '.. nar k.+l- r...al..w.x eF law. emi to wg eye wpi "3""''••r h' 414.s99F 14NI1J LLY llarn vd #k114144 121:000 1e,6h'Y i 1]1Qri6} 1I 1.1444 dl.iao Pe 1IL214N m1+64. d lrr eepxarearr{eqa Di maim, email ek pews et '+rrdawa lala**•1 liin Mk. .i I.r r-.c:-:..r..• 1.m.r...ary ay �rPre T'�est it 1.i11... P.M4. 1».3.A* 1104066 1.17,IN1. 19eUaW I1111W0$ wield. lit,tabli W 1•Y4PEreM 1>'flMrar.II fried NiA i1's s0•-1,..rhtrep r 61:0. aylliM' �1� QY �l4a.k3ryid.b.&9 1&IONMYF1 NOP& Isa=rrµw...w lRar943•104M+ mt1=We time oh, Imp.tom 1 M !a3.4344 4a.awwer eb'11aaii,•4F-Itai4lerm err leek u. ter, ;,: t #Yr,.emW iltaa.wl mmhYe4ep 4`ef'e11Yer•Ir.oi.r ire aga•e•*M•l4Ynery Ii 1•_wlletr tr.er3]06 tI IIN 11t5d0 IC 1raNl ill iI►56 m'. Li1JLP4.4 NAM VP -s' p71�14# Ira ..a5i a.a *1jj,4.4ni YIrY fe..a. ewece. end rem aim.Y4 d11.40. 1 el war er aerate>•..to.• ...K..,.4. b.i. ■1 ; R ,,1, kW 1I 43 WNW r7..3ra3 k7..0,1 • #t m1 14,41444 Id WPMI41N A* Yrrre•r aaa #.yeli`.r p.oasrie. rs� ir•.v, dai+�l re�iilr.ee�Yel errs Iaq.Iwr.`. •.{. RI'a ewrfL� 194.......04.4 ewe•..rlM•l..trr'Yrtr4','e 4lYrt rP4�P•d+ � !ffi L' � •eI.i. 4ea r•.re ayl. e4 e.. .xw....i. td 1..r Cer. 11 aPPWitr leekMaat, vowel • rrrrul1i11•ra'kr. a4r•p3tw.1 J• ?Ili ?Ili R7a ON %r".11 i. UM CO 6A4+i5 1]NMI 1iffii itNIDIN 14.7Q11N *+-purr111.1*1*r"l rr he lrrem�ter N1 ll.e, oripplimmoinlmO s�, ale let YT b '14�I 1reLtrRe..dr her dr. _ ■ IKYYap. 4I .. teetwei•M4�1M, F• ens i] L raM.k'af.lwwq•.d5r r IP.0011.•+Y Ere ow*. Amdr Won i SLY 1 � {r,BifL# VW OF 1 � Ii 11O44 11JRe14. 'PAWN 1+45R414 twg.pJ. yr wire asp eel sael el rwitn ''Ceti aate..r..t 10 t. •asnrrr Ira, ^era IM4111elliem n*a 1#4erS p.m.., r. ) 4 Y -` - ` . 64.0361.4 9311m rrlian a a.1 M awe arlr 1e., ao ■ arlmari h.m. 4=93wri13fal...t StrawN P.e... f Y iSiisoa utNsl �1,aaow �t,Imlll i15wi4 Y5#11.04 31.44404 fakaallal • ht.t ia•,*aR SiN-,emir mtP p l l rrw.rr ea pate . cit , --•W1...*P ta�arlrml. arwar..ra„IaW+rrur i1 .eww....33 •.rr. 1•!4••4r Plk+fd • ANIN ,real Mier ndsLl sFeetramimt warm, ilipatem gems i el OM 14.4 rY.Pmel Wit=Num ix n *WILY 31J10 k * RI Pm.; 10.141$ I. 121.+7?94 N7' ....0$ IV NOM Wow "1444•4 mIelel.arvdede a. me r ?wpm luta., w,' MAN Tb e•. rNlb144.1 +•+ws..Ilawlwrl i/ 1,A#bd rld#rapitlrmbml Sir lei ng alma mak k it WV,. N pwidr 9=1:3,=9 5. Y.Nrla r ib et..14 41=3131 ENN A rl. moose. aft 014- M,4......41 Ym. 114th 111ee6 ma. 14 a rnri411atart Irmo awlrliddImikt-R 12 IlidernUe 1305 r4 Witt" 1NIII 47'.10410 rCG 86 Ma* 11l150•! LI a.4ia N pas ANEW. wat`ial6.iabeastaleiie14 Yap .r birali aa.l 111444N111 IN llekaeell ry,.a..r1 NAM al 11il INN; s•i•i1."i wive ++ rr.o-.csr deli rl liNi bmY wwi er wI a ■.wile 1. H1ria. llaFri,pW balm. IaeaeJ R lrt:I. Sa]] N. PO tP inti 1r1 NO2 CO 1011I.91 it MOO1 }�1I1.g4 arm N.M. 1tu';arm • rialllar,l i�lf1•Ff. POOR QriFnF*Falb irgal - M l+r•• eerdew•r1 ritisrr rave#•} erd era ... - mid er nrty FA r..... ■ par♦ am. it Wrisiwl.lMinim Nom..a4 PM tar 4rl".r 1dr BERr4-1,ierYi ellder,.reiP.Mar¢wee %reapelY°ir 4NtuIra .ra4 atf Emmet a{p $&..Y4l 1 41F4111'?$.1' S: Maw Ill-*l 111Nw 111 DI tV11 f* *rNrse $1.1NPIN WIN it warm,' •ee11..all.as. swot . Yolk rr#e{ r. a 4e•4047 ,� . .ay 1] cm if 11,711ap ItOXI Id LT 7W CO i{IN it ' •l85 &I ,late 1N Yid.l.ei NI .4rtiele ►l.e.Pri LTii !Prat 4,# 14144114fe4.. 1411106+I i1 Iabbl-.4rlir wl4 11~1 IM dialYsr� •stir.. IN.a r•Hi. k jr in, reap,. Pr bear opt ®r' remitda l.l,Nw ---411m1.11 INN lwe*wF.111* is 1.44•051~14144k .Beira ■ pie IL.res pear Yidl.wl rwrriry Iris, +� VIA Y Irae00 SOWNMO IN 1 WIN 1IJ44 let 11 4:0 ii.i44# !rel.t4eri it hrri•iampok f. al ewdreti eel e.i*.e'i are 4,1104.:aat1 lea 1R1,0**0Wail u Ward wen rot*, itei li'�T• Nit, 100.1,S1 l* 444 reYri wer.i,d2.11+ee arm. 14 met. lil0i itratterragweed seal •r4uiiiij Mlltr.rallF4Mtal..11tle•I•1a1.1140We1Fr#* T apG4T IPE1 11},N1Y 14101.00 1*IILN *.C1 0A �. MONA. 1i.�11! PAWN wrel k'Y..s. ko.diti D. N.M.. rra•gilirriianeraa: In rrleete es wed m 1,4461ie. el let ...I. bti t noire i 1.* #riled it tli.O erti.4.• Yks a rem i era at r pi leemObl Ir WIND%T iaii40D i1r.IN1p RLAMO 14L 4+ 1141 i4104 �®# 1xi�tlA.ai rote,,yr.,„„icrsR.,aranANim.�a,m14 ilmeti.eli..all,=NM'+WL+d.e ew�rr�err►ilM'wll. row++ra.-+�+�r+ea:�r�.1.��ry�r.all+sl�errrefre.erar'IMI+I.� ira ...Ann nra,■..enr47}M.w 4r kt+ii-r•amiiierldt.-tmitta dtEtr11tl YrY•limarl 1 41.1W11kLY 4+a141.411 SI.IIO CO 1R44111 II10G 40 Ia�erY li, fillr.4w ik{1ELA6 rfd.+wl d'rk' Pace Pat C 1, 2 SObemr4t0 it ...I., rrararr,Yrmg."; mg marring rat aemeevrerrrpekallenIn RP* WO* i••l y+W11.40...4ra•r. rr.. rye r me met i.3r441rlar CO agalena YiW 1.,,.rtwlrk ro:.rF imp F4m.erd e1 IW1 i Np a. . I"' aa!•Ir 3.r3 aq otlr t aHM,lUi1 11#4$0 WHOM 1tp,Cffi t5 1'Lr1l# '-`--1 IMEMO 15i14000 IIJIrWXaI sI.ec c 17L41401 wpm r-.Sal Yrprr 11. 1. br 41',AA�r pr*eldterdilnwl der• •a rwr..0. 441 1.L•1M' •r•..,...,.. r.-..- - d' Im. gI Ii•el4,1444 aai. it=en r ew•rais.oil.reka �1JYi li I. r•! NO erf rt Wake, 1 11i*04 III N. 1I a1 DM, 111N,G1 11 dC100 117,011Na 1,4741/ N 1.1.0. r.,alw7l.4+rtr- -+ F1r I 4 lr• r.gYn4 rr tie r4R1311 11fe• 1n1 e11. -..c.ec.ae4ir,YMPaipNIR, Ise..I theteleN oatai.4 e•r r rail xllWemenr ORM rats, e•r 4.r6rclevMrnlet ,*WON Iwi 0 .... pf„..,,.4-.tIP.lu Pal{4Ni:YF1,m, u1,0i Lr41. 04•. , al eau' ntretralttetaImImli YIN ar aY +,.....7 L. •++ram nr••*•ring rt ••m•f••ti1 aeQlunsnii. Me 14#a ail*Iid r.1YWPM. Is+ rkdi M=a+d e.,llse +=k1..11.6 r rr.'r t.M. i I`kuutl$1R* 1446, 174.1,14, WO4.1 15,m*11 10119.0 102• t 4p ii »i CO 5 bitratl IFEI 077382 cllywida Canal IClwinl n Ser iIces D AllaChc11e11t B - Price Shack Texas Au�uarl Hartirtstlrlg, fnc.Croup, Pnc. 1q�eflgr L1•11#dt#�klnp and L Iavr1 Servers A:tl4r61ilurdl E1tiMlrr}15er'i0ltt,til.1144. - [►!M r 9S A�7rcarl 9IY off1J.Pr %rl . rofA11T[M C071 MIT.9..C! F6r.a 111tr GfYST *ad *IKE TWIT k flL 111T W...L.a. r P.1.. Pa. I01.. 4a.'I.. nAvi 1• reighlrgml Saar, rrra.ai}y...p.a.. M r..1 d a.i .2.......0 •T •r,^da+�sr. a>Fs.s�1wLY.q�, y p..k -—'_ °-, .r, I is 1+..M M r..i... # Wars.• 1.o$Ik..a.1 A.. r-ye4e,. cn. •.wk..ayMy ? 1dL LPG G6 11kr+104 fir $00 44 9.1 BM m Wight , YY:•.1•..irK.raa.•r.1I1,-014lime P.M Ili Wad tali r,P.,1.aypAtr48a sWara10,,,i'P•',i9MMa j.. 41.4..... 'ask•••r,PMi.Id.4$InM......9.....Lmogao.......F#I..pmagl#Fwrr a,.niv ........14.A......1.mare..•bl. .7 EIiS�6] }IIAAM•80 1I.14..X. MAI Id 19,111 M 1.E1-1.1I IF 4P 00066 MPHE4 M Ordnalmed re IrM....01. P.M 4IA40.4 h.a*al F. I.. 01. r lma, ilidMilil 1,4,11rq Ihtalmil....I i ".1.M 00'. I. ...bgl .1. ..1..1.r..a... In .... b.*. up...wl pg ...Fe. Pi c.rllr elm ...i.i.r ard..ti.•1 if i lktlealr k.Y a 1 ryp. . 11 4 L. .. .... I P.M +4 -44a ti4 � i1-{aaf. M .4i.1.edWavae fi+Y Pi I1140'ha ral4adWk. 11.dia14a Id*1*.,....••r.•tr rwa.rr i.• " r r.....va .rya ^-0d^ e..Pitk Afrrda .........1 1 m sem........... •••L'e... a Wm Rl i.d r Mews. M......aaa, km Hot SS ace ac KOMI.a oco ro 47MA4 1}:Klp W 111iiiA! la ,"1.0., N ap..r lly Pp ELM r.. r.. v1fa11 w.g.I.41 .utq r lova, mist. I.vyrr4y-pnq.a as 4AP..ri .....m.11. (4.1.71i N, ............. ....4.1. Ri..OA...4 ..4 rai. -. ' "r i...ti. memo' . and am eau a.1.n a a•+M'�1F...r. .j TV 11 SAG . , ).. MAMA •e.4.r.a.1.�...y......Pr.[7.d.Nw4i1v1•P•11N.AI,1'..sti.1..r,r1.�, Nasal d•�+4 .••1J•.I Q.} •4Y•H*�'+•Y. +•.5+.t+•y' 41.-'49 ab Yf.�.ir�4MT..p.w. v.Iwlam,.r F.eaeaaM .¢W. fl•FF+MIM•RY ' ,„...N,-.1....4... 4{•+'I.4. a ! I Iifl6 fi7 .0, , 1�97AM° I1 11 1R� a.a i.111MIMI G.I.+ fr V4.•r41 41..kfiry1.tl. r.1 L7 EKE r.4.14.1.E 1.ar ridI •....Lassa Lew, .ya...a....~ rl•1I•IIM+:rflilWa..reas.p.■o...•r`+.maiq>.ip.r,...a.4....a.,atlea...■ NEW• nit. 1rJ63ai{4PIA 54.477m.1LO KNOB. },'JG6rJCA 17,iii4P — 'w410•1.,4I_.1}P1 Pal Lida maw *a. a 1.1.1 4N1. FFP.Y4. w',..... 4 ...a.a....i.1.3 ... .T,T'a.^r+••••' wok.*** •s.!`:ra..l•.4 pp4 l...P.#...... ..1..rwia7de`a..i.pP.....i w _.i_a_.,. ... +...i..ti... I41.111SY 1A7160 *km ..:N $9,�QGC c, F17.Mi-11 N' Va..1.5.. Et 1...... NO. 1 Palm 1..1i Yid I.et]- F. l.M Q.I. Natoli I1ac:`. b+.i•+.4ro . +'1.F"...+K+.+41.......41 WA.h.....0.r..... ..a... . 6. r.i.rm. r4••i+....M•I F. .... r1li rf aw .. ilPl ~I . r*Mi*/ 4mito $LW*1[MLY 411.111.14 '{..YkF .: k7.r!i`4r1 II d91 MI 141.11.14,151 ° •Y...'ran. al a s@IF.,.'r..;1d}4 Maw 4+c M.11ii N.e}- rr.dr,.y r 1�., .�,k. 1r .rrar .,A«pe r.i.,l . >ti rvsa.a .y rt.�...aY a • r YM111'i..r il.rgei14.4.9. 4..rfl... sew..da .4 ] I•. H h .r..a.r . .wtr.r. .1 Fan ['1i I.a i rr•'r.R 1�4.ra 41•1•'.aP'•ti•1.1Y14 7 Maxi 4 LT L+c+p • 44.ldi. izA3mm , , 14 •1G skim.* i1 SFTCIAL PT.Q4L9�If•.+ q'11�..*K4 - S I........19 SIi7._. Ed .EC+l.R}:ti>1•I w-I.�••+lf.w4.L4`T-.r.FFM/.Sti-.'1'..•9 `1"rW r`ei.i,�.Snr.l>x 101AL i 01.12.1.1.11 TQ191J;, .1 19174i M}TO7.14. N WWII T41 AL 1 L.t.AY.W PMIMIT I....R......1M !IL Ccf .tr IFB 1575386 Canal Cleaning Services Attachment E - Group 1 Federally Funded Projects Price Sheet *complete this sheet while in excel. Spreadsheet automatically total. ITEM # DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST 1 Wagner Creek North Canal - collection of litter, trash and debris in the banks and upland areas within the canal right of way and shallow surface waters 12 MONTHLY $2,300.00 $27,600.00 2 Wagner Creek North Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and shallow surface waters 12 MONTHLY $2,800.00 $33,600.00 3 Wagner Creek North Canal - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method q QUARTERLY $1,800.00 $7,200.00 4 Wagner Creek North Canal spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 6 BI-MONTHLY $2,812.00 $16,872.00 5 Wagner Creek North Canal - removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2 750.00 $5,500.00 6 Wagner Creek North Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,500.00 $5,000.00 7 Wagner Creek South Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $2,300.00 $27,600.00 8 Wagner Creek South Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,100.00 $13,200.00 9 Wagner Creek South Canal - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 4 QUARTERLY $1,100.00 $4,400.00 10 Wagner Creek South Canal - spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 6 BI-MONTHLY $1,537.00 $9,222.00 11 Wagner Creek South Canal - the removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2,750.00 $5,500.00 12 Wagner Creek South Canal - the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,500.00 $5,000.00 13 Seybold Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 92 MONTHLY $2,050.00 $24,600.00 14 Seybold Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $750.00 $3,000.00 15 Seybold Canal - removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2 750.00 $5,500.00 16 Comfort Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $5,000.00 $60,000.00 17 Comfort Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $6,000.00 $72,000.00 18 Comfort Canal- spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method q QUARTERLY $4,350.00 $17,400.00 19 Comfort Canal - spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 6 EACH $5,600.00 $33,600.00 20 Comfort Canal - removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $3,000.00 $6,000.00 21 Comfort Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) 2 SEMI- ANNUALLY $2 750.00 $5,500.00 22 Ademar Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 16 EACH $1,500.00 $24,000.00 23 Ademar Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $500.00 $2,000.00 1 IFB 1575386 Canal Cleaning Services Attachment E - Group 1 Federally Funded Projects Price Sheet *complete this sheet while in excel. Spreadsheet automatically total. ITEM # DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST 24 Ademar Canal - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 25 Ademar Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2 750.00 $5,500.00 26 Davis Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 16 EACH $750.00 $12,000.00 27 Davis Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $100.00 $400.00 28 Davis Canal - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 29 Davis Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,750.00 $5,500.00 30 NE 28th Street Cove - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $375.00 $4,500.00 31 NE 28th Street Cove - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $50.00 $600.00 32 NE 28th Street Cove - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 33 NE 28th Street Cove - removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) 2 SEMI- ANNUALLY $2 750.00 $5,500.00 34 NE 20-21 st Street Cove - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $600.00 $7,200.00 35 NE 20-21 st Street Cove - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $50.00 $600.00 36 NE 20-21 st Street Cove - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 37 NE 20-21 st Street Cove - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,750.00 $5,500.00 38 Bayfront of Rickenbacker Causeway - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $550.00 $6,600.00 39 Bayfront of Rickenbacker Causeway - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $400.00 $1,600.00 40 Bayfront of Rickenbacker Causeway - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 41 Lawrence Waterway and Swell Canal - collecting litter, trash and debris in the banks, swales and upland areas within the canal right of way and surface waters 12 MONTHLY $2,050.00 $24,600.00 42 Lawrence Waterway and Swell Canal - mowing and trimming all overgrown vegetation in the banks, swales and upland areas within the canal right of way and surface waters 12 MONTHLY $1,500.00 $18,000.00 43 Lawrence Waterway and Swell Canal - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 2 SEMI- ANNUALLY $1,300.00 $2,600.00 2 IFB 1575386 Canal Cleaning Services Attachment E - Group 1 Federally Funded Projects Price Sheet *complete this sheet while in excel. Spreadsheet automatically total. ITEM # DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST 44 Lawrence Waterway and Swell Canal - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 45 Lawrence Waterway and Swell Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) 2 SEMI- ANNUALLY $2 750.00 $5,500.00 46 Lawrence Waterway, Seawall Portion - pressure clean a total of 144 existing concrete bollards and the seawall area 1 EACH $1,600.00 $1,600.00 47 Lawrence Waterway, Seawall Portion - pressure clean and paint a total of 144 existing concrete bollards. Paint to be used calls for a one coat Thoroseal #8532, or approved equal. This item includes maintenance and welding of 1,400 feet of hot -deep galvanized 3/8" anchor chain, 10 ft. in length, as per detail on Division 5. In addition, if the concrete finish is broken or damaged, apply ACI 301, to a smooth form finish before painting 1 EACH $4,100.00 $4,100.00 48 Waterfront of Antonio Maceo Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $250.00 $3,000.00 49 Waterfront of Antonio Maceo Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $200.00 $800.00 50 Waterfront of Antonio Maceo Park - spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal q QUARTERLY $202.00 $808.00 51 Waterfront of Antonio Maceo Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 52 Waterfront of Antonio Maceo Park - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 2 SEMI- ANNUALLY $150.00 $300.00 53 Furnishing all labor, material and equipment necessary for the removal of seaweed and hydrilla from all the canals and waterways including the Biscayne Bay areas, as directed by the City Engineer. Use of a weed harvester such as a Kelpin 800 Model, or approved equal REQUIRED. 2 EACH $8,000.00 $16,000.00 54 Waterfront of Margaret Pace Park - collecting litter, trash and debris in the banks and upland areas within the right of way and surface waters 92 MONTHLY $1,000.00 $12,000.00 55 Waterfront of Margaret Pace Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the shore right of way and surface waters q QUARTERLY $650.00 $2,600.00 56 Waterfront of Margaret Pace Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 57 Waterfront of Pallot Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 92 MONTHLY $450.00 $5,400.00 58 Waterfront of Pallot Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $50.00 $200.00 59 Waterfront of Pallot Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 60 Waterfront of Kennedy Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 92 MONTHLY $1,000.00 $12,000.00 61 Waterfront of Kennedy Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $650.00 $2,600.00 62 Waterfront of Kennedy Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 3 IFB 1575386 Canal Cleaning Services Attachment E - Group 1 Federally Funded Projects Price Sheet *complete this sheet while in excel. Spreadsheet automatically total. ITEM # DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST 63 Waterfront of Morningside Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,000.00 $12,000.00 64 Waterfront of Morningside Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $650.00 $2,600.00 65 Waterfront of Morningside Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 66 Waterfront of Legion Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $500.00 $6,000.00 67 Waterfront of Legion Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $500.00 $2,000.00 72 Waterfront of Legion Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 73 Waterfront of Miami River (along NW South River Drive west of NW 27 Ave to NW 29 Ave) - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 92 MONTHLY $2,300.00 $27,600.00 74 Waterfront of Miami River (along NW South River Drive west of NW 27 Ave to NW 29 Ave) - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $2,254.00 $9,016.00 75 Waterfront of Miami River (along NW South River Drive west of NW 27 Ave to NW 29 Ave) - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 76 Waterfront of Fern Isle Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 92 MONTHLY $1,900.00 $22,800.00 77 Waterfront of Fern Isle Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $1,862.00 $7,448.00 78 Waterfront of Fern Isle Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $750.00 $1,500.00 79 Installation of one (1) Type I Turbidity Barrier 50 FT in length, at any waterway location in the City, as directed by City Engineer. 1 EACH $1,700.00 $1,700.00 80 Removal of one (1) turbidity barrier 50 FT in length, at any location in the City, as directed by the City Engineer. 1 EACH $400.00 $400.00 81 Removal of Litter at any outfall or Bay areas - removal by hand of litter buried at outfall ends in the waterway bottom of the shore and at 30 feet of the shoreline. 1 TON $600.00 $600.00 82 Removal and disposal of dead animals; removal and disposal of fish due to a fish kill or a pollution event. 1 TON $1.00 $1.00 83 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, up to 7" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $400.00 $400.00 84 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, 8" to 20" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $700.00 $700.00 85 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, 21" to 35" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $900.00 $900.00 86 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, more than 36" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $1,100.00 $1,100.00 SPECIAL PROVISION = Contingency Allowance $100,000.00 TOTAL $ 824,167.00 4 IFB 1575386 Canal Cleaning Services Attachment F - Goup 2 - Non -Federally Funded Projects Price Sheet *complete this sheet while in excel. Spreadsheet automatically total. ITEM # DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST 1 Wagner Creek North Canal - collection of litter, trash and debris in the banks and upland areas within the canal right of way and shallow surface waters 12 MONTHLY $2,300.00 $27,600.00 2 Wagner Creek North Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and shallow surface waters 12 MONTHLY $2,800.00 $33,600.00 3 Wagner Creek North Canal - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method q QUARTERLY $1,800.00 $7,200.00 4 Wagner Creek North Canal spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 6 BI-MONTHLY $2,812.00 $16,872.00 5 Wagner Creek North Canal - removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2 750.00 $5,500.00 8 Wagner Creek North Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2.500.00 $5,000.00 7 Wagner Creek South Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $2,300.00 $27,600.00 8 Wagner Creek South Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,100.00 $13,200.00 9 Wagner Creek South Canal - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method q QUARTERLY $1,100.00 $4,400.00 10 Wagner Creek South Canal - spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 6 BI-MONTHLY $1,537.00 $9,222.00 11 Wagner Creek South Canal - the removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2 750.00 $5,500.00 12 Wagner Creek South Canal - the removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2.500.00 $5,000.00 13 Seybold Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $2,050.00 $24,600.00 14 Seybold Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $750.00 $3,000.00 15 Seybold Canal - removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $2 750.00 $5,500.00 18 Comfort Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $5,000.00 $60,000.00 17 Comfort Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $6,000.00 $72,000.00 18 Comfort Canal- spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method q QUARTERLY $4,350.00 $17,400.00 19 Comfort Canal - spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 6 EACH $5,600.00 $33,600.00 IFB 1575386 Canal Cleaning Services Attachment F - Goup 2 - Non -Federally Funded Projects Price Sheet *complete this sheet while in excel. Spreadsheet automatically total. ITEM # DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST 20 Comfort Canal - removal and disposal of any vegetation obstruction (logs, branches, water weeds, etc.) 2 SEMI- ANNUALLY $3,000.00 $6,000.00 21 Comfort Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) 2 SEMI- ANNUALLY $2 750.00 $5,500.00 22 Ademar Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 16 EACH $1,500.00 $24,000.00 23 Ademar Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $500.00 $2,000.00 24 Ademar Canal - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 25 Ademar Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,750.00 $5,500.00 26 Davis Canal - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 16 EACH $750.00 $12,000.00 27 Davis Canal - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $100.00 $400.00 28 Davis Canal - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 29 Davis Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2 750.00 $5,500.00 30 NE 28th Street Cove - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $375.00 $4,500.00 31 NE 28th Street Cove - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $50.00 $600.00 32 NE 28th Street Cove - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 33 NE 28th Street Cove - removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) 2 SEMI- ANNUALLY $2 750.00 $5,500.00 34 NE 20-21 st Street Cove - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $600.00 $7,200.00 35 NE 20-21 st Street Cove - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $50.00 $600.00 36 NE 20-21 st Street Cove - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 37 NE 20-21 st Street Cove - removal and disposal of any obstruction (shopping carts, tires, appliances, boats, furniture, etc.) 2 SEMI- ANNUALLY $2,750.00 $5,500.00 38 Bayfront of Rickenbacker Causeway - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 92 MONTHLY $550.00 $6,600.00 39 Bayfront of Rickenbacker Causeway - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $400.00 $1,600.00 2 IFB 1575386 Canal Cleaning Services Attachment F - Goup 2 - Non -Federally Funded Projects Price Sheet *complete this sheet while in excel. Spreadsheet automatically total. ITEM # DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST 40 Bayfront of Rickenbacker Causeway - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 41 Lawrence Waterway and Swell Canal - collecting litter, trash and debris in the banks, swales and upland areas within the canal right of way and surface waters 12 MONTHLY $2,050.00 $24,600.00 42 Lawrence Waterway and Swell Canal - mowing and trimming all overgrown vegetation in the banks, swales and upland areas within the canal right of way and surface waters 12 MONTHLY $1,500.00 $18,000.00 43 Lawrence Waterway and Swell Canal - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 2 SEMI- ANNUALLY $1,300.00 $2,600.00 44 Lawrence Waterway and Swell Canal - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 45 Lawrence Waterway and Swell Canal - removal and disposal of any obstruction (shopping carts, tires, appliances, furniture, etc.) 2 SEMI- ANNUALLY $2,750.00 $5,500.00 46 Lawrence Waterway, Seawall Portion - pressure clean a total of 144 existing concrete bollards and the seawall area 1 EACH $1,600.00 $1,600.00 47 Lawrence Waterway, Seawall Portion - pressure clean and paint a total of 144 existing concrete bollards. Paint to be used calls for a one coat Thoroseal #8532, or approved equal. This item includes maintenance and welding of 1,400 feet of hot -deep galvanized 3/8" anchor chain, 10 ft. in length, as per detail on Division 5. In addition, if the concrete finish is broken or damaged, apply ACI 301, to a smooth form finish before painting 1 EACH $4,100.00 $4,100.00 48 Waterfront of Antonio Maceo Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $250.00 $3,000.00 49 Waterfront of Antonio Maceo Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters 4 QUARTERLY $200.00 $800.00 50 Waterfront of Antonio Maceo Park - spraying the waterways for vegetation growth below the water surface of the canal with Sonar Herbicide, or approved equal 4 QUARTERLY $202.00 $808.00 51 Waterfront of Antonio Maceo Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 52 Waterfront of Antonio Maceo Park - spraying the banks or upland areas within the canal right of way, using approved weed control chemical treatment method 2 SEMI- ANNUALLY $150.00 $300.00 53 Furnishing all labor, material and equipment necessary for the removal of seaweed and hydrilla from all the canals and waterways including the Biscayne Bay areas, as directed by the City Engineer. Use of a weed harvester such as a Kelpin 800 Model, or approved equal REQUIRED. 2 EACH $8,000.00 $16,000.00 54 Waterfront of Margaret Pace Park - collecting litter, trash and debris in the banks and upland areas within the right of way and surface waters 92 MONTHLY $1,000.00 $12,000.00 55 Waterfront of Margaret Pace Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the shore right of way and surface waters 4 QUARTERLY $650.00 $2,600.00 56 Waterfront of Margaret Pace Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 57 Waterfront of Pallot Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $450.00 $5,400.00 58 Waterfront of Pallot Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $50.00 $200.00 3 IFB 1575386 Canal Cleaning Services Attachment F - Goup 2 - Non -Federally Funded Projects Price Sheet *complete this sheet while in excel. Spreadsheet automatically total. ITEM # DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL ITEM COST 59 Waterfront of Pallot Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 60 Waterfront of Kennedy Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,000.00 $12,000.00 61 Waterfront of Kennedy Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $650.00 $2,600.00 62 Waterfront of Kennedy Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 63 Waterfront of Morningside Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,000.00 $12,000.00 64 Waterfront of Morningside Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $650.00 $2,600.00 65 Waterfront of Morningside Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 66 Waterfront of Legion Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 92 MONTHLY $500.00 $6,000.00 67 Waterfront of Legion Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $500.00 $2,000.00 72 Waterfront of Legion Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 73 Waterfront of Miami River (along NW South River Drive west of NW 27 Ave to NW 29 Ave) - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $2,300.00 $27,600.00 74 Waterfront of Miami River (along NW South River Drive west of NW 27 Ave to NW 29 Ave) - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $2,254.00 $9,016.00 75 Waterfront of Miami River (along NW South River Drive west of NW 27 Ave to NW 29 Ave) - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $1,750.00 $3,500.00 76 Waterfront of Fern Isle Park - collecting litter, trash and debris in the banks and upland areas within the canal right of way and surface waters 12 MONTHLY $1,900.00 $22,800.00 77 Waterfront of Fern Isle Park - mowing and trimming all overgrown vegetation in the banks and upland areas within the canal right of way and surface waters q QUARTERLY $1,862.00 $7,448.00 78 Waterfront of Fern Isle Park - removal and disposal of any vegetation obstruction (logs, branches, seaweeds, etc.) 2 SEMI- ANNUALLY $750.00 $1,500.00 79 Installation of one (1) Type I Turbidity Barrier 50 FT in length, at any waterway location in the City, as directed by City Engineer. 1 EACH $1,700.00 $1,700.00 80 Removal of one (1) turbidity barrier 50 FT in length, at any location in the City, as directed by the City Engineer. 1 EACH $400.00 $400.00 81 Removal of Litter at any outfall or Bay areas - removal by hand of litter buried at outfall ends in the waterway bottom of the shore and at 30 feet of the shoreline. 1 TON $600.00 $600.00 82 Removal and disposal of dead animals; removal and disposal of fish due to a fish kill or a pollution event. 1 TON $1.00 $1.00 83 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, up to 7" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $400.00 $400.00 84 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, 8" to 20" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $700.00 $700.00 85 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, 21" to 35" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $900.00 $900.00 86 Furnishing all labor, material and equipment for the complete removal and disposal of one (1) overgrown tree, more than 36" d.b.h. in diameter, located in the banks or upland areas within the canal right of way or the waterway of any of the canals 1 EACH $1,100.00 $1,100.00 87 SPECIAL PROVISION = Contingency Allowance $100,000.00 TOTAL $ 824,167.00 4 City of Miami Invitation for Bid (IFB) Procurement Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: www.miamigov.com/procurement 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: 1575386 Invitation for Bid for Canal Cleaning Services December 5, 2022 December 29, 2022 @ 5:OOPM Voluntary December 12, 2022 @ 10:OOAM VIRTUAL December 19, 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 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: PHONE: FAX: EMAIL: CELL(Optional): SIGNED BY: TITLE: 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 G - 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 PERISCOPE. • CONTACT PERISCOPE VENDOR SUPPORT TOLL -FREE NUMBER 800-990-9339, OR EMAIL S2G-SUPPORT@PERISCOPEHOLDINGS.COM, FOR PERISCOPE 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 Periscope Procurement Solutions Platform ("Periscope") 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 depaitinents 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 NOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation. I. 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 of non -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 party shall not be considered a basis for debarment/suspension. 5. Debarment/suspension of the Contractual Party 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 in writing by the City through the City Manager. 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: 1. 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 1st. 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, Depaitinent 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 to the Bid Contract, Purchase Order, or award sheet, as applicable, or via a written amendment by the City Manager. 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 shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Successful Bidder shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Successful Bidder shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Successful Bidder affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under the Formal Solicitation. Furthermore, Successful Bidder affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, 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 shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. 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 for bids (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 party 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 party'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 Periscope 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 Periscope. 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 SPECIAL CONDITIONS APPLICABLE TO ALL PROJECTS 2.1 PURPOSE The purpose of this Solicitation is to establish a contract for canal cleaning services, as specified herein, from a source(s), fully compliant with the terms, conditions, and stipulations of the Solicitation. 2.2 PRE -BID CONFERENCE A voluntary pre -bid conference will be held on December 12, 2022 at 10:00 AM, via Teams by clicking THIS LINK or via phone (786) 598-2961; Conference ID: 838492462#. 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 Periscope, 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. 2.3 DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION AND CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted via the Periscope Electronic Bidding System ("Periscope"), 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 December 19, 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. 2.4 SUBMISSION AND RECEIPT OF RESPONSE Electronic bid submittals to this IFB shall be submitted through the Periscope Electronic Bidding System ("Periscope") 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 Periscope, prior to the bid submittal deadline, shall be accepted as a timely submittal and anything thereafter will be rejected. Additionally, Periscope 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 Periscope 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 Periscope. 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 shall deem the bid non -responsive. 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. 6. May be considered non -responsive if bid does not conform to the terms and conditions of this solicitation. 2.5 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: 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 never filed for bankruptcy, be in sound financial condition, have no record of civil litigation or pending lawsuits involving criminal activities of a moral turpitude, and shall not have conflicts of interest with the City; 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; C. Have the same Federal Employee Identification Number (FEIN) for the last five (5) consecutive years; D. Hold a license for the spraying of herbicide/Sonar as issued by the State of Florida's Department of Agriculture. License shall be submitted at the time of bid submittal; and E. Hold 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. 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(s). Failure to provide Licenses and Certifications shall deem the bid non -responsive. 2.6 METHOD OF AWARD This Solicitation is divided into two (2) groups: Group 1 - Federally Funded Projects; and Group 2 - Non - Federally Funded Projects. Bidders can bid on one Group or both Groups, using the applicable Price Form(s). Award of this contract will be made to the lowest responsible and responsive bidder(s) bids on all items and whose bid offers the lowest price when all items are added in the aggregate. Failure to bid on all items on either price sheet shall deem your bid non -responsive. The City shall select up to three (3) vendor(s) for each Group, with the lowest deemed the "primary vendor" and the next lowest the "secondary vendor", and third as the "tertiary vendor" in the order of lowest prices provided to the City. Should the "primary vendor" not be able to provide the item at the time needed, the City has the option to select the next lowest "secondary vendor" to fulfill the order, and so on. 2.7 TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for three (3) years with the option to renew for two (2) 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. 2.8 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. 2.9 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. 2.10 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). 2.11 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 USL&H 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 $ 3,000,000 Aggregate $ 3,000,000 City of Miami listed as an additional insured. Coverage is excess follow form over the general liability and auto policies. Protection and Indemnity Liability A. Limits of Liability Each Occurrence $1,000,000 Policy Aggregate $1,000,000 City of Miami listed as the named insured. Pollution Liability A. Limits of Liability Each Occurrence $1,000,000 General 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: 1. 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. 2.12 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. 2.13 BACKGROUND CHECKS JESSICA LUNSFORD ACT (JLA) BACKGROUND SCREENING REQUIREMENTS: In accordance with the requirements of Sections, 1012.465, and 1012.32 and 1012.467, Florida Statutes, as amended from time to time Successful Bidder agrees that, if Successful Bidder receives remuneration for services, Successful Bidder and all of its employees who provide or may provide services under this Contract will complete criminal history checks, and all background screening requirements, including level 2 screening requirements as outlined in the above -referenced statutes for any work to be performed in City parks. Pursuant to the 2007 amendments to the JLA enacted by the Florida Legislature, requirements for certain fingerprinting and criminal history checks shall be inapplicable to non -instructional contracted personnel who qualify for exemption from Level 2 screening requirements as provided under Section 1012.468 of the Florida Statutes. In addition, the provisions of Section 1012.467 of the Florida Statutes are incorporated herein by reference, and any provisions that may be inconsistent with, contrary to, or determined to be in conflict with said Section 1012.467, will be superseded by said statute. A non -instructional Successful Bidder who is exempt from the screening requirements set forth in Sections 1012.465, 1012.468 or 1012.467 of the Florida Statutes, is subject to a search of his or her name or other identifying information against the registration information regarding sexual predators and sexual offenders maintained by the Department of Law Enforcement under Section 943.043 and the national sex offender public registry maintained by the United States Department of Justice. The Successful Bidder will not be charged for this search. Further, upon obtaining clearance by City, the City may issue a photo identification badge consistent with any statutory requirements, which shall be worn by the individual at all times while on City property when children are present. Successful Bidder shall bear any, and all costs associated with acquiring the required background screening, including any costs associated with fingerprinting and obtaining the required photo identification badge. Successful Bidder shall require all its affected employees to sign a statement, as a condition of employment with Successful Bidder in relation to performance under this Contract, agreeing that the employee will abide by the heretofore described background screening requirements, and also agreeing that the employee will notify the Successful Bidder/Employer of any arrest(s) or conviction(s) of any offense within 48 hours of its occurrence. Successful Bidder shall provide the City with a list of all of its employees who have completed background screening as required by the above -referenced statutes and who meet the statutory requirements contained therein. Successful Bidder shall have an ongoing duty to maintain and update these lists as new employees are hired and in the event that any previously screened employee fails to meet the statutory standards. Successful Bidder shall also notify the City immediately upon becoming aware that one of its employees, who was previously certified as completing the background check and meeting the statutory standards, is subsequently arrested, or convicted of any disqualifying offense. Failure by Successful Bidder to notify the City of such arrest or conviction within 48 hours of being put on notice and within five (5) business days of the occurrence of qualifying arrest or conviction, shall constitute grounds for immediate termination of this Contract by the City. The failure by the Successful Bidder to perform any of the duties described in this section shall constitute a material breach of the Contract entitling the City to terminate this Contract immediately with no further responsibility to make payment or perform any other duties under this Contract. 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 PROJECT MANAGER Upon award, Successful Bidder shall report and work directly with Elyrosa Estevez, City Engineer, or designee, who shall be designated as the Project Manager(s) for the City. 2.16 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. 2.17 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. 2.18 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. 2.19 BID BOND All bids shall be accompanied by an original Bid Bond in the amount of five percent (5%) of the total bid submitted for non -federally funded projects not inclusive of the special provisions line item, to be in the form of a Cashier's Check or Money Order 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. The bond from all unsuccessful Bidders, if in the form of a Cashier's Check or Money Order, will be returned immediately after bid award. Bid bonds are not required for federally funded project bid price sheet submissions. 2.20 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. 2.21 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. 2.22 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. 2.23 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. 2.24 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). 2.25 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. 2.26 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. 2.27 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. 2.28 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 to restore normalcy and order to the lives of City residents, businesses, and general public in an expeditious manner. 2.29 ADDITIONS/DELETIONS OF SERVICES/ITEMS/LOCATIONS/SUPPLIERS Although this Solicitation identifies specific services/items/locations/suppliers, it is hereby agreed and understood that any services/items/locations/suppliers may be added/deleted to/from this Contract at the option of the City. When an additional service/item/location to the Contract is required, the Successful Bidder 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/or a separate purchase order shall be issued by the City. When additional suppliers are needed to provide originally contracted services/items/products, the City reserves the right to request quotes from the market and amend the contract to include the new suppliers. 2.30 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. 2.31 TERMINATION FOR DEFAULT If Successful Bidder defaults in its performance under this Contract and does not cure the default within thirty (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 thirty (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. 2.32 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. 2.33 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 (inclusive of the Special Provisions line item) 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). Performance Bonds must be maintained until all of the assigned work has been completed and approved by the City in writing. 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. 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. --SPECIAL CONDITIONS ONLY APPLICABLE TO FEDERALLY FUNDED PROJECTS — GROUP 1 FEDERALLY FUNDED PROJECTS This section applies to all projects that are federally funded. Bidders shall use the applicable Federally Funded Projects Price Sheet (Attachment E) for this bid when submitting pricing. 2.34 LOCAL OFFICE PREFERENCE Local Office Preference does not apply to responses on the Federally Funded Bid Price Sheet 2.35 EQUAL EMPLOYMENT OPPORTUNITY During the performance of this contract, the contractor agrees as follows: A. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. B. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. C. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. D. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. E. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. F. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. G. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. H. The contractor will include the portion of the sentence immediately preceding paragraph (A) and the provisions of paragraphs (A) through (H) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 2.36 COMPLIANCE WITH THE DAVIS-BACON ACT All transactions regarding this contract shall be done in compliance with the Davis -Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29 C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. Additionally, contractors are required to pay wages not less than once a week. 2.37 COMPLIANCE WITH THE COPELAND "ANTI -KICKBACK" ACT A. Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. B. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. C. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. 2.38 COMPLIANCE OF THE CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Contractor shall comply with 40 U.S.C. §§ 3702 and 3704, as supplemented by Depailuient of Labor regulations at 29 C.F.R. Part 5. In addition: A. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one- half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. B. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of 29 C.F.R. § 5.5, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of 29 C.F.R. § 5.5, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of 29 C.F.R. § 5.5. C. Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of 29 C.F.R. § 5.5. D. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of 29 C.F.R. § 5.5 and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of 29 C.F.R. § 5.5. 2.39 CLEAN AIR ACT/FEDERAL WATER POLLUTION ACT Clean Air Act A. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. B. The contractor agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. C. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act A. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. B. The contractor agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. C. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. 2.40 SUSPENSION AND DEBARMENT A. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). B. The contractor must comply with 2 C.F.R. pt. 180, subpart C and2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. C. This certification is a material representation of fact relied upon by the City of Miami. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City of Miami, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. D. The bidder or proposer agrees to comply with the requirements of2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 2.41 BRYD ANTI -LOBBYING AMENDMENT Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. Bidders must complete and return Attachment H with Bid Submittal. 2.42 PROCUREMENT OF RECOVERED MATERIALS In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired: A. Competitively within a timeframe providing for compliance with the contract performance schedule; B. Meeting contract performance requirements; or C. At a reasonable price. Information about this requirement, along with the list of EPA- designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement- guideline-cpg-program. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." 2.43 ACCESS TO RECORDS Access to Records. The following access to records requirements apply to this contract: (1) The Contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with the Disaster Recovery Act of 2018, the City of Miami and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. 2.44 DHS SEAL, LOGO, AND FLAGS The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval 2.45 COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. 2.46 NO OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. 2.47 PROGRAM FRAUD AND FALSE OR FRADULENT STATEMENTS OR RELATED ACTS The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract. --SPECIAL CONDITIONS ONLY APPLICABLE TO NON -FEDERALLY FUNDED PROJECTS — GROUP 2 NON FERDERALLY FUNDED PROJECTS This section applies to all projects that are non -federally funded. Bidders shall use the applicable Non - Federally Funded Projects Price Sheet (Attachment F) for this bid when submitting pricing. 2.48 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. 2.49 LOCAL OFFICE PREEFERENCE Local Office Preference only applies to non -federally funded projects. Bidders wishing to apply for the local office preference shall comply with the General Terms and Conditions, Section 1.48 Local Preference of this solicitation and with Section 18-73 of the City of Miami Procurement Code, titled "Definitions", and shall submit with the Bid at the time of the Bid due date the following: • Completion and submission of Attachment G, City of Miami Local Office Certification Form; • Submission of a copy of the Proposer's lease documents at the location being deemed a City of Miami Local Office; • Submission of a City of Miami Business Tax Receipt; • Submission of a Miami Dade County Business Tax Receipt; and • Submission of a copy of the license, certificate of competency, and certificate of use that authorizes the performance of the Proposer/Bidder. 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 ATTACHMENTS E & F, BID PRICE SHEET(S), TO IDENTIFY WHICH GROUPS (GROUP 1 — FEDERALLY FUNDED PROJECTS OR GROUP 2 — NON - FEDERALLY FUNDED PROJECT THE BIDDER IS REQUESTING CONSIDERATION FOR. BIDDERS MAY RESPOND TO ONE GROUP OR BOTH GROUPS. BIDDER MUST MEET ALL REQUIREMENTS IN ORDER TO BE CONSIDERED AS RESPONSIVE. The City of Miami's ("City") Department of Resilience and Public Works ("RPW") and Depaituient of Parks and Recreation ("Parks") is in need of fully capable and willing firms to provide canal cleaning services for the City. The Successful Bidders shall furnish all labor, machinery, tools, modes of transportation, debris disposal, supplies (including trash bags), 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. II. DESCRIPTION OF WORK All work shall be performed using superior maintenance standards and techniques. The Successful Bidder shall inform the City two (2) weeks before each clean-up task is scheduled. The Successful Bidder agrees to on -site inspections by the Project Manager. The scope of work includes but is not limited to the following: A. Debris Removal and Litter Control - Every month of the year, or as directed by the Project Manager (all locations). This work is for the entire length of the waterway including water edge and banks. Litter and debris removal includes but is not limited to human discarded trash, human waste, pet waste, discarded landscaping, etc. NOTE: Litter control for Ademar and Davis Canals shall take place TWICE a month from July through October. B. Mowing / Trimming - Monthly for the Wagner Creek and Lawrence locations. Four (4) times a year, or as directed by the Project Manager for other locations (all locations). C. Weed Control / Chemical Treatment - Banks and upland areas within canal right of way at Wagner Creek, Comfort Canal, Lawrence Waterway and Antonio Maceo Park. No spraying is allowed on the Biscayne Bay areas. D. Sonar Spraying - Waterways at Comfort Canal and Antonio Maceo Park. No spraying is allowed on the Biscayne Bay areas. E. Obstruction (Vegetative) Removal - All Locations twice (2) a year, or as directed by the Project Manager. Must ensure that a minimum of two (2) feet of free water flow is maintained. F. Obstruction (Heavy Materials/Illegal Dumping) Removal - All locations except Seybold Canal, Rickenbacker Causeway and All City Parks twice (2) a year, or as directed by the Project Manager. Contractor must remove the illegal dumping/ bulk trash at/near waterways. Must ensure that a minimum of two (2) feet of free water flow is maintained. G. Maintenance of Lawrence Canal Seawall — Successful Bidder shall pressure clean a total of 144 existing concrete bollards at Lawrence Waterway three (3) times a year. During one of those cleanings, Successful Bidder shall pressure clean and paint with one coat of Thoroseal #8532 or an approved equal. This action item includes maintenance and welding of 1,400 feet of hot -deep galvanized 3/8" anchor chain, 10 feet in length, as per detail. In addition, if the concrete finish is broken or damaged, apply ACI 301, to a smooth form finish before painting. H. Seaweed/Hydrilla Removal - This work is required once a year to remove all the seaweed and hydrilla from all the canals and waterways shown below. The Successful Bidder shall bear the costs associated with purchase or rental of a weed harvester such as a Kelpin 800 Model or approved equal. I. Type I Turbidity Barrier — This work is required per Project Manager for locations where there is a current spill of silted water to prevent pollution to waterways. Contractor shall provide all materials, equipment and labor to install and remove a turbidity curtain at the request of the Project Manager. Cost of turbidity barrier rental/purchase shall be the burden of the Contractor. Contractor will not be allowed to charge the City separately for these services. J. Removal of Litter at Outfall ends: This work is to be conducted during low tide hours. The Successful Bidder shall provide all labor, materials, and equipment to remove all floatable, debris, cans, trash deposited at outfall ends in the waterway bottom and remove the debris without disturbing bottom soil. All litter removal should be done at least monthly. Successful Bidder shall confirm frequency with Project Manager prior to the commencement of the contract. K. Removal of dead animals and fish kill — This work is to be conducted at the request of the Project Manager. The trash bags can be disposed at the nearest Miami -Dade County Solid Waste Transfer Facility. Upon award, the Successful Bidder shall submit a detailed maintenance plan to the City for approval. The plan shall include, but not be limited to: A.) a schedule for each task; B.) the equipment to be used for each task; and C.) the procedure that will be set in place for the maintenance of the canals. **SEE ATTACHMENT I — MINIMUM SERVICES LIST FOR EACH LOCATION** Frequency of Services Canal cleaning services shall be executed, at a minimum, based upon the unit of measures listed in Attachments E and F, Bid Price Sheets. The City's Project Manager may request additional service days as necessary to maintain the level of aesthetic required by the City. Proper Equipment and Operation Caution The Successful Bidder shall not use any equipment that could seriously disturb the sediments in the canals. Caution should always be taken during the operation. Specifically, dirty water should always be kept within small area, and the operation shall not generate cloud or plume over 29 Nephelometric Turbidity Units (NTUs). All equipment listed below shall be at the Successful Bidder's yard and ready for inspection the first day of the Contract: A.) Trash Collecting Barge, or approved equal - Total Length: 40 feet / Total Width: 14 feet / Carrying Capacity: 15 tons (30,000 pounds) / Travel Speed: 5-7 knots (5.7 - 8.1 mph) B.) Trash Collecting Barge, or approved equal - Total Length: 70 feet / Total Width: 14 feet / Carrying Capacity:13.5 tons (27,000 pounds) / Travel Speed: 5-7 knots (5.7 - 8.1 mph) C.) Heavy Duty Truck with Clamp - Mounted Crane/Floating Barge and Small Vessel/Tugboat/Hauler or Dump Truck Quality Assurance The Successful Bidder's assigned Supervisor shall be well versed in appropriate maintenance operations and procedures. All employees of the Successful Bidder shall be competent and skilled in their particular job in order to ensure proper performance of the work assigned. All work shall be performed using superior maintenance standards and techniques. If under any circumstances, the Project Manager is not satisfied with the work, the Successful Bidder shall redo the job to the Project Manager's satisfaction at the Successful Bidder's expense. No additional compensation by the City will be allowed for Successful Bidder's non-performance. Environment Protection The working areas include environmental sensitive areas, especially the Biscayne Bay Aquatic Preserve which has exceptional biological, aesthetic, and scientific value. The Successful Bidder must follow all rules and regulations for the protection of the environment. It shall be the Successful Bidder's responsibility to preserve the existing condition of the canals and surroundings, including but not limited to natural vegetation such as sea grasses and mangroves, bank of the canals, bulkheads and seawalls, concrete sidewalk, curb, and/or gutter and pavement. Any damage done to the pavement or concrete due to the Successful Bidder's failure to comply with the requirements of this Contract, or failure to exercise responsible care in the performance of the work, shall be repaired at the Successful Bidder's expense. Any damages to the plants such as sea grasses and mangroves shall be mitigated to Miami -Dade County's Depaitinent of Environmental Resource Managements ("DERM") and City's satisfaction, by the Successful Bidder and at the Successful Bidder's expense. **Contractor shall not pick up sargassum from the waterways and Bay.** Underground Gas Pipelines The Successful Bidder shall review and abide by Florida State Statute Chapter 556, Underground Facility Damage Prevention and Safety, while performing the services listed in and related to this solicitation. Special Condition for Shallow Areas The Successful Bidder shall use shallow draft boats, vessels, or other equipment to collect debris in shallow areas. The minimum depth of water for operation in water should be at least one (1) foot. In case of water depth less than one (1) foot, the Successful Bidder shall use appropriate equipment to collect the debris from land. For shallow areas, the clean-up work shall be restricted to high tide period in order to protect the soil and vegetation. Contractor must not disturb waterway bottom while removing trash/debris during low tide. Chemical Treatment All herbicides must be labeled for use in water. The chemicals must be approved by United States Environmental Protection Agency ("USEPA") and the Florida Department of Agriculture and Consumer Services. Weed control chemical treatment should be used in the proper manner. The City prefers the use of Aqua Star, a water-soluble liquid, that mixes readily with water and nonionic surfactant to be applied as a foliar spray for the control or destruction of many herbaceous and woody plants. Any other herbicide shall be approved in writing by the Project Manager or designee. The weed control is primarily focused on emergent submersed, rooted plants and filamentous algae. The Successful Bidder shall be extremely cautious not to damage any endangered plants, threatened plants, and species of special concern. The federal list of endangered and threatened by commercial exploitation plants are maintained by the Depaitnient of Agriculture and Consumer Services via Chapter 5B-40 FAC. Sea grasses, mangroves and other species are designated as Essential Fish Habitat by the South Atlantic Fishery Management Council, under the Sustainable Fisheries Act administered by the National Marine Fisheries Service under National Oceanic and Atmospheric Administration ("NOAA"). For the waterway treatment, Successful Bidder shall use Sonar Herbicide, or approved equal. Manatee Alert The Successful Bidder is alerted that manatees could be present in the canals. The Successful Bidder shall protect the manatee. Specifically, operation shall be stopped when manatee is within one hundred fifty feet (150') of the work site. Waste Disposal It is the Successful Bidder's responsibility to dispose of the waste collected during the canal maintenance appropriately. The Successful Bidder shall remove the waste collected from the site within twenty-four (24) hours of collection. The City of Miami will pay the disposal fee signed by the City Inspector. Successful Bidder must pick up and haul the debris to the nearest Miami -Dade County Transfer Station and pay up front for the disposal fee of the collected debris. The Successful Bidder shall provide proof of the quantity of the waste collected, such as the load ticket, in order to be reimbursed for the waste disposal fee, and the City will pay only for the waste collected for the canal maintenance operations. The pay ticket must be signed by the Project Manager prior to submittal of invoice payments. Fish kill bags can be disposed at the nearest Miami - Dade County Solid Waste Transfer Facility. The City reserves the right to add the Successful Bidder as the City's authorized representative for waste disposal at the Miami Dade County Solid Waste Transfer Facility. If done, the Successful Bidder will not have to pay upfront for disposal fees. Said fees will be automatically invoiced to the City. Successful Bidder shall still submit any paperwork/load tickets issued by the Facility for reporting purposes. The City will notify the Successful Bidder if said privilege is granted. III. LOCATIONS NAME ADDRESS/APPROXIMATE LOCATION SIZE Wagner Creek North NW 20th Street to NW15 Street along NW 13th Ave 3750 ft Wagner Creek South NW 15th Street to NW 1 lth Street along NW 13th Ave 2050 ft Seybold Canal NW 1 lth Street and NW 9th Ct to the Miami River 2300 ft Comfort Canal NW 27th Ave to NW 45th Ave along SR 836 8070 ft Davis Canal Between NE 86th Street and NE 87th Street from NE loth Ave to Biscayne Bay 1350 ft and 200 ft of bank Ademar Canal Between NE 84th Street and NE 83rd Street from NE 8th Ct to Biscayne Bay 1650 ft and 375 ft of bank Bayfront NE 28th Street Cove Biscayne Bay and NE 28th Street 480 ft of bank Bayfront NE 20th-21 st Street Cove Biscayne Bay and NE 20th Street 450 ft of bank Bayfront North and South of Rickenbacker Causeway Along Alice Wainwright Park to SE 25th Road 750 ft of bank Lawrence Waterway and Swell Canal NW 7th Street between NW 17th Ct and NW 18th Ave to the Miami River 2068 ft Waterfront of Antonio Maceo Park 5135 NW 7th Street 235 ft of bank Waterfront of Margaret Pace Park 1775 North Bayshore Drive 1750 ft of bank Waterfront of Pallot Park 3805 NE 6th Avenue 430 ft of bank Waterfront of Morningside Park 750 NE 55th Terrace 2000 ft of bank Waterfront of Legion Park 6447 NE 7th Avenue 550 ft of bank Waterfront of Fern Isle Park 2201 NW l lth Street 1900 ft of bank Miami River West side of NW 27th Ave and the edge of NW S River Drive 2300 ft of bank IV. ADDITIONAL INFORMATION Services Beyond the Scope of the Contract In the event that services beyond the scope of work of this contract are requested by the Project Manager, the Successful Bidder must receive the written approval of the work request from RPW, written approval of the quote to perform such services, and the approval of the Department of Procurement to add the services to the Contract, if applicable. Public Access During any improvement, 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. Removal of trees are on an as needed basis and shall be requested by the Project Manager. If any replacements are needed/requested, the replacements shall be of equal or better quality. All replacement tree, ground covering/plant material shall be quoted and be approved, in writing, prior to replacement. V. 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. VI. 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. 1575386) 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. I Attachment B: Reference Submittal Form IFB 1575386 - Canal Cleaning Services FIRM NAME: 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: 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, Ph.D. City/1GI naaer/Desi SIGNATURE CITY OF MIAMI L ' acrr f * INCOFr ONATID _* J 16=:9Fr. '�i �'i�. - �, • fO..I:\'° .,, 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 6, 2019 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 CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number: (i.e. IFQ/IFB/RFP/RFQ/RFLI No. 123456) Solicitation Title: (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 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? ❑ YES ❑ NO ❑ N/A Has Bidder/Proposer enclosed a copy of the Business Tax Receipt (BTR) issued by the City of Miami and Miami -Dade County? City of Miami: Cite Exemption: NO Exempt ❑ YES ❑ ❑ Miami -Dade County: Cite Exemption: ❑ YES ❑ NO ❑ Exempt 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 operations? YES NO ❑ ❑ 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 2 FORM -City of Miami Local Office Certification 7/22/2013 STATE OF FLORIDA COUNTY OF Certified to and subscribed before me this day of , 20 , by (NOTARY SEAL) (Signature of Notary Public -State of Florida) (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 3 ATTACHMENT H CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of his/her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officers or employee of Congress, or an employee or a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form, LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that II subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31, U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractor/Contractor's Authorized Official Name and Title of Contractor/Contractor's Authorized Official Date: ATTACHMENT I - MINIMUM WORK REQUIREMENTS Work RequirementAve Wagner Creek North Wagner Creek South Seybold Canal Comfort Canal Ademar Canal Davis Canal NE 28 Street Canal NE 20-21 Street Cove Rickenbacker Cswy. Lawrence Waterway Margaret Pace Park Antonio Maceo Park Pallot Park Kennedy Park Morningside Park Legion Park Miami River by NW 27 Fern Isle Park Debris Removal/Litter Control X X X X X X X X X X X X X X X X X X Mowing/Trimming Weed Control/Chemical Treatments Sonar Spraying Obstruction (Vegetative) Removal X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X Obstruction (All Heavy Materials) Removal Maintenance of Seawall Harvester X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X Installation of Turbidity Barrier Type X X X X X X X X X X X X X X X X X X Removal of Turbidity Barrier X X X X X X X X X X X X X X X X X X Removal of Litter at Outfall/Bay Bottom X X X X X X X X X X X X X X X X X X Removal of Fish X X X X X X X X X X X X X X X X X X Note: Please see Section 3.1, Specifications/Scope of Work for a description of the actions listed above.